Loading...
HomeMy WebLinkAboutContract 64043-V1CONTRACT FOR THE CONSTRUCTION OF SILVER CREEK LIFT STATION VOLUME 1 OF 2 City Project No. 104489-3 Mattie Parker Jesus “Jay” Chapa Mayor City Manager Christopher Harder, P.E. Director, Water Department Prepared for The City of Fort Worth Water Department MAY 2025 Prepared by: Texas Registered Engineering Firm F-928 Kimley-Horn No. 061018452 CSC No. 64043-V1 05/02/2025 05/02/2025 05/02/2025 For Civil Design: William Weidman, P.E. Kimley-Horn and Associates, Inc. TBPE Reg # F-928 801 Cherry Street, Unit 11 Suite 1300 Fort Worth, TX 76102 For Civil Design: Josh Kercho, P.E. Kimley-Horn and Associates, Inc. TBPE Reg # F-928 801 Cherry Street, Unit 11 Suite 1300 Fort Worth, TX 76102 For Structural Design: Nicole Allender, P.E. Kimley-Horn and Associates, Inc. TBPE Reg # F-928 7740 North 16th Street Suite 300 Phoenix, AZ 85020 For Mechanical and Plumbing Design: Casey A. Reimann, P.E. Kimley-Horn and Associates, Inc. TBPE Reg # F-928 801 Cherry Street, Unit 11 Suite 1300 Fort Worth, TX 76102 05/02/2025 For Electrical Design: Andrew Reed, P.E. Gupta & Associates, Inc. TBPE Reg # F-2593 13717 Neutron Road Dallas, TX 75244 For Instrumentation and Controls Design: Le Tien Dang, P.E. Gupta & Associates, Inc. TBPE Reg # F-2593 13717 Neutron Road Dallas, TX 75244 For Architectural Design: David Duman, AIA Quorum Architects, Inc. 825 West Vickery Blvd, Ste 100 Fort Worth, TX 76104 Adopted September 2011 City of Fort Worth Standard Construction Specification Documents 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATOIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised June 7, 2024 SECTION 00 00 00 TABLE OF CONTENTS VOLUME 1 OF 2: Division 00 - General Conditions Last Revised 00 05 10 Mayor and Council Communication 07/01/2011 00 05 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 02/08/2024 00 21 13 Instructions to Bidders 01/17/2024 00 35 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 00 43 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 00 45 11 Bidders Prequalifications 08/13/2011 00 45 12 Prequalification Statement 09/30/2021 00 45 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 06/07/2024 00 52 43 Agreement 3/08/2024 00 61 13 Performance Bond 12/08/2023 00 61 14 Payment Bond 12/08/2023 00 61 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/08/2024 00 73 00 Supplementary Conditions – MODIFIED 05/02/2025 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work – MODIFIED 12/20/2012 01 25 00 Substitution Procedures – MODIFIED 07/01/2011 01 31 19 Preconstruction Meeting – MODIFIED 08/17/2012 01 31 20 Project Meetings – MODIFIED 07/01/2011 01 32 13 Schedule of Values – WFP 05/02/2025 01 32 16 Construction Schedule – MODIFIED 10/06/2023 01 32 33 Preconstruction Video – MODIFIED 07/01/2011 01 32 35 Aerial Photographic Documentation – WFP 05/02/2025 01 33 00 Submittals – MODIFIED 12/20/2012 01 35 13 Special Project Procedures – MODIFIED 03/11/2022 01 45 23 Testing and Inspection Services – MODIFIED 03/09/2020 01 50 00 Temporary Facilities and Controls – MODIFIED 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control – MODIFIED 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan – MODIFIED 07/01/2011 01 58 13 Temporary Project Signage – MODIFIED 07/01/2011 01 60 00 Product Requirements – MODIFIED 03/09/2020 01 66 00 Product Storage and Handling Requirements – MODIFIED 07/01/2011 01 70 00 Mobilization and Remobilization – MODIFIED 11/22/2016 01 71 23 Construction Staking and Survey – MODIFIED 02/14/2018 01 74 23 Cleaning – MODIFIED 07/01/2011 01 75 16 Starting of the System – NON-STANDARD 05/02/2025 01 77 19 Closeout Requirements – MODIFIED 03/22/2021 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATOIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised June 7, 2024 01 78 23 Operation and Maintenance Data – MODIFIED 12/20/2012 01 78 39 Project Record Documents – MODIFIED 07/01/2011 Division 02 – Existing Conditions Date Modified 02 41 15 Paving Removal – MODIFIED 05/02/2025 Division 03 - Concrete 03 20 00 Concrete Reinforcing – NON-STANDARD 05/02/2025 03 30 00 Cast-In-Place Concrete – MODIFIED 05/02/2025 03 34 13 Controlled Low Strength Material (CLSM) – MODIFIED 05/02/2025 03 34 16 Concrete Base Material for Trench Repair – MODIFIED 05/02/2025 Division 04 – Unit Masonry 04 05 23 Masonry Accessories – Flashing – NON-STANDARD 05/02/2025 04 22 00 Concrete Unit Masonry – NON-STANDARD 05/02/2025 04 72 00 Cast Stone – NON-STANDARD 05/02/2025 Division 05 - Metals 05 05 33 Anchor Systems – NON-STANDARD 05/02/2025 05 12 00 Structural Steel Framing – NON-STANDARD 05/02/2025 05 50 00 Miscellaneous Metal Fabrications – NON-STANDARD 05/02/2025 05 53 11 Steel Grating – NON-STANDARD 05/02/2025 05 53 13 Bar Gratings – NON-STANDARD 05/02/2025 05 53 16 Aluminum Grating – NON-STANDARD 05/02/2025 Division 06 – Wood, Plastics, and Composites 06 10 00 Rough Carpentry – NON-STANDARD 05/02/2025 06 16 00 Sheathing – NON-STANDARD 05/02/2025 06 17 53 Shop-Fabricated Wood Trusses – NON-STANDARD 05/02/2025 Division 07 – Thermal and Moisture Protection 07 19 00 Water Repellent – NON-STANDARD 05/02/2025 07 21 00 Insulation – NON-STANDARD 05/02/2025 07 61 00 Preformed Metal Roof and Sofft – NON-STANDARD 05/02/2025 07 61 01 PAC Clad Details – NON-STANDARD 05/02/2025 07 62 00 Metal Flashing and Trim – NON-STANDARD 05/02/2025 07 92 00 Caulking and Sealing – NON-STANDARD 05/02/2025 Division 08 - Openings 08 11 13 Hollow Metal Doors and Frames – NON-STANDARD 05/02/2025 08 71 00 Door Hardware – NON-STANDARD 05/02/2025 Division 09 - Finishes 09 90 00 Painting – NON-STANDARD 05/02/2025 09 91 00 Piping and Equipment Painting – NON-STANDARD 05/02/2025 Division 10 - Specialties 10 00 00 Miscellaneous Accessories – NON-STANDARD 05/02/2025 10 70 00 Aluminum Canopy – NON-STANDARD 05/02/2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATOIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised June 7, 2024 Division 22 – Plumbing 22 13 16 Sanitary Waste and Vent Piping – NON-STANDARD 05/02/2025 22 14 29 Sump Pumps – NON-STANDARD 05/02/2025 Division 23 – Heating, Ventilating, and Air Conditioning (HVAC) 23 05 11 Common Work Results for HVAC – NON-STANDARD 05/02/2025 23 05 53 Identification for HVAC Piping and Equipment – NON- STANDARD 05/02/2025 23 05 93 Testing, Adjusting and Balancing for HVAC – NON- STANDARD 05/02/2025 23 07 11 HVAC Insulation – NON-STANDARD 05/02/2025 23 09 13 HVAC Digital Controls 05/02/2025 23 23 00 Refrigerant Piping – NON-STANDARD 05/02/2025 23 31 00 HVAC Ducts and Casing – NON-STANDARD 05/02/2025 23 37 00 Air Outlets and Inlets – NON-STANDARD 05/02/2025 23 81 00 Decentralized Unitary HVAC Equipment – NON-STANDARD 05/02/2025 Division 26 - Electrical 26 00 00 Electrical General Provisions – NON-STANDARD 05/02/2025 26 05 19 Low-Voltage Wires and Cables – NON-STANDARD 05/02/2025 26 05 26 Grounding and Bonding System – NON-STANDARD 05/02/2025 26 05 29 Electrical Support Hardware – NON-STANDARD 05/02/2025 26 05 33 Raceways, Boxes, Enclosures and Fittings – NON-STANDARD 05/02/2025 26 05 36 Cable Tray – NON-STANDARD 05/02/2025 26 05 43 Underground System – NON-STANDARD 05/02/2025 26 05 73 Power System Study – NON-STANDARD 05/02/2025 26 22 13 Distribution Dry-Type Transformers 05/02/2025 26 24 16 Panelboards – NON-STANDARD 05/02/2025 26 24 19 Low Voltage Motor Control Centers – NON-STANDARD 05/02/2025 26 27 13 Power Metering and Protective Relays – NON-STANDARD 05/02/2025 26 27 26 Light Switches and Receptacles – NON-STANDARD 05/02/2025 26 28 16 Low Voltage Enclosed Circuit Breakers and Disconnect Switches – NON-STANDARD 05/02/2025 26 29 87 Electrical Contractor Provided Control Panels (ECPs) – NON- STANDARD 05/02/2025 26 32 13 Standby Generator Set – NON-STANDARD 05/02/2025 26 33 53 Single Phase Uninterruptible Power Supply System (UPS) – NON-STANDARD 05/02/2025 26 41 00 Lightning Protection System – NON-STANDARD 05/02/2025 26 43 13 Low Voltage AC Surge Protective Devices (SPDs) – NON- STANDARD 05/02/2025 26 50 00 Lighting System – NON-STANDARD 05/02/2025 VOLUME 2 OF 2: Division 31 - Earthwork 31 00 00 Site Clearing – MODIFIED 05/02/2025 31 23 16 Unclassified Excavation – MODIFIED 05/02/2025 31 23 23 Borrow – MODIFIED 05/02/2025 31 24 00 Embankments – MODIFIED 05/02/2025 31 25 00 Erosion and Sediment Control – MODIFIED 05/02/2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATOIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised June 7, 2024 Division 32 – Exterior Improvements 32 11 23 Flexible Base Courses – MODIFIED 05/02/2025 32 11 29 Lime Treated Base Courses – MODIFIED 05/02/2025 32 13 13 Concrete Paving – MODIFIED 05/02/2025 32 13 73 Concrete Paving Joint Sealants – MODIFIED 05/02/2025 32 31 13 Chain Fences and Gates – MODIFIED 05/02/2025 32 31 14 Chain Link Cantilever Slide Gate – NON-STANDARD 05/02/2025 32 84 00 Site Irrigation System – NON-STANDARD 05/02/2025 32 91 19 Topsoil Placement and Finishing of Roadway Right-of-ways – MODIFIED 05/02/2025 32 92 13 Sodding – MODIFIED 05/02/2025 32 92 14 Non-Native Seeding – MODIFIED 05/02/2025 32 93 43 Trees and Shrubs – MODIFIED 05/02/2025 Division 33 - Utilities 33 01 12 Water Tightness Testing for Hydraulic Structures – NON- STANDARD 05/02/2025 33 01 30 Sewer and Manhole Testing – MODIFIED 05/02/2025 33 01 31 Closed Circuit Television (CCTV) Inspection – Sanitary Sewer – MODIFIED 05/02/2025 33 04 40 Cleaning and Acceptance Testing of Water Mains – MODIFIED 05/02/2025 33 04 10 Join Bonding and Electrical Isolation – MODIFIED 05/02/2025 33 04 50 Cleaning of Pipes – MODIFIED 05/02/2025 33 05 10 Utility Trench Excavation, Embedment, and Backfill – MODIFIED 05/02/2025 33 05 13 Frame, Cover and Grade Rings – MODIFIED 05/02/2025 33 05 17 Concrete Collars – MODIFIED 05/02/2025 33 05 26 Utility Markers/Locators – MODIFIED 05/02/2025 33 05 30 Location of Existing Utilities – MODIFIED 05/02/2025 33 11 05 Bolts, Nuts, and Gaskets – MODIFIED 05/02/2025 33 11 10 Ductile Iron Pipe – MODIFIED 05/02/2025 33 11 11 Ductile Iron Fittings – MODIFIED 05/02/2025 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe – MODIFIED 05/02/2025 33 12 20 Resilient Seated Gate Valve – MODIFIED 05/02/2025 33 12 25 Connection to Existing Water Mains – MODIFIED 05/02/2025 33 12 40 Fire Hydrants – MODIFIED 05/02/2025 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers – MODIFIED 05/02/2025 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains – MODIFIED 05/02/2025 33 39 10 Cast-in-Place Concrete Manholes – MODIFIED 05/02/2025 33 39 20 Precast Concrete Manholes – MODIFIED 05/02/2025 33 39 21 Polymer Concrete Manholes – NON-STANDARD 05/02/2025 33 39 60 Liners for Sanitary Sewer Structures – MODIFIED 05/02/2025 Division 34 – Transportation 34 71 13 Traffic Control – MODIFIED 05/02/2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATOIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised June 7, 2024 Division 40 - Process Interconnections 40 05 00 Lift Station Accessories – NON-STANDARD 05/02/2025 40 05 62 Plug Valves 05/02/2025 40 05 97 Identification for Process Piping and Equipment 05/02/2025 40 06 65 Swing Check Valves – NON-STANDARD 05/02/2025 40 61 00 Process Control Systems General Provisions – NON- STANDARD 05/02/2025 40 61 96 Process Control Descriptions – NON-STANDARD 05/02/2025 40 63 00 Programmable Logic Controller – NON-STANDARD 05/02/2025 40 66 00 Communications Interface Equipment – NON-STANDARD 05/02/2025 40 67 00 Process Control Systems Control Panels – NON-STANDARD 05/02/2025 40 68 60 Application Services – NON-STANDARD 05/02/2025 40 70 50 Instrument Support Hardware – NON-STANDARD 05/02/2025 40 71 00 Flow Measurement Devices – NON-STANDARD 05/02/2025 40 72 00 Level Measurement Devices – NON-STANDARD 05/02/2025 40 73 00 Pressure Instruments – NON-STANDARD 05/02/2025 40 74 00 Temperature Instruments – NON-STANDARD 05/02/2025 40 78 00 Panel Mounted Control Devices – NON-STANDARD 05/02/2025 40 80 00 Process Control Systems Testing – NON-STANDARD 05/02/2025 Division 43 - Process Gas and Liquid Handling, Purification, and Storage Equipment 43 25 00 Submersible Sewage Pumps – NON-STANDARD 05/02/2025 Division 44 – Pollution and Waste Control Equipment 44 31 16 Activated Carbon Scrubber – NON-STANDARD 05/02/2025 Division 46 - Water and Wastewater Equipment 46 41 00 Air Powered Wetwell Mixers – NON-STANDARD 05/02/2025 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements END OF SECTION DATE:Tuesday, August 26, 2025 REFERENCE NO.: **M&C 25-0800 LOG NAME: 60SILVERCREEKLS-ACADIAANDKHAA2 SUBJECT: (CD 7) Authorize Execution of a Contract with Acadia Services, LLC in the Amount of $10,969,853.00 for Construction of the Silver Creek Lift Station, Force Main and Gravity Main, Part 1, Authorize Execution of Amendment No. 2, in the Amount of $502,488.00, to an Engineering Agreement with Kimley-Horn and Associates, Inc. for the Silver Creek Lift Station, Force Main and Gravity Main, Part 1 Project, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinance to Effect a Portion of Water’s Contribution to the Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with Acadia Services, LLC in the amount of $10,969,853.00 for construction of the Silver Creek Lift Station, Force Main and Gravity Main, Part 1 project; 2. Authorize execution of Amendment No. 2 to City Secretary Contract No. 59809, an Engineering Agreement with Kimley-Horn and Associates, Inc., in the amount of $502,488.00, for construction support services for the Silver Creek Lift Station, Force Main and Gravity Main project for a revised contract amount of $2,467,088.00; 3. Adopt the attached Resolution expressing official intent to reimburse expenditures with proceeds from future debt for the Silver Creek Lift Station, Force Main and Gravity Main project; and 4. Adopt the attached appropriation ordinance adjusting appropriations in the Water & Sewer Commercial Paper Fund by increasing appropriations in the Silver Creek Lift Station, Force Main and Gravity Main (City Project No. 104489) in the amount of $12,107,026.00 and decreasing appropriations in the Water & Sewer Commercial Paper project (City Project No. UCMLPR) by the same amount, to effect a portion of Water’s contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: On June 27, 2023, Mayor and Council Communication (M&C) 23-0529, the City Council authorized an engineering agreement in the amount of $1,659,200.00 with Kimley-Horn and Associates, Inc., (City Secretary Contract No. 59809) for the Silver Creek Lift Station, Force Main, and Gravity Main project. The agreement was subsequently revised by Amendment No. 1 in the amount of $ 305,400.00, authorized December 10, 2024 (M&C 24-1135) that primarily provided design for two inverted siphons that are necessary on the project and design for a 16-inch water main that will connect a developer proposed water main on the north end of the water main to an existing City-owned 16-inch water main near the Silver Creek/Heron Drive intersection and the preparation of a bid package to separate the original project into two parts for construction. Amendment No. 2 provides for construction management, resident project representative, and construction support services including shop drawings, submittal reviews, change order review, and record drawings. Construction of the Silver Creek Lift Station project was advertised for bid on June 4, 2025, and June 11, 2025, in the Fort Worth Star-Telegram. On July 10, 2025, the following bids were received: Bidder Amount Contract Time Acadia Services, LLC $10,969,853.00 550 Calendar Days Fort Worth Civil Constructors, LLC $11,043,182.00 City of Fort Worth, Texas Mayor and Council Communication In addition to the contract cost, $360,439.00 is required for project management, material testing and inspection and $274,246.00 is provided for project contingency. This project will have no impact on the Water Department's operating budget when completed. Available cash within the Water and Sewer portfolio and the City’s portfolio along with the appropriation authority authorized under Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City’s portfolio in accordance with the attached Reimbursement Resolution. Under federal law, debt must be issued within approximately three years in order for these expenses to be reimbursable. Adoption of the attached resolution does not obligate the City to sell bonds, but preserves the ability of the City to reimburse itself from tax-exempt bond proceeds. It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. Funding is budgeted in the Commercial Paper project within the W&S Commercial Paper Fund for the purpose of funding of the Silver Creek LS/FM/GM project. Funding for the Silver Creek Lift Station, Force Main and Gravity Main are depicted below: Fund Existing Appropriations Additional Appropriations Project Total* 56022 - W&S Rev Bonds Series 2024 $2,838,118.00 $0.00 $2,838,118.00 56026 – W&S Commercial Paper $0.00 $12,107,026.00 $12,107,026.00 Project Total $2,838,118.00 $12,107,026.00 $14,945,144.00 *Numbers rounded for presentation purposes. The project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the Commercial Paper project within the W&S Commercial Paper Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Commercial Paper Fund for the Silver Creek LS/FM/GM project to support the above recommendations and execution of the contract and amendment. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. TO Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount FROM Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount Jesica McEachern (5804) Chris Harder (5020) FUND IDENTIFIERS (FIDs): CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Bijay Upreti (8909)Additional Information Contact: ATTACHMENTS 1. 60SILVERCREEKLS-ACADIAANDKHAA2 funds avail.docx (CFW Internal) 2. 60SILVERCREEKLS-ARCADIAANDKHAA2 FID Table (WCF 08.06.25).xlsx (CFW Internal) 3. 60SILVERCREEKLS-ARCADIAANDKHAA2.pdf (Public) 4. Commercial Paper Balance as of 07.24.25.xlsx (CFW Internal) 5. Form 1295 Certificate 101401458 - Acadia.pdf (CFW Internal) 6. Form 1295 KHA.pdf (CFW Internal) 7. ORD.APP_60SILVERCREEKLS-ACADIAANDKHAA2_56026_AO25(r4).docx (Public) 8. PBS CPN 104489.pdf (CFW Internal) 9. Res.60SILVERCREEKLS-ARCADIAANDKHAA2.docx (Public) 10. SAM.gov search Acadia Services.docx (CFW Internal) 11. SAM.gov search KHA.pdf (CFW Internal) 60SILVERCREEKLS-ARCADIAANDKHAA2 FID Table Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer 1-4 56026 0600430 UCMLPR 2025 ($12,107,026.00) 1-4 56026 0700430 104489 2025 $12,107,026.00 Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer 4 56026 0700430 5110101 104489 001780 9999 $89,953.00 Water Staff Costs 4 56026 0700430 5550102 104489 001780 9999 $4,000.00 Public Outreach 2 56026 0700430 5330500 104489 001730 9999 $502,488.00 Pay to Engineering Company 1 56026 0700430 5740010 104489 001780 9999 $10,969,853.00 Pay to Contractor 4 56026 0700430 5740010 104489 001780 9999 $274,246.00 Contract Contingency 4 56026 0700430 5330500 104489 001784 9999 $67,465.00 Soil Lab Consultant 4 56026 0700430 5310350 104489 001784 9999 $19,115.00 Soil Lab TPW Staff Cost 4 56026 0700430 5110101 104489 001785 9999 $179,906.00 Water Inspection Staff FIDs (Budget) FIDs (Actual) FIDs (REVENUE or EXPENSE - No KK or GL Entries Needed) 00 05 10 - 1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 SECTION 00 05 10 1 MAYOR AND COUNCIL COMMUNICATION (M&C) 2 3 4 5 [Assembler: For Contract Document execution, remove this page and replace with the approved 6 M&C for the award of the project. M&C insert shall be on blue paper.] 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION 24 ADDENDU�I NO. 1 CONTRACTOR QUESTIONS 1. Please provide Engineer's estimate rcznge: • The estimatecl cost for this pr•ojec•t is bet�veen $10 Milliora and $12 Million 2. Can czdditionnl Process Contr•ol Systems Integrators be perrnittecl for this pr•oject (See Section 40 61 00, Pczrt 1.5)? • No, only those inte,;rators incficc�ted ira this Section shall be pe�mitted for tlzis project. 3. The links in 00 21 13 Seclion 31.1 clon't' seem to be tivorking. Could you please provided zipc�atec� links, or provide the cloci�rnents that they shoulcl be YefeYencing? • Speeification 00 21 13 has been revisec� cznd is inclt�cled in t{iis Addenc�un2. 4. Please provicte Specification 26 27 13 — Power Metering and Protective Relcays • Specification is included in this Acic�eridurn. S. Can alternative concrete liningsystems be perrnitCec�for the wetwell interior? • Nq only those rnnteric�ls indicated in the Contrczct Docurner�ts nre perrnittecl. 6. What car�e the anticipntecl awarcl czncl notice to proceed dates? • Aw�ird Dc�te: Septemher 2025 • Notice to Proceecl Date: October 2025 All other terms and conditions remain unchanged. j 06/23/2025 TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT .................................................................................... By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: �CG<- �r ,G� J�i� I�/ � S �G SIGNATURE: NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. ADDENDUVI NO. 1 ADDENDU�I NO. 2 CONTRACTOR pUESTIONS 1. Will additional pump vendors be considered for this project? • No, only the p�imps included in the bid documents are acceptable for this project. Please confirm the requirement as stated in Specification 40 68 60 I.1.B that the ASP is to contract with HSQ for the HMI and RTU programming ou this project. If HSQ is not required please provide specifications for hardware rec�uired for Ignition integration. HSQ hardware and integration requirements �vill be removed and replaced with requirements for I�nition inte�ration. Refer to forthcoming Addendum No. 3 for modifications to plans and specifications. All other terms and conditions remain unchanged. /d �i1.6�� 07/01 /2025 TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT .................................................................................... By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY N� SIGNATURE: NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. ADDENDUNI NO. 2 ADDENDUM NO. 3 2. SHEET NS — DELETE Sheet NS and REPLACE with Sheet NSA as attached. CONTRACTOR QUESTIONS 1. �Vill there be a desi�nated space for storage of equipment, m�lterials, and vehicles �ised d�irinQ the constniction project? Will space be made available outside the proposed fence line? � • Yes. The successfiil bidder will be permitted to utilize an approximately 1.7 Acre area on City of Fort Worth o�vned unvegetated area across the street from the proposed lift station site (see exhibit attached and referenced above. All other terms and conditions remain unchanged. %� ���� 07/03/2025 TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT .................................................................................... By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY N� SIGNATURE: NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. ADDENDUVI NO. 3 ADDENDUM NO. 3 CITY OF FORT WORTH WATER DEPARTl�'IENT SILVER CREEK LIFT STATION City Project No. 104489-3 Addendum No. 4 Issue Date: July 8, 2025 Bid Opening Date: July 10, 2025 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Ackno�vledDe receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. CONTRACTOR OUESTIONS As thc ercavation for wet well exceeds beyond 20 feet deep and 20 feet wide in at least one direction, do we need to get an engineered slope protection? Will the given 1H:2V slopc will suffice7 Can a Contractor dig 1 H:1 V Slope on one side for access for equipment, dewatering etc? Nlinimt«ri extent of backfill zone as iclentifiec� in the structural sheets is oyaly intendecl to indicc�te the mczxima�rn slope per�rnissible for excavation �and impo��tecl bczckfill. Contractor• rriczy opt to exeavcate czt a s6iallotiver• slope. Note thczt regaYdless of�Contraetor's c�r�tieipate�l shoring rrietho�ls, Contractor shc�ll be reguired to eng�age c� licerisecl professionnl engineef� in the state of Texczs to pr-epar•e a site specific excavcztion snfety system in accoy�c�ance tivith Sectiori 33 OS 1 D— Utiliry Trench Excavation, Embeclment, c�nd Bac�ll. Can you please confirnl if there are any Build America B�ry America(n)/Domestic Product Requirements on this project? • There are no B��ild flmerica Buy ��neric�a(n)/Dorriestic pr�oduct �equirernents for• this project. All other terms and conditions remain unchanged. /� ���e� 07/07/2025 TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT .................................................................................... By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: �cD� d� � SP/'di <`� S LG� SIGNATURE: NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. ADDENDUNI NO. 4 00 05 15 - 1 ADDENDA Page 1 of 1 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 SECTION 00 05 15 1 ADDENDA 2 3 4 5 [Assembler: For Contract Document execution, remove this page and replace with any addenda 6 issued during bidding.] 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION 24 00 11 13 INVITATION TO BIDDERS Page 1 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104489-3 Revised 2/08/24 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of SILVER CREEK LIFT STATION (“Project”) will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities , under the respective Project until 2:00 P.M. CST, Thursday, JULY 10, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM at New City Hall (NCH); Room MZ10_12, 100 Fort Worth Trail, Fort Worth, TX 76102. Bidders shall also e-mail the completed Business Equity forms to the City Project Manager no later than 1:30PM on the third City Business day after the bid opening date, exclusive of the bid opening dated. Your submissions must be uploaded, finalized and submitted prior to the Project’s posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non-responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. 00 11 13 INVITATION TO BIDDERS Page 2 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104489-3 Revised 2/08/24 SUPPORT For technical questions, visit Bonfire’s help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] – Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: • 10 MGD (firm capacity) wastewater lift station and associated piping, appurtenances, structures, electrical building, and electrical SCADA improvements. PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the Section 3 of 00 21 13 – INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting “yes” under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. PREBID CONFERENCE – Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: June 24, 2025 TIME: 10:00 am Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. 00 11 13 INVITATION TO BIDDERS Page 3 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104489-3 Revised 2/08/24 CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES List first date for advertisement: June 4, 2025 List second date for advertisement: June 11, 2025 END OF SECTION 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104489-3 Revised/Updated 1/17/24 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making electronic Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre-qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104489-3 Revised/Updated 1/17/24 3.1.1. Paving – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving %20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ UIREMENTS%20FOR%20PAVING%20CONTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Roadwa y%20and%20Pedestrian%20Lighting%20Prequalification%20Program/STREET% 20LIGHT%20PREQUAL%20REQMNTS.pdf 3.1.3. Water and Sanitary Sewer – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/Water%20and%2 0Sanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre qual%20requirements.pdf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City’s assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: 00 21 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104489-3 Revised/Updated 1/17/24 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.7. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima-facie evidence that the Bidder has made the investigations, examinations and tests herein required. 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104489-3 Revised/Updated 1/17/24 4.1.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.1.9. Indicate their intent to bid by selecting “yes” in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 4.2. Reference is made to Section 00 73 00 – Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104489-3 Revised/Updated 1/17/24 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City electrically through the Vendor Discussions section under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 00 21 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104489-3 Revised/Updated 1/17/24 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City’s Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non-responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. 00 21 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104489-3 Revised/Updated 1/17/24 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 – Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities. 00 21 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104489-3 Revised/Updated 1/17/24 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder’s relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104489-3 Revised/Updated 1/17/24 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder’s bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident’s principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. http: //www. eth i cs. state. tx. u s/fo rm s/C I Q. pd f http://www. eth ics. state.tx. us/forms/CIS. pdf ❑ ❑ 0 0 ❑ ❑ BIDDER: CIQ Form does not apply CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form does not apply CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary Acadia Services LLC 351 W Southlake Blvd Southlake, Tx. 76090 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 By: Brad Catl Signature: Title: President 1-0041 00 Bid Proposal Workbook CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICEUSEONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who pate Received has a business relationship as defined by Section 176.001(i-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity. � z ❑Check this box if you are filing an pdate to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. me of Officer 4 Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment incorne, from the vendor? � Yes � No B. Is the vendor receiving or likely to receive taxable income, other than investment ir�come, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? � Yes � No 5 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. 6 ❑ Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 c �-� ��l 7 0 Name of signatory e Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 8/14/2024 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code § 176.001(1-a): "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code § 176.003(a)(2)(A) and (B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: ��� (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code § 176.006(a) and (a-1) (a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 8/14/2024 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: SILVER CREEK LIFT STATION City Project No.: 104489-3 Units/Sections: LIFT STATION 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SILVER CREEK LIFT STATION Revised 9/30/2021 CITY PROJECT NO. 104489-3 00 41 00 BID FORM Page 2 of 3 property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Lift Station b. c. d. e. f. 9� h. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 550 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 • b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. •c. Proposal Form, Section 00 42 43 • d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) � f. Prequalification Statement, Section 00 45 12 � g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SILVER CREEK LIFT STATION Revised 9/30/2021 CITY PROJECT NO. 104489-3 00 41 00 BID FORM Page 3 of 3 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items <use this if applicable, otherwise delete> 0 Total Base Bid <use this if applicable, otherwise delete . 0 `f�� �j�Z� �51 v'� Alternate Bid <use this if applicable, otherwise delete> �.0-9b'� Deductive Alternate<use this if applicable, otherwise Additive Alternate <use this if applicable, otherwise Total Bid $0.00 $0.00 �2,�9;�9A-.�8—' ( O � � � Z� O.S � L'—o 7. Bid Submittal This Bid is submitted on 7/10/2025 Respectfully s tted, By: � (Signature) Brad Catlett (Printed Name) by the entity named below. Receipt is acknowledged of the Initial foliowing Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Title: President Company: Acadia Services LLC Address: 351 W Southlake Blvd Southlake, Tx. 76092 Corporate Seal: State of Incorporation: Tx Email: brad@acadiabc.com Phone: 817-729-2581 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SILVER CREEK LIFT STATION Revised 9/30/2021 CITY PROJECT NO. 104489-3 00 42 43 BID PROPOSAL Page 1 of 2 1 9999.0000 30" Fiberglass Sewer Pipe, CLSM Backfill 33 31 13 LF 180 $1,250.00 $225,000.00 2 3331.4322 24" DIP Sewer, CSS Backfill 33 11 10 LF 10 $1,050.00 $10,500.00 3 3331.4306 20" DIP Sewer, CSS Backfill 33 11 10 LF 190 $650.00 $123,500.00 4 3311.0141 6" Water Pipe 33 11 10, 33 11 12 LF 126 $135.00 $17,010.00 5 3312.3008 20" Gate Valve w/ Vault 33 12 20 EA 2 $45,760.00 $91,520.00 6 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TN 4 $18,565.00 $74,260.00 7 3339.2001 Meter Vault 33 39 20 LS 1 $94,186.00 $94,186.00 8 9999.0001 6' Polymer Concrete Manhole 33 39 21 EA 1 $61,442.00 $61,442.00 9 3339.1203 6' Extra Depth Polymer Concrete Manhole 33 39 21 VF 10 $163.00 $1,630.00 10 3312.3002 6" Gate Valve 33 12 20 EA 2 $2,417.00 $4,834.00 11 3312.0001 Fire Hydrant 33 12 40 EA 1 $8,900.00 $8,900.00 12 3305.0109 Trench Safety 33 05 10 LS 1 $83,265.00 $83,265.00 13 3312.0106 Connection to Existing 16" Water Main 33 12 25 EA 1 $1,264.00 $1,264.00 14 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 2 $25,000.00 $50,000.00 15 0171.0101 Construction Staking 01 71 23 LS 1 $21,000.00 $21,000.00 16 0171.0102 As-Built Survey 01 71 23 LS 1 $10,000.00 $10,000.00 17 3301.0002 Post-CCTV Inspection 33 01 31 LF 506 $7.00 $3,542.00 18 9999.0002 Lift Station Wetwell and Valve Vault: Including but not limited to cast-in-place wetwell and valve vault, ductile iron discharge piping and fittings, pump base elbows, hatches, valves and appurtenances, wetwell and valve vault lining systems, and any other improvements not specifically identified in the other lump sum items, including all equipment, labor, materials, and services required in accordance with the Contract Documents, Drawings, and specifications for the completion of the Work. Various LS 1 $3,300,000.00 $3,300,000.00 19 9999.0003 Non-Clog Submersible Sewage Pump 43 20 00 EA 3 $550,000.00 $1,650,000.00 20 9999.0004 Site Improvements: Including but not limited to site clearing, site grading, paving and pavement repair, fencing and gates, equipment pads, traffic control, erosion control and preparation of SWPPP, revegetation of disturbed areas, and including all equipment, materials, labor and services required in accordance with the Contract Documents, Drawings, and specification for the completion of the Work Various LS 1 $290,000.00 $290,000.00 21 9999.0005 Odor Control: Including but not limited to activated carbon absorber vessel and system, odor control duct, fans, and various appurtenances, and including all equipment, materials, labor and services required in accordance with the Contract Documents, Drawings, and specification for the completion of the Work. 44 31 16 LS 1 $248,000.00 $248,000.00 SECTION 00 42 43 PROPOSAL FORM Bidder's Proposal Description Bid Quantity Unit Price Bid Value Project Item Information UNIT PRICE BID Bidder's Application Specification Section No. Unit of Measure Bidlist Item No. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 00 42 43 BID PROPOSAL Page 2 of 2 SECTION 00 42 43 PROPOSAL FORM Bidder's Proposal Description Bid Quantity Unit Price Bid Value Project Item Information UNIT PRICE BID Bidder's Application Specification Section No. Unit of Measure Bidlist Item No. 22 9999.0006 Site Electrical, Instrumentation, and Controls: Including but not limited ot procurement and installation of all propposed electrical, instrumentation, and controls equipment, SCADA equipment, electromagnetic flow meter, level, pressure and temperature instruements, conduit, groudning and lightning protection, switchboard and automatic transfer switch, variable frequency drives, standby generator, connection to electric utility, and site lighting, including all equipment, materials, labor and services required in accordance with the Contract Documents, Drawings, and specifications for the completion of the Work. Various LS 1 $3,980,000.00 $3,980,000.00 23 9999.0007 Electrical Building: Including but not limited to building foundation, walls, roof, doors, roofing, roof drainage equipment, fire extinguishers, paint finishes, and heating and ventilation system, including all equipment, materials, labor and services required in accordance with the Contract Documents, Drawings, and specifications for the completion of the Work. Various LS 1 $400,000.00 $400,000.00 24 9999.0008 Project Allowance 00 72 00 LS 1 $220,000.00 $220,000.00 25 9999.0009 Oncor Electirc Delivery Company Allowance 00 72 00 LS 1 $22,204.00 $22,204.00 $10,992,057.00 END OF SECTION Total Bid CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 00 43 13 BID BOND Page t of 2 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, Acadia Services. LLC , known as "Bidder" herein and �";�i ;ns+u<,r;c� C��<<;��=3ny a corporate surety duly authorized to do business in the �tate of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, adminisErators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as SlLVER CREEK LIFT STATION 104A89-3 NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project t� the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the properry of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the lOth day of July , 2025. AT � �— W' ess as to Principal CITY OF FORT WORTH STANDARD CONSTRUGTION SPECIFICATION DOCUMENTS Revised 9/30/2021 PRINCIPAL: Acadia Services LLC BY ,� Signature �ix�,/ ���� •��f�Y a.u`� �Name and Titie SILVER CREEK LIFT STATION CITY PROJECT N0. 104489-3 00 43 13 B�D BOND Page 2 of 2 ti o---� Witne s ta Surety aitlyn Tarango Attach Power of Attorney (Surety) for Attorney-in-Fact Address: 351 W Southlake Blvd Southlake, TX 76092 S U RETY: FCCI Insurance Company BY: ��.G ll/C-U��'li' �� � - Signature � SRAL � � BaiLee Islas, Attorney-in-Fact -.. -- Name and Title Address: 6300 Universiry Parkway Sarasota, FL 34240-8424 Telephone Number: (254)749-0597 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awa rded. END OF SECTION ciry oF FORr woRrH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SILVER CREEK LIFT STATION Revised 9/30l2021 CITY PROJECT NO. 104489-3 �-�"'��w"'�. Fcc I� �.�� �� „� , r,xour GENERAL POWER OF ATTORNEY Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under the laws of the State of Florida (tfie "Corporation") does make, constitute and appoint: Allen Bale; Chris Brower; Dana Mickey; Dane Bubela; Daniel Cokenour; Ericka Hamman; Nikki Adams; Greg Wilkerson; Jason Nobles; Jennifer Upton; Margery Hall; Parker Hamilton; Samantha Kato; Eyvoune Cantu; BaiLee Islas; Raul Barberena, Jr. Each, its true and lawful Attorney-In-Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and unde�takings provided that no bond or undertaking or contract of suretyship executed under this authority shail exceed the sum of (not to exceed $30,000,000.00): $30,000,000.00 This Power of Attorney is made and executed by authorify of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of fhe Company necessary to effect such transaction. The signatures below and the seaE of the Corporation may be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. In witness whereof, the FCCI Insurance Company has caused these presents to be signed by its duly authorized officers and its corporate Seal to be hereunto affixed, this 23rd day of Jul , 2020 . +� ' JRA.,.J..t,C � AIIBSt. �l�� OV. l��i���-� ,',�y'�µp�AqrO'�,o:� � � i-�'i`.c7"_. �' `, 9 : Christina D. Welch, President :'�:' ` z= Christopher Shoucair, FCCI Insurance Company �� S��,L ��� EVP, CFO, Treasurer, Secretary ` .�,oq�oP;�. ,> FCCI lnsurance Company State of Florida ""' County of Sarasota Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 2/27/2027 State of Florida County of Sarasota ,> r. `- sL:: ���:;�t. PEG(iY.�NNOW -2l.c�-d �-�� - • = conn�rw,�►x��6 Notary Public �an�' E�F+biva�Y27.�7 Before me this day personally appeared Christopher Shoucair, who is personally known to me and who executed the foregoing document for the purposes expressed therein. �,:_ � � My commission expires: 2/27/2027 �� �;,�,��� �� J� �� �1, r� ���n � Notary Public CERTIFICATE I, the undersigned Secretary of FCCI Insurance Campany, a Florida Corporation, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 27, 2020 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. � Dated this 10th day of �u�Y 2025 . ^-; '��'�: � £- $EA3. " r ��J�s-- �` '��"' ' Christopher Shoucair, EVP, CFO, Treasurer, Secretary '�:w�^�-.�. FCCI Insurance Company 1-IONA-35B2-NA-04, 7/2021 IMPORTANT NOTICE To obtain information or make a complaint: You may call FCCI Insurance Group's (FCCI)* toll-free telephone number for information or to make a complaint at 1-800-226-3224. You may also write to FCCI Insurance Group Compliance Department e-mail at StateComplaints�a fcci-group.com. For Claims, you may write to FCCI Insurance Group Claim Department e-mail at newclaim(c�fcci-qroup.com. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance: PO Box 149104 Austin TX 78714-9104 Fax: 1-512-490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtections(cc�tdi.texas.qov PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact FCCI first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information oniy and does not become a part or condition of the attached documents. 'The FCCI Insurance Group includes the fofiowing insurance carriers: BrieRield Insurance Company, FCCI Advantage Insurance Company, FCCI Commercial Insurance Company, FCCI Insurance Company, Monroe Guaranty Insurance Company, and National Trust Insurance Company. 1-BD-TX-21690-N7P-07 15 Page 1 of 1 Copyright 2015 FCCI Insurance Group. 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresidenYs principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of State Here or Blank, our principal place of business, are required to be % Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State ofState Here or Blank, our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. � BIDDER: Acadia Services LLC 351 W Southlake Blvd By: Brad Catlett (Signature) Southlake, Tx. 76092 Title: President Date: 7/10/2025 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised August 13, 2021 SECTION 00 45 11 1 BIDDERS PREQUALIFICATIONS 2 3 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 4 have applied for prequalification by the City for the work types requiring prequalification 5 prior to submitting bids. To be considered for award of contract the Bidder must submit 6 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 7 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 8 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 9 the requirements below. The information must be submitted seven (7) days prior to the 10 date of the opening of bids. Subcontractors must follow the same timelines as contractors 11 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 12 the time bids are opened and reviewed may cause the bid to be rejected. 13 14 The prequalification process will establish a bid limit based on a technical evaluation and 15 financial analysis of the contractor. For example, a contractor wishing to submit bids on 16 projects to be opened on the 7th of April must file the information by the 31st day of March 17 in order to be eligible to work on these projects. In order to facilitate the approval of a 18 Bidder’s Prequalification Application, the following must accompany the submission. 19 a. A complete set of audited or reviewed financial statements. 20 (1) Classified Balance Sheet 21 (2) Income Statement 22 (3) Statement of Cash Flows 23 (4) Statement of Retained Earnings 24 (5) Notes to the Financial Statements, if any 25 b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles 26 of Incorporation, Articles of Organization, Certificate of Formation, LLC 27 Regulations, Certificate of Limited Partnership Agreement). 28 c. A completed Bidder Prequalification Application. 29 (1) The firm’s Texas Taxpayer Identification Number as issued by the Texas 30 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 31 number visit the Texas Comptroller of Public Accounts online at the 32 following web address www.window.state.tx.us/taxpermit/ and fill out the 33 application to apply for your Texas tax ID. 34 (2) The firm’s e-mail address and fax number. 35 (3) The firm’s DUNS number as issued by Dun & Bradstreet. This number 36 is used by the City for required reporting on Federal Aid projects. The DUNS 37 number may be obtained at www.dnb.com. 38 d. Resumes reflecting the construction experience of the principles of the firm for firms 39 submitting their initial prequalification. These resumes should include the size and 40 scope of the work performed. 41 e. Other information as requested by the City. 42 43 2. Prequalification Requirements 44 a. Financial Statements. Financial statement submission must be provided in 45 accordance with the following: 46 (1) The City requires that the original Financial Statement or a certified copy 47 be submitted for consideration. 48 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised August 13, 2021 (2) To be satisfactory, the financial statements must be audited or reviewed 1 by an independent, certified public accounting firm registered and in 2 good standing in any state. Current Texas statues also require that 3 accounting firms performing audits or reviews on business entities within 4 the State of Texas be properly licensed or registered with the Texas State 5 Board of Public Accountancy. 6 (3) The accounting firm should state in the audit report or review whether 7 the contractor is an individual, corporation, or limited liability company. 8 (4) Financial Statements must be presented in U.S. dollars at the current rate 9 of exchange of the Balance Sheet date. 10 (5) The City will not recognize any certified public accountant as 11 independent who is not, in fact, independent. 12 (6) The accountant’s opinion on the financial statements of the contracting 13 company should state that the audit or review has been conducted in 14 accordance with auditing standards generally accepted in the United 15 States of America. This must be stated in the accounting firm’s opinion. 16 It should: (1) express an unqualified opinion, or (2) express a qualified 17 opinion on the statements taken as a whole. 18 (7) The City reserves the right to require a new statement at any time. 19 (8) The financial statement must be prepared as of the last day of any month, 20 not more than one year old and must be on file with the City 16 months 21 thereafter, in accordance with Paragraph 1. 22 (9) The City will determine a contractor’s bidding capacity for the purposes 23 of awarding contracts. Bidding capacity is determined by multiplying the 24 positive net working capital (working capital = current assets – current 25 liabilities) by a factor of 10. Only those statements reflecting a positive 26 net working capital position will be considered satisfactory for 27 prequalification purposes. 28 (10) In the case that a bidding date falls within the time a new financial 29 statement is being prepared, the previous statement shall be updated with 30 proper verification. 31 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 32 submitted along with audited or reviewed financial statements by firms wishing to be 33 eligible to bid on all classes of construction and maintenance projects. Incomplete 34 Applications will be rejected. 35 (1) In those schedules where there is nothing to report, the notation of 36 “None” or “N/A” should be inserted. 37 (2) A minimum of five (5) references of related work must be provided. 38 (3) Submission of an equipment schedule which indicates equipment under 39 the control of the Contractor and which is related to the type of work for 40 which the Contactor is seeking prequalification. The schedule must 41 include the manufacturer, model and general common description of 42 each piece of equipment. Abbreviations or means of describing 43 equipment other than provided above will not be accepted. 44 45 3. Eligibility for Award of Contract 46 a. The City shall be the sole judge as to a contractor’s prequalification. 47 b. The City may reject, suspend, or modify any prequalification for failure by the 48 contractor to demonstrate acceptable financial ability or performance. 49 c. The City will issue a letter as to the status of the prequalification approval. 50 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised August 13, 2021 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 1 perform the prequalified work types until the expiration date stated in the letter. 2 3 4 5 6 7 END OF SECTION 8 9 0o as � z PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Lift Station ACADIA SERVICES 4/30/2026 0 BCAC UNDERGROUND, LLC 4/30/2026 0 0 0 0 0 0 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Acadia Services LLC 351 W Southlake Blvd 0 Southlake. Tx. 76092 By: Br ett (Signature) Title: President Date: d Z � END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SILVER CREEK LIFT STATION Revised 09/30/2021 CITY PROJECT NO. 104489-3 SECTION 00 45 13 PREQUALIFICATION APPLICATION Date of Balance Sheet , Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code ( ) ( ) Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category – Water Department Water/sewer Work Category – TPW Paving Work Category – TPW Ped/Rdwy Lighting john.kasavich@FortWorthTexas.gov Alicia.Garcia@fortworthtexas.gov clint.hoover@fortworthtexas.gov Fort Worth Water Department Engineering and Fiscal Services Division 200 Texas St. Fort Worth, TX 76102 City of Fort Worth Transportation and Public Works Dept, 8851 Camp Bowie West Blvd. Fort Worth, Texas 76116 Attn: Alicia Garcia City of Fort Worth TPW Transportation Management Attn: Clint Hoover, P.E. 5001 James Ave. Fort Worth, TX76115 *Financial Statements must be mailed. Mark the envelope: “Bidder Prequalification Application” Name under which you wish to qualify 00 45 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised August 13, 2021 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable – Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling – 36-Inches – 60 –inches, and 350 LF or less Tunneling - 36-Inches – 60 –inches, and greater than 350 LF Tunneling – 66” and greater, 350 LF and greater Tunneling – 66” and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches – 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller 00 45 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised August 13, 2021 MAJOR WORK CATEGORIES, CONTINUED CCTV, 42-inches and smaller CCTV, 48-inches and smaller Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Lift Stations Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only concrete paving 00 45 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised August 13, 2021 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY-COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. 00 45 13 - 5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised August 13, 2021 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. 00 45 13 - 6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised August 13, 2021 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners (if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers (with titles, if any) Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. 00 45 13 - 7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised August 13, 2021 14. Equipment $_______________ TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL 00 45 13 - 8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised August 13, 2021 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. _______________________________________________, being duly sworn, deposes and says that he/she is the __________________________________ of ___________________________, the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. 0o as z� - i CONTRACTOIt COMPLIANC� WITH WORKER'S COMPENSATION LAW Page 1 of 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 S�CTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Piusuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides �vorker's compensation insurance coverage for all of its employees employed on City Project No. 104489-3. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Acadia Seivices, LLC By: Brad Catlett Company Print) 351 W Southlake BLVD Signature: Address Southlake, TX 76092 Title: President City/State/Zip (Please Print) THE STATE OF TEXAS COUNTY OFTARRANT 0 r� BEFORE ME, the undersigned authority, on this day pei•sonally appeared Brad Catlett, known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Acadia Services, LLC for the purposes and consideration therein expi•esseci and in the capacity therein stated. GIVEN LJNDER MY HAND AND SEAL OF OFFICE this 26�' day of August, 2025. � Stephen Lae Bailantyno � * My Co7/22I2029 xplres y Notary ID136524907 � ':.,.�; Notaiy Public in and for the State of Texas END OF S�CTION CITY OF FORT VJORTH STANllAItD CONS'I'RUC'TION SPECIFICATION DOCUMENTS Revised July 1, 2011 SILVER CREEK LIPT STATION CITYPROJECTNO. ]04489-3 00 52 43 - 1 Agreement Page 1 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised December 8, 2023 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 08/26/2025, is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, (“City”), and Acadia Services, LLC, authorized to do business in Texas, acting by and through its duly authorized representative, (“Contractor”). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: SILVER CREEK LIFT STATION CITY PROJECT No. 104489-3 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Ten Million Nine Hundred Ninety Two Thousand Fifty Seven and no/100 Dollars ($10,992.057.00). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work will be substantially complete within 490 days after the date when the Contract Time commences to run as provided in Paragraph 2.02 of the General Conditions plus any extension thereof allowed in accordance with Article 12 of the General Conditions. The Work will be complete for Final Acceptance within 550 days after the date when the Contract Time commences to run as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 00 52 43 - 2 Agreement Page 2 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised December 8, 2023 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City One Thousand Two Hundred Fifty Dollars ($1,250.00) for each day that expires after the time specified in Paragraph 4.1 for Substantial Completion until the City issues the Letter of Substantial Completion in accordance with SC-14.10 of the Supplementary Conditions. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work for Final Acceptance within 60 days from the date of Substantial Completion, or any proper extension thereof granted by the City, Contractor shall pay City Seven Hundred and Seventy-Five Dollars ($775.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1.This Agreement. 2.Attachments to this Agreement: a.Bid Form 1)Proposal Form 2)Vendor Compliance to State Law Non-Resident Bidder 3)Prequalification Statement 4)State and Federal documents (project specific) b.Current Prevailing Wage Rate Table c.Insurance Certification Form (ACORD or equivalent) d.Payment Bond e.Performance Bond f.Maintenance Bond g.Power of Attorney for the Bonds h.Worker’s Compensation Affidavit i.MBE and/or SBE Utilization Form 3.General Conditions. 4.Supplementary Conditions. 5.Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents. 6.Drawings. 7.Addenda. 8.Documentation submitted by Contractor prior to Notice of Award. 9.The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: 00 52 43 - 3 Agreement Page 3 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised December 8, 2023 a.Notice to Proceed. b.Field Orders. c.Change Orders. d.Letter of Final Acceptance. Article 6. INDEMNIFICATION 1.2 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. 00 52 43 - 4 Agreement Page 4 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised December 8, 2023 The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor’s respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time-employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms “boycott Israel” and “company” shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor’s signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms “boycott energy company” and “company” have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. 00 52 43 - 5 Agreement Page 5 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised December 8, 2023 Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full -time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms “discriminate,” “firearm entity” and “firearm trade association” have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 00 52 43 - 6 Agreement Page 6 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised December 8, 2023 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR’S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third-Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third-party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or sa fety precautions. 25-0800 August 26, 2025 2 3 4 5 6 7 Bond #4410993 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 6113 PERFORMANCE BOND 006113-1 PERFORMANCE BOND Page 1 of2 § § § KNOW ALL BY THESE PRESENTS: 8 That we, Acadia Services, LLC, known as "Principal" herein and FCCI 9 Insurance Company, a corporate surety(sureties, if more than one) duly authorized to do 10 business in the State of Texas, known as "Surety" herein (whether one or more), are held and 11 firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of 12 Texas, known as "City" herein, in the penal sum of, Ten Million Nine Hundred Ninety-Two Thousand Fifty-Seven and no/100 Dollars ($10,992,057.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, finnly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the 26th day of August 2025, which Contract is hereby referred to and made a part 19 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and 20 other accessories defined by law, in the prosecution of the Work, including any Change 21 Orders, as provided for in said Contract designated as SILVER CREEK LIFT 22 STATION, CITY PROJECT NO. 104489-3 23 NOW, THEREFORE, the condition of this obligation is such that if the said 24 Principal shall faithfully perform it obligations under the Contract and shall in all respects duly 25 and faithfully perform the Work, including Change Orders, under the Contract, according 26 to the plans, specifications, and contract documents therein referred to, and as well during 27 any period of extension of the Contract that may be granted on the part of the City, then this 28 obligation shall be and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. 32 CITY OF FORT WORTH ST AND ARD CONSTRUCTION SPEClFlCA TJON DOCUMENTS Revised December 8, 2023 SIL VER CREEK LIFT ST A TION CITY PROJECT NO. 104489-3 0061 13-2 PERFORMANCE BOND Pa ge 2 of2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 26th day of August 2025. 7 8 9 10 11 12 PRINCIPAL: Acadia Services, LL C BY:~ (inature 13 ATTEST: 14 15 Brad Catlett, President Name and Title 16 (Principal) Secretary 17 18 19 20 21 Address: Acadia Services, LLC 351 W Southlake BL VD Southlake, TX 76092 22 Witnes s as to Principal 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 4 3 44 *Note: SURETY: FCCI Insurance Company Address: 6300 University Parkway Sarasota, FL 34240-8484 T e lephone Number: (254) 749-0597 Emai l Address: jmorphew@fcci-group.com If signed by an officer of the Surety Company, there must be on file a certified extract from th e by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to th e date the Contract is awarded. CITY OF FORT WORTH STL VER CREEK LTFT STA TI ON CITY PROJECT NO. I 04489-3 STANDARD CONST RU CTION SPEC IFICAT IO N DOCUMENTS Revised Decemb er 8, 2023 Bond #4410993 SECTION 00 6114 PAYMENT BOND 00 61 14-1 PAYMENT BOND Page I of2 2 3 4 5 6 THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we, Acadia Services LLC known as 6 7 "Principal" herein, and ____ F_C_C_I_In_s_u_ra_n_c_e_C_o_m~p_a~ny~--------------' a 8 corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" 9 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 10 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal 11 sum of Ten Million Nine Hundred Ninety-Two Thousand Fifty-Seven and no/100 Dollars 12 ($10,992,057.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, finnly by these 13 presents: 14 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 15 26 th day of August 2025, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as 16 SILVER CREEK LIFT STATION, CITY PROJECT NO. 104489-3. 17 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 18 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 19 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 20 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 21 force and effect. 22 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 23 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 24 accordance with the provisions of said statute. 31 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 SIL VER CREEK LIFT ST A T!ON CITY PROJECT NO. 104489-3 2 3 4 5 00 6 I 14 -2 PAYMENT BOND Pa ge 2 of2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the ==2=6=th== day of ==A=u=gt=1s=t ====' 2OQ___. ATTEST: (Principal) Secretary Witness as to Principal ATTEST: N I A (Surety) Secretary aitlyn Tarango PRINCIPAL: Acadia Services , LLC BY:~ S. 1gnature Brad Catlett, President Name and Title Address: 351 W Southlake BLVD Southlake, TX 76092 SURETY: FCCI Insurance Company /;~}~;it;?!, i\ B • f i;![ SEAL ;;\ \ ... ::)i~:s:::::'..,,/ Jenni er Upton, Attorney-in-Fact Name and Title Address: 6300 University Parkway Sarasota, FL 34240-8484 Telephone Number: (254) 749-0597 Email Address: jmorphew@fcci-group .com 6 Note: If signed by an officer of the Surety , there must be on file a ce1tified extract from the bylaws 7 showing that this person has authority to sign such obligation. If Surety's physical address is 8 different from its mailing address , both must be provided. 9 IO The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION 12 C ITY OF FORT WORTH ST AN DA RD CONSTRU CTION SPEC IFI C ATION DOCU M ENTS R ev ised Decemb e r 8, 2023 SIL VER C REEK LIFT ST A TJO N CITY PROJE CT NO . 104489 -3 2 3 4 5 6 7 Bond #4410993 THE ST ATE OF TEXAS COUNTY OF TARRANT SECTION 00 61 19 MAINTENANCE BOND 00 6119 - l MAINTENANCE BOND Page I of3 § § § KNOW ALL BY THESE PRESENTS: 8 That we Acadia Services, LLC, known as "Principal" herein and FCCI Ipsurapce 9 Compapy. a corporate surety (sureties, if more than one) duly authorized to do business in the 10 State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto 11 the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of 12 Texas, known as "City" herein, in the sum of Ten Million Nine Hundred Ninety-Two Thousand 13 Fifty-Seven and no/100 Dollars ($10,992,057), lawful money of the United States, to be paid 14 in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the 15 City and its successors, we bind ourselves, our heirs, executors, administrators, successors and 16 assigns, jointly and severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 The 26th day of August, 2025, which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order ( collectively herein, the "Work") as provided for in said contract 20 21 25 and designated as SILVER CREEK LIFT STATION, CITY PROJECT NO. 104489-3; and 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two (2) years 29 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 30 3 I Wl:(EREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 32 receiving notice from the City of the need therefor at any time within the Maintenance Period. 33 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 SIL VER CREEK LIFT ST A TION CITY PROJECT NO. 104489-3 00 61 19 -2 MAINTENANCE BOND Page 2 of3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 2 any defective Work, for which timely notice was provided by City, to a completion satisfactory to 3 the City, then this obligation shall become null and void; otherwise to remain in full force and 4 effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to be 8 repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the 9 Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 16 recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 SIL VER CREEK LIFT ST A TION CITY PROJECT NO. 104489-3 00 G 1 19 -3 MAINTENANCE BOND Pa ge 3 of3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 in strum e nt by duly authorized agents and officers on this the 26th day of August, 2025. 4 5 6 7 8 9 10 11 12 13 ATTEST: 14 (Principal) Secretary 15 16 17 18 19 20 Witness as to Principal 21 22 23 24 25 26 27 28 29 ATTEST: 30 31 N IA 32 33 34 0-- 35 1tlyn Tarango PRINCIPAL: Acadia Services, LLC BY:~ Signature Brad Catlett, President Name and Titl e Add Ac adia Services, LLC ress: ___________ _ 351 W South lake BL VD Southlake, TX 76092 SURETY: FCCI Insurance Company Address: 6300 University Parkway Sarasota, FL 34240-8484 Telephon e Number: (254) 749-0597 Email Address: jmorphew@fcci-group.com 36 37 38 39 40 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person ha s authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. 42 CITY OF FORT WORTH STANDARD CONST RU CTION SPECIF ICATION DO CU M ENTS Revised Decemb er 8, 202 3 S fL VER CREEK LIFT ST A TION CITY PROJE CT NO. 104489-3 ��� �� i:�s��3snvct� c;xc�u r GENERAL P�WER OF ATTflRNEY �tnow ail men by these presents: 7hat the �CCI lnsurance Campany, a Carporafion organized and exis#ing under the laws of the 5fate af Fiarida {the "Corparation"} daes make, constitute and appoint: AIlen Bale; Chris Brower; ❑ana Mickey; bane Buhela; l7aniel Cakenpur; Ericka Hamman; iJikki Adams; Greg Wilkerson; Jason IJo�les; Jer�nifer Upton; Margery Hal4; Parker Hamiltpn; Samantha Kato; Ey�oune Cai�tu; BaiLee Islas; Raul Barberena, Jr. �ach, its #rue and lawful Attorney-In-Fa�t, ta make, exec�te, seal and deliver, for and on its hehalf as surety, and as its act and deed in ail bonds and undertakings �rovided that no bond ar undertaking or contract of sureEyship executed under this autharity shafl ex�eec{ the sum of {not to exceed $3a,000,400.00}: $30,Q00,00�.00 This Pawer of Attorney is rr�ade and execufed by authority of a Resalutian ada�ted by the Board of Qirectors. That resolution alsa aUthorized any further a�fson by the officers of t�e Company ne�essary to effect such transa�tian. The signatures belaw and the seal of khe Corporation may be aKxed hy facsimile, and any such facsimile signatur�s or facsimile seaf shall be binding upan fhe Corporation when s❑ a�xed and in the future with regard to any bond, undertaking or �ontract of surety tfl which it is attached. In witness whereof, the �CCf Insurance Company has �aused these presents #o be sigr�ed by its duly authorized ❑f#i�ers and its corporate Seal ta be hereunto affixed, t�is 23rd day of July , 2020 . Attest: ��bu21�� � ��. G (��r�( �? -- Christina �. Welclz, President FCCI Insurance Campany State of Florida County af 5arasata ,.��P,ANC:� �; -• ,:;,�,�...• n�'•. . nkzvc�nqT -. .'n�. 'u- ( t,•.v' �4� •.71-.11L : S i • ,.,,�.� _ '••F�bR10�-� . Before me this day personally appeared Christina �. Welch, who is personally known to r�e and wh❑ executed the faregoing document for the p�rposes expr�ssed therein. My commission expires: 21�712027 5tate of Florida County af Sarasata �r • �[• PEGGY SkDSN •�j- c�..���s�aaa ����' Fxp�aeF.hn,a�r��2os� �ERTiFICATE Before me this day persanaNy ap�eared Christopher Shoucair, wha is personally known ta me and wha executed the foregoing tiacument for the purposes expressed therein. My cammission expires� 2/27/2427 ���`' ����� ��,�' �r�rzr.aoar Dated this ?btls I, fhe undersigned 5ecretary of FCG� Insurance Corr�pany, a Fl�arida Corporation, D� HERESY CERTIFY that the foregoing Power of Atforney remains i� full for�e and has not b�en re�ak�d; and furth�rmore that fhe February 27, 2�20 Resolutifln af the Baard of Directors, referenced in said Pawer of Attorney, is now in force. ;.;'•'• � �;; ` €,, 'SEAL - ` tis�•i rf � � �_ Christapher 5houcair, EVP, CFd, Treasurer, 5ecretary �CCI insurance Campany C-" '- 'Llc�.� rJz-i a7-�: Notary Pubiic � - �, i� � r'3�r C� ` �' ti °-!"� Notary Public day vf Aug�ist 20Z5 ��'� '. � �. : � Christopher 5houcair, EVP, CFd, Treasurer, Se�retary FCCI Insurance Company 1-IONA-3592-NA-04. 7l202 i IMPORTANT NOTICE To obtain information or make a complaint: You may call FCCI Insurance Group's (FCCI)* toll-free telephone number for information or to make a complaint at 1-800-226-3224. You may also write to FCCI Insurance Group Compliance Department e-mail at StateComplaints@fcci-group.com . For Claims, you may write to FCCI Insurance Group Claim Department e-ma il at newclaim@fcci-group .com . You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance: PO Box 149104 Austin TX 78714-9104 Fax: 1-512-490-1007 Web: http ://www .tdi.texas.gov E-mail: ConsumerProtections@tdi .texas .gov PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact FCCI first. If the dispute is not resolved, you may contact the Texas Department of Insurance . ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached documents. *The FCCI Insurance Group includes the following insuran ce carriers: Brierfield Insurance Company, FCCI Advantage Insurance Company , FCCI Commercial In surance Company, FCCI Insurance Company, Monroe Guaranty In surance Company, and National Trust Insurance Company. 1-BD-TX-2 1690-NTP-07 15 Page 1 of 1 Copyright 20 15 FCCI In sura nce Group. 00 61 25 - 1 CERTIFICATE OF INSURANCE Page 1 of 1 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 SECTION 00 61 25 1 CERTIFICATE OF INSURANCE 2 3 4 5 [Assembler: For Contract Document execution, remove this page and replace with standard 6 ACORD Certificate of Insurance form.] 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION 24 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 STANDAR D GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1 1.01 Defined Ter ms............................................................................................................................... 1 1.02 Terminology .................................................................................................................................. 6 Article 2 – Preliminar y Matters ......................................................................................................................... 7 2.01 Copies of Document s .................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 8 2.04 Befor e Starting Constructio n ........................................................................................................ 8 2.05 Preconstructio n Conference .......................................................................................................... 8 2.06 Public Meeting .............................................................................................................................. 8 2.07 Initia l Acceptance of Schedules.................................................................................................... 8 Article 3 – Contract Documents: Intent , Amending, Reuse ............................................................................ 8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Document s ................................................................. 10 3.05 Reuse of Document s ................................................................................................................... 10 3.06 Electronic Dat a............................................................................................................................ 11 Article 4 – Availabilit y o f Lands; Subsurface and Physica l Conditions; Hazardous Environmental Conditions ; Reference Point s........................................................................................................... 11 4.01 Availabilit y of Lands .................................................................................................................. 11 4.02 Subsurface and Physica l Conditions .......................................................................................... 12 4.03 Differing Subsurface or Physica l Conditions ............................................................................. 12 4.04 Underground Facilitie s ............................................................................................................... 13 4.05 Reference Point s ......................................................................................................................... 14 4.06 Hazardous Environ menta l Conditio n at Sit e .............................................................................. 14 Article 5 – Bond s and Insurance ..................................................................................................................... 16 5.01 Licensed Suretie s and Insurer s ................................................................................................... 16 5.02 Perfor mance, Payment , and Maintenance Bond s....................................................................... 16 5.03 Certificates of Insurance ............................................................................................................. 16 5.04 Contractor’s Insurance ................................................................................................................ 18 5.05 Acceptance of Bond s and Insurance; Optio n to Replace ........................................................... 19 Article 6 – Contractor’s Responsibilitie s ........................................................................................................ 19 6.01 Supervisio n and Superintendence............................................................................................... 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 6.02 Labor; Working Hours ................................................................................................................ 20 6.03 Services, Materials, and Equipment ........................................................................................... 20 6.04 Project Schedule.......................................................................................................................... 21 6.05 Substitut es and “Or-Equals” ....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others.................................................................... 24 6.07 Wage Rates.................................................................................................................................. 25 6.08 Patent Fees and Royaltie s ........................................................................................................... 26 6.09 Per mit s and Utilitie s .................................................................................................................... 27 6.10 Laws and Regulations ................................................................................................................. 27 6.11 Taxes ........................................................................................................................................... 28 6.12 Use of Sit e and Othe r Areas ....................................................................................................... 28 6.13 Recor d Docu ment s ...................................................................................................................... 29 6.14 Safet y and Protectio n .................................................................................................................. 29 6.15 Safet y Representative.................................................................................................................. 30 6.16 Hazard Co mmunicatio n Programs ............................................................................................. 30 6.17 Emergencies and/o r Rectificatio n............................................................................................... 30 6.18 Submittals .................................................................................................................................... 31 6.19 Continuing the Work................................................................................................................... 32 6.20 Contractor’s General Warrant y and Guarantee .......................................................................... 32 6.21 Indemnificatio n ......................................................................................................................... 33 6.22 Delegation of Professional Design Services .............................................................................. 34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscriminatio n....................................................................................................................... 35 Article 7 – Other Work at the Sit e................................................................................................................... 35 7.01 Related Work at Sit e ................................................................................................................... 35 7.02 Coordination................................................................................................................................ 36 Article 8 – City’s Responsibilities................................................................................................................... 36 8.01 Co mmunications to Contractor ................................................................................................... 36 8.02 Furnis h Dat a ................................................................................................................................ 36 8.03 Pay Whe n Due ............................................................................................................................ 36 8.04 Lands and Ease ments; Report s and Test s................................................................................... 36 8.05 Change Order s............................................................................................................................. 36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limitations on Cit y’s Responsibilitie s ....................................................................................... 37 8.08 Undisclose d Hazardous Environ mental Conditio n .................................................................... 37 8.09 Co mplianc e wit h Safet y Program............................................................................................... 37 Article 9 – City’s Observatio n Statu s During Constructio n ........................................................................... 37 9.01 City’s Projec t Manager ……...................................................................................................... 37 9.02 Visit s to Sit e ................................................................................................................................ 37 9.03 Authorized Variations in Work .................................................................................................. 38 9.04 Rejecting Defective Work .......................................................................................................... 38 9.05 Determinations fo r Work Perfor med .......................................................................................... 38 9.06 Decisions on Require ment s of Contract Document s and Acceptabilit y of Work ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Article 10 – Changes in the Work; Claims; Extr a Work ................................................................................ 38 10.01 Authorize d Changes in the Work ............................................................................................... 38 10.02 Unauthorized Changes in the Work ........................................................................................... 39 10.03 Executio n of Change Order s....................................................................................................... 39 10.04 Extr a Work .................................................................................................................................. 39 10.05 Notificatio n to Suret y.................................................................................................................. 39 10.06 Contract Claims Process ............................................................................................................. 40 Article 11 – Cost of the Work; Allowances; Unit Price Work; Plans Quantit y Measurement...................... 41 11.01 Cost of the Work ......................................................................................................................... 41 11.02 Allowances .................................................................................................................................. 43 11.03 Unit Pric e Work .......................................................................................................................... 44 11.04 Plans Quantit y Measurement ...................................................................................................... 45 Article 12 – Change of Contract Price ; Change of Contract Time................................................................. 46 12.01 Change of Contract Pric e ............................................................................................................ 46 12.02 Change of Contract Time............................................................................................................ 47 12.03 Delays .......................................................................................................................................... 47 Article 13 – Test s and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects ........................................................................................................................ 48 13.02 Access to Work ........................................................................................................................... 48 13.03 Test s and Inspections .................................................................................................................. 48 13.04 Uncovering Work........................................................................................................................ 49 13.05 Cit y May Stop the Work ............................................................................................................. 49 13.06 Correctio n or Removal of Defective Work ................................................................................ 50 13.07 Correctio n Perio d ........................................................................................................................ 50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 Cit y Ma y Correct Defective Work ............................................................................................. 51 Article 14 – Payment s to Contractor and Co mpletio n .................................................................................... 52 14.01 Schedule of Values...................................................................................................................... 52 14.02 Progress Payment s ...................................................................................................................... 52 14.03 Contractor’s Warrant y of Title ................................................................................................... 54 14.04 Partia l Utilizatio n ........................................................................................................................ 55 14.05 Fina l Inspectio n ........................................................................................................................... 55 14.06 Final Acceptance......................................................................................................................... 55 14.07 Final Payment.............................................................................................................................. 56 14.08 Final Co mpletio n Delayed and Partia l Retainage Release ........................................................ 56 14.09 Waiver of Clai ms ........................................................................................................................ 57 Article 15 – Suspension of Work and Terminatio n ........................................................................................ 57 15.01 Cit y May Suspend Work............................................................................................................. 57 15.02 Cit y Ma y Terminat e fo r Cause ................................................................................................... 58 15.03 Cit y Ma y Terminat e Fo r Convenience ....................................................................................... 60 Article 16 – Disput e Resolutio n ...................................................................................................................... 61 16.01 Method s and Procedures ............................................................................................................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Article 17 – Miscellaneous .............................................................................................................................. 62 17.01 Giving Notic e .............................................................................................................................. 62 17.02 Co mputation of Times ................................................................................................................ 62 17.03 Cumulative Re medie s ................................................................................................................. 62 17.04 Surviva l o f Obligations ............................................................................................................... 63 17.05 Headings ...................................................................................................................................... 63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Docu ments, the terms listed belo w have the meanings indicated whic h are applicable to bot h the singular and plural thereof, and words denoting gender shall include the masculine, fe minine and neuter. Said terms are generally capitalized or written in italics, but no t always. When used in a context consistent with the definitio n of a listed-defined term, the term shall have a meaning as defined belo w whether capitalized or italicized or otherwise. In additio n to terms specifically defined, terms wit h initial capital letters in the Contract Document s include references to identified articles and paragraphs, and the titles of other document s or forms. 1. Addenda—Written or graphic instrument s issued prior to the opening of Bids whic h clarify, correct, or change the Bidding Requirement s or the proposed Contract Documents. 2. Agreement—The written instrument whic h is evidence of the agreement between Cit y and Contracto r covering the Work. 3. Application for Payment—The for m acceptable to Cit y which is to be used by Contractor during the course of the Work in requesting progress or fina l payment s and whic h is to be acco mpanied by such supporting documentation as is required by the Contract Docu ments. 4. Asbestos—An y material that contains more than one percent asbesto s and is friable or is releasing asbestos fiber s into the air above current actio n levels established by the United States Occupational Safety and Health Ad ministration. 5. Award – Authorizatio n by the Cit y Council fo r the Cit y to enter int o an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed for m setting fort h the prices fo r the Work to be perfor med. 7. Bidder—The individual or entit y who submit s a Bid directly to City. 8. Bidding Documents—The Bidding Requirement s and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitatio n to Bid, Instructions to Bidders, Bid security of acceptable for m, if any, and the Bid Form wit h any supplements. 10. Business Day – A business day is defined as a day that the Cit y conduct s normal business, generally Monday throug h Friday, except fo r federal or stat e holidays observed by the City. 11. Calendar Day – A day consisting of 24 hours measured fro m midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 2 of 63 12. Change Order—A document , which is prepared and approved by the City, whic h is signed by Contractor and Cit y and authorizes an addition, deletion, or revisio n in the Work or an adjust ment in the Contract Pric e or the Cont ract Time, issued on or after the Effective Date of the Agreement. 13. City— The Cit y of For t Worth, Texas, a ho me-rule municipal corporation, authorized and chartered under the Texas Stat e Statutes, acting by it s governing body through it s City Manager, his designee, or agent s authorized under his behalf, each of whic h is required by Charter to perform specific duties wit h responsibilit y fo r fina l enforcement of the contracts involving the Cit y of Fort Wort h is by Charter vested in the Cit y Manager and is the entity wit h who m Contracto r has entere d int o the Agree ment and for who m the Work is to be perfor med. 14. City Attorney – The officially appointed Cit y Attorney of the Cit y of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the Cit y of Fort Worth, Texas. 16. City Manager – The officiall y appointed and authorized Cit y Manager of the Cit y of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim—A demand or assertion by Cit y or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relie f wit h respect to the terms of the Contract. A demand fo r money or services by a thir d part y is not a Contract Claim. 18. Contract—The entir e and integrated written document between the Cit y and Contractor concerning the Work. The Contract contains the Agreement and all Contract Document s and supersedes prio r negotiations, representations, or agreements, whether writte n or oral. 19. Contract Documents—Those items so designated in the Agreement . All ite ms listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the report s and drawings of subsurface and physica l conditions ar e no t Contract Docu ments. 20. Contract Price —The moneys payable by Cit y to Contractor fo r co mpletio n of the Work in accordance wit h the Contract Docu ment s as state d in the Agreement (subjec t to the provisions of Paragrap h 11.03 in the case of Unit Pric e Work). 21. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) co mplet e the Work so that it is ready fo r Fina l Acceptance. 22. Contractor—The individual or entit y wit h whom Cit y has entere d int o the Agreement. 23. Cost of the Work—See Paragraph 11.01 of these General Conditions fo r definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 3 of 63 24. Damage Claims – A demand fo r money or services arising fro m the Project or Sit e fro m a thir d party, Cit y or Contractor exclusive of a Contrac t Claim. 25. Day or day – A day, unless otherwis e defined, shall mean a Calendar Day. 26. Director of Aviation – The officiall y appointed Director of the Aviatio n Department of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Directo r of Parks and Communit y Services – The officiall y appointed Director of the Parks and Co mmunit y Service s Depart ment of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant , or agents. 28. Directo r of Planning and Developmen t – The officially appointed Director of the Planning and Development Depart ment of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant , or agents. 29. Director of Transportation Public Works – The officially appointed Director of the Transportation Public Works Depart ment of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant , or agents. 30. Director of Water Department – The officiall y appointed Directo r of the Water Depart ment of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings—That part of the Contract Docu ment s prepared or approved by Engineer which graphically shows the scope, extent , and character of the Work to be perfor med by Contractor . Submittals are no t Drawing s as so defined. 32. Effective Dat e of the Agreement—The dat e indicate d in the Agreement on whic h it beco mes effective, but if no such dat e is indicated, it means the dat e on whic h the Agreement is signed and delivered by the las t of the two partie s to sig n and deliver. 33. Engineer—The licensed professional engineer or engineering fir m registered in the State of Texas performing professional services fo r the City. 34. Extra Work – Additiona l work made necessary by changes or alterations of the Contract Document s or of quantities or for other reasons for whic h no prices are provided in the Contract Documents. Extr a work shall be part of the Work. 35. Field Order — A written order issued by Cit y whic h requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance – The written notice give n by the Cit y to the Contractor that the Work specified in the Contract Docu ment s has been co mpleted to the satisfactio n of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 4 of 63 37. Final Inspection – Inspectio n carried out by the Cit y to verify that the Contractor has co mpleted the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance wit h the Contract Documents. 38. General Requirements—Sections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition—The presence at the Sit e of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantia l danger to persons or property exposed thereto. 40. Hazardous Waste—Hazardous wast e is define d as any solid wast e listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended fro m time to time. 41. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and court s having jurisdiction. 42. Liens—Charges, securit y interests, or encumbrances upo n Project funds, real property, or personal property. 43. Major Item – An Item of work included in the Cont ract Document s that has a total cost equal to or greater than 5% of the origina l Contract Price or $25,000 whichever is less. 44. Milestone—A principa l event specified in the Contract Document s relating to an inter mediate Contract Time prior to Fina l Acceptance of the Work. 45. Notice of Award —The written notice by Cit y to the Successful Bidder stating that upon timely co mpliance by the Successful Bidder wit h the conditions precedent listed therein, City will sig n and deliver the Agreement. 46. Notice to Proceed—A written notice give n by Cit y to Contractor fixing the date on whic h the Contract Time will commence to run and on whic h Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs—Polychlorinated biphenyls. 48. Petroleum—Petroleum, including crude oil or any fractio n thereo f whic h is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fue l oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed wit h other non-Hazardous Waste and crude oils. 49. Plans – See definitio n of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 5 of 63 50. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duratio n of the activities comprising the Contractor’s pla n to acco mplis h the Work within the Contract Time. 51. Project —The Work to be performed under the Contract Docu ments. 52. Project Manager—The authorize d representative of the Cit y who will be assigned to the Site. 53. Publi c Meetin g – An announced meeting conducted by the Cit y to facilitat e public participatio n and to assist the public in gaining an infor med vie w of the Project. 54. Radioactive Material —Source, special nuclear, or byproduct materia l as defined by the Ato mic Energy Act of 1954 (42 USC Sectio n 2011 et seq.) as amended fro m time to time. 55. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thr u Frida y (excluding lega l holidays). 56. Samples—Physica l example s of materials , equip ment , or work manship that are representative of so me portio n of the Work and whic h establis h the standards by whic h such portio n of the Work will be judged. 57. Schedul e of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirement s to support scheduled perfor mance of related constructio n activities. 58. Schedul e of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Pric e to variou s portions of the Work and used as the basis fo r reviewing Contractor’s Applications fo r Payment. 59. Site—Lands or areas indicate d in the Contract Docu ment s as being furnished by Cit y upon whic h the Work is to be performed, including rights -of-way, per mits , and easement s for access thereto , and suc h other land s furnished by Cit y whic h are designated fo r the use of Contractor. 60. Specifications—That part of the Contract Document s consisting of written requirement s for materials, equipment , systems, standards and workmanship as applied to the Work, and certain administrative requirement s and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Document s by attachment or, if no t attached, may be incorporated by reference as indicated in the Table of Content s (Divisio n 00 00 00) o f each Project. 61. Subcontractor—An individual or entit y having a direct contract wit h Contractor or wit h any other Subcontractor fo r the perfor mance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 6 of 63 62. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information whic h are specifically prepared or assembled by or for Contractor and submitted by Contracto r to illustrat e so me portio n of the Work. 63. Substantial Completion – The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to who m City makes an Award. 65. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions fro m the Cit y and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Document s whic h amends or supplement s these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract wit h Contractor or wit h any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contracto r or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilitie s or attachments, and any encasements containing such facilities , including but not limit ed to, thos e that convey electricity, gases, steam, liquid petroleu m products, telephone or othe r co mmunications , cable television, water, wastewater, stor m water, other liquid s or chemicals , or traffic or othe r contro l syste ms. 69 Uni t Pric e Work —See Paragrap h 11.03 of these General Conditions fo r definition. 70. Weekend Workin g Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or lega l holiday, as approved in advance by the City. 71. Work—The entir e constructio n or the variou s separately identifiable part s thereo f required to be provided under the Contract Docu ments. Work includes and is the result of performing or providing all labor, services, and docu mentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment int o such construction, all as required by the Contract Docu ments. 72. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the Cit y fo r contract purposes, in whic h weather or other conditions not under the contro l of the Contractor will per mit the performance of the principa l unit of wor k underway fo r a continuous perio d of not les s than 7 hour s between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are no t defined but , when used in the Bidding Requirement s or Contract Docu ments, have the indicate d meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Document s include the terms “a s allowed,” “as approved,” “as ordered,” “as directed” or ter ms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or adjectives of like effect or import are used to describe an actio n or determinatio n of Cit y as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for co mpliance wit h the informatio n in the Contract Document s and wit h the design concept of the Project as a functioning whole as shown or indicated in the Contract Document s (unless there is a specific statement indicating otherwise). C. Defective: 1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatis factory, faulty, or deficient in that it: a. does no t confor m to the Contract Documents; or b. does no t meet the requirement s of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City’s written acceptance. D. Furnish, Install, Perform, Provide: 1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the word “Supply,” or any combinatio n or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor , materials, equipment, and everything necessary to perform the Work indicated, unles s specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or constructio n industry or trade meaning are used in the Contract Document s in accordance wit h such recognized meaning. ARTICLE 2 – PRELIMINARY MATTERS 2.01 Copies of Documents Cit y shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upo n request at the cost of reproduction. 2.02 Commencement of Contract Time; Notic e to Proceed The Contract Time will co mmence to run on the day indicated in the Notic e to Proceed. A Notic e to Proceed may be give n no earlier than 14 days afte r the Effective Dat e of the Agreement , unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the dat e when the Contract Time commences to run. No Work shall be done at the Sit e prio r to the dat e on whic h the Contract Time co mmences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance wit h the Contract Documents, and prio r to starting the Work. 2.05 Preconstruction Conference Before any Work at the Sit e is started, the Contractor shall attend a Preconstructio n Conference as specified in the Contract Docu ments. 2.06 Public Meeting Contracto r may not mobilize any equipment , materials or resources to the Sit e prio r to the Public Meeting if scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to Cit y in accordance wit h the Schedule Specification as provided in the Contract Documents. ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Document s are co mple mentary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Document s to describe a functionally co mplet e project (or part thereof) to be constructed in accordance wit h the Contract Documents. Any labor, documentation, services, materials, or equip ment that reasonably may be inferred fro m the Contract Document s or fro m prevailing custo m or trade usage as being required to produce the indicated result will be provided whether or no t specifically called for, at no additiona l cost to City. C. Clarifications and interpretations of the Contract Document s shall be issued by City. D. The Specifications may var y in for m, for mat and style. Some Specification sections may be writte n in varying degrees of streamlined or declarative style and so me sections may be relatively narrative by co mparison. Omissio n of such words and phrases as “the Contractor shall,” “in conformit y with,” “as shown,” or “as specified” are intentional in streamlined sections . Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various part s of a sectio n or articles within a part depending on the for mat of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variatio n of for m, for mat or style in making Contract Claims. E. The cross referencing of specificatio n sect ions under the subparagraph heading “Related Section s includ e but ar e no t necessarily limite d to:” and elsewhere within each Specification sectio n is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinat e the entir e Work under the Contract Docu ment s and provid e a co mplet e Projec t whether or no t the cross referencing is provided in each sectio n or whether or no t the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provisio n of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilitie s of City, Contractor, or any of their subcontractors, consultants, agents , or employees, fro m thos e set fort h in the Contract Docu ments. No suc h provisio n or instructio n shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any dut y or authorit y to supervise or direc t the performance of the Work or any dut y or authority to undertake responsibilit y inconsistent wit h the provisions of the Contract Docu ments. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor’s Review of Contract Documents Before Starting Work : Befor e undertaking each part of the Work, Contractor shall carefully study and compare the Contract Document s and check and verify pertinent figures therein agains t all applicable field measurement s and conditions . Contracto r shall pro mptly report in writing to Cit y any conflict , error, ambiguity, or discrepancy whic h Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarificatio n from Cit y be fore proceeding wit h any Work affected thereby. 2. Contractor’s Review of Contract Documents During Performance of Work: If, during the perfor mance of the Work, Contractor discovers any conflict , error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Document s and (a) any applicable Law or Regulatio n , (b) any standard, specification, manual, or code, or (c) any instructio n of any Supplier, then Contractor shall promptly report it to Cit y in writing. Contracto r shall not proceed wit h the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amend ment or supplement to the Contract Document s has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall no t be liable to Cit y for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Document s unles s Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Document s shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Document s and the provisions of any standard, specification, manual, or the instruct ion of any Supplier (whet her or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Docu ment s may be amended to provide fo r additions, deletions, and revisions in the Work or to modify the ter ms and conditions thereo f by a Change Order. B. The requirement s of the Contract Docu ment s may be supplemented, and mino r variations and deviations in the Work not involving a change in Contract Pric e or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City’s revie w of a Submitta l (subjec t to the provisions of Paragrap h 6.18.C); or 3. City’s writte n interpretatio n or clarification. 3.05 Reuse of Documents A. Contracto r and any Subcontracto r or Supplier shall not: 1. have or acquire any title to or ownership right s in any of the Drawings , Specifications , or othe r docu ment s (o r copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions ; or 2. reuse any such Drawings, Specifications, other documents, or copies thereo f on extensions of the Project or any other project without written consent of Cit y and specific written verification or adaptatio n by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment , or terminatio n of the Contract . Nothing herein shall preclude Contractor fro m retaining copies of the Contract Docu ment s fo r recor d purposes. 3.06 Electronic Data A. Unles s otherwis e stated in the Supplementar y Conditions, the dat a furnished by Cit y or Engineer to Contractor, or by Contractor to Cit y or Engineer , that may be relied upon are limited to the printe d copie s included in the Contract Document s (also known as hard copies) and other Specifications referenced and locate d on the City’s on-line electronic document management and collaboratio n system site. File s in electronic media for mat of text , data, graphics, or other typ es are furnished only fo r the convenience of the receiving party. Any conclusio n or infor matio n obtained or derived fro m such electronic files will be at the user’s sole risk. If there is a discrepanc y between the electronic files and the hard copies, the hard copies govern. B. When transferring document s in electronic media for mat, the transferring part y makes no representations as to long term co mpatibility, usability, or readabilit y o f document s resulting fro m the use of softwar e application packages, operating systems, or co mputer hardware differing fro m those used by the data’s creator. ARTICLE 4 – AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. Cit y shall furnish the Site. Cit y shall notify Contractor of any encumbrances or restrictions no t of general application but specifically related to use of the Sit e wit h which Contracto r must co mply in per forming the Work. Cit y will obtain in a timely manner and pay for easement s for permanent structures or permanent changes in existing facilities. 1. The Cit y has obtained or anticipates acquisit io n of and/o r access to right -of-way, and/or easements. Any outstanding right -of-way and/o r ease ment s are anticipated to be acquired in accordance wit h the schedule set fort h in the Supplementary Conditions. The Project Schedule submitte d by the Contractor in accordance wit h the Contract Docu ment s must consider an y outstanding right -of-way, and/or easements. 2. The Cit y has or anticipates removing and/or relocating utilities, and obstructions to the Site. An y outstanding remova l or relocatio n of utilities or obstructions is anticipated in accordance wit h the schedule set fort h in the Supplementary Conditions . The Projec t Schedule submitted by the Contractor in accordance wit h the Cont ract Docu ment s must conside r any outstanding utilitie s or obstructions to be removed, adjusted, and/o r relocated by others. B. Upo n reasonable writte n request, Cit y shall furnish Contractor wit h a current state ment of record lega l title and lega l descriptio n of the land s upo n whic h the Work is to be perfor med. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide fo r all additiona l lands and access thereto that may be required for constructio n facilities or storage of materials and equip ment. 4.02 Subsurface and Physical Conditions A. Report s and Drawings: The Supplementary Conditions identify: 1. thos e reports known to Cit y of explorations and test s of subsurface conditions at or contiguous to the Site; and 2. those drawings known to Cit y of physical conditions relating to existing surface or subsurface structures at the Sit e (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the “technica l data” contained in such report s and drawings, but such reports and drawings are no t Contract Documents. Such “technica l data” is identified in the Supplementary Conditions. Contractor may no t make any Contract Claim against City, or any o f their officers, directors, members, partners, employees, agents, consultants, or subcontractors wit h respect to: 1. the co mpleteness of such reports and drawings fo r Contractor’s purposes, including, but not limite d to, any aspect s of the means, methods, techniques, sequences, and procedures of constructio n to be employed by Contractor, and safety precautions and programs incident thereto ; or 2. other data, interpretations, opinions, and informatio n contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretatio n of or conclusio n drawn fro m any “technical data” or any such other data, interpretations, opinions, or infor mation. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical conditio n that is uncovered or revealed either: 1. is of such a nature as to establish that any “technica l data” on whic h Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differ s materially fro m that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differ s materially fro m conditions ordinarily encountered and generally recognized as inherent in work of the character provided fo r in the Contract Docu ments; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after beco ming aware thereo f and befor e further disturbing the subsurface or physical conditions or perfor ming any Work in connectio n therewit h (except in an emergency as required by Paragraph 6.17.A), notif y Cit y in writing about such condition. B. Possibl e Price and Time Adjustments Contracto r shall no t be entitle d to any adjust ment in the Contract Pric e or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final co mmit ment to Cit y wit h respect to Contract Pric e and Contract Time by the submissio n of a Bid or beco ming bound under a negotiated contract ; or 2. the existence of such conditio n could reasonably have been discovered or revealed as a result of the exa minatio n of the Contract Docu ment s or the Site ; or 3. Contracto r faile d to give the writte n notic e as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The infor matio n and data shown or indicated in the Contract Documents wit h respect to existing Underground Facilitie s at or contiguous to the Sit e is based on informatio n and dat a furnished t o Cit y or Engineer by the owner s of such Underground Facilities, including City, or by others. Unles s it is otherwis e expressly provided in the Supple mentar y Conditions: 1. Cit y and Engineer shall no t be responsible fo r the accuracy or co mpleteness of any such infor matio n or dat a provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibilit y for: a. reviewing and checking all such infor matio n and data; b. locating all Underground Facilitie s shown or indicated in the Contract Documents; c. coordination and adjust ment of the Work wit h the owner s of such Underground Facilities, including City, during construction; and d. the safet y and protection of all such Underground Facilities and repairing any damage thereto resulting fro m the Work. B. Not Shown or Indicated: 1. If an Underground Facilit y whic h conflicts wit h the Work is uncovered or revealed at or contiguous to the Sit e whic h was not shown or indicated, or no t shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after beco ming aware thereo f and befor e further disturbing conditions affected thereby or perfor ming any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 14 of 63 Work in connectio n therewith (except in an emergency as required by Paragraph 6.17.A), identif y the owner of such Underground Facilit y and give notice to that owner and to City. Cit y will revie w the discovered Underground Facilit y and deter mine the extent , if any, to whic h a change may be required in the Contract Document s to reflect and document the consequences of the existence or locatio n of the Underground Facility. Contractor shall be responsible fo r the safet y and protection of such discovere d Underground Facility. 2. If Cit y concludes that a change in the Contract Docu ment s is required, a Change Order ma y be issued to reflect and docu ment such consequences. 3. Verificatio n of existing utilities , structures, and servic e lines shall includ e notificatio n of all utilit y co mpanies a minimum of 48 hour s in advance of constructio n including exploratory excavatio n if necessary. 4.05 Reference Points A. Cit y shall provide engineering surveys to est ablish reference point s fo r construction, whic h in City’s judgment ar e necessary to enable Contractor to proceed wit h the Work. Cit y will provide constructio n stake s or other custo mary metho d of marking to establish line and grades for roadway and utilit y construction, centerlines and benchmarks fo r bridgework. Contractor shall protect and preserve the established reference point s and property monu ments, and shall make no changes or relocations. Contractor shall report to Cit y whenever any reference point or property monu ment is lost or destroyed or requires relocatio n because of necessary changes in grades or locations. The Cit y shall be responsible fo r the replacement or relocation of reference point s or propert y monu ment s no t carelessly or willfully destroyed by the Contractor. The Contractor shall notify Cit y in advance and wit h sufficient time to avoid delays. B. Whenever, in the opinion of the City, any refer ence point or monu ment has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such point s plus 25% will be charged against the Contractor, and the full a mount will be deducted fro m payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions ide ntify those report s and drawings known to Cit y relating to Hazardous Environment al Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the “technica l data” containe d in such report s and drawings, but suc h reports and drawing s are no t Contract Docu ments. Such “technica l data” is identified in the Supplementary Conditions . Contractor may no t make any Contract Claim against City, or any o f their officers, directors, members, partners, employees, agents, consultants, or subcontractor s wit h respect to: 1. the co mpleteness of such report s and drawings fo r Contractor’s purposes, including , but not limite d to, any aspect s of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 15 of 63 constructio n to be employed by Contractor and safety precautions and programs incident thereto ; or 2. othe r data, interpretations, opinions and informatio n contained in such report s or shown or indicated in such drawings; or 3. any Contractor interpretatio n of or conclusio n draw n fro m any “technical data” or any such othe r data, interpretations, opinions or infor mation. C. Contractor shall no t be responsible fo r any Hazardous Environmental Conditio n uncovered or revealed at the Sit e whic h was no t shown or indicated in Drawings or Specifications or identified in the Contract Docu ment s to be withi n the scop e of the Work. Contractor shall be responsible fo r a Hazardous Environmental Conditio n created wit h any materials brought to the Sit e by Contractor, Subcontractors, Suppliers, or anyone else fo r who m Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Conditio n or if Contractor or anyone for who m Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolat e such condition; (ii) sto p all Work in connectio n with such conditio n and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify Cit y (and pro mptly thereafter confir m such notice in writing). Cit y may consider the necessity to retain a qualified expert to evaluate such conditio n or take corrective action, if any. E. Contractor shall not be required to resume Work in connectio n wit h such conditio n or in any affected area until after Cit y has obtained any required per mit s related theret o and delivered written notic e to Contractor: (i) specifying that such conditio n and any affected area is or has been rendered suitable fo r the resumptio n of Work; or (ii) specifying any special conditions under whic h such Work may be resumed. F. If after receipt of such written notice Contractor does no t agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resu me such Work under such special conditions, then Cit y may order the portio n of the Work that is in the area affected by such conditio n to be deleted fro m the Work. Cit y may have such deleted portio n of the Work performed by City’s own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professional s and all court or arbitration or other disput e resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for who m Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnif y any individual or entity fro m and against the consequences of that individual’s or entity’s own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do no t apply to a Hazardous Environmental Conditio n uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 – BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Document s to be purchased and maintained by Contractor shall be obtained fro m suret y or insur ance co mpanies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policie s fo r the limit s and coverages so required. Such suret y and insurance co mpanies shall also meet such additional requirement s and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance wit h Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security fo r the faithfu l performance and payment of all of Contractor’s obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the Cit y against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the dat e of Final Acceptance by the City. C. All bonds shall be in the for m prescribed by the Contract Document s except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Co mpanies Holding Certificates of Authorit y as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Co mpanies” as published in Circular 570 (amended) by the Financial Management Service, Suret y Bond Branch, U.S. Depart ment of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney whic h shall sho w that it is effective on the dat e the agent or attorney-in-fact signed each bond. D. If the suret y on any bond furnished by Contractor is declared bankrupt or beco mes insolvent or it s right to do business is ter minated in the State of Texas or it ceases to meet the requirement s of Paragraph 5.02.C, Contractor shall promptly notify Cit y and shall, within 30 days after the event giving ris e to such notification, provide another bond and surety, bot h of whic h shall co mply wit h the requirement s of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, wit h copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by Cit y or any other additiona l insured) in at least the minimum amount as specified in the Supplementary Conditions whic h Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as “Additional Insured” on all liabilit y policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor’s general liabilit y insurance shall include a, “per project ” or “per location”, endorsement , whic h shall be identified in the certificat e of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complet e in it s entirety, and sho w co mplet e insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurer s for all policie s must be licensed and/o r approved to do business in the Stat e of Texas. Except for workers’ co mpensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strengt h and solvency to the satisfactio n of Risk Management . If the rating is belo w that required, written approval of Cit y is required. 5. All applicable policies shall include a Waiver of Subrogation (Right s of Recovery) in favor of the City. In addition, the Contractor agrees to waive all right s of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failur e of the Cit y to demand such certificates or other evidence of full compliance wit h the insurance requirement s or failur e of the Cit y to identify a deficienc y fro m evidence that is provided shall not be construed as a waiver of Contractor’s obligatio n to maintain such lines of insurance coverage. 7. If insurance policie s are no t written for specified coverage limits, an Umbrella or Excess Liabilit y insurance for any differences is required. Excess Liabilit y shall follo w form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive dat e shall be coincident with or prio r to the dat e of the effective dat e of the agreement and the certificate of insurance shall stat e that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained fo r the duratio n of the Contract and fo r three (3) years following Final Acceptance provided under the Contract Documents or for the warrant y period, whichever is longer . An annual certificate of insurance submitted to the Cit y shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required line s of coverage, nor decrease the limit s of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are deter mined to be unacceptable or the Cit y desire s additiona l insurance coverage, and the Cit y desire s the contractor/engineer to obtai n such coverage, the contract price shal l be adjusted by the cost of the premiu m fo r suc h additiona l coverage plu s 10%. 10. An y self-insure d retention (SIR), in excess of $25,000.00, affecting required insurance coverag e shall be approved by the Cit y in regards to asset valu e and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 18 of 63 lieu of traditiona l insurance, alternative coverage maintained through insurance pools or risk retentio n groups, must also be approved by City. 11. An y deductible in excess of $5,000.00, for any polic y that does not provide coverage on a first -dolla r basis , must be acceptable to and approved by the City. 12. City, at it s sole discretion, reserves the right to revie w the insurance requirement s and to make reasonable adjust ment s to insurance coverage’s and their limit s when deemed necessary and prudent by the Cit y based upo n changes in statutory law, court decisio n or the claims history of the industry as well as o f the contracting party to the City. The Cit y shall be required to provide prio r notice of 90 days, and the insurance adjustment s shall be incorporated int o the Work by Change Order. 13. Cit y shall be entitled, upo n writte n request and without expense, to receive copies of policies and endorsement s thereto and may make any reasonable requests fo r deletio n or revisio n or modifications of particular polic y terms, conditions, limitations, or exclusions necessary to conform the polic y and endorsement s to the requirement s of the Contract. Deletions, revisions, or modifications shall no t be requ ired where polic y provisions are established by law or regulations binding upo n either part y or the underwriter on any such policies. 14. Cit y shall not be responsible fo r the direct payment of insurance premiu m cost s for Contractor’s insurance. 5.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage wit h limit s consistent wit h statutory benefit s outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limit s for E mployers’ Liabilit y as is appropriate for the Work being performed and as will provide protection fro m claims set fort h belo w whic h may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be perfor med by Contractor, any Subcontractor or Supplier, or by anyone directly o r indirectly employed by any o f them to perfor m any o f the Work, or by anyone fo r whose acts any of them may be liable: 1. claims under workers’ co mpensation, disabilit y benefits, and other similar employee benefit acts; 2. claims fo r damages because of bodily injury, occupationa l sickness or disease, or deat h of Contractor’s employees. B. Commercial General Liability. Coverag e shall includ e but no t be limite d to covering liability (bodil y injur y or propert y damage) arising fro m: premises/operations, independent contractors, products/complete d operations, persona l injury, and liabilit y under an insure d contract . Insurance shall be provided on an occurrence basis , and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance wit h respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Co mmercia l General Liability policy, shall have no exclusions by endorse ment s that would alter of nullify premises/operations, products/complete d operations, contractual, per sona l injury, or advertising injury, whic h are nor mally contained wit h the policy, unless the Cit y approves such exclusions in writing. Fo r constructio n project s that present a substa ntia l co mplete d operatio n exposure, the Cit y ma y requir e the contracto r to maintain co mplete d operations coverage fo r a minimum of no les s than thre e (3) years following the co mpletio n of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A co mmercial business auto polic y shall provide coverage on “any auto”, defined as auto s owned, hired and non-owned and provide indemnit y fo r claims fo r damages because bodily injur y or deat h of any perso n and or propert y damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employe d by any of the m to perfor m any of the Work, or by anyone fo r whos e act s any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limit s of railroad right -of-way, the Contractor shall co mply wit h the requirement s identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify Cit y upo n cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit fo r days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If Cit y has any objectio n to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance wit h Article 5 on the basis of non-conformance wit h the Contract Documents, the Cit y shall so notify the Contracto r in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the Cit y such additional infor matio n in respect of insurance provided as the Cit y may reasonably request. If Contractor does no t purchase or maintain all of the bond s and insurance required by the Contract Documents, the Cit y shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 – CONTRACTOR’S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work co mpetently and efficiently, devoting such attentio n thereto and applying such skills and expertise as may be necessary to perform the Work in accordance wit h the Contract Documents. Contracto r shall be solely responsible fo r the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assig n a co mpetent, English- speaking, Superintendent who shall no t be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Sit e and shall have authorit y to act on behalf of Contractor. All communicatio n given to or received fro m the Superintendent shall be binding on Contractor. C. Contracto r shall notify the Cit y 24 hours prio r to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent , suitably qualified personnel to perform constructio n as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required fo r the safet y or protectio n of persons or the Work or property at the Sit e or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Sit e shall be performed during Regular Working Hours. Contractor will not permit the perfor mance of Work beyon d Regular Working Hours or for Weekend Working Hours without City’s written consent (which will no t be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noo n at least two (2) Business Days prior 2. fo r Weekend Working Hour s request must be made by noo n of the preceding Thursday 3. for legal holidays request must be made by noo n two Business Days prio r to the legal holiday. 6.03 Services, Materials, and Equipment A. Unles s otherwise specified in the Contract Docu ments, Contractor shall provide and assume full responsibilit y fo r all services, materials, equipment , labor, transportation, constructio n equipment and machinery, tools , appliances, fuel, power, light , heat , telephone, water, sanitar y facilities, temporary facilities , and all other facilitie s and incidentals necessary for the performance, Contracto r required testing , start -up, and co mpletio n of the Work. B. All materials and equipment incorporated int o the Work shall be as specified or, if not specified, shall be of good qualit y and new, except as other wis e provided in the Contract Docu ments. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including report s of required tests) as to the source, kind , and qualit y of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance wit h instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All ite ms of standar d equipment to be incorporated int o the Work shall be the latest model at the time of bid , unless otherwis e specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance wit h Paragrap h 2.07 and the General Requirement s as it may be adjuste d fro m time to time as provided below. 1. Contractor shall submit to Cit y fo r acceptance (to the extent indicate d in Paragrap h 2.07 and the General Requirements) proposed adjust ment s in the Projec t Schedule that will not result in changing the Contract Time. Such adjust ment s will co mply wit h any provisions of the General Requirement s applicable thereto. 2. Contractor shall submit to Cit y a monthly Project Schedule wit h a monthly progress payment fo r the duratio n of the Contract in accordance wit h the schedule specification 01 32 16. 3. Proposed adjustment s in the Project Schedule that will change the Contract Time shall be submitte d in accordance wit h the requirement s of Article 12. Adjust ment s in Contract Time may only be made by a Change Order. 6.05 Substitutes and “Or-Equals” A. Whenever an ite m of materia l or equipment is specified or describe d in the Contract Docu ments by using the na me of a proprietary ite m or the na me of a particula r Supplier, the specificatio n or descriptio n is intended to establish the typ e, function, appearance, and qualit y required. Unless the specificatio n or descriptio n contain s or is followe d by words reading that no like , equivalent, o r “or-equal” ite m or no substitution is permitted, other ite ms of materia l or equip ment of other Suppliers may be submitted to Cit y fo r revie w under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretio n an item of materia l or equip ment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Cit y as an “or-equal” item, in which case revie w and approval of the proposed item may, in City’s sole discretion, be accomplishe d without co mpliance wit h so me or all of the requirement s fo r approval of proposed substitut e ite ms. For the purposes of this Paragraph 6.05.A.1, a proposed item of materia l or equipment will be considered functionally equal to an item so named if: a. the Cit y determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the functio n and achieve the results imposed by the design concept of the co mpleted Project as a functioning whole; and 3) it has a proven record of performance and availabilit y of responsive service; and b. Contractor certifies that, if approved and incorporated int o the Work: 1) there will be no increase in cost to the Cit y or increase in Contract Time; and 2) it will conform substantially to the detailed requirement s of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretio n an item of materia l or equipment proposed by Contractor does not qualify as an “or-equal” ite m under Paragraph 6.05.A.1, it may be submitted as a proposed substitut e ite m. b. Contractor shall submit sufficient informatio n as provided belo w to allo w Cit y to determine if the item of materia l or equipment proposed is essentially equivalent to that named and an acceptable substitut e therefor . Requests fo r review of proposed substitute items of materia l or equipment will not be accepted by Cit y fro m anyone other than Contractor. c. Contractor shall make written application to Cit y fo r review of a proposed substitute item of material or equip ment that Contractor seeks to furnis h or use. The application shall co mply wit h Sectio n 01 25 00 and: 1) shall certify that the proposed substitut e item will: a) perfor m adequately the functions and achieve the result s called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to whic h the use of the proposed substitut e item will prejudice Contractor’s achievement of final co mpletio n on time; b) whether use of the proposed substitut e item in the Work will require a change in any o f the Contract Document s (or in the provisions of any other direct contract wit h Cit y fo r other work on the Project) to adapt the design to the proposed substitut e item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporatio n or use of the proposed substitut e item in connectio n with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitut e item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credit s that will result directly or indirectly from use of such substitut e item, including cost s of redesign and Damage Clai ms of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of constructio n is expressly required by the Contract Documents, Contractor may furnish or utilize a substitut e means, method, technique, sequence, or procedure of constructio n approved by City. Contractor shall submit sufficient informatio n to allo w City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to Cit y for review in the same manner as those provided in Paragraph 6.05.A.2. C. City’s Evaluation: Cit y will be allowed a reasonable time within whic h to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. Cit y may require Contractor to furnis h additional dat a about the proposed substitute. Cit y will be the sole judge of acceptability. No “or-equal” or substitut e will be ordered, installed or utilized until City’s review is co mplete, whic h will be evidenced by a Change Order in the case of a substitute and an accepted Submitta l fo r an “or-equal.” Cit y will advise Contractor in writing of it s determination. D. Special Guarantee: Cit y may require Contractor to furnis h at Contractor’s expense a special performance guarantee, warranty, or other suret y wit h respect to any substitute. Contractor shall indemnif y and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: Cit y will record City’s cost s in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or no t City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse Cit y fo r evaluating each such proposed substitute. Contractor may also be required to reimburse Cit y fo r the charges fo r making changes in the Contract Docu ment s (or in the provisions of any other direct contract wit h City) resulting from the acceptance of each proposed substitute. F. Contractor’s Expense: Contractor shall provid e all dat a in support of any proposed substitut e or “or-equal” at Contractor’s expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Cost s (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform wit h his own organization, work of a value not less than 35% of the value embraced on the Contract , unless otherwise approved by the City. B. Contracto r shall no t emplo y any Subcontractor, Supplier, or other individual or entity, whether initiall y or as a replacement , against who m Cit y may have reasonable objection. Contractor shall not be required to emplo y any Subcontractor, Supplier, or other individual or entit y to furnish or perfor m any of the Work against who m Contracto r has reasonable objectio n (excluding those acceptable to Cit y as indicated in Paragraph 6.06.C). C. The Cit y may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project , and will provide such requirement s in the Supplementary Conditions. D. Minority and Women Business Enterprise Compliance: It is Cit y polic y to ensure the full and equitable participatio n by Minorit y and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Document s provide for MWBE goal, Contractor is required to co mply wit h the intent of the City’s MWBE Business Enterprise Ordinance (as amended) by the following: 1. Contractor shall, upo n request by City, provide co mplet e and accurate infor matio n regarding actual work performed by MWBE on the Contract and payment therefor. 2. Contractor will no t make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified chang e or deletio n shall be a materia l breach of Contract and may result in debarment in accordance wit h the procedures outlined in the Ordinance. 3. Contractor shall, upo n request by City, allo w an audit and/o r examinatio n of any books, records, or file s in the possession of the Contractor that will substantiat e the actual work performed by MWBE. Materia l misrepresentation of any nature will be grounds for ter minatio n of the Contract in accordance wit h Paragraph 15.02.A. Any such misrepresentation may be grounds fo r disqualification of Contractor to bid on future contracts wit h the Cit y fo r a perio d of not less than three years. E. Contractor shall be fully responsible to Cit y for all acts and omissions of the Subcontractors, Suppliers, and othe r individual s or entitie s performing or furnishing any of the Work just as Contractor is responsible fo r Contractor’s own act s and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between Cit y and any such Subcontractor, Supplier or other individual or entity; nor 2. shall creat e any obligatio n on the part of Cit y to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entit y except as may otherwise be required by Laws and Regulations. F. Contracto r shall be solely responsible fo r scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract wit h Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate wit h Cit y throug h Contractor. H. All Work performed for Contracto r by a Subcontractor or Supplier will be pursuant to an appropriat e agreement between Contractor and t he Subcontractor or Supplier whic h specifically binds the Subcontracto r or Supplier to the applicable terms and conditions of the Contract Docu ment s fo r the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contracto r shall co mply wit h all requirement s of Chapter 2258, Texas Government Code (as amended), including the payment of no t less than the rates deter mined by the Cit y Council of the Cit y of Fort Worth to be the prevailing wage rates in accordance wit h Chapter 2258. Such prevailing wage rates ar e include d in these Contract Docu ments. B. Penalt y for Violation. A Contracto r or any Subcontracto r who does no t pay the prevailing wage shall, upon demand made by the City, pay to t he Cit y $60 fo r each worker employed fo r each calendar day or part of the day that the worker is paid les s than the prevailing wage rates stipulate d in these contract docu ments. This penalt y shall be retaine d by the Cit y to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of infor mation, including a co mplaint by a worker , concerning an alleged violatio n of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the Cit y shall make an initial determination, befor e the 31st day after the dat e the Cit y receives the infor mation, as to whether goo d cause exist s to believe that the violatio n occurred. The Cit y shall notify in writing the Contractor or Subcontractor and any affected worker of it s initia l determination. Upo n the City’s determinatio n that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the Cit y shall retain the full amounts claimed by the claimant or claimant s as the difference between wages paid and wages due under the prevailing wage rates, such amounts bein g subtracted fro m successive progress payment s pending a final determinatio n of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violatio n of Sectio n 2258.023, Texas Government Code, including a penalt y owed to the Cit y or an affected worker, shall be submitted to binding arbitration in accordance wit h the Texas General Arbitratio n Act (Article 224 et seq., Revised Statutes) if the Cont ractor or Subcontractor and any affected worker does no t resolve the issue by agreement befor e the 15t h day after the dat e the Cit y makes it s initia l determinatio n pursuant to Paragraph C above. If the persons required to arbitrate under this sectio n do not agree on an arbitrator befor e the 11th day after the dat e that arbitratio n is required, a district court shall appoint an arbitrator on the petitio n of any of the persons. The Cit y is no t a party in the arbitr ation. The decisio n and award of the arbitrator is fina l and binding on all partie s and may be enforced in any court of co mpetent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, fo r a perio d of three (3) years following the date of acceptance of the work, maintain records that sho w (i) the name and occupation of each worker employed by the Contractor in the constructio n of the Work provided for in this Contract ; and (ii) the actual per die m wages paid to each worker. The records shall be open at all reasonable hours fo r inspectio n by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Affadavit. Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code related to paying prevailing wage rates on completion of the project. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in it s subcontract s and/or shall otherwise require all of it s Subcontractors to co mply wit h Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all cost s incident to the use in the perfor mance of the Work or the incorporatio n in the Work of any invention, design, process, product, or device whic h is the subject of patent right s or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents fo r use in the perfor mance of the Work and if, to the actual knowledge of City, it s use is subject to patent right s or copyrights calling fo r the payment of any license fee or royalt y to others, the existence of such right s shall be disclosed by Cit y in the Contract Documents. Failur e of the City t o disclose such infor matio n does no t relieve the Contractor fro m it s obligations to pay fo r the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professional s and al l court or arbitration or other disput e resolution costs) arisin g out of or relating to any infringement of patent right s or copyright s incident to the use in the performance of the Wor k or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay fo r all construction permit s and licenses except those provided fo r in the Supplementary Conditions or Contract Documents. Cit y shall assist Contractor, when necessary, in obtaining such permit s and licenses. Contractor shall pay all governmental charges and inspectio n fees necessary fo r the prosecution o f the Work whic h are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Dat e of the Agreement , except fo r permit s provided by the Cit y as specified in 6.09.B. Cit y shall pay all charges of utilit y owners fo r connections fo r providing permanent service to the Work. B. City obtained permits and licenses. Cit y will obtain and pay for all permit s and licenses as provided fo r in the Supplementary Conditions or Contract Documents. It will be the Contractor’s responsibilit y to carry out the provisions of the permit . If the Contractor initiates changes to the Contract and the Cit y approves the changes, the Contractor is responsible fo r obtaining clearances and coordinating wit h the appropriate regulatory agency. The Cit y will not reimburse the Contractor for any cost associated wit h these requirement s of any Cit y acquired permit . The following are permit s the Cit y will obtain if required: 1. Texas Depart ment of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Co mmissio n on Environmental Qualit y Permits 4. Railroad Co mpany Permits C. Outstanding permits and licenses. The Cit y anticipates acquisitio n of and/o r access to permits and licenses. An y outstanding permit s and license s are anticipated to be acquired in accordance wit h the schedule set fort h in the Supplement ary Conditions . The Project Schedule submitte d by the Contractor in accordance wit h the Contr act Docu ment s must conside r any outstanding permit s and licenses. 6.10 Laws and Regulations A. Contracto r shall give all notices required by and shall comply wit h all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the Cit y shall not be responsible fo r monitoring Contractor’s co mpliance wit h any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to kno w that it is contrar y to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 28 of 63 court or arbitratio n or other dispute resolutio n costs) arising out of or relating to such Work. However , it shall not be Contractor’s responsibilit y to make certain that the Specifications and Drawings are in accordance wit h Laws and Regulat ions, but this shall no t relieve Contractor of Contractor’s obligations under Paragrap h 3.02. C. Changes in Laws or Regulations no t known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organizatio n whic h qualifie s fo r exemptio n pursuant to Texas Tax Code, Subchapter H, Section s 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials , supplie s and equipment used or consu med in the performance of thi s contract by issuing to his supplier an exe mptio n certificat e in lie u of the tax, said exe mptio n certificat e to co mply wit h Stat e Co mptroller’s Ruling .007. An y such exe mption certificat e issued to the Contractor in lie u of the tax shall be subject to and shall co mply wit h the provisio n of Stat e Co mptroller’s Ruling .011, and any other applicable ruling s pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permit s and infor matio n may be obtained fro m: https://comptroller.texas.gov/taxes/permit/ 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment , and the operations of workers to the Sit e and other areas per mitted by Laws and Regulations, and shall no t unreasonably encu mber the Sit e and other areas wit h constructio n equipment or other materials or equip ment . Contractor shall assu me full responsibilit y fo r any damage to any suc h land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting fro m the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right -of-way, or easement greater than is necessary fo r proper execution of the Work, the Cit y may require the Contractor to finis h the sectio n on whic h operations are in progress before work is co mmenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Sit e and other areas free fro m accumulations of wast e materials, rubbish, and other debris. Removal and disposal of such wast e materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hour s after written notice is given to the Contractor that the clean-up on the jo b sit e is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the Cit y may take such direct actio n as the City dee ms appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the cost s of such direct action, plus 25 % of such costs, shall be deducted fro m the monies due or to beco me due to the Contractor. D. Final Site Cleaning: Prio r to Fina l Acceptance of the Work Contractor shall clea n the Sit e and the Work and make it ready for utilizatio n by Cit y or adjacent property owner. At the co mpletion of the Work Contractor shall remove fro m the Sit e all tools , appliances, constructio n equipment and machinery, and surplus materials and shall restore to original conditio n or better all property disturbed by the Work. E. Loading Structures: Contracto r shall not loa d no r per mit any part of any structur e to be loaded in any manner that will endanger the structure, no r shall Contracto r subjec t any part of the Work or adjacent propert y to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe plac e at the Sit e or in a plac e designated by the Contractor and approved by the City, one (1) record cop y of all Drawings , Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to sho w changes made during construction. These recor d document s together wit h all approved Sample s and a counterpart of all accepted Submittals will be available t o Cit y fo r reference. Upo n co mpletio n of the Work, these recor d documents, any operatio n and maintenance manuals, and Submittals will be delivered to Cit y prio r to Fina l Inspection. Contractor shall include accurate locations fo r buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible fo r initiating, maintaining and supervising all safety precautions and programs in connectio n wit h the Work. Such responsibilit y does no t relieve Subcontractors of their responsibilit y fo r the safety of persons or property in the performance of their work, no r for co mpliance wit h applicable safet y Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions fo r the safety of, and shall provide the necessary protection to prevent damage, injur y or loss to: 1. all persons on the Sit e or who may be affected by the Work; 2. all the Work and materials and equip ment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Sit e or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contracto r shall comply wit h all applicable Laws and Regulations relating to the safety of persons or property, or to the protectio n of persons or property fro m damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utilit y owners when prosecution of the Work may affect them, and shall cooperate wit h them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply wit h the applicable requirement s of City’s safety programs, if any. D. Contractor shall infor m Cit y of the specific requ irement s of Contractor’s safet y program, if any, wit h whic h City’s employees and representatives must co mply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entit y directly or indirectly employed by any of them to perform any of the Work, or anyone fo r whose act s any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilitie s fo r safet y and fo r protectio n of the Work shall continue until such time as all the Work is completed and Cit y has accepted the Work. 6.15 Safety Representative Contractor shall infor m Cit y in writing of Contractor’s designated safet y representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible fo r coordinating any exchange of material safet y data sheet s or other hazard co mmunication infor matio n required to be made available to or exchanged between or among employers in accordance wit h Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safet y or protection of persons or the Work or property at the Sit e or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Cit y prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations fro m the Contract Docu ment s have been caused thereby or are required as a result thereo f. If Cit y determines that a change in the Contract Document s is required because of the actio n taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request fro m the Cit y to rectify any discrepancies, omissions, or correctio n necessary to confor m wit h the requirement s of the Contract Documents, the Cit y shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant conditio n and request the Contractor to take remedia l actio n to correct the condition. In the event the Contractor does not take positive steps to fulfill this writte n request, or does no t sho w jus t cause fo r not taking the proper action, within 24 hours, the Cit y may take such remedia l actio n wit h Cit y forces or by contract. The City shall deduct an amount equal to the entir e cost s for such remedia l action, plus 25%, fro m any fund s due or beco me due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to Cit y for review and acceptance in accordance wit h the accepted Schedule of Submittals (as required by Paragrap h 2.07). Each sub mitta l will be identified as Cit y may require. 1. Submit nu mber of copie s specified in the General Requirements. 2. Dat a shown on the Submittals will be co mplet e wit h respect to quantities , dimensions, specifie d perfor mance and desig n criteria , materials , and simila r dat a to sho w Cit y the services, materials , and equipment Contracto r proposes to provid e and to enable Cit y to revie w the infor matio n fo r the li mite d purposes required by Paragraph 6.18.C. 3. Submittals submitte d as herein provided by Contractor and reviewed by Cit y for conformance wit h the desig n concept shall be executed in conformit y wit h the Contract Docu ment s unles s otherwis e required by City. 4. When Submittals are submitted for the purpose of showing the installatio n in greater detail, their review shall not excuse Contractor fro m requirement s shown on the Drawings and Specifications. 5. For -Infor mation-Only submittals upo n whic h the Cit y is not expected to conduct revie w or take responsive actio n may be so identifie d in the Contract Docu ments. 6. Submit required nu mber of Sample s specified in the Specifications. 7. Clearly identif y each Sample as to material, Supplier , pertinent dat a such as catalo g nu mbers, the use fo r whic h intended and othe r dat a as Cit y may require to enable Cit y to revie w the submitta l fo r the limite d purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Document s or the Schedule of Submittals, any related Work perfor med prio r to City’s revie w and acceptance of the pertinent submitta l will be at the sole expense and responsibilit y of Contractor. C. City’s Review: 1. Cit y will provid e timely revie w of required Submittals in accordance wit h the Schedule of Submittals acceptable to City. City’s revie w and acceptance will be only to deter mine if the ite ms covered by the submittals will, after inst allatio n or incorporatio n in the Work, conform to the in formatio n give n in the Contract Document s and be co mpatible wit h the design concept of the co mplete d Project as a functioning whole as indicated by the Contract Docu ments. 2. City’s revie w and acceptance will no t extend to means, methods, techniques, sequences, or procedures of constructio n (except wher e a particula r means, method, technique, sequence, or procedur e of constructio n is specifically and expressly called fo r by the Contract Docu ments) or to safet y precautions or programs incident thereto . The revie w and acceptance of a separat e ite m as such will not indicat e approval of the assembly in whic h the item functions. 3. City’s review and acceptance shall not relieve Contractor fro m responsibilit y fo r any variatio n fro m the requirement s of the Contract Docu ment s unles s Contractor has co mplied wit h the requirement s of Sectio n 01 33 00 and Cit y has give n written acceptance of each such variatio n by specific written notatio n thereo f incorporated in or accompanying the Submittal. City’s review and acceptance shall no t relieve Contracto r fro m responsibilit y for co mplying wit h the require ment s of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreement s wit h City. No Work shall be delayed or postponed pending resolutio n of any disputes or disagreements, except as Cit y and Contractor may otherwise agree in writing. 6.20 Contractor’s General Warranty and Guarantee A. Contractor warrant s and guarantees to Cit y that all Work will be in accordance wit h the Contract Document s and will no t be defective. Cit y and it s officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warrant y and guarantee. B. Contractor’s warrant y and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operatio n by persons other than Contractor, Subcontractors, Suppliers, or any other individua l or entit y for who m Contracto r is responsible ; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 33 of 63 2. nor mal wear and tear under normal usage. C. Contractor’s obligatio n to perform and complet e the Work in accordance wit h the Contract Document s shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance wit h the Contract Document s or a release of Contractor’s obligatio n to perform the Work in accordance wit h the Contract Documents: 1. observations by City; 2. reco mmendatio n or payment by Cit y of any progress or fina l payment; 3. the issuance of a certificate of Final Acceptance by Cit y or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correctio n of defective Work by City. D. The Contractor shall remed y any defect s or da mages in the Work and pay fo r any damage to othe r wor k or propert y resulting therefro m whic h shall appear withi n a perio d of two (2) years fro m the dat e of Fina l Acceptance of the Work unles s a longer perio d is specified and shall furnis h a good and sufficient maintenance bond, complying wit h the requirement s of Article 5.02.B. The Cit y will give notic e of observed defects wit h reasonable pro mptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, fro m and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against suc h claim s and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contracto r will no t be required to provide professiona l design services unless such services are specifically required by the Contract Document s fo r a portio n of the Work or unless such services are required to carr y out Contractor’s responsibilities fo r constructio n means, methods, techniques, sequences and procedures. B. If professiona l desig n services or certifications by a desig n professiona l related to systems, materials or equip ment are specifically required of Contractor by the Contract Documents, City will specify all performance and desig n criteria that such services must satis fy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such pro fessional. Submittals related to the Work designed or certified by such pro fessional, if prepared by others, shall bear such pro fessional’s written approval when submitted to City. C. Cit y shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided Cit y has specified to Contractor performance and desig n criteria that suc h services must satisfy. D. Pursuant to this Paragraph 6.22, City’s review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance wit h performance and desig n criteria give n and the desig n concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except desig n calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the Cit y shall, until the expiratio n of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract . Contractor agrees that the Cit y shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audit s in co mpliance wit h the provisions of this Paragraph. The Cit y shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all it s subcontract s hereunder a provisio n to the effect that the subcontractor agrees that the Cit y shall, until the expiratio n of three (3) years after final payment under this Contract , have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further , that Cit y shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriat e work space in order to conduct audit s in co mpliance wit h the provisions of this Paragraph. The Cit y shall give Subcontracto r reasonable advance notic e of intended audits. C. Contractor and Subcontractor agree to photocopy such document s as may be requested by the City. The Cit y agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is perfor med. 6.24 Nondiscrimination A. The Cit y is responsible fo r operating Public Transportation Programs and imple menting transit - related projects, whic h are funded in part wit h Federal financial assistance awarded by the U.S. Depart ment of Transportatio n and the Federal Transit Ad ministration (FTA), without discriminating against any perso n in the United States on the basis of race, color , or national origin. B. Title VI , Civi l Right s Act of 1964 as amended: Contractor shall comply wit h the requirement s of the Act and the Regulations as further defined in the Supplementary Conditions fo r any project receiving Federal assistance. ARTICLE 7 – OTHER WORK AT THE SITE 7.01 Related Work at Site A. Cit y may perfor m other work related to the Project at the Sit e wit h City’s employees, or other Cit y contractors, or through other direct cont ract s therefor, or have other work performed by utilit y owners. If such other work is not noted in the Contract Documents, then written notice thereo f will be given to Contractor prio r to starting any such other work; and B. Contractor shall affor d each other contractor who is a party to such a direct contract, each utility owner, and City, if Cit y is performing other work wit h City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity fo r the introduction and storage of materials and equip ment and the execution of such other work, and properly coordinate the Work wit h theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make it s several parts co me together and properly integrat e wit h such other work. Contractor shall not endanger any work of other s by cutting, excavating, or otherwise altering such work; provided, however , that Contractor may cut or alter others' work wit h the written consent of Cit y and the others whose work will be affected. C. If the proper execution or result s of any part of Contractor’s Work depends upo n work performed by others under this Article 7, Contractor shall inspect such other work and pro mptly report to Cit y in writing any delays, defects, or deficienc ies in such other work that render it unavailable or unsuitable fo r the proper execution and result s of Contractor’s Work. Contractor’s failur e to so report will constitut e an acceptance of such other work as fit and proper for integratio n with Contractor’s Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If Cit y intends to contract wit h others for the perfor mance of other work on the Project at the Site, the following will be set fort h in Supplementary Conditions: 1. the individual or entit y who will have autho rit y and responsibilit y fo r coordination of the activitie s among the variou s contractors will be identified; 2. the specific matter s to be covered by such authorit y and responsibilit y will be ite mized; and 3. the extent of such authorit y and responsibilitie s will be provided. B. Unless otherwise provided in the Supplementary Conditions, Cit y shall have authority fo r such coordination. ARTICLE 8 – CITY’S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, Cit y shall issue all communications to Contractor. 8.02 Furnish Data Cit y shall timely furnish the dat a required under the Contract Documents. 8.03 Pay When Due Cit y shall make payment s to Contractor in accordance wit h Article 14. 8.04 Lands and Easements; Reports and Tests City’s duties wit h respect to providing lands and easement s and providing engineering surveys to establish reference point s are set fort h in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City’s identifying and making available to Contractor copies of reports of explorations and tests of subsurfac e conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Sit e that have been utilized by Cit y in preparing the Contract Documents. 8.05 Change Orders Cit y shall execute Change Orders in accordance wit h Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City’s responsibilit y wit h respect to certain inspections, tests, and approvals is set fort h in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City’s Responsibilities A. The Cit y shall no t supervise, direct , or have contro l or authorit y over, no r be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or fo r any failur e of Contractor to co mply wit h Laws and Regulations applicable to the performance of the Work. Cit y will no t be responsible for Contractor’s failur e to perfor m the Work in accordance wit h the Contract Documents. B. Cit y will notify the Contracto r of applicable safet y plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City’s responsibilit y wit h respect to an undisclosed Hazardous Environmental Conditio n is set forth in Paragraph 4.06. 8.09 Compliance wit h Safety Program While at the Site, City’s employees and representatives shall comply wit h the specific applicable requirement s of Contractor’s safety programs of which Cit y has been informed pursuant to Paragraph 6.14. ARTICLE 9 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City’s Project Manager Cit y will provide one or more Project Manager(s) during the constructio n period. The duties and responsibilities and the limitations of authorit y of City’s Project Manager during construction are set forth in the Contract Documents. The City’s Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City’s Project Manager will make visit s to the Sit e at intervals appropriate to the various stages of constructio n as Cit y deems necessary in order to observe the progress that has been made and the quality of the various aspect s of Contractor’s executed Work. Based on informatio n obtained during such visit s and observations, City’s Project Manager will determine, in general, if the Work is proceeding in accordance wit h the Contract Documents. City’s Project Manager will not be required to make exhaustive or continuous inspections o n the Sit e to check the quality or quantity of the Work. City’s Project Manager’s efforts will be directed toward providing Cit y a greater degree of confidence that the co mpleted Work will conform generally to the Contract Documents. B. City’s Project Manager’s visit s and observations are subject to all the limitations on authorit y and responsibilit y in the Contract Document s including those set fort h in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City’s Project Manager may authorize mino r variations in the Work fro m the requirement s of the Contract Docu ment s whic h do no t involve an adjust ment in the Contract Price or the Contract Time and are co mpatible wit h the design concept of the co mpleted Project as a functioning whole as indicated by the Contract Docu ments. These may be accomplished by a Field Order and will be binding on Cit y and als o on Contractor, who shall perfor m the Work involved promptly. 9.04 Rejectin g Defective Work Cit y will have authority to reject Work whic h Cit y’s Project Manager believes to be defective, or will not produce a co mplete d Project that conforms t o the Contract Document s or that will prejudice the integrit y of the design concept of the co mpleted Project as a functioning whole as indicated by the Contract Documents. Cit y will have authorit y to conduct special inspection or testing of the Work as provided in Article 13, whether or no t the Work is fabricated, installed, or co mpleted. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Manager will review wit h Contractor the preliminary determinations on such matters before rendering a written reco mmendation. City’s written decisio n will be final (except as modified to reflect changed factual conditions or more accurat e data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. Cit y will be the initia l interpreter of the requirement s of the Contract Document s and judge of the acceptabilit y of the Work thereunder. B. Cit y will render a written decisio n on any issue referred. C. City’s written decisio n on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 – CHANGES IN THE WORK ; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, Cit y may, at any time or from time to time, order Extr a Work. Upo n notice of such Extr a Work, Contractor shall promptly proceed wit h the Work involved whic h will be perfor med under the applicable conditions of the Contract Docu ment s (except as otherwise specifically provided). Extr a Work shall be memorialized by a Change Order whic h may or may no t precede an order of Extr a work. B. Fo r mino r changes of Work no t requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time wit h respect to any work perfor med that is not required by the Contract Document s as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. Cit y and Contractor shall execute appropriat e Change Orders covering: 1. changes in the Work whic h are: (i) ordered by Cit y pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City’s correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time fo r Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extr a Work, or as to the payment thereof, and the Cit y insist s upo n it s performance, the Contractor shall proceed wit h the work after making written request fo r written orders and shall keep accurat e account of the actual reasonable cost thereof. Contract Claims regarding Extr a Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the Cit y such installatio n records of all deviations fro m the original Contract Document s as may be necessary to enable the Cit y to prepare for permanent record a corrected set of plans showing the actual installation. C. The co mpensation agreed upo n for Extr a Work whether or no t initiated by a Change Order shall be a full, complet e and final payment for all cost s Contractor incurs as a result or relating to the change or Extr a Work, whether said cost s are known, unknown, foreseen or unforeseen at that time, including without limitation, any cost s for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extr a Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a suret y of any change affecting the general scope of the Work or the provisions of the Contract Document s (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City’s Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the Cit y fo r decis ion. A decisio n by Cit y shall be required as a conditio n precedent to any exercise by Contractor of any right s or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to Cit y no later than 15 days after the start of the event giving rise thereto. The responsibilit y to substantiate a Contract Claim shall rest wit h the party making the Contract Clai m. 2. Notice of the amount or extent of the Contract Clai m, wit h supporting dat a shall be delivered to the Cit y on or befor e 45 days fro m the start of the event giving rise thereto (unless the City allows additiona l time fo r Contractor to submit additiona l or more accurat e data in support of such Contract Claim). 3. A Contract Claim fo r an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim fo r an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be acco mpanied by Contractor’s written statement that the adjust ment claimed is the entir e adjust ment to whic h the Contractor believes it is entitled as a result of said event. 6. The Cit y shall submit any response to the Contracto r within 30 days afte r receipt of the clai mant’s las t submittal (unles s Contract allow s additiona l time). C. City’s Actio n: Cit y will revie w each Contract Clai m and, within 30 days after receipt of the last submitta l of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the Cit y is unable to resolve the Contract Claim if, in the City’s sole discretion, it would be inappropriate for the Cit y to do so. Fo r purposes of further resolutio n of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 41 of 63 D. City’s written actio n under Paragraph 10.06.C will be final and binding, unless Cit y or Contractor invoke the dispute resolutio n procedure set fort h in Article 16 within 30 days of such actio n or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance wit h this Paragraph 10.06. ARTICLE 11 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum o f all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value o f any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additiona l or incre mental cost s required because of the change in the Work. Such cost s shall not include any of the cost s itemized in Paragraph 11.01.B, and shall include but no t be limited to the following items: 1. Payroll cost s fo r employees in the direct emplo y of Contractor in the performance of the Work under schedules of jo b classifications agreed upo n by Cit y and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll cost s fo r employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll cost s shall include; a. salaries wit h a 55% markup, or b. salaries and wages plus the cost of fringe benefits, whic h shall include socia l security contributions, unemployment , excise, and payroll taxes, workers’ co mpensation, health and retirement benefits, bonuses, sick leave, vacation and holida y pay applicable thereto. The expenses of perfor ming Work outside of Regular Working Hours, Weekend Working Hours, or lega l holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers’ field services required in connection therewith. 3. Rentals of all constructio n equip ment and machinery, and the part s thereo f whether rented fro m Contractor or other s in accordance wit h renta l agreement s approved by City, and the cost s of transportation, loading, unloading, assembly, dis mantling, and removal thereof. All such cost s shall be in accordance wit h the terms of said rental agreements. The rental of any such equipment , machinery, or part s shall cease when the use thereo f is no longe r necessary fo r the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 42 of 63 4. Payment s made by Contractor to Subcontractors fo r Work perfor med by Subcontractors. If required by City, Contractor shall obtain competitive bid s from subcontractors acceptable to Cit y and Contractor and shall deliver such bids to City, who will then determine, whic h bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor’s Cost of the Work and fee shall be determined in the same manner as Contract or’s Cost of the Work and fee as provided in this Paragraph 11.01. 5. Cost s of special consultant s (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed fo r services specifically related to the Work. 6. Supplemental cost s including the following: a. The proportio n of necessary transportation, travel, and subsistence expenses of Contractor’s employees incurred in discharge of dutie s connected wit h the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equip ment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, whic h are consumed in the perfor mance of the Work, and cost, less market value, of such ite ms used but no t consu med which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and fo r which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposit s lost fo r causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of the m or for whose act s any of them may be liable, and royalt y payment s and fees fo r permit s and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not co mpensated by insurance or otherwise, sustained by Contractor in connectio n wit h the perfor mance o f the Work, provided such losses and damages have resulted fro m causes othe r tha n the negligence of Contractor, any Subcontractor, or anyone directly or indirectl y employed by any o f them or for whose act s any of them may be liable. Such losses shall include settle ment s made wit h the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor’s fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Mino r expenses such as telegrams, long distance telephone calls, telephone and co mmunicatio n services at the Site , express and courier services, and similar pett y cash ite ms in connectio n wit h the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 43 of 63 h. The cost s of premiu ms fo r all bonds and insurance Contractor is required by the Contract Docu ment s to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall no t include any of the following items: 1. Payrol l cost s and other co mpensation of Cont ractor’s officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Sit e or in Contractor’s principa l or branch office for general administration of the Work and not specifically included in the agreed upo n schedule of jo b classifications referred to in Paragrap h 11.01.A.1 or specifically covered by Paragrap h 11.01.A.4, all of whic h are to be considere d administrative cost s covered by the Contractor’s fee. 2. Expenses of Contractor’s principa l and branch office s other than Contractor’s offic e at the Site. 3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital employed fo r the Work and charges against Contractor fo r delinquent payments. 4. Cost s due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or fo r whose act s any of them may be liable , including but not limite d to, the correctio n of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Othe r overhead or general expense cost s of any kind. C. Contractor’s Fee: When all the Work is performed on the basis of cost-plus, Contractor’s fee shall be deter mined as set fort h in the Agreement . When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor’s fee shall be determined as set fort h in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereo f in accordance wit h generally accepted accounting practices and submit in a for m acceptable to City an ite mize d cost breakdown together wit h supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Document s and shall cause the Work so covered to be performed for such sums and by such persons or entitie s as may be acceptable to City. B. Pre-bi d Allowances: 1. Contracto r agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor’s cost s fo r unloading and handling on the Site, labor , installation, overhead, profit , and other expenses conte mplate d fo r t he pre-bid allowances have been included in the allowances, and no demand fo r additiona l payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingenc y allowance, if any, is fo r the sole us e of City. D. Prio r to fina l payment , an appropriat e Change Order will be issued to reflect actual amount s due Contracto r on account of Work covered by allowances, and the Contract Pric e shall be correspondingly adjusted. 11.03 Uni t Price Work A. Wher e the Contract Docu ment s provide that all or part of the Work is to be Unit Pric e Work, initiall y the Contract Pric e will be deemed to includ e fo r all Unit Pric e Work an amount equal to the sum of the unit pric e fo r each separately identifie d ite m of Unit Pric e Work times the estimated quantit y of each ite m as indicate d in the Agreement. B. The estimated quantities of ite ms of Unit Pric e Work are not guaranteed and are solely for the purpose of co mpariso n of Bids and determining an initia l Contract Price. Determinations of the actual quantitie s and classifications of Unit Price Work performed by Contractor will be made by Cit y subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequat e to cover Contractor’s overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required fo r a functionally co mplet e installation, but no t identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. Cit y may make an adjust ment in the Contract Price in accordance wit h Paragraph 12.01 if: 1. the quantit y of any ite m of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement ; and 2. there is no corresponding adjust ment wit h respect to any other item of Work. E. Increased or Decreased Quantities: The Cit y reserves the right to order Extr a Work in accordance wit h Paragraph 10.01. 1. If the changes in quantities or the alterations do no t significantly change the character of work under the Contract Documents, the altered work will be paid fo r at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist , this will be considered Extr a Work and the Contract will be amended by a Change Order in accordance wit h Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differ s materially in kind or nature fro m that in the Contract or b. a Majo r Item of work varies by more than 25% fro m the origina l Contract quantity. 5. When the quantity of work to be done under any Majo r Item of the Contract is more than 125% of the original quantity stated in the Contract , then either part y to the Contract may request an adjust ment to the unit price on the portio n of the work that is above 125%. 6. When the quantit y of work to be done under any Majo r Item of the Contract is less than 75% of the original quantity stated in the Contract , then either part y to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may no t represent the exact quantit y of work per formed or material moved, handled, or placed during the execution of the Contract . The estimated bid quantities are designated as fina l payment quantities, unless revise d by the governing Sectio n or this Article. B. If the quantity measured as outlined under “Price and Payment Procedures” varies by more than 25% (or as stipulated under “Price and Payment Procedures” fo r specific Items) fro m the total estimated quantit y for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantit y of authorized work done for payment purposes. The part y to the Contract requesting the adjustment will provide field measurement s and calculations showing the final quantity for whic h payment will be made. Payment for revised quantit y will be made at the unit price bid fo r that Item, except as provided fo r in Article 10. C. When quantities are revised by a change in desig n approved by the City, by Change Order, or to correct an error, or to correct an erro r on t he plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantit y multiplie d by the unit price bid for an individual Item is les s than $250 and the Item is not originally a plan s quantity Item, then the Item may be paid as a plans quantit y Item if the Cit y and Contractor agree in writing to fix the fina l quantit y as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 46 of 63 E. Fo r callout work or non-sit e specific Contracts, the plans quantity measurement requirement s are not applicable. ARTICLE 12 – CHANGE OF CONTRACT PRICE; CHANG E OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be deter mined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is no t covered by unit prices contained in the Contract Documents, by a mutually agreed lu mp sum or unit price (which may include an allowance fo r overhead and profit no t necessarily in accordance wit h Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extr a Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Docu ments and agreement to a lu mp su m or unit price is no t reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (deter mined as provided in Paragraph 11.01) plus a Contractor’s fee fo r overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor’s Fee: The Contractor’s additiona l fe e fo r overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is no t agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. fo r costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor’s additional fee shall be 15 percent except for: 1) rental fees fo r Contractor’s own equip ment using standard rental rates; 2) bond s and insurance; b. for cost s incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor’s fee shall be five percent (5%); 1) where one or more tier s of subcontract s are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the cost s incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of cost s ite mized under Paragraphs 11.01.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to Cit y fo r any change whic h result s in a net decrease in cost will be the amount of the actua l net decrease in cost plu s a deduction in Contractor’s fe e by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extensio n of the Contract Time will be allowed for Extr a Work or for claimed dela y unless the Extr a Work contemplated or claimed dela y is shown to be on the critical path of the Project Schedule or Contractor can sho w by Critica l Pat h Metho d analysis ho w the Extr a Work or claimed dela y adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the perfor mance or co mplet ion of any part of the Work within the Contract Time due to dela y beyon d the contro l of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such dela y if a Contract Claim is made therefor. Delays beyond the contro l of Cont ractor shall include, but no t be limited to, acts or neglect by City, act s or neglect of utilit y owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or act s of God. Such an adjustment shall be Contractor’s sole and exclusive remedy fo r the delays described in this Paragraph. B. If Contractor is delayed, Cit y shall no t be liable to Contractor for any claims, costs, losses, or damages (including but no t li mited to all fees and charges of engineers, architects, attorneys, and othe r professionals and all court or arbitratio n or other dispute resolutio n costs) sustained by Contractor on or in connectio n wit h any other project or anticipated project. C. Contractor shall no t be entitled to an adjustment in Contract Price or Contract Time for delays within the contro l of Contractor. Delays attributable to and within the contro l of a Subcontractor or Supplier shall be deemed to be delays within the contro l of Contractor. D. The Contractor shall receive no co mpensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failur e of the Cit y to provide infor matio n or material, if any, whic h is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of whic h Cit y has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected , or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies wit h jurisdictional interests will have access to the Sit e and the Work at reasonable times fo r their observation, inspection, and testing. Contractor shall provide them proper and safe conditions fo r such access and advise them of Contractor’s safet y procedures and programs so that they may comply therewit h as applicable. 13.03 Tests and Inspections A. Contractor shall give Cit y timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate wit h inspectio n and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdictio n require any of the Work (o r part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibilit y fo r arranging and obtaining such independent inspections , tests, retest s or approvals, pay all cost s in connectio n therewith, and furnis h Cit y the required certificates of inspectio n or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulatio n (TDLR) inspections , whic h shall be paid as describe d in the Supplementar y Conditions. C. Contracto r shall be responsible fo r arranging and obtaining and shall pay all cost s in connection wit h any inspections, tests, re-tests, or approvals required fo r City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prio r to Contractor’s purchase thereo f for incorporatio n in the Work. Such inspections , tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. Cit y may arrange fo r the services of an independent testing laborator y (“Testing Lab”) to perfor m any inspections or test s (“Testing”) fo r any part of the Work, as determined solely by City. 1. Cit y will coordinate such Testing to the extent possible, wit h Contractor; 2. Should any Testing under this Sectio n 13.03 D result in a “fail”, “did not pass” or other similar negative result , the Contracto r shall be responsible fo r paying fo r any and all retests. Contractor’s cancellation without cause of Cit y initiated Testing shall be deemed a negative result and requir e a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 49 of 63 3. Any amount s owed fo r any retest under this Sectio n 13.03 D shall be paid directly to the Testing Lab by Contractor. Cit y will forwar d all invoices fo r retest s to Contractor. 4. If Contractor fails to pay the Testing Lab, Cit y will not issue Fina l Payment until the Testing Lab is paid. E. If any Work (or the wor k of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work fo r observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor’s expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Sectio n 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Document s or specific instructions by the City, it must, if requested by City, be uncovered for City’s observatio n and replaced at Contractor’s expense. B. If Cit y consider s it necessary or advisable that covered Work be observed by Cit y or inspected or tested by others, Contractor, at City’s request, shall uncover, expose, or otherwise make available fo r observation, inspection, or testing as Cit y may require, that portio n of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolutio n costs) arising out o f or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstructio n (including but not limited to all cost s of repair or replacement of work of others); or Cit y shall be entitled to accept defective Work in accordance wit h Paragraph 13.08 in whic h case Contractor shall still be responsible fo r all costs associated wit h exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contracto r shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement , and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contracto r fails to supply sufficient skilled workers or suitable materials or equip ment , or fails to per form the Work in such a way that the co mpleted Work will conform to the Contract Documents, Cit y may order Contractor to stop the Work, or any portio n thereo f, until the cause fo r such order has been eliminated; however, this right of Cit y to stop the Work shall not give rise to any dut y on the part of Cit y to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any suret y for, or employee or agent of any of them. 13.06 Correction or Remova l of Defective Work A. Pro mptly afte r receipt of written notice , Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or no t fabricat ed, installed , or co mpleted, or, if the Work has been rejected by City, remove it fro m the Projec t and replace it wit h Work that is no t defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limite d to all fee s and charges of engineers, architects, attorneys, and other professionals and all court or arbitratio n or other dispute resolutio n costs) arising out of or relating to such correction or removal (including but no t limited to all cost s of repair or replacement of work of others). Failur e to requir e the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no actio n that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. I f within two (2) years afte r t he dat e of Fina l Acceptance (or such longer perio d of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by Cit y or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to Cit y and in accordance wit h City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it fro m the Project and replace it wit h Work that is not defective, and 4. satisfactorily correct or repair or remove and replac e any damage to othe r Work, to the work of other s or othe r land or areas resulting therefro m. B. If Contractor does not pro mptly co mply wit h the ter ms of City’s writte n instructions, or in an emergency wher e dela y would cause seriou s ris k of los s or damage, Cit y may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but no t limite d to all fee s and charges of engineers, architects, attorneys , and othe r professionals and all court or other disput e resolutio n costs) arisin g out of or relating to such correctio n or repair or such remova l and replacement (including but no t limite d to all cost s of repair or replacement of wor k of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular ite m of equipment is placed in continuous service befor e Fina l Acceptance of all the Work, the correctio n perio d fo r that item may start to run from an earlier dat e if so provided in the Contract Docu ments. D. Wher e defective Work (and damage to other Work resulting therefro m) has been corrected or removed and replaced under this Paragraph 13.07, the correctio n perio d hereunder wit h respect to such Work may be required to be extended fo r an additiona l perio d of one yea r afte r the end of the initia l correctio n period. Cit y shall provid e 30 days written notic e to Contractor should such additiona l warrant y coverage be required. Contractor may disput e this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor’s obligations under this Paragraph 13.07 are in additio n to any other obligatio n or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for , or a waiver of, the provisions of any applicable statute of limitatio n or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, Cit y prefers to accept it , Cit y may do so . Contractor shall pay all clai ms, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolutio n costs) attributable to City’s evaluatio n of and determinatio n to accept such defective Work and for the diminished value of the Work to the extent no t otherwise paid by Contractor. If any such acceptance occurs prio r to Fina l Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Document s wit h respect to the Work, and Cit y shall be entitled to an appropriat e decrease in the Contract Price, reflecting the diminished value o f Work so accepted. 13.09 City May Correct Defective Work A. If Contracto r fails within a reasonable time after written notice from Cit y to correct defective Work, or to remove and replace rejected Work as required by Cit y in accordance wit h Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance wit h the Contract Documents, or if Contracto r fails to co mply wit h any other provisio n of the Contract Documents, Cit y may, after seven (7) days writte n notic e to Contractor, correct , or remedy any such deficiency. B. In exercising the right s and remedies under this Paragraph 13.09, Cit y shall proceed expeditiously. In connectio n wit h such cor rective or remedia l action, Cit y may exclude Contractor fro m all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporat e in the Work all materials and equipment incorporated in the Work, stored at the Sit e or for whic h Cit y has paid Contractor but whic h are stored elsewhere. Contractor shall allo w City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Sit e to enable Cit y to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by Cit y in exercising the right s and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Document s wit h respect to the Work; and Cit y shall be entitled to an appropriat e decrease in the Contract Price. D. Contractor shall not be allowed an extensio n of the Contract Time because of any dela y in the perfor mance of the Work attributable to the exercise of City’s right s and remedie s under this Paragrap h 13.09. ARTICLE 14 – PAYMENTS TO CONTRACTO R AND COMPLETION 14.01 Schedule of Values The Schedule of Value s fo r lu mp su m contract s established as provided in Paragraph 2.07 will serve as the basis for progress payment s and will be inc orporated int o a form of Applicatio n for Payment acceptable to City. Progress payment s on account of Unit Pric e Work will be based on the number of unit s co mpleted. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible fo r providing all informatio n as required to beco me a vendo r of the City. 2. At least 20 days befor e the date established in the General Requirement s fo r each progress payment , Contractor shall submit to Cit y for review an Applicatio n for Payment filled out and signe d by Contractor covering the Work co mpleted as of the dat e of the Applicatio n and acco mpanied by such supporting documentation as is required by the Contract Docu ments. 3. If payment is requeste d on the basis of materials and equipment no t incorporated in the Work but delivered and suitably stored at the Sit e or at another locatio n agreed to in writing, the Application fo r Payment shall also be acco mpanied by a bill of sale, invoice, or other documentation warranting that Cit y has received the materials and equip ment free and clear o f all Liens and evidence that the materia ls and equipment are covered by appropriate insurance or other arrangement s to protect Cit y’s interest therein, all of whic h must be satisfactory to City. 4. Beginning wit h the second Applicatio n fo r Payment, each Applicatio n shall include an affidavit of Contracto r stat ing that previous progress payment s received on account of the Work have been applied on account to discharge Contractor’s legitimate obligations associated wit h prio r Applications fo r Payment. 5. The amount of retainage wit h respect to progress payment s will be as described in subsection C. unless otherwise stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. Cit y will, after receipt of each Application fo r Payment , eithe r indicate in writing a reco mmendatio n of payment or retur n the Applicatio n to Contractor indicating reasons for refusing payment . In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City’s processing of any payment requested in an Applicatio n for Payment will be based on City’s observations of the executed Work, and on City’s revie w of the Applicatio n for Payment and the acco mpanying dat a and schedules, that to the best of City’s knowledge: a. the Work has progressed to the point indicated; b. the qualit y of the Work is generally in accordance wit h the Contract Document s (subject to an evaluatio n of the Work as a funct ioning whole prio r to or upo n Fina l Acceptance, the result s of any subsequent test s called fo r in the Contract Docu ments, a final deter minatio n of quantitie s and classificat ions fo r Work performed under Paragrap h 9.05, and any other qualifications stated in the reco mmendation). 3. Processing any such payment will no t thereby be deemed to have represented that: a. inspections made to check the quality or the quantit y of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to Cit y in the Contract Documents; or b. there may not be other matters or issues bet ween the parties that might entitle Contractor to be paid additionall y by Cit y or entitle Cit y to withhold payment to Contractor; or c. Contractor has co mplied wit h Laws and Regulations applicable to Contractor’s performance of the Work. 4. Cit y may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the result s of subsequent inspections or tests, and revise or revoke any such payment previously made, to such ext ent as may be necessary to protect Cit y from loss because: a. the Work is defective or co mpleted Work has been damaged by the Contracto r or subcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. Cit y has been required to correct defective Work or co mplet e Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 54 of 63 e. Cit y has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. Fo r contract s less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. Fo r contract s greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. Fo r each calendar day that any work shall remain unco mpleted after the time specified in the Contract Docu ments, the sum per day specified in the Agreement will be assessed against the monie s due the Contractor, no t as a penalty, but as damages suffered by the City. E. Payment : Contractor will be paid pursuant to the requirement s of this Article 14 and payment will beco me due in accordance wit h the Contract Docu ments. F. Reduction in Payment: 1. Cit y may refuse to make payment of the amount requested because: a. Liens have been filed in connectio n wit h the Work, except where Contractor has delivered a specific bond satisfactory to Cit y to secure the satisfaction and discharge of such Liens; b. ther e are other ite ms entitling Cit y to a set -off against the amount reco mmended; or c. Cit y has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If Cit y refuse s to make payment of the amount requested, Cit y will give Contracto r written notic e stating the reasons fo r such actio n and pay Contractor any amount remaining after deduction of the amount so withheld . Cit y shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by Cit y and Contractor, when Contractor remedie s the reasons fo r such action. 14.03 Contractor’s Warranty of Title Contractor warrant s and guarantees that title to all Work, materials, and equipment covered by any Applicatio n for Payment , whether incorporated in the Project or not , will pass to Cit y no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prio r to Final Acceptance of all the Work, Cit y may use or occupy any part of the Work whic h has specifically been identified in the Contract Docu ments, or which City determines constitutes a separately functioning and usable part of the Work that can be used for it s intended purpose without significant interference wit h Contractor’s performance of the remainder of the Work. Cit y at any time may notify Contractor in writing to permit Cit y to use or occupy any such part of the Work whic h Cit y determines to be ready fo r its intended use, subject to the following conditions: 1. Contractor at any time may notify Cit y in writing that Contractor consider s any such part of the Work ready fo r it s intended use. 2. Within a reasonable time after notificatio n as enu merated in Paragraph 14.05.A.1, Cit y and Contractor shall make an inspection of that part of the Work to determine it s status of co mpletion. If Cit y does no t consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partia l Utilizatio n will no t constitut e Final Acceptance by City. 14.05 Final Inspection A. Upo n written notice fro m Contractor that the entir e Work is Substantially Complet e in accordance wit h the Contract Documents: 1. Within 10 days, Cit y will schedule a Final Inspectio n wit h Contractor. 2. Cit y will notify Contractor in writing of all particulars in whic h this inspectio n reveals that the Work is inco mplet e or defective (“Punch List Items”). Contractor shall immediately take such measures as are necessary to co mplet e such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said dat e of notification to the City of Substantial Completion and the dat e of Fina l Inspection. 1. Should the Cit y determine that the Work is not read y fo r Final Inspection, Cit y will notify the Contracto r in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upo n co mpletio n by Contractor to City’s satisfaction, of any additiona l Work identified in the Final Inspection , Cit y will issue to Contracto r a letter of Fina l Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upo n Fina l Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure fo r progress payment s in accordance wit h the Contract Documents. 2. The final Applicatio n fo r Payment shall be accompanied (except as previously delivered) by: a. all documentation called fo r in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to fina l payment; c. a lis t of all pending or released Damage Clai ms against Cit y that Contractor believes are unsettled ; and d. affidavit s of payment s for employees, subcontractors, and suppliers; and co mplet e and legally effective releases or waivers (satisfactory to City) of all Lie n right s aris ing out of or Liens filed in connectio n wit h the Work . B. Payment Becomes Due: 1. Afte r City’s acceptance of the Applicatio n fo r Payment and accompanying documentation, requested by Contractor, les s previous payment s made and any sum Cit y is entitled, including but not limite d to liquidate d damages, will beco me due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Clai m has been reported to Contractor’s insurance provider fo r resolution. 3. The making of the final payment by the Cit y shall not relieve the Contracto r of any guarantees or other requirement s of the Cont ract Document s whic h specifically continue thereafter. 14.08 Final Completion Delayed and Partia l Retainage Release A. If fina l co mpletio n of the Work is significantly delayed, and if Cit y so confir ms, Cit y may, upon receipt of Contractor’s fina l Applicatio n fo r Payment , and without terminating the Contract, make payment of the balance due fo r that port ion of the Work fully completed and accepted. If the remaining balance to be held by Cit y for Work not fully completed or corrected is les s than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the suret y to the payment of the balance due fo r that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 57 of 63 portio n of the Work fully completed and accepted shall be submitted by Contractor to Cit y with the Applicatio n fo r suc h payment . Such payment shall be made under the ter ms and conditions governing fina l payment , except that it shall not constitute a waive r of Contract Claims. B. Partial Retainage Release. Fo r a Contract that provides fo r a separat e vegetative establishment and maintenance, and test and performance period s following the co mpletio n of all other constructio n in the Contract Docu ment s fo r all Work locations , the Cit y may release a portio n of the amount retained provided that all other wor k is co mpleted as determined by the City. Before the release, all submittals and final quantities must be co mpleted and accepted for all other work. An amount sufficient to ensur e Contract co mplianc e will be retained. 14.09 Waiver of Claims The acceptance of fina l payment will constitut e a re lease of the Cit y fro m all claims or liabilities under the Contract fo r anything done or furnished or relating to the work under the Contract Docu ment s or any act or neglect of Cit y related to or connected wit h the Contract. ARTICLE 15 – SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, Cit y may suspend the Work or any portio n thereo f by written notic e to Contractor and whic h may fix the dat e on whic h Work will be resumed. Contractor shall resume the Work on the dat e so fixed. During temporary suspension of the Work covered by these Contract Documents, fo r any reason, the Cit y will make no extr a payment for stand-by time o f constructio n equipment and/or constructio n crews. B. Should the Contracto r no t be able to co mplet e a portio n of the Project due to causes beyond the contro l of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and Cit y that a solutio n to allo w constructio n to proceed is not available within a reasonable perio d of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work fo r an indefinit e period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily no r beco me damaged in any way, and he shall take every precaution to prevent damage or deterioratio n of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed fo r the cost of moving his equipment off the jo b and returning the necessary equipment to the jo b when it is determined by the Cit y that constructio n may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no pro fit will be allowed. Reimbursement may not be allowed if the equipment is moved to another constructio n project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following event s by way of example, but no t of limitation, may justif y ter minatio n fo r cause: 1. Contractor’s persistent failur e to perform the Work in accordance wit h the Contract Document s (including, but no t limited to, failure to supply sufficient skilled workers or suitable materials or equipment , failur e to adhere to the Project Schedule established under Paragraph 2.07 as adjusted fro m time to time pursuant to Paragraph 6.04, or failur e to adhere to the City’s Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor’s disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor’s repeated disregard of the authorit y of City; or 4. Contractor’s violatio n in any substantial way of any provisions of the Contract Documents; or 5. Contractor’s failur e to pro mptly make good any defect in materials or work manship, or defects of any nature, the correctio n of whic h has been directed in writing by the City; or 6. Substantial indicatio n that the Contracto r has made an unauthorized assignment of the Contract or any funds due therefro m fo r the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor co mmences lega l action in a court of co mpetent jurisdictio n against the City. B. If one or more of the event s identified in Paragraph 15.02A. occur, Cit y will provide written notice to Contractor and Suret y to arrange a conference wit h Contractor and Suret y to address Contractor's failur e to perfor m the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Suret y do no t agree to allo w the Contractor to proceed to perform the constructio n Contract , the Cit y may, to the extent permitted by Laws and Regulations , declare a Contractor default and formally ter minat e the Contractor 's right to co mplet e the Contract . Contractor default shall no t be declared earlier than 20 days after the Contracto r and Suret y have received notic e of conference to address Contractor's failur e to perfor m the Work. 2. If Contractor's services are terminated, Suret y shall be obligated to take over and perform the Work. If Suret y does no t co mmence performance thereo f within 15 consecutive calendar days after dat e of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or actio n at law, may take over any portio n of the Work and co mplet e it as described below. a. If Cit y completes the Work, Cit y may exclude Contractor and Suret y fro m the sit e and take possession of the Work, and all materials and equipment incorporated int o the Work stored at the Sit e or for whic h Cit y has paid Contractor or Suret y but whic h are stored elsewhere, and finis h the Work as Cit y may deem expedient. 3. Whether Cit y or Suret y completes the Work, Contractor shall no t be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by Cit y arising out of or resulting from co mpleting the Work, such excess will be paid t o Contractor. If such clai ms, costs, losses and damages exceed such unpaid balance, Contracto r shall pay the difference to City. Such claims, costs, losses and damages incurr ed by Cit y will be incorporated in a Change Order, provided that when exercising any right s or remedies under this Paragraph, Cit y shall not be required to obtain the lowest price fo r the Work performed. 4. Neithe r City, no r any of it s respective consult ants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Suret y fo r the metho d by which the co mpletio n of the said Work, or any portion thereof, may be accomplished or fo r the price paid therefor. 5. City, notwithstanding the metho d used in completing the Contract , shall not forfeit the right to recover damages fro m Contractor or Suret y for Contractor's failure to timely co mplet e the entir e Contract . Contractor shall no t be entitled to any claim on account of the metho d used by Cit y in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided fo r in the bond requirement s of the Contract Document s or any special guarantees provided fo r under the Contract Document s or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor’s services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminat e to correct it s failur e to perform and proceeds diligently to cur e such failur e within no more than 30 days of receipt of said notice. D. Wher e Contractor’s service s have bee n so ter minated by City, the terminatio n will not affect any right s or remedie s of Cit y against Contractor t hen existing or whic h may thereafter accrue. Any retentio n or payment of moneys due Contractor by Cit y will not release Contractor from liability. E. If and to the extent that Contractor has provided a perfor mance bond under the provisions of Paragrap h 5.02, the terminatio n procedures of that bond shall not supersed e the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. Cit y may, without cause and without prejudice to any other right or remedy of City, terminat e the Contract. Any terminatio n shall be effected by mailing a notice of the terminatio n to the Contractor specifying the extent to whic h performance of Work under the contract is terminated, and the dat e upo n whic h such terminatio n beco mes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Servic e Mail by the City. Further, it shall be deemed conclusively presumed and established that such ter minatio n is made wit h just cause as therein stated; and no proo f in any claim, demand or suit shall be required of the Cit y regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop wor k under the Contract on the date and to the extent specified in the notice of ter mination; 2. plac e no further orders or subcontract s fo r materials, services or facilities except as may be necessary fo r co mpletio n of such portio n of the Work under the Contract as is no t ter minated; 3. ter minat e all order s and subcontract s to the extent that the y relat e to the per formance of the Work ter minated by notic e of ter mination; 4. transfe r title to the Cit y and deliver in the manner , at the times, and to the extent , if any, directe d by the City: a. the fabricated or unfabricated parts, Work in progress, co mplete d Work, supplies and othe r materia l produced as a part of, or acquire d in connectio n wit h the performance of, the Work terminated by the notic e of the ter mination; and b. the co mpleted, or partially completed plans, drawings, infor matio n and other property which, if the Contract had been co mpleted, would have been required to be furnished to the City. 5. co mplet e performance of such Work as shall no t have been terminated by the notice of ter mination; and 6. take such actio n as may be necessary, or as the Cit y may direct , for the protectio n and preservation of the property related to it s contract whic h is in the possession of the Contractor and in whic h the owner has or may acquire the rest. C. At a time not later than 30 days after the terminatio n dat e specified in the notice of termination, the Contractor may submit to the Cit y a list , certifie d as to quantit y and quality, of any or all ite ms of terminatio n inventory not previously disposed of, exclusive of items the dispositio n of whic h has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the Cit y shall accept title to such items provided, that the list submitted shall be subject to verificatio n by the Cit y upo n removal of the items or, if the ite ms are stored, within 45 days fro m the dat e of submissio n of the list , and any necessary adjust ments to correct the list as submitted, shall be made prior to final settle ment. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the Cit y in the form and wit h the certification prescribed by the City. Unles s an extensio n is made in writing within such 60 day perio d by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid fo r (without duplicatio n of any items): 1. co mpleted and acceptable Work executed in accordance wit h the Contract Document s prior to the effective dat e of termination, including fair and reasonable sums fo r overhead and profit on such Work; 2. expenses sustained prio r to the effective date of terminatio n in performing services and furnishing labor , materials , or equip ment as required by the Contract Docu ment s in connection wit h unco mpleted Work, plus fair and reasonable sums fo r overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failur e of the Contracto r and Cit y to agree upo n the whole amount to be paid to the Contractor by reason of the terminatio n of the Work, the Cit y shall determine, on the basis of infor matio n available to it , the amount , if any, due to the Contractor by reason of the ter minatio n and shall pay to the Contractor the amount s determined. Contractor shall not be paid on account of loss of anticipated profit s or revenue or other econo mic loss arising out of or resulting fro m such termination. ARTICLE 16 – DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either Cit y or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 befor e such decisio n becomes final and binding. The request for mediatio n shall be submitted to the other part y to the Contract . Timely submissio n of the request shall stay the effect of Paragraph 10.06.E. B. Cit y and Contracto r shall participat e in the mediatio n process in good faith. The process shall be co mmenced within 60 days of filing of the request. C. If the Contract Claim is no t resolve d by mediation, City’s action under Paragraph 10.06.C or a denia l pursuant to Paragraphs 10.06.C.3 or 10.06.D shall beco me fina l and binding 30 days after ter minatio n of the mediatio n unless, within that time period, Cit y or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolutio n process provided for in the Supplementar y Conditions ; or 2. agrees wit h the other part y to sub mit the Contract Claim to another dispute resolution process; or 3. give s writte n notic e to the other part y of the intent to submit the Contract Claim to a court of co mpetent jurisdiction. ARTICLE 17 – MISCELLANEOUS 17.01 Giving Notice A. Whenever any provisio n of the Contract Document s requires the giving of written notice, it will be deemed to have been validly give n if: 1. delivered in perso n to the individual or to a member of the fir m or to an officer of the corporatio n fo r who m it is intended; or 2. delivered at or sent by registered or certified mail, postag e prepaid, to the las t business address known to the give r of the notice. B. Business address changes must be pro mptly made in writing to the other party. C. Whenever the Contract Document s specifies giving notice by electronic means such electronic notice shall be deemed sufficient upo n confir matio n of receipt by the receiving party. 17.02 Computation of Times When any perio d of time is referred to in the Contract Document s by days, it will be computed to exclud e the firs t and includ e the las t day of suc h period. If the las t day of any such perio d falls on a Saturday or Sunday or on a day made a lega l holida y the next Working Day shall beco me the last da y of the period. 17.03 Cumulative Remedies The dutie s and obligations imposed by these General Conditions and the right s and remedies available hereunder to the partie s heret o ar e in additio n to, and are no t to be construed in any way as a limitatio n of, any right s and remedie s available to any or all of them whic h are otherwise imposed or available by Laws or Regulations, by specia l warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Document s in connectio n wit h each particular duty, obligation, right , and remedy to whic h they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, inde mnifications, warranties, and guarantees made in, required by, or give n in accordance wit h the Contract Docu ments, as well as all continuing obligations indicated in the Contract Docu ments, will survive fina l payment , co mpletion, and acceptance of the Work or ter minatio n or co mpletio n of the Contract or terminatio n of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted fo r convenience only and do not constitute part s of these General Conditions. 00 73 00 SUPPLEMENTARY CONDITIONS Page 1 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 8, 2024 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Add Definition: Substantial Completion – The date at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of the City, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Agreement and all Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms “substantially complete” and “substantially completed” as applied to all or part of the Work refer to Substantial Completion thereof. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, “Resolving Discrepancies” Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., “Availability of Lands” The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of May 2025: Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL NUMBER OWNER TARGET DATE OF POSSESSION NONE The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 8, 2024 If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, “Availability of Lands” Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of May 2025. EXPECTED OWNER UTILITY AND LOCATION TARGET DATE OF ADJUSTMENT NONE The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., “Subsurface and Physical Conditions” The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Report Report No. 103-23-486, dated August 20, 2024, prepared by CMJ Engineering, Inc. a sub-consultant of Kimley-Horn and Associates, Inc., a consultant of the City, providing additional information on geotechnical conditions of the site. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: NONE SC-4.06A., “Hazardous Environmental Conditions at Site” The following are reports and drawings of existing hazardous environmenta l conditions known to the City: NONE SC-5.03A., “Certificates of Insurance” The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Kimley-Horn and Associates, Inc. (3) Other: NONE SC-5.04A., “Contractor’s Insurance” The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 8, 2024 Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., “Contractor’s Insurance” 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., “Contractor’s Insurance” 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor’s Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., “Contractor’s Insurance” The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks. NONE The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: (1) General Aggregate: 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 8, 2024 (2) Each Occurrence: Required for this Contract X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right -of-way or where several railroad companies are involved and operated on their own separate rights -of-way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company’s right -of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right -of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right -of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., “Project Schedule” Project schedule shall be tier 4 for the project. SC-6.07 A.., “Duty to pay Prevailing Wage Rates” The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: 2013 Prevailing Wage Rates (Heavy and Highway Construction Projects) 2013 Prevailing Wage Rates (Commercial Construction Projects) A copy of the table is also available by accessing the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 – General Conditions 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 8, 2024 SC-6.09., “Permits and Utilities” SC-6.09A., “Contractor obtained permits and licenses” The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. Street Use Permit SC-6.09B. “City obtained permits and licenses” The following are known permits and/or licenses required by the Contract to be acquired by the City: 1. Parkland Conversion 2. Building Permit 3. Urban Forestry 4. Conditional Use Permit 5. Tree Removal Permit SC-6.09C. “Outstanding permits and licenses” The following is a list of known outstanding permits and/or licenses to be acquired, if any as of May 2025: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION City of Fort Worth Building Permit July 2025 SC-7.02., “Coordination” The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority Silver Creek Force Main, Gravity Main, and Water Line Contractor 30-Inch Sanitary Sewer Gravity Main and 24-Inch Force Main (indicated in the Drawings) CITY SC-8.01, “Communications to Contractor” NONE SC-9.01., “City’s Project Manager” The City’s Project Manager for this Contract is Bijay Upreti, P.E., or his/her successor pursuant to written notification from the Director of the Water Department. SC-13.03C., “Tests and Inspections” NONE 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 8, 2024 SC-14.10, “Substantial Completion” Add the following Section as follows: 14.10 Substantial Completion A. When Contractor considers the entire Work sufficiently complete, in accordance with the Contract Documents and this Agreement, such that the City may implement or use the Work for its intended purpose, Contractor shall notify the City in writing that the entire Work is substantially complete and request that the City issue a letter of Substantial Completion. Contractor shall at the same time submit to the City an initial draft punch list to be completed or corrected before final acceptance. B. Promptly after Contractor’s notification, City and Contractor shall make an inspection of the Work to determine the status of completion. If City does not consider the Work substantially complete, City will notify Contractor in writing giving the reasons therefore. C. If City considers the Work substantially complete, City will deliver to Contractor a letter of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the Letter of Substantial Completion a list of items to be completed or corrected before Final Acceptance. D. At the time of receipt of the letter of Substantial Completion, City and Contractor will confer regarding City’s use or occupancy of the Work following Substantial Completion. All surety and insurance shall remain in effect until Final Payment. E. After Substantial Completion, the Contractor shall promptly begin work on the punch list of items to be completed or corrected prior to Final Acceptance. In appropriate cases, Contractor may submit monthly Applications for Payment for completed punch list items, following the progress payment procedures set forth herein. SC-16.01C.1, “Methods and Procedures” NONE END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., “City’s Project Representative” wording changed to City’s Project Manager. 3/9/2020 D.V. Magaña SC-6.07, Updated the link such that files can be accessed via the City’s website. 10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on completion of job, as opposed to with each progress report 3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in General Conditions 01 11 00 - 1 SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 SECTION 01 11 00 1 SUMMARY OF WORK 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Summary of Work to be performed in accordance with the Contract Documents 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. Modified 1.2.A.1 8 2. Added 1.2.A.2 9 3. Modified 1.4.B.1 10 4. Added 1.4.B.2 11 5. Added 1.4.C & 1.4.F 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 14 2. Division 1 - General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Unit Price - Work associated with this Item is considered subsidiary to the various 18 items bid. No separate payment will be allowed for this Item. 19 2. Lump Sum Price - Work associated with this Item is included in the total lump 20 sum price. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Work Covered by Contract Documents 24 1. Work is to include furnishing all labor, materials, and equipment, and performing 25 all Work necessary for this construction project as detailed in the Drawings and 26 Specifications. 27 B. Subsidiary Work 28 1. Unit Price Bid - Any and all Work specifically governed by documentary 29 requirements for the project, such as conditions imposed by the Drawings or 30 Contract Documents in which no specific item for bid has been provided for in the 31 Proposal and the item is not a typical unit bid item included on the standard bid 32 item list, then the item shall be considered as a subsidiary item of Work, the cost of 33 which shall be included in the price bid in the Proposal for various bid items. 34 2. Lump Sum Price – Any and all Work specifically governed by documentary 35 requirements for the project, such as conditions imposed by the Drawings or 36 Contract Documents are included in the total lump sum price bid. 37 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 C. Examination of the Site 1 1. Visit the site, to compare drawings and specifications with any work in place, 2 and observe all site conditions, including other work, if any, is being 3 performed. Failure to visit the site shall not relieve the Contractor from the 4 necessity of furnishing materials or performing work required to complete 5 work in accordance with the Contract Documents. 6 D. Use of Premises 7 1. Coordinate uses of premises under direction of the City. 8 2. Assume full responsibility for protection and safekeeping of materials and 9 equipment stored on the Site. 10 3. Use and occupy only portions of the public streets and alleys, or other public places 11 or other rights-of-way as provided for in the ordinances of the City, as shown in the 12 Contract Documents, or as may be specifically authorized in writing by the City. 13 a. A reasonable amount of tools, materials, and equipment for construction 14 purposes may be stored in such space, but no more than is necessary to avoid 15 delay in the construction operations. 16 b. Excavated and waste materials shall be stored in such a way as not to interfere 17 with the use of spaces that may be designated to be left free and unobstructed 18 and so as not to inconvenience occupants of adjacent property. 19 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 20 manner as not to interfere with the operation of the railroad. 21 1) All Work shall be in accordance with railroad requirements set forth in 22 Division 0 as well as the railroad permit. 23 E. Work within Easements 24 1. Do not enter upon private property for any purpose without having previously 25 obtained permission from the owner of such property. 26 2. Do not store equipment or material on private property unless and until the 27 specified approval of the property owner has been secured in writing by the 28 Contractor and a copy furnished to the City. 29 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 30 obstructions which must be removed to make possible proper prosecution of the 31 Work as a part of the project construction operations. 32 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 33 lawns, fences, culverts, curbing, and all other types of structures or improvements, 34 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 35 appurtenances thereof, including the construction of temporary fences and to all 36 other public or private property adjacent to the Work. 37 5. Notify the proper representatives of the owners or occupants of the public or private 38 lands of interest in lands which might be affected by the Work. 39 a. Such notice shall be made at least 48 hours in advance of the beginning of the 40 Work. 41 b. Notices shall be applicable to both public and private utility companies and any 42 corporation, company, individual, or other, either as owners or occupants, 43 whose land or interest in land might be affected by the Work. 44 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 c. Be responsible for all damage or injury to property of any character resulting 1 from any act, omission, neglect, or misconduct in the manner or method or 2 execution of the Work, or at any time due to defective work, material, or 3 equipment. 4 6. Fence 5 a. Restore all fences encountered and removed during construction of the Project 6 to the original or a better than original condition. 7 b. Erect temporary fencing in place of the fencing removed whenever the Work is 8 not in progress and when the site is vacated overnight, and/or at all times to 9 provide site security. 10 c. The cost for all fence work within easements, including removal, temporary 11 closures and replacement, shall be subsidiary to the various items bid in the 12 project proposal, unless a bid item is specifically provided in the proposal. 13 F. Partial Owner Occupancy 14 1. The City reserves the right to take possession and use any completed or 15 partially completed portion of the Work regardless of the time of completion 16 of the Work, providing it does not interfere with the Contractor's work. Such 17 possession or use of the Work shall not be construed as final acceptance of the 18 project or any portion thereof. 19 1.5 SUBMITTALS [NOT USED] 20 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 01 25 00 - 1 SUBSTITUTION PROCEDURES Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 SECTION 01 25 00 1 SUBSTITUTION PROCEDURES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedure for requesting the approval of substitution of a product that is not 6 equivalent to a product which is specified by descriptive or performance criteria or 7 defined by reference to 1 or more of the following: 8 a. Name of manufacturer 9 b. Name of vendor 10 c. Trade name 11 d. Catalog number 12 2. Substitutions are not "or-equals". 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. Modified 1.2A.1 15 2. Added 1.2A.2 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 – General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Unit Price - Work associated with this Item is considered subsidiary to the various 22 items bid. No separate payment will be allowed for this Item. 23 2. Lump Sum Price - Work associated with this Item is included in the total lump 24 sum price. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Request for Substitution - General 28 1. Within 30 days after award of Contract (unless noted otherwise), the City will 29 consider formal requests from Contractor for substitution of products in place of 30 those specified. 31 2. Certain types of equipment and kinds of material are described in Specifications by 32 means of references to names of manufacturers and vendors, trade names, or 33 catalog numbers. 34 a. When this method of specifying is used, it is not intended to exclude from 35 consideration other products bearing other manufacturer's or vendor's names, 36 trade names, or catalog numbers, provided said products are "or-equals," as 37 determined by City. 38 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 3. Other types of equipment and kinds of material may be acceptable substitutions 1 under the following conditions: 2 a. Or-equals are unavailable due to strike, discontinued production of products 3 meeting specified requirements, or other factors beyond control of Contractor; 4 or, 5 b. Contractor proposes a cost and/or time reduction incentive to the City. 6 1.5 SUBMITTALS 7 A. See Request for Substitution Form (attached) 8 B. Procedure for Requesting Substitution 9 1. Substitution shall be considered only: 10 a. After award of Contract 11 b. Under the conditions stated herein 12 2. Submit 3 copies of each written request for substitution, including: 13 a. Documentation 14 1) Complete data substantiating compliance of proposed substitution with 15 Contract Documents 16 2) Data relating to changes in construction schedule, when a reduction is 17 proposed 18 3) Data relating to changes in cost 19 b. For products 20 1) Product identification 21 a) Manufacturer's name 22 b) Telephone number and representative contact name 23 c) Specification Section or Drawing reference of originally specified 24 product, including discrete name or tag number assigned to original 25 product in the Contract Documents 26 2) Manufacturer's literature clearly marked to show compliance of proposed 27 product with Contract Documents 28 3) Itemized comparison of original and proposed product addressing product 29 characteristics including, but not necessarily limited to: 30 a) Size 31 b) Composition or materials of construction 32 c) Weight 33 d) Electrical or mechanical requirements 34 4) Product experience 35 a) Location of past projects utilizing product 36 b) Name and telephone number of persons associated with referenced 37 projects knowledgeable concerning proposed product 38 c) Available field data and reports associated with proposed product 39 5) Samples 40 a) Provide at request of City. 41 b) Samples become the property of the City. 42 c. For construction methods: 43 1) Detailed description of proposed method 44 2) Illustration drawings 45 C. Approval or Rejection 46 1. Written approval or rejection of substitution given by the City 47 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 2. City reserves the right to require proposed product to comply with color and pattern 1 of specified product if necessary to secure design intent. 2 3. In the event the substitution is approved, the resulting cost and/or time reduction 3 will be documented by Change Order in accordance with the General Conditions. 4 4. No additional contract time will be given for substitution. 5 5. Substitution will be rejected if: 6 a. Submittal is not through the Contractor with his stamp of approval 7 b. Request is not made in accordance with this Specification Section 8 c. In the City’s opinion, acceptance will require substantial revision of the original 9 design 10 d. In the City’s opinion, substitution will not perform adequately the function 11 consistent with the design intent 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE 16 A. In making request for substitution or in using an approved product, the Contractor 17 represents that the Contractor: 18 1. Has investigated proposed product, and has determined that it is adequate or 19 superior in all respects to that specified, and that it will perform function for which 20 it is intended 21 2. Will provide same guarantee for substitute item as for product specified 22 3. Will coordinate installation of accepted substitution into Work, to include building 23 modifications if necessary, making such changes as may be required for Work to be 24 complete in all respects 25 4. Waives all claims for additional costs related to substitution which subsequently 26 arise 27 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 28 1.11 FIELD [SITE] CONDITIONS [NOT USED] 29 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS [NOT USED] 31 PART 3 - EXECUTION [NOT USED] 32 END OF SECTION 33 34 Revision Log DATE NAME SUMMARY OF CHANGE 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 1 01 25 00 - 5 SUBSTITUTION PROCEDURES Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 EXHIBIT A 1 REQUEST FOR SUBSTITUTION FORM: 2 3 TO: 4 PROJECT: DATE: 5 We hereby submit for your consideration the following product instead of the specified item for 6 the above project: 7 SECTION PARAGRAPH SPECIFIED ITEM 8 9 10 Proposed Substitution: 11 Reason for Substitution: 12 Include complete information on changes to Drawings and/or Specifications which proposed 13 substitution will require for its proper installation. 14 15 Fill in Blanks Below: 16 A. Will the undersigned contractor pay for changes to the building design, including engineering 17 and detailing costs caused by the requested substitution? 18 19 20 B. What effect does substitution have on other trades? 21 22 23 C. Differences between proposed substitution and specified item? 24 25 26 D. Differences in product cost or product delivery time? 27 28 29 E. Manufacturer's guarantees of the proposed and specified items are: 30 31 Equal Better (explain on attachment) 32 The undersigned states that the function, appearance and quality are equivalent or superior to the 33 specified item. 34 Submitted By: For Use by City 35 36 Signature Recommended Recommended 37 as noted 38 39 Firm Not recommended Received late 40 Address By 41 Date 42 Date Remarks 43 Telephone 44 45 For Use by City: 46 47 Approved Rejected 48 City Date 49 01 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised August 17, 2012 SECTION 01 31 19 1 PRECONSTRUCTION MEETING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 6 clarify construction contract administration procedures 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2A.1 9 2. Added 1.2A.2 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 – General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Unit Price - Work associated with this Item is considered subsidiary to the various 16 items bid. No separate payment will be allowed for this Item. 17 2. Lump Sum Price - Work associated with this Item is included in the total lump 18 sum price. 19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination 22 1. Attend preconstruction meeting. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meeting administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 B. Preconstruction Meeting 29 1. A preconstruction meeting will be held within 14 days after the execution of the 30 Agreement and before Work is started. 31 a. The meeting will be scheduled and administered by the City. 32 2. The Project Representative will preside at the meeting, prepare the notes of the 33 meeting and distribute copies of same to all participants who so request by fully 34 completing the attendance form to be circulated at the beginning of the meeting. 35 3. Attendance shall include: 36 a. Project Representative 37 b. Contractor's project manager 38 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised August 17, 2012 c. Contractor's superintendent 1 d. Any subcontractor or supplier representatives whom the Contractor may desire 2 to invite or the City may request 3 e. Other City representatives 4 f. Others as appropriate 5 4. Construction Schedule 6 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 7 provide at Preconstruction Meeting. 8 b. City will notify Contractor of any schedule changes upon Notice of 9 Preconstruction Meeting. 10 5. Preliminary Agenda may include: 11 a. Introduction of Project Personnel 12 b. General Description of Project 13 c. Status of right-of-way, utility clearances, easements or other pertinent permits 14 d. Contractor’s work plan and schedule 15 e. Contract Time 16 f. Notice to Proceed 17 g. Construction Staking 18 h. Progress Payments 19 i. Extra Work and Change Order Procedures 20 j. Field Orders 21 k. Disposal Site Letter for Waste Material 22 l. Insurance Renewals 23 m. Payroll Certification 24 n. Material Certifications and Quality Control Testing 25 o. Public Safety and Convenience 26 p. Documentation of Pre-Construction Conditions 27 q. Weekend Work Notification 28 r. Legal Holidays 29 s. Trench Safety Plans 30 t. Confined Space Entry Standards 31 u. Coordination with the City’s representative for operations of existing water 32 systems 33 v. Storm Water Pollution Prevention Plan 34 w. Coordination with other Contractors 35 x. Early Warning System 36 y. Contractor Evaluation 37 z. Special Conditions applicable to the project 38 aa. Damages Claims 39 bb. Submittal Procedures 40 cc. Substitution Procedures 41 dd. Correspondence Routing 42 ee. Record Drawings 43 ff. Temporary construction facilities 44 gg. M/WBE or MBE/SBE procedures 45 hh. Final Acceptance 46 ii. Final Payment 47 jj. Questions or Comments 48 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised August 17, 2012 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 01 31 20 - 1 PROJECT MEETINGS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 SECTION 01 31 20 1 PROJECT MEETINGS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Provisions for project meetings throughout the construction period to enable orderly 6 review of the progress of the Work and to provide for systematic discussion of 7 potential problems 8 B. Deviations this City of Fort Worth Standard Specification 9 1. Modified 1.2A.1 10 2. Added 1.2A.2 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 – General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Unit Price - Work associated with this Item is considered subsidiary to the various 17 items bid. No separate payment will be allowed for this Item. 18 2. Lump Sum Price - Work associated with this Item is included in the total lump 19 sum price. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Coordination 23 1. Schedule, attend and administer as specified, periodic progress meetings, and 24 specially called meetings throughout progress of the Work. 25 2. Representatives of Contractor, subcontractors and suppliers attending meetings 26 shall be qualified and authorized to act on behalf of the entity each represents. 27 3. Meetings administered by City may be tape recorded. 28 a. If recorded, tapes will be used to prepare minutes and retained by City for 29 future reference. 30 4. Meetings, in addition to those specified in this Section, may be held when requested 31 by the City, Engineer or Contractor. 32 B. Pre-Construction Neighborhood Meeting 33 1. After the execution of the Agreement, but before construction is allowed to begin, 34 attend 1 Public Meeting with affected residents to: 35 a. Present projected schedule, including construction start date 36 b. Answer any construction related questions 37 2. Meeting Location 38 01 31 20 - 2 PROJECT MEETINGS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 a. Location of meeting to be determined by the City. 1 3. Attendees 2 a. Contractor 3 b. Project Representative 4 c. Other City representatives 5 4. Meeting Schedule 6 a. In general, the neighborhood meeting will occur within the 2 weeks following 7 the pre-construction conference. 8 b. In no case will construction be allowed to begin until this meeting is held. 9 C. Progress Meetings 10 1. Formal project coordination meetings will be held periodically. Meetings will be 11 scheduled and administered by Project Representative. 12 2. Additional progress meetings to discuss specific topics will be conducted on an as-13 needed basis. Such additional meetings shall include, but not be limited to: 14 a. Coordinating shutdowns 15 b. Installation of piping and equipment 16 c. Coordination between other construction projects 17 d. Resolution of construction issues 18 e. Equipment approval 19 3. The Project Representative will preside at progress meetings, prepare the notes of 20 the meeting and distribute copies of the same to all participants who so request by 21 fully completing the attendance form to be circulated at the beginning of each 22 meeting. 23 4. Attendance shall include: 24 a. Contractor's project manager 25 b. Contractor's superintendent 26 c. Any subcontractor or supplier representatives whom the Contractor may desire 27 to invite or the City may request 28 d. Engineer's representatives 29 e. City’s representatives 30 f. Others, as requested by the Project Representative 31 5. Preliminary Agenda may include: 32 a. Review of Work progress since previous meeting 33 b. Field observations, problems, conflicts 34 c. Items which impede construction schedule 35 d. Review of off-site fabrication, delivery schedules 36 e. Review of construction interfacing and sequencing requirements with other 37 construction contracts 38 f. Corrective measures and procedures to regain projected schedule 39 g. Revisions to construction schedule 40 h. Progress, schedule, during succeeding Work period 41 i. Coordination of schedules 42 j. Review submittal schedules 43 k. Maintenance of quality standards 44 l. Pending changes and substitutions 45 m. Review proposed changes for: 46 1) Effect on construction schedule and on completion date 47 2) Effect on other contracts of the Project 48 01 31 20 - 3 PROJECT MEETINGS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 n. Review Record Documents 1 o. Review monthly pay request 2 p. Review status of Requests for Information 3 6. Meeting Schedule 4 a. Progress meetings will be held periodically as determined by the Project 5 Representative. 6 1) Additional meetings may be held at the request of the: 7 a) City 8 b) Engineer 9 c) Contractor 10 7. Meeting Location 11 a. The City will establish a meeting location. 12 1) To the extent practicable, meetings will be held at the Site. 13 1.5 SUBMITTALS [NOT USED] 14 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS [NOT USED] 22 PART 3 - EXECUTION [NOT USED] 23 END OF SECTION 24 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 01 32 13 - 1 SCHEDULE OF VALUES Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 August 2017 SECTION 01 32 13 1 SCHEDULE OF VALUES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. General requirements for the preparation, submittal, updating, status reporting and 6 management of the Schedule of Values 7 B. Related Specification Sections include, but are not necessarily limited to: 8 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 9 2. Division 1 – General Requirements 10 1.2 PRICE AND PAYMENT PROCEDURES 11 A. Measurement and Payment 12 1. Work associated with this Item is included in the total lump sum price. 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. Schedule of Values 16 1. General 17 a. Prepare a schedule of values in conjunction with the preparation of the progress 18 schedule. 19 1) Coordinate preparation of schedule of values and progress schedule. 20 b. Correlate line items with other administrative schedules and the forms required 21 for the work, including the progress schedule, payment request form, listing of 22 subcontractors, schedule of allowances, schedule of alternatives, listing of 23 products and principal suppliers and fabricators, and the schedule of submittals. 24 c. Provide breakdown of the Contract Sum in accordance with measurement and 25 payment sections and with sufficient detail to facilitate continued evaluation of 26 payment requests and progress reports. 27 1) Break down principal subcontract amounts into several line items in 28 accordance with section measurement and payment. 29 d. Round off to the nearest whole dollar, but with the total equal the Contract 30 Sum. 31 1.5 SUBMITTALS 32 A. Schedule of Values 33 1. Submit Schedule of Values in native file format and pdf format. 34 2. Submit Schedule of Values monthly no later than the last day of the month. 35 01 32 13 - 2 SCHEDULE OF VALUES Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 August 2017 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 A. The person preparing and revising the construction Schedule shall be experienced in the 5 preparation of schedules of similar complexity. 6 B. Schedule and supporting documents addressed in this Specification shall be prepared, 7 updated and revised to accurately reflect the performance of the construction. 8 C. Contractor is responsible for the quality of all submittals in this section meeting the 9 standard of care for the construction industry for similar projects. 10 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 11 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS [NOT USED] 14 PART 3 - EXECUTION [NOT USED] 15 END OF SECTION 16 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 01 32 16 - 1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised August 13, 2021 SECTION 01 32 16 1 CONSTRUCTION PROGRESS SCHEDULE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. General requirements for the preparation, submittal, updating, status reporting and 6 management of the Construction Progress Schedule 7 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 8 Document 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 – General Requirements 14 D. Purpose 15 The City of Fort Worth (City) is committed to delivering quality, cost-effective 16 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 17 properly structured schedule with accurate updates. This supports effective monitoring 18 of progress and is input to critical decision making by the project manager throughout 19 the lift of the project. Data from the updated project schedule is utilized in status 20 reporting to various levels of the City organization and the citizenry. 21 22 This Document complements the City’s Standard Agreement to guide the construction 23 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 24 City in project delivery. The expectation is the performance of the work follows the 25 accepted schedule and adhere to the contractual timeline. 26 27 The Contractor will designate a qualified representative (Project Scheduler) responsible 28 for developing and updating the schedule and preparing status reporting as required by 29 the City. 30 1.2 PRICE AND PAYMENT PROCEDURES 31 A. Measurement and Payment 32 1. Unit Price - Work associated with this Item is considered subsidiary to the various 33 items bid. No separate payment will be allowed for this Item. 34 2. Lump Sum Price - Work associated with this Item is included in the total lump 35 sum price. 36 3. Non-compliance with this specification is grounds for City to withhold payment of 37 the Contractor’s invoices until Contractor achieves said compliance. 38 01 32 16 - 2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised August 13, 2021 1.3 REFERENCES 1 A. Project Schedules 2 Each project is represented by City’s master project schedule that encompasses the 3 entire scope of activities envisioned by the City to properly deliver the work. When the 4 City contracts with a Contractor to perform construction of the Work, the Contractor 5 will develop and maintain a schedule for their scope of work in alignment with the 6 City’s standard schedule requirements as defined herein. The data and information of 7 each such schedule will be leveraged and become integral in the master project 8 schedule as deemed appropriate by the City’s Project Control Specialist and approved 9 by the City’s Project Manager. 10 11 1. Master Project Schedule 12 The master project schedule is a holistic representation of the scheduled activities 13 and milestones for the total project and be Critical Path Method (CPM) based. The 14 City’s Project Manager is accountable for oversight of the development and 15 maintaining a master project schedule for each project. When the City contracts for 16 the design and/or construction of the project, the master project schedule will 17 incorporate elements of the Design and Construction schedules as deemed 18 appropriate by the City’s Project Control Specialist. The assigned City Project 19 Control Specialist creates and maintains the master project schedule in P6 (City’s 20 scheduling software). 21 22 2. Construction Schedule 23 The Contractor is responsible for developing and maintaining a schedule for the 24 scope of the Contractor’s contractual requirements. The Contractor will issue an 25 initial schedule for review and acceptance by the City’s Project Control Specialist 26 and the City’s Project Manager as a baseline schedule for Contractor’s scope of 27 work. Contractor will issue current, accurate updates of their schedule (Progress 28 Schedule) to the City at the end of each month throughout the life of their work. 29 B. Schedule Tiers 30 The City has a portfolio of projects that vary widely in size, complexity and content 31 requiring different scheduling to effectively deliver each project. The City uses a 32 “tiered” approach to align the proper schedule with the criteria for each project. The 33 City's Project Manager determines the appropriate schedule tier for each project, and 34 includes that designation and the associated requirements in the Contractor’s scope of 35 work. The following is a summary of the “tiers”. 36 37 1. Tier 1: Small Size and Short Duration Project (design not required) 38 The City develops and maintains a Master Project Schedule for the project. No 39 schedule submittal is required from Contractor. City’s Project Control Specialist 40 acquires any necessary schedule status data or information through discussions with 41 the respective party on an as-needed basis. 42 43 2. Tier 2: Small Size and Short to Medium Duration Project 44 01 32 16 - 3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised August 13, 2021 The City develops and maintains a Master Project Schedule for the project. The 1 Contractor identifies “start” and “finish” milestone dates on key elements of their 2 work as agreed with the City’s Project Manager at the kickoff of their work effort. 3 The Contractor issues to the City, updates to the “start” and “finish” dates for such 4 milestones at the end of each month throughout the life of their work on the project. 5 6 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration 7 4. The City develops and maintains a Master Project Schedule for the project. The 8 Contractor develops a Baseline Schedule and maintains the schedule of their 9 respective scope of work on the project at a level of detail (generally Level 3) and 10 in alignment with the WBS structure in Section 1.4.H as agreed by the Project 11 Manager. The Contractor issues to the City, updates of their respective schedule 12 (Progress Schedule) at the end of each month throughout the life of their work on 13 the project. 14 C. Schedule Types 15 Project delivery for the City utilizes two types of schedules as noted below. The City 16 develops and maintains a Master Project Schedule as a “baseline” schedule and issue 17 monthly updates to the City Project Manager (end of each month) as a “progress” 18 schedule. The Contractor prepares and submits each schedule type to fulfill their 19 contractual requirements. 20 21 1. Baseline Schedule 22 The Contractor develops and submits to the City, an initial schedule for their scope 23 of work in alignment with this specification. Once reviewed and accepted by the 24 City, it becomes the “Baseline” schedule and is the basis against which all progress 25 is measured. The baseline schedule will be updated when there is a change or 26 addition to the scope of work impacting the duration of the work, and only after 27 receipt of a duly authorized change order issued by the City. In the event progress 28 is significantly behind schedule, the City’s Project Manager may authorize an 29 update to the baseline schedule to facilitate a more practical evaluation of progress. 30 An example of a Baseline Schedule is provided in Specification 01 32 16.1 31 Construction Project Schedule Baseline Example. 32 33 2. Progress Schedule 34 The Contractor updates their schedule at the end of each month to represent the 35 progress achieved in the work which includes any impact from authorized changes 36 in the work. The updated schedule must accurately reflect the current status of the 37 work at that point in time and is referred to as the “Progress Schedule”. The City’s 38 Project Manager and Project Control Specialist reviews and accepts each progress 39 schedule. In the event a progress schedule is deemed not acceptable, the 40 unacceptable issues are identified by the City within 5 working days and the 41 Contractor must provide an acceptable progress schedule within 5 working days 42 after receipt of non-acceptance notification. An example of a Progress Schedule is 43 provided in Specification 01 32 16.2 Construction Project Schedule Progress 44 Example. 45 D. City Standard Schedule Requirements 46 The following is an overview of the methodology for developing and maintaining a 47 schedule for delivery of a project. 48 01 32 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised August 13, 2021 1. Schedule Framework - The schedule will be based on the defined scope of work 1 and follow the (Critical Path Methodology) CPM method. The Contractor’s 2 schedule will align with the requirements of this specification and will be cost 3 loaded to reflect their plan for execution. Compliance with cost loading can be 4 provided with traditional cost loading of line items OR a projected cost per 5 month for the project when the initial schedule is submitted, updated on a 6 quarterly basis is significant change is anticipated. Overall schedule duration 7 will align with the contractual requirements for the respective scope of work and be 8 reflected in City’s Master Project Schedule. The Project Number and Name of the 9 Project is required on each schedule and must match the City’s project data. 10 11 E. Schedule File Name 12 All schedules submitted to the City for a project will have a file name that begins with 13 the City’s project number followed by the name of the project followed by baseline (if 14 a baseline schedule) or the year and month (if a progress schedule), as shown below. 15 16 • Baseline Schedule File Name 17 Format: City Project Number_Project Name_Baseline 18 Example: 101376_North Montgomery Street HMAC_Baseline 19 20 • Progress Schedule File Name 21 Format: City Project Number_Project Name_YYYY-MM 22 Example: 101376_North Montgomery Street HMAC_2018_01 23 24 • Project Schedule Progress Narrative File Name 25 Format: City Project Number_Project Name_PN_YYYY-MM 26 Example: 101376_North Montgomery Street HMAC_PN_2018_01 27 28 F. Schedule Templates 29 The Contractor will utilize the relevant sections from the City’s templates provided in 30 the City’s document management system as the basis for creating their respective 31 project schedule. Specifically, the Contractor’s schedule will align with the layout of 32 the Construction section. The templates are identified by type of project as noted 33 below. 34 • Arterials 35 • Aviation 36 • Neighborhood Streets 37 • Sidewalks (later) 38 • Quiet Zones (later) 39 • Street Lights (later) 40 • Intersection Improvements (later) 41 • Parks 42 • Storm water 43 • Street Maintenance 44 • Traffic 45 • Water 46 47 G. Schedule Calendar 48 01 32 16 - 5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised August 13, 2021 The City’s standard calendar for schedule development purposes is based on a 5-day 1 workweek and accounts for the City’s eight standard holidays (New Years, Martin 2 Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after 3 Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of 4 the schedule development process and provide to the Project Control Specialist as part 5 of the basis for their schedule. Variations between the City’s calendar and the 6 Contractor’s calendar must be resolved prior to the City’s acceptance of their Baseline 7 project schedule. 8 9 H. WBS & Milestone Standards for Schedule Development 10 The scope of work to be accomplished by the Contractor is represented in the schedule 11 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 12 development of the schedule activities and shall be imbedded and depicted in the 13 schedule. 14 15 The following is a summary of the standards to be followed in preparing and 16 maintaining a schedule for project delivery. 17 18 1. Contractor is required to utilize the City’s WBS structure and respective 19 project type template for “Construction” as shown in Section 1.4.H below. 20 Additional activities may be added to Levels 1 - 4 to accommodate the needs 21 of the organization executing the work. Specifically the Contractor will add 22 activities under WBS XXXXXX.80.83 “Construction Execution” that 23 delineates the activities associated with the various components of the work. 24 25 2. Contractor is required to adhere to the City’s Standard Milestones as shown in 26 Section 1.4.I below. Contractor will include additional milestones 27 representing intermediate deliverables as required to accurately reflect their 28 scope of work. 29 30 I. Schedule Activities 31 Activities are the discrete elements of work that make up the schedule. They will be 32 organized under the umbrella of the WBS. Activity descriptions should adequately 33 describe the activity, and in some cases the extent of the activity. All activities are 34 logically tied with a predecessor and a successor. The only exception to this rule is for 35 “project start” and “project finish” milestones. 36 37 The activity duration is based on the physical amount of work to be performed for the 38 stated activity, with a maximum duration of 20 working days OR a continuous activity 39 in one location. If the work for any one activity exceeds 20 days, break that activity 40 down incrementally to achieve this duration constraint. Any exception to this requires 41 review and acceptance by the City’s Project Control Specialist. 42 43 J. Change Orders 44 When a Change Order is issued by the City, the impact is incorporated into the 45 previously accepted baseline schedule as an update, to clearly show impact to the 46 project timeline. The Contractor submits this updated baseline schedule to the City for 47 48 01 32 16 - 6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised August 13, 2021 review and acceptance as described in Section 1.5 below. Updated baseline schedules 1 adhere to the following: 2 3 1. Time extensions associated with approved contract modifications are limited to the 4 actual amount of time the project activities are anticipated to be delayed, unless 5 otherwise approved by the Program Manager. 6 7 2. The re-baselined schedule is submitted by the Contractor within ten workdays after 8 the date of receipt of the approved Change Order. 9 10 3. The changes in logic or durations approved by the City are used to analyze the 11 impact of the change and is included in the Change Order. The coding for a new 12 activity(s) added to the schedule for the Change Order includes the Change Order 13 number in the Activity ID. Use as many activities as needed to accurately show the 14 work of the Change Order. Revisions to the baseline schedule are not effective 15 until accepted by the City. 16 K. City’s Work Breakdown Structure 17 18 WBS Code WBS Name 19 XXXXXX Project Name 20 XXXXXX.30 Design 21 XXXXXX.30.10 Design Contractor Agreement 22 XXXXXX.30.20 Conceptual Design (30%) 23 XXXXXX.30.30 Preliminary Design (60%) 24 XXXXXX.30.40 Final Design 25 XXXXXX.30.50 Environmental 26 XXXXXX.30.60 Permits 27 XXXXXX.30.60.10 Permits - Identification 28 XXXXXX.30.60.20 Permits - Review/Approve 29 XXXXXX.40 ROW & Easements 30 XXXXXX.40.10 ROW Negotiations 31 XXXXXX.40.20 Condemnation 32 XXXXXX.70 Utility Relocation 33 XXXXXX.70.10 Utility Relocation Co-ordination 34 XXXXXX.80 Construction 35 XXXXXX.80.81 Bid and Award 36 XXXXXX.80.83 Construction Execution 37 XXXXXX.80.85 Inspection 38 XXXXXX.80.86 Landscaping 39 XXXXXX.90 Closeout 40 XXXXXX.90.10 Construction Contract Close-out 41 XXXXXX.90.40 Design Contract Closure 42 L. City’s Standard Milestones 43 The following milestone activities (i.e., important events on a project that mark critical 44 points in time) are of particular interest to the City and must be reflected in the project 45 schedule for all phases of work. 46 47 48 01 32 16 - 7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised August 13, 2021 Activity ID Activity Name 1 Design 2 3020 Award Design Agreement 3 3040 Issue Notice to Proceed - Design Engineer 4 3100 Design Kick-off Meeting 5 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, 6 Water & Sewer 7 3150 Peer Review Meeting/Design Review meeting (technical) 8 3160 Conduct Design Public Meeting #1 (required) 9 3170 Conceptual Design Complete 10 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, 11 Parks, Storm Water, Water & Sewer 12 3250 Conduct Design Public Meeting #2 (required) 13 3260 Preliminary Design Complete 14 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 15 Water & Sewer 16 3330 Conduct Design Public Meeting #3 (if required) 17 3360 Final Design Complete 18 ROW & Easements 19 4000 Right of Way Start 20 4230 Right of Way Complete 21 Utility Relocation 22 7000 Utilities Start 23 7120 Utilities Cleared/Complete 24 Construction 25 Bid and Award 26 8110 Start Advertisement 27 8150 Conduct Bid Opening 28 8240 Award Construction Contract 29 Construction Execution 30 8330 Conduct Construction Public Meeting #4 Pre-Construction 31 8350 Construction Start 32 8370 Substantial Completion 33 8540 Construction Completion 34 9130 Notice of Completion/Green Sheet 35 9150 Construction Contract Closed 36 9420 Design Contract Closed 37 38 1.4 SUBMITTALS 39 A. Schedule Submittal & Review 40 The City’s Project Manager is responsible for reviews and acceptance of the 41 Contractor’s schedule. The City’s Project Control Specialist is responsible for ensuring 42 alignment of the Contractor’s baseline and progress schedules with the Master Project 43 Schedule as support to the City’s Project Manager. The City reviews and accepts or 44 rejects the schedule within ten workdays of Contractor’s submittal. 45 46 47 01 32 16 - 8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised August 13, 2021 1. Schedule Format 1 The Contractor will submit each schedule in two electronic forms, one in native file 2 format (.xer, .xml, .mpx) and the second in a pdf format, in the City’s document 3 management system in the location dedicated for this purpose and identified by the 4 Project Manager. In the event the Contractor does not use Primavera P6 or MS 5 Project for scheduling purposes, the schedule information must be submitted in .xls 6 or .xlsx format in compliance with the sample layout (See Specification 01 32 16.1 7 Construction Project Schedule Baseline Example), including activity predecessors, 8 successors and total float. 9 10 2. Initial & Baseline Schedule 11 The Contractor w ill develop their schedule for their scope of work and submit their 12 initial schedule in electronic form (in the file formats noted above), in the City’s 13 document management system in the location dedicated for this purpose at least 5 14 working days prior to Pre Construction Meeting. 15 16 The City’s Project Manager and Project Control Specialist review this initial 17 schedule to determine alignment with the City’s Master Project Schedule, including 18 format & WBS structure. Following the City’s review, feedback is provided to the 19 Contractor for their use in finalizing their initial schedule and issuing (within five 20 workdays) their Baseline Schedule for final review and acceptance by the City. 21 22 3. Progress Schedule 23 The Contractor w ill update and issue their project schedule (Progress Schedule) by 24 the last day of each month throughout the life of their work on the project. The 25 Progress Schedule is submitted in electronic form as noted above, in the City’s 26 document management system in the location dedicated for this purpose. 27 28 The City’s Project Control team reviews each Progress Schedule for data and 29 information that support the assessment of the update to the schedule. In the event 30 data or information is missing or incomplete, the Project Controls Specialist 31 communicates directly with the Contractor’s scheduler for providing same. The 32 Contractor re-submits the corrected Progress Schedule within 5 workdays, 33 following the submittal process noted above. The City’s Project Manager and 34 Project Control Specialist review the Contractor’s progress schedule for acceptance 35 and to monitor performance and progress. 36 37 The following list of items are required to ensure proper status information is 38 contained in the Progress Schedule. 39 • Baseline Start date 40 • Baseline Finish Date 41 • % Complete 42 • Float 43 • Activity Logic (dependencies) 44 • Critical Path 45 • Activities added or deleted 46 • Expected Baseline Finish date 47 • Variance to the Baseline Finish Date 48 49 50 01 32 16 - 9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised August 13, 2021 B. Monthly Construction Status Report 1 The Contractor submits a written status report (referred to as a progress narrative) at the 2 monthly progress meeting (if monthly meetings are held) or at the end of each month to 3 accompany the Progress Schedule submittal, using the standard format provided in 4 Specification 01 32 16.3 Construction Project Schedule Progress Narrative. The 5 content of the Construction Project Schedule Progress Narrative should be concise and 6 complete to include only changes, delays, and anticipated problems. 7 8 C. Submittal Process 9 • Schedules and Monthly Construction Status Reports are submitted in in the City’s 10 document management system in the location dedicated for this purpose. 11 • Once the project has been completed and Final Acceptance has been issued by the 12 City, no further progress schedules or construction status reports are required from 13 the Contractor. 14 15 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 16 1.6 CLOSEOUT SUBMITTALS [NOT USED] 17 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.8 QUALITY ASSURANCE 19 A. The person preparing and revising the construction Progress Schedule shall be 20 experienced in the preparation of schedules of similar complexity. 21 B. Schedule and supporting documents addressed in this Specification shall be prepared, 22 updated and revised to accurately reflect the performance of the construction. 23 C. Contractor is responsible for the quality of all submittals in this section meeting the 24 standard of care for the construction industry for similar projects. 25 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.10 FIELD [SITE] CONDITIONS [NOT USED] 27 1.11 WARRANTY [NOT USED] 28 1.12 ATTACHMENTS 29 Spec 01 32 16.1 Construction Project Schedule Baseline Example 30 Spec 01 32 16.2 Construction Project Schedule Progress Example 31 Spec 01 32 16.3 Construction Project Schedule Progress Narrative 32 33 34 01 32 16 - 10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised August 13, 2021 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 5 Revision Log DATE NAME SUMMARY OF CHANGE 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. 10/06/2023 Michael Owen Added “Juneteenth” to list of City Holidays under 1.3.G. “Schedule Calendar” 6 01 32 33 - 1 PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 SECTION 01 32 33 1 PRECONSTRUCTION VIDEO 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Administrative and procedural requirements for: 6 a. Preconstruction Videos 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2A.1 9 2. Added 1.2A.2 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 – General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Unit Price - Work associated with this Item is considered subsidiary to the various 16 items bid. No separate payment will be allowed for this Item. 17 2. Lump Sum Price - Work associated with this Item is included in the total lump 18 sum price. 19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Preconstruction Video 22 1. Produce a preconstruction video of the site/alignment, including all areas in the 23 vicinity of and to be affected by construction. 24 a. Provide digital copy of video upon request by the City. 25 2. Retain a copy of the preconstruction video until the end of the maintenance surety 26 period. 27 1.5 SUBMITTALS [NOT USED] 28 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 1.9 QUALITY ASSURANCE [NOT USED] 32 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 33 1.11 FIELD [SITE] CONDITIONS [NOT USED] 34 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 1.12 WARRANTY [NOT USED] 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 5 Revision Log DATE NAME SUMMARY OF CHANGE 6 01 32 35 - 1 AERIAL/PHOTOGRAPHIC DOCUMENTATION Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 August 2017 SECTION 01 32 35 1 AERIAL/PHOTOGRAPHIC DOCUMENTATION 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes 5 1. Administrative and procedural requirements for: 6 a. Aerial Photographs 7 b. Project Photographs 8 B. Related Specification Sections include but are not necessarily limited to 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 10 Contract. 11 2. Division 1 - General Requirements. 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Lump Sum Price - Work associated with this Item is included in the total lump sum 15 price. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Project Aerials Photographs 19 1. Take aerial photographs of the project site prior to construction, monthly during the 20 construction of the project, and after completion of the project. 21 2. Aerial Photographs Provided by: 22 a. Aerial Photography, Incorporated, or approved equal 23 1) Contact: Michael Chase Eaton 24 a) Phone: 954-568-0484 25 b) Email: michael@api4.com 26 3. Aerial Photographs 27 a. Taken with a quality digital camera (300 ppi or greater) 28 b. Provide three (3) photos for each trip, each at a different angle 29 4. Aerial Photograph Copies 30 a. Format 31 1) Provide digital copies of all photographs. 32 2) Provide prints of photographs as follows: 33 a) One glossy color 8.5" x 11" prints for each photograph taken. 34 b) Mark each print to indicate: 35 (1) Project name, 36 (2) Date, 37 (3) Location, 38 3) Photographs shall be clear and sharp with proper exposure. 39 5. Preconstruction Aerials 40 01 32 35 - 2 AERIAL/PHOTOGRAPHIC DOCUMENTATION Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 August 2017 a. Provide no less than three (3) aerial photographs of the site prior to construction 1 6. Progress Aerials 2 a. Starting one month after the date of the preconstruction aerial photographs and 3 continuing as long as the work is in progress, provide: 4 1) Progress Photos: 5 a) Three (3) monthly aerial photographs taken to accurately record the 6 work that has progressed during that period. 7 b. Prints and Digital photographs are to be submitted with the monthly Partial Pay 8 Request. 9 1) Provide prints in plastic binder. 10 B. Project Photographs 11 1. Take photographs of the project site/alignment prior to construction, monthly 12 during the construction of the project, and after completion of the project. 13 2. Photographs shall be taken with a quality digital camera with date back capability, 14 with lenses ranging from wide angle to 135mm. 15 3. Photographs shall be taken at locations designated by the Engineer. 16 4. Provide digital copies of all photographs. 17 5. Preconstruction Photos 18 a. Provide no less than forty-eight (48) photographs of the site and alignment prior 19 to construction. 20 6. Progress Photos 21 a. Starting one month after the date of the preconstruction photographs, and 22 continuing as long as the work is in progress, provide twenty-four (24) monthly 23 photographs taken to accurately record the work that has progressed during that 24 period. 25 b. Digital photographs are to be submitted with the monthly Partial Pay Request. 26 1.5 -1.12 [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 END OF SECTION 30 31 Revision Log DATE NAME SUMMARY OF CHANGE 32 01 33 00 - 1 SUBMITTALS Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 SECTION 01 33 00 1 SUBMITTALS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. General methods and requirements of submissions applicable to the following 6 Work-related submittals: 7 a. Shop Drawings 8 b. Product Data (including Standard Product List submittals) 9 c. Samples 10 d. Mock Ups 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. Modified 1.2.A.1 13 2. Added 1.2.A.2 14 3. Added 1.4.B 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 – General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Unit Price - Work associated with this Item is considered subsidiary to the various 21 items bid. No separate payment will be allowed for this Item. 22 2. Lump Sum Price - Work associated with this Item is included in the total lump 23 sum price. 24 1.3 REFERENCES [NOT USED] 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Coordination 27 1. Notify the City in writing, at the time of submittal, of any deviations in the 28 submittals from the requirements of the Contract Documents. 29 2. Coordination of Submittal Times 30 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 31 performing the related Work or other applicable activities, or within the time 32 specified in the individual Work Sections, of the Specifications. 33 b. Contractor is responsible such that the installation will not be delayed by 34 processing times including, but not limited to: 35 a) Disapproval and resubmittal (if required) 36 b) Coordination with other submittals 37 c) Testing 38 d) Purchasing 39 01 33 00 - 2 SUBMITTALS Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 e) Fabrication 1 f) Delivery 2 g) Similar sequenced activities 3 c. No extension of time will be authorized because of the Contractor's failure to 4 transmit submittals sufficiently in advance of the Work. 5 d. Make submittals promptly in accordance with approved schedule, and in such 6 sequence as to cause no delay in the Work or in the work of any other 7 contractor. 8 B. Submittal Log/Schedule 9 1. Prior to submitting the first submittal for the project, provide a submittal 10 log/schedule to include 11 a. Anticipated Submittals 12 b. Proposed Submittal Numbering 13 c. Anticipated Submittal Dates. 14 C. Submittal Numbering 15 1. When submitting shop drawings or samples, utilize a 9-character submittal cross-16 reference identification numbering system in the following manner: 17 a. Use the first 6 digits of the applicable Specification Section Number. 18 b. For the next 2 digits number use numbers 01-99 to sequentially number each 19 initial separate item or drawing submitted under each specific Section number. 20 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 21 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 22 submittal number would be as follows: 23 24 03 30 00-08-B 25 26 1) 03 30 00 is the Specification Section for Concrete 27 2) 08 is the eighth initial submittal under this Specification Section 28 3) B is the third submission (second resubmission) of that particular shop 29 drawing 30 D. Contractor Certification 31 1. Review shop drawings, product data and samples, including those by 32 subcontractors, prior to submission to determine and verify the following: 33 a. Field measurements 34 b. Field construction criteria 35 c. Catalog numbers and similar data 36 d. Conformance with the Contract Documents 37 2. Provide each shop drawing, sample and product data submitted by the Contractor 38 with a Certification Statement affixed including: 39 a. The Contractor's Company name 40 b. Signature of submittal reviewer 41 c. Certification Statement 42 1) “By this submittal, I hereby represent that I have determined and verified 43 field measurements, field construction criteria, materials, dimensions, 44 catalog numbers and similar data and I have checked and coordinated each 45 item with other applicable approved shop drawings." 46 E. Submittal Format 47 01 33 00 - 3 SUBMITTALS Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 1 2. Bind shop drawings and product data sheets together. 2 3. Order 3 a. Cover Sheet 4 1) Description of Packet 5 2) Contractor Certification 6 b. List of items / Table of Contents 7 c. Product Data /Shop Drawings/Samples /Calculations 8 F. Submittal Content 9 1. The date of submission and the dates of any previous submissions 10 2. The Project title and number 11 3. Contractor identification 12 4. The names of: 13 a. Contractor 14 b. Supplier 15 c. Manufacturer 16 5. Identification of the product, with the Specification Section number, page and 17 paragraph(s) 18 6. Field dimensions, clearly identified as such 19 7. Relation to adjacent or critical features of the Work or materials 20 8. Applicable standards, such as ASTM or Federal Specification numbers 21 9. Identification by highlighting of deviations from Contract Documents 22 10. Identification by highlighting of revisions on resubmittals 23 11. An 8-inch x 3-inch blank space for Contractor and City stamps 24 G. Shop Drawings 25 1. As specified in individual Work Sections includes, but is not necessarily limited to: 26 a. Custom-prepared data such as fabrication and erection/installation (working) 27 drawings 28 b. Scheduled information 29 c. Setting diagrams 30 d. Actual shopwork manufacturing instructions 31 e. Custom templates 32 f. Special wiring diagrams 33 g. Coordination drawings 34 h. Individual system or equipment inspection and test reports including: 35 1) Performance curves and certifications 36 i. As applicable to the Work 37 2. Details 38 a. Relation of the various parts to the main members and lines of the structure 39 b. Where correct fabrication of the Work depends upon field measurements 40 1) Provide such measurements and note on the drawings prior to submitting 41 for approval. 42 H. Product Data 43 1. For submittals of product data for products included on the City’s Standard Product 44 List, clearly identify each item selected for use on the Project. 45 01 33 00 - 4 SUBMITTALS Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 2. For submittals of product data for products not included on the City’s Standard 1 Product List, submittal data may include, but is not necessarily limited to: 2 a. Standard prepared data for manufactured products (sometimes referred to as 3 catalog data) 4 1) Such as the manufacturer's product specification and installation 5 instructions 6 2) Availability of colors and patterns 7 3) Manufacturer's printed statements of compliances and applicability 8 4) Roughing-in diagrams and templates 9 5) Catalog cuts 10 6) Product photographs 11 7) Standard wiring diagrams 12 8) Printed performance curves and operational-range diagrams 13 9) Production or quality control inspection and test reports and certifications 14 10) Mill reports 15 11) Product operating and maintenance instructions and recommended 16 spare-parts listing and printed product warranties 17 12) As applicable to the Work 18 I. Samples 19 1. As specified in individual Sections, include, but are not necessarily limited to: 20 a. Physical examples of the Work such as: 21 1) Sections of manufactured or fabricated Work 22 2) Small cuts or containers of materials 23 3) Complete units of repetitively used products color/texture/pattern swatches 24 and range sets 25 4) Specimens for coordination of visual effect 26 5) Graphic symbols and units of Work to be used by the City for independent 27 inspection and testing, as applicable to the Work 28 J. Do not start Work requiring a shop drawing, sample or product data nor any material to 29 be fabricated or installed prior to the approval or qualified approval of such item. 30 1. Fabrication performed, materials purchased or on-site construction accomplished 31 which does not conform to approved shop drawings and data is at the Contractor's 32 risk. 33 2. The City will not be liable for any expense or delay due to corrections or remedies 34 required to accomplish conformity. 35 3. Complete project Work, materials, fabrication, and installations in conformance 36 with approved shop drawings, applicable samples, and product data. 37 K. Submittal Distribution 38 1. Electronic Distribution 39 a. Confirm development of Project directory for electronic submittals to be 40 uploaded to City’s Buzzsaw site, or another external FTP site approved by the 41 City. 42 b. Shop Drawings 43 1) Upload submittal to designated project directory and notify appropriate 44 City representatives via email of submittal posting. 45 2) Hard Copies 46 a) 3 copies for all submittals 47 01 33 00 - 5 SUBMITTALS Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 b) If Contractor requires more than 1 hard copy of Shop Drawings 1 returned, Contractor shall submit more than the number of copies listed 2 above. 3 c. Product Data 4 1) Upload submittal to designated project directory and notify appropriate 5 City representatives via email of submittal posting. 6 2) Hard Copies 7 a) 3 copies for all submittals 8 d. Samples 9 1) Distributed to the Project Representative 10 2. Hard Copy Distribution (if required in lieu of electronic distribution) 11 a. Shop Drawings 12 1) Distributed to the City 13 2) Copies 14 a) 8 copies for mechanical submittals 15 b) 7 copies for all other submittals 16 c) If Contractor requires more than 3 copies of Shop Drawings returned, 17 Contractor shall submit more than the number of copies listed above. 18 b. Product Data 19 1) Distributed to the City 20 2) Copies 21 a) 4 copies 22 c. Samples 23 1) Distributed to the Project Representative 24 2) Copies 25 a) Submit the number stated in the respective Specification Sections. 26 3. Distribute reproductions of approved shop drawings and copies of approved 27 product data and samples, where required, to the job site file and elsewhere as 28 directed by the City. 29 a. Provide number of copies as directed by the City but not exceeding the number 30 previously specified. 31 L. Submittal Review 32 1. The review of shop drawings, data and samples will be for general conformance 33 with the design concept and Contract Documents. This is not to be construed as: 34 a. Permitting any departure from the Contract requirements 35 b. Relieving the Contractor of responsibility for any errors, including details, 36 dimensions, and materials 37 c. Approving departures from details furnished by the City, except as otherwise 38 provided herein 39 2. The review and approval of shop drawings, samples or product data by the City 40 does not relieve the Contractor from his/her responsibility with regard to the 41 fulfillment of the terms of the Contract. 42 a. All risks of error and omission are assumed by the Contractor, and the City will 43 have no responsibility therefore. 44 3. The Contractor remains responsible for details and accuracy, for coordinating the 45 Work with all other associated work and trades, for selecting fabrication processes, 46 for techniques of assembly and for performing Work in a safe manner. 47 01 33 00 - 6 SUBMITTALS Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 4. If the shop drawings, data or samples as submitted describe variations and show a 1 departure from the Contract requirements which City finds to be in the interest of 2 the City and to be so minor as not to involve a change in Contract Price or time for 3 performance, the City may return the reviewed drawings without noting an 4 exception. 5 5. Submittals will be returned to the Contractor under 1 of the following codes: 6 a. Code 1 7 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 8 comments on the submittal. 9 a) When returned under this code the Contractor may release the 10 equipment and/or material for manufacture. 11 b. Code 2 12 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 13 the notations and comments IS NOT required by the Contractor. 14 a) The Contractor may release the equipment or material for manufacture; 15 however, all notations and comments must be incorporated into the 16 final product. 17 c. Code 3 18 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 19 assigned when notations and comments are extensive enough to require a 20 resubmittal of the package. 21 a) The Contractor may release the equipment or material for manufacture; 22 however, all notations and comments must be incorporated into the 23 final product. 24 b) This resubmittal is to address all comments, omissions and 25 non-conforming items that were noted. 26 c) Resubmittal is to be received by the City within 15 Calendar Days of 27 the date of the City's transmittal requiring the resubmittal. 28 d. Code 4 29 1) "NOT APPROVED" is assigned when the submittal does not meet the 30 intent of the Contract Documents. 31 a) The Contractor must resubmit the entire package revised to bring the 32 submittal into conformance. 33 b) It may be necessary to resubmit using a different manufacturer/vendor 34 to meet the Contract Documents. 35 6. Resubmittals 36 a. Handled in the same manner as first submittals 37 1) Corrections other than requested by the City 38 2) Marked with revision triangle or other similar method 39 a) At Contractor’s risk if not marked 40 b. Submittals for each item will be reviewed no more than twice at the City’s 41 expense. 42 1) All subsequent reviews will be performed at times convenient to the City 43 and at the Contractor's expense, based on the City's or City 44 Representative’s then prevailing rates. 45 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 46 all such fees invoiced by the City. 47 01 33 00 - 7 SUBMITTALS Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 c. The need for more than 1 resubmission or any other delay in obtaining City's 1 review of submittals, will not entitle the Contractor to an extension of Contract 2 Time. 3 7. Partial Submittals 4 a. City reserves the right to not review submittals deemed partial, at the City’s 5 discretion. 6 b. Submittals deemed by the City to be not complete will be returned to the 7 Contractor, and will be considered "Not Approved" until resubmitted. 8 c. The City may at its option provide a list or mark the submittal directing the 9 Contractor to the areas that are incomplete. 10 8. If the Contractor considers any correction indicated on the shop drawings to 11 constitute a change to the Contract Documents, then written notice must be 12 provided thereof to the City at least 7 Calendar Days prior to release for 13 manufacture. 14 9. When the shop drawings have been completed to the satisfaction of the City, the 15 Contractor may carry out the construction in accordance therewith and no further 16 changes therein except upon written instructions from the City. 17 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 18 following receipt of submittal by the City. 19 M. Mock ups 20 1. Mock Up units as specified in individual Sections, include, but are not necessarily 21 limited to, complete units of the standard of acceptance for that type of Work to be 22 used on the Project. Remove at the completion of the Work or when directed. 23 N. Qualifications 24 1. If specifically required in other Sections of these Specifications, submit a P.E. 25 Certification for each item required. 26 O. Request for Information (RFI) 27 1. Contractor Request for additional information 28 a. Clarification or interpretation of the contract documents 29 b. When the Contractor believes there is a conflict between Contract Documents 30 c. When the Contractor believes there is a conflict between the Drawings and 31 Specifications 32 1) Identify the conflict and request clarification 33 2. Use the Request for Information (RFI) form provided by the City. 34 3. Numbering of RFI 35 a. Prefix with “RFI” followed by series number, “-xxx”, beginning with “01” and 36 increasing sequentially with each additional transmittal. 37 4. Sufficient information shall be attached to permit a written response without further 38 information. 39 5. The City will log each request and will review the request. 40 a. If review of the project information request indicates that a change to the 41 Contract Documents is required, the City will issue a Field Order or Change 42 Order, as appropriate. 43 1.5 SUBMITTALS [NOT USED] 44 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 45 01 33 00 - 8 SUBMITTALS Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 5 1.12 WARRANTY [NOT USED] 6 PART 2 - PRODUCTS [NOT USED] 7 PART 3 - EXECUTION [NOT USED] 8 END OF SECTION 9 10 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 11 01 35 13 - 1 SPECIAL PROJECT PROCEDURES Page 1 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 SECTION 01 35 13 1 SPECIAL PROJECT PROCEDURES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedures for special project circumstances that includes, but is not limited to: 6 a. Coordination with the Texas Department of Transportation 7 b. Work near High Voltage Lines 8 c. Confined Space Entry Program 9 d. Use of Explosives, Drop Weight, Etc. 10 e. Water Department Notification 11 f. Public Notification Prior to Beginning Construction 12 g. Coordination with United States Army Corps of Engineers 13 h. Coordination within Railroad permits areas 14 i. Dust Control 15 j. Employee Parking 16 B. Deviations from this City of Fort Worth Standard Specification 17 1. Modified 1.2.A.1.b.1 18 2. Added 1.2.A.1.b.2 19 3. Modified 1.2.A.2.b.1 20 4. Added 1.2.A.2.b.2 21 5. Added 1.2.A.3.b 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1 – General Requirements 25 3. Section 33 12 25 – Connection to Existing Water Mains 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Coordination within Railroad permit areas 29 a. Measurement 30 1) Measurement for this Item will be by lump sum. 31 b. Payment 32 1) Unit Price - The work performed and materials furnished in accordance 33 with this Item will be paid for at the lump sum price bid for Railroad 34 Coordination. 35 2) Lump Sum Price - The work performed and materials furnished in 36 accordance with this Item will be included in the total lump sum price. 37 c. The price bid shall include: 38 1) Mobilization 39 2) Inspection 40 3) Safety training 41 01 35 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 4) Additional Insurance 1 5) Insurance Certificates 2 6) Other requirements associated with general coordination with Railroad, 3 including additional employees required to protect the right-of-way and 4 property of the Railroad from damage arising out of and/or from the 5 construction of the Project. 6 2. Railroad Flagmen 7 a. Measurement 8 1) Measurement for this Item will be per working day. 9 b. Payment 10 1) The work performed and materials furnished in accordance with this Item 11 will be paid for each working day that Railroad Flagmen are present at the 12 Site. 13 c. The price bid shall include: 14 1) Coordination for scheduling flagmen 15 2) Flagmen 16 3) Other requirements associated with Railroad 17 3. All other items 18 a. Unit Price – The work associated with these Items is considered subsidiary to 19 the various Items bid. No separate payment will be allowed for this Item. 20 b. Lump Sum Price - The work performed and materials furnished in 21 accordance with this Item will be included in the total lump sum price. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 28 High Voltage Overhead Lines. 29 1.4 ADMINISTRATIVE REQUIREMENTS 30 A. Coordination with the Texas Department of Transportation 31 1. When work in the right-of-way which is under the jurisdiction of the Texas 32 Department of Transportation (TxDOT): 33 a. Notify the Texas Department of Transportation prior to commencing any work 34 therein in accordance with the provisions of the permit 35 b. All work performed in the TxDOT right-of-way shall be performed in 36 compliance with and subject to approval from the Texas Department of 37 Transportation 38 B. Work near High Voltage Lines 39 1. Regulatory Requirements 40 a. All Work near High Voltage Lines (more than 600 volts measured between 41 conductors or between a conductor and the ground) shall be in accordance with 42 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 43 2. Warning sign 44 a. Provide sign of sufficient size meeting all OSHA requirements. 45 01 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 3. Equipment operating within 10 feet of high voltage lines will require the following 1 safety features 2 a. Insulating cage-type of guard about the boom or arm 3 b. Insulator links on the lift hook connections for back hoes or dippers 4 c. Equipment must meet the safety requirements as set forth by OSHA and the 5 safety requirements of the owner of the high voltage lines 6 4. Work within 6 feet of high voltage electric lines 7 a. Notification shall be given to: 8 1) The power company (example: ONCOR) 9 a) Maintain an accurate log of all such calls to power company and record 10 action taken in each case. 11 b. Coordination with power company 12 1) After notification coordinate with the power company to: 13 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 14 lower the lines 15 c. No personnel may work within 6 feet of a high voltage line before the above 16 requirements have been met. 17 C. Confined Space Entry Program 18 1. Provide and follow approved Confined Space Entry Program in accordance with 19 OSHA requirements. 20 2. Confined Spaces include: 21 a. Manholes 22 b. All other confined spaces in accordance with OSHA’s Permit Required for 23 Confined Spaces 24 https://www.tceq.texas.gov/assets/public/permitting/air/factsheets/permit-factsheet.pdf 25 D. TCEQ Air Permit 26 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 27 E. Use of Explosives, Drop Weight, Etc. 28 1. When Contract Documents permit on the project the following will apply: 29 a. Public Notification 30 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 31 prior to commencing. 32 2) Minimum 24 hour public notification in accordance with Section 01 31 13 33 F. Water Department Coordination 34 1. During the construction of this project, it will be necessary to deactivate, for a 35 period of time, existing lines. The Contractor shall be required to coordinate with 36 the Water Department to determine the best times for deactivating and activating 37 those lines. 38 2. Coordinate any event that will require connecting to or the operation of an existing 39 City water line system with the City’s representative. 40 a. Coordination shall be in accordance with Section 33 12 25. 41 b. If needed, obtain a hydrant water meter from the Water Department for use 42 during the life of named project. 43 c. In the event that a water valve on an existing live system be turned off and on 44 to accommodate the construction of the project is required, coordinate this 45 activity through the appropriate City representative. 46 01 35 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 1) Do not operate water line valves of existing water system. 1 a) Failure to comply will render the Contractor in violation of Texas Penal 2 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 3 will be prosecuted to the full extent of the law. 4 b) In addition, the Contractor will assume all liabilities and 5 responsibilities as a result of these actions. 6 G. Public Notification Prior to Beginning Construction 7 1. Prior to beginning construction on any block in the project, on a block by block 8 basis, prepare and deliver a notice or flyer of the pending construction to the front 9 door of each residence or business that will be impacted by construction. The notice 10 shall be prepared as follows: 11 a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to 12 beginning any construction activity on each block in the project area. 13 1) Prepare flyer on the Contractor’s letterhead and include the following 14 information: 15 a) Name of Project 16 b) City Project No (CPN) 17 c) Scope of Project (i.e. type of construction activity) 18 d) Actual construction duration within the block 19 e) Name of the contractor’s foreman and phone number 20 f) Name of the City’s inspector and phone number 21 g) City’s after-hours phone number 22 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 23 A. 24 3) City of Fort Worth Door Hangers will be provided to the Contractor for 25 distribution with their notice. 26 4) Submit schedule showing the construction start and finish time for each 27 block of the project to the inspector. 28 5) Deliver flyer to the City Inspector for review prior to distribution. 29 b. No construction will be allowed to begin on any block until the flyer and door 30 hangers are delivered to all residents of the block. 31 H. Public Notification of Temporary Water Service Interruption during Construction 32 1. In the event it becomes necessary to temporarily shut down water service to 33 residents or businesses during construction, prepare and deliver a notice or flyer of 34 the pending interruption to the front door of each affected resident. 35 2. Prepared notice as follows: 36 a. The notification or flyer shall be posted 24 hours prior to the temporary 37 interruption. 38 b. Prepare flyer on the contractor’s letterhead and include the following 39 information: 40 1) Name of the project 41 2) City Project Number 42 3) Date of the interruption of service 43 4) Period the interruption will take place 44 5) Name of the contractor’s foreman and phone number 45 6) Name of the City’s inspector and phone number 46 c. A sample of the temporary water service interruption notification is attached as 47 Exhibit B. 48 01 35 13 - 5 SPECIAL PROJECT PROCEDURES Page 5 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 d. Deliver a copy of the temporary interruption notification to the City inspector 1 for review prior to being distributed. 2 e. No interruption of water service can occur until the flyer has been delivered to 3 all affected residents and businesses. 4 f. Electronic versions of the sample flyers can be obtained from the Project 5 Construction Inspector. 6 I. Coordination with United States Army Corps of Engineers (USACE) 7 1. At locations in the Project where construction activities occur in areas where 8 USACE permits are required, meet all requirements set forth in each designated 9 permit. 10 J. Coordination within Railroad Permit Areas 11 1. At locations in the project where construction activities occur in areas where 12 railroad permits are required, meet all requirements set forth in each designated 13 railroad permit. This includes, but is not limited to, provisions for: 14 a. Flagmen 15 b. Inspectors 16 c. Safety training 17 d. Additional insurance 18 e. Insurance certificates 19 f. Other employees required to protect the right-of-way and property of the 20 Railroad Company from damage arising out of and/or from the construction of 21 the project. Proper utility clearance procedures shall be used in accordance 22 with the permit guidelines. 23 2. Obtain any supplemental information needed to comply with the railroad’s 24 requirements. 25 3. Railroad Flagmen 26 a. Submit receipts to City for verification of working days that railroad flagmen 27 were present on Site. 28 K. Dust Control 29 1. Use acceptable measures to control dust at the Site. 30 a. If water is used to control dust, capture and properly dispose of waste water. 31 b. If wet saw cutting is performed, capture and properly dispose of slurry. 32 L. Employee Parking 33 1. Provide parking for employees at locations approved by the City. 34 01 35 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E – Added Contractor responsibility for obtaining a TCEQ Air Permit 3/11/2022 M Owen Remove references to Air Pollution watch Days and NCTCOG Clean construction Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. 13 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 EXHIBIT A 1 (To be printed on Contractor’s Letterhead) 2 3 4 5 Date: 6 7 CPN No.: 8 Project Name: 9 Mapsco Location: 10 Limits of Construction: 11 12 13 14 15 16 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18 PROPERTY. 19 20 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21 OF THIS NOTICE. 22 23 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24 ISSUE, PLEASE CALL: 25 26 27 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28 29 OR 30 31 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32 33 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34 35 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36 37 01 35 13 - 8 SPECIAL PROJECT PROCEDURES Page 8 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 EXHIBIT B 1 2 3 4 01 45 23 - 1 TESTING AND INSPECTION SERVICES Page 1 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 9, 2020 SECTION 01 45 23 1 TESTING AND INSPECTION SERVICES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Testing and inspection services procedures and coordination 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. Modified 1.2.A.1 8 2. Added 1.2.A.2 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 – General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Unit Price - Work associated with this Item is considered subsidiary to the various 15 Items bid. No separate payment will be allowed for this Item. 16 a. In accordance with Article 13 of the General Conditions, Contractor is 17 responsible for performing, coordinating, and payment of all inspections, 18 tests, re-tests, or approvals. 19 b. In accordance with Article 13 of the General Conditions, City is 20 responsible for performing and payment for first set additional 21 independent testing chosen by the City to be performed. 22 1) If the first independent test performed by the City fails, the 23 Contractor is responsible for payment of subsequent testing until a 24 passing test occurs. 25 a) Final acceptance will not be issued by City until all required 26 payments for testing by Contractor have been paid in full. 27 2. Lump Sum Price - Work associated with this Item is included in the total lump 28 sum price. 29 a. In accordance with Article 13 of the General Conditions, Contractor is 30 responsible for performing, coordinating, and payment of all inspections, 31 tests, re-tests, or approvals. 32 b. In accordance with Article 13 of the General Conditions, City is 33 responsible for performing and payment for first set independent testing 34 chosen by the City to be performed. 35 1) If the first independent test performed by the City fails, the Contractor 36 is responsible for payment of subsequent testing until a passing test 37 occurs. 38 a) Final acceptance will not be issued by City until all required 39 payments for testing by Contractor have been paid in full. 40 01 45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 9, 2020 1.3 REFERENCES [NOT USED] 1 1.4 ADMINISTRATIVE REQUIREMENTS 2 A. Testing 3 1. Complete testing in accordance with the Contract Documents. 4 2. Coordination 5 a. When testing is required to be performed by the City, notify City, sufficiently 6 in advance, when testing is needed. 7 b. When testing is required to be completed by the Contractor, notify City, 8 sufficiently in advance, that testing will be performed. 9 3. Distribution of Testing Reports 10 a. Electronic Distribution 11 1) Confirm development of Project directory for electronic submittals to be 12 uploaded to the City’s document management system, or another external 13 FTP site approved by the City. 14 2) Upload test reports to designated project directory and notify appropriate 15 City representatives via email of submittal posting. 16 3) Hard Copies 17 a) 1 copy for all submittals submitted to the Project Representative 18 b. Hard Copy Distribution (if required in lieu of electronic distribution) 19 1) Tests performed by City 20 a) Distribute 1 hard copy to the Contractor 21 2) Tests performed by the Contractor 22 a) Distribute 3 hard copies to City’s Project Representative 23 4. Provide City’s Project Representative with trip tickets for each delivered load of 24 Concrete or Lime material including the following information: 25 a. Name of pit 26 b. Date of delivery 27 c. Material delivered 28 B. Inspection 29 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 30 perform work in accordance with the Contract Documents. 31 01 45 23 - 3 TESTING AND INSPECTION SERVICES Page 3 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 9, 2020 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City’s document management system. 13 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 SECTION 01 50 00 1 TEMPORARY FACILITIES AND CONTROLS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Provide temporary facilities and controls needed for the Work including, but not 6 necessarily limited to: 7 a. Temporary utilities 8 b. Sanitary facilities 9 c. Storage Sheds and Buildings 10 d. Dust control 11 e. Temporary fencing of the construction site 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. Modified 1.2.A.1 14 2. Added 1.2.A.2 15 3. Added 1.4.C.7 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 – General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Unit Price - Work associated with this Item is considered subsidiary to the various 22 items bid. No separate payment will be allowed for this Item. 23 2. Lump Sum Price - Work associated with this Item is included in the total lump 24 sum price. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Temporary Utilities 28 1. Obtaining Temporary Service 29 a. Make arrangements with utility service companies for temporary services. 30 b. Abide by rules and regulations of utility service companies or authorities 31 having jurisdiction. 32 c. Be responsible for utility service costs until Work is approved for Final 33 Acceptance. 34 1) Included are fuel, power, light, heat and other utility services necessary for 35 execution, completion, testing and initial operation of Work. 36 2. Water 37 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 a. Contractor to provide water required for and in connection with Work to be 1 performed and for specified tests of piping, equipment, devices or other use as 2 required for the completion of the Work. 3 b. Provide and maintain adequate supply of potable water for domestic 4 consumption by Contractor personnel and City’s Project Representatives. 5 c. Coordination 6 1) Contact City 1 week before water for construction is desired 7 d. Contractor Payment for Construction Water 8 1) Obtain construction water meter from City for payment as billed by City’s 9 established rates. 10 3. Electricity and Lighting 11 a. Provide and pay for electric powered service as required for Work, including 12 testing of Work. 13 1) Provide power for lighting, operation of equipment, or other use. 14 b. Electric power service includes temporary power service or generator to 15 maintain operations during scheduled shutdown. 16 4. Telephone 17 a. Provide emergency telephone service at Site for use by Contractor personnel 18 and others performing work or furnishing services at Site. 19 5. Temporary Heat and Ventilation 20 a. Provide temporary heat as necessary for protection or completion of Work. 21 b. Provide temporary heat and ventilation to assure safe working conditions. 22 B. Sanitary Facilities 23 1. Provide and maintain sanitary facilities for persons on Site. 24 a. Comply with regulations of State and local departments of health. 25 2. Enforce use of sanitary facilities by construction personnel at job site. 26 a. Enclose and anchor sanitary facilities. 27 b. No discharge will be allowed from these facilities. 28 c. Collect and store sewage and waste so as not to cause nuisance or health 29 problem. 30 d. Haul sewage and waste off-site at no less than weekly intervals and properly 31 dispose in accordance with applicable regulation. 32 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 33 4. Remove facilities at completion of Project 34 C. Storage Sheds and Buildings 35 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 36 above ground level for materials and equipment susceptible to weather damage. 37 2. Storage of materials not susceptible to weather damage may be on blocks off 38 ground. 39 3. Store materials in a neat and orderly manner. 40 a. Place materials and equipment to permit easy access for identification, 41 inspection and inventory. 42 4. Equip building with lockable doors and lighting, and provide electrical service for 43 equipment space heaters and heating or ventilation as necessary to provide storage 44 environments acceptable to specified manufacturers. 45 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 5. Fill and grade site for temporary structures to provide drainage away from 1 temporary and existing buildings. 2 6. Remove building from site prior to Final Acceptance. 3 7. A field office is required for this project. 4 D. Temporary Fencing 5 1. Provide and maintain for the duration or construction when required in contract 6 documents 7 E. Dust Control 8 1. Contractor is responsible for maintaining dust control through the duration of the 9 project. 10 a. Contractor remains on-call at all times 11 b. Must respond in a timely manner 12 F. Temporary Protection of Construction 13 1. Contractor or subcontractors are responsible for protecting Work from damage due 14 to weather. 15 1.5 SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS [NOT USED] 24 PART 3 - EXECUTION [NOT USED] 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION [NOT USED] 28 3.4 INSTALLATION 29 A. Temporary Facilities 30 1. Maintain all temporary facilities for duration of construction activities as needed. 31 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 3.5 [REPAIR] / [RESTORATION] 1 3.6 RE-INSTALLATION 2 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES 7 A. Temporary Facilities 8 1. Remove all temporary facilities and restore area after completion of the Work, to a 9 condition equal to or better than prior to start of Work. 10 3.12 PROTECTION [NOT USED] 11 3.13 MAINTENANCE [NOT USED] 12 3.14 ATTACHMENTS [NOT USED] 13 END OF SECTION 14 15 Revision Log DATE NAME SUMMARY OF CHANGE 16 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 22, 2021 SECTION 01 55 26 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Administrative procedures for: 6 a. Street Use Permit 7 b. Modification of approved traffic control 8 c. Removal of Street Signs 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. Modified 1.2.A.1 11 2. Added 1.2.A.2 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 – General Requirements 15 3. Section 34 71 13 – Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Unit Price - Work associated with this Item is considered subsidiary to the various 19 Items bid. No separate payment will be allowed for this Item. 20 2. Lump Sum Price - Work associated with this Item is included in the total lump 21 sum price. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this specification refer to the current reference standard 25 published at the time of the latest revision date logged at the end of this 26 specification, unless a date is specifically cited. 27 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Traffic Control 30 1. General 31 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 32 traffic. 33 b. When traffic control plans are included in the Drawings, provide Traffic 34 Control in accordance with Drawings and Section 34 71 13. 35 c. When traffic control plans are not included in the Drawings, prepare traffic 36 control plans in accordance with Section 34 71 13 and submit to City for 37 review. 38 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 22, 2021 1) Allow minimum 10 working days for review of proposed Traffic Control. 1 2) A traffic control “Typical” published by City of Fort Worth, the Texas 2 Manual unified Traffic Control Devices (TMUTCD) or Texas Department 3 of Transportation (TxDOT) can be used as an alternative to preparing a 4 project/site specific traffic control plan if the typical is applicable to the 5 specific project/site. 6 B. Street Use Permit 7 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 1) Allow a minimum of 5 working days for permit review. 11 2) Contractor’s responsibility to coordinate review of Traffic Control plans for 12 Street Use Permit, such that construction is not delayed. 13 C. Modification to Approved Traffic Control 14 1. Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 1) Revise Traffic Control plans in accordance with Section 34 71 13. 18 2) Allow minimum 5 working days for review of revised Traffic Control. 19 3) It is the Contractor’s responsibility to coordinate review of Traffic Control 20 plans for Street Use Permit, such that construction is not delayed. 21 D. Removal of Street Sign 22 1. If it is determined that a street sign must be removed for construction, then contact 23 City Transportation and Public Works Department, Signs and Markings Division to 24 remove the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 28 Devices (MUTCD). 29 2. Install temporary sign before the removal of permanent sign. 30 3. When construction is complete, to the extent that the permanent sign can be 31 reinstalled, contact the City Transportation and Public Works Department, Signs 32 and Markings Division, to reinstall the permanent sign. 33 F. Traffic Control Standards 34 1. Traffic Control Standards can be found on the City’s website. 35 1.5 SUBMITTALS 36 A. Submit all required documentation to City’s Project Representative. 37 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 22, 2021 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS [NOT USED] 8 PART 3 - EXECUTION [NOT USED] 9 END OF SECTION 10 11 Revision Log DATE NAME SUMMARY OF CHANGE 3/22/21021 M. Owen 1.4.A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4.A.1.c Added language to allow for use of published traffic control “Typicals” if applicable to specific project/site. 1.4.F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit 12 01 57 13 - 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 SECTION 01 57 13 1 STORM WATER POLLUTION PREVENTION 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Procedures for Storm Water Pollution Prevention Plans 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. Modified 1.2.A.1.a 8 2. Added 1.2.A.1.b 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 – General Requirements 13 3. Section 31 25 00 – Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Unit Price - Work associated with this Item is considered subsidiary to the 18 various Items bid. No separate payment will be allowed for this Item. 19 b. Lump Sum Price - Work associated with this Item is included in the total 20 lump sum price. 21 2. Construction Activities resulting in greater than 1 acre of disturbance 22 a. Measurement and Payment shall be in accordance with Section 31 25 00. 23 1.3 REFERENCES 24 A. Abbreviations and Acronyms 25 1. Notice of Intent: NOI 26 2. Notice of Termination: NOT 27 3. Storm Water Pollution Prevention Plan: SWPPP 28 4. Texas Commission on Environmental Quality: TCEQ 29 5. Notice of Change: NOC 30 A. Reference Standards 31 1. Reference standards cited in this Specification refer to the current reference 32 standard published at the time of the latest revision date logged at the end of this 33 Specification, unless a date is specifically cited. 34 2. Integrated Storm Management (iSWM) Technical Manual for Construction 35 Controls 36 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 1.4 ADMINISTRATIVE REQUIREMENTS 1 A. General 2 1. Contractor is responsible for resolution and payment of any fines issued associated 3 with compliance to Stormwater Pollution Prevention Plan. 4 B. Construction Activities resulting in: 5 1. Less than 1 acre of disturbance 6 a. Provide erosion and sediment control in accordance with Section 31 25 00 and 7 Drawings. 8 2. 1 to less than 5 acres of disturbance 9 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 10 Permit is required 11 b. Complete SWPPP in accordance with TCEQ requirements 12 1) TCEQ Small Construction Site Notice Required under general permit 13 TXR150000 14 a) Sign and post at job site 15 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 16 Transportation and Public Works, Environmental Division, (817) 392-17 6088. 18 2) Provide erosion and sediment control in accordance with: 19 a) Section 31 25 00 20 b) The Drawings 21 c) TXR150000 General Permit 22 d) SWPPP 23 e) TCEQ requirements 24 3. 5 acres or more of Disturbance 25 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 26 Permit is required 27 b. Complete SWPPP in accordance with TCEQ requirements 28 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 29 a) Sign and post at job site 30 b) Send copy to City Department of Transportation and Public Works, 31 Environmental Division, (817) 392-6088. 32 2) TCEQ Notice of Change required if making changes or updates to NOI 33 3) Provide erosion and sediment control in accordance with: 34 a) Section 31 25 00 35 b) The Drawings 36 c) TXR150000 General Permit 37 d) SWPPP 38 e) TCEQ requirements 39 4) Once the project has been completed and all the closeout requirements of 40 TCEQ have been met a TCEQ Notice of Termination can be submitted. 41 a) Send copy to City Department of Transportation and Public Works, 42 Environmental Division, (817) 392-6088. 43 1.5 SUBMITTALS 44 A. SWPPP 45 1. Submit in accordance with Section 01 33 00, except as stated herein. 46 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 1 as follows: 2 1) 1 copy to the City Project Manager 3 a) City Project Manager will forward to the City Department of 4 Transportation and Public Works, Environmental Division for review 5 B. Modified SWPPP 6 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 7 in accordance with Section 01 33 00. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS [NOT USED] 16 PART 3 - EXECUTION [NOT USED] 17 END OF SECTION 18 19 Revision Log DATE NAME SUMMARY OF CHANGE 20 01 58 13 - 1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 SECTION 01 58 13 1 TEMPORARY PROJECT SIGNAGE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Temporary Project Signage Requirements 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. Modified 1.2.A.1 8 2. Added 1.2.A.2 9 3. Modified 2.2.A.1 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 – General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Unit Price - Work associated with this Item is considered subsidiary to the various 16 items bid. No separate payment will be allowed for this Item. 17 2. Lump Sum Price - Work associated with this Item is included in the total lump 18 sum price. 19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21 1.5 SUBMITTALS [NOT USED] 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 PART 2 - PRODUCTS 1 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 3 A. Design Criteria 4 1. Provide free standing Project Designation Sign in accordance with City’s Standard 5 Details for project signs for Water Department projects. 6 B. Materials 7 1. Sign 8 a. Constructed of ¾-inch fir plywood, grade A-C (exterior) or better 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT USED] 11 PART 3 - EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION [NOT USED] 14 3.3 PREPARATION [NOT USED] 15 3.4 INSTALLATION 16 A. General 17 1. Provide vertical installation at extents of project. 18 2. Relocate sign as needed, upon request of the City. 19 B. Mounting options 20 a. Skids 21 b. Posts 22 c. Barricade 23 3.5 REPAIR / RESTORATION [NOT USED] 24 3.6 RE-INSTALLATION [NOT USED] 25 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 26 3.8 SYSTEM STARTUP [NOT USED] 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 01 58 13 - 3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 3.13 MAINTENANCE 1 A. General 2 1. Maintenance will include painting and repairs as needed or directed by the City. 3 3.14 ATTACHMENTS [NOT USED] 4 END OF SECTION 5 6 Revision Log DATE NAME SUMMARY OF CHANGE 7 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 9, 2020 SECTION 01 60 00 1 PRODUCT REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. References for Product Requirements and City Standard Products List 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 12 1.3 REFERENCES [NOT USED] 13 1.4 ADMINISTRATIVE REQUIREMENTS 14 A. A list of City approved products for use is available through the City’s website at: 15 https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path: 16 1. 02-Construction Documents/Standard Products List 17 B. Only products specifically included on City’s Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City’s Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City’s Standard Product List. 25 D. Although a specific product is included on City’s Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer’s standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City’s 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 01 60 00 - 2 PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 9, 2020 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City’s Standard Product List 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City website. 8 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 SECTION 01 66 00 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Scheduling of product delivery 6 2. Packaging of products for delivery 7 3. Protection of products against damage from: 8 a. Handling 9 b. Exposure to elements or harsh environments 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. Modified 1.2.A.1 12 2. Added 1.2.A.2 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 – General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Unit Price - Work associated with this Item is considered subsidiary to the various 19 items bid. No separate payment will be allowed for this Item. 20 2. Lump Sum Price - Work associated with this Item is included in the total lump 21 sum price. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY AND HANDLING 30 A. Delivery Requirements 31 1. Schedule delivery of products or equipment as required to allow timely installation 32 and to avoid prolonged storage. 33 2. Provide appropriate personnel and equipment to receive deliveries. 34 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 1 for personnel or equipment to receive the delivery. 2 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 3 containers designed and constructed to protect the contents from physical or 4 environmental damage. 5 5. Clearly and fully mark and identify as to manufacturer, item and installation 6 location. 7 6. Provide manufacturer's instructions for storage and handling. 8 B. Handling Requirements 9 1. Handle products or equipment in accordance with these Contract Documents and 10 manufacturer’s recommendations and instructions. 11 C. Storage Requirements 12 1. Store materials in accordance with manufacturer’s recommendations and 13 requirements of these Specifications. 14 2. Make necessary provisions for safe storage of materials and equipment. 15 a. Place loose soil materials and materials to be incorporated into Work to prevent 16 damage to any part of Work or existing facilities and to maintain free access at 17 all times to all parts of Work and to utility service company installations in 18 vicinity of Work. 19 3. Keep materials and equipment neatly and compactly stored in locations that will 20 cause minimum inconvenience to other contractors, public travel, adjoining owners, 21 tenants and occupants. 22 a. Arrange storage to provide easy access for inspection. 23 4. Restrict storage to areas available on construction site for storage of material and 24 equipment as shown on Drawings, or approved by City’s Project Representative. 25 5. Provide off-site storage and protection when on-site storage is not adequate. 26 a. Provide addresses of and access to off-site storage locations for inspection by 27 City’s Project Representative. 28 6. Do not use lawns, grass plots or other private property for storage purposes without 29 written permission of owner or other person in possession or control of premises. 30 7. Store in manufacturers’ unopened containers. 31 8. Neatly, safely and compactly stack materials delivered and stored along line of 32 Work to avoid inconvenience and damage to property owners and general public 33 and maintain at least 3 feet from fire hydrant. 34 9. Keep public and private driveways and street crossings open. 35 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 36 satisfaction of City’s Project Representative. 37 a. Total length which materials may be distributed along route of construction at 38 one time is 1,000 linear feet, unless otherwise approved in writing by City’s 39 Project Representative. 40 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 ERECTION [NOT USED] 8 3.5 REPAIR / RESTORATION [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 FIELD [OR] SITE QUALITY CONTROL 11 A. Tests and Inspections 12 1. Inspect all products or equipment delivered to the site prior to unloading. 13 B. Non-Conforming Work 14 1. Reject all products or equipment that are damaged, used or in any other way 15 unsatisfactory for use on the project. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION 21 A. Protect all products or equipment in accordance with manufacturer's written directions. 22 B. Store products or equipment in location to avoid physical damage to items while in 23 storage. 24 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 25 the manufacturer. 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION 29 30 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 Revision Log DATE NAME SUMMARY OF CHANGE 1 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised November 22, 2016 SECTION 01 70 00 1 MOBILIZATION AND REMOBILIZATION 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Mobilization and Demobilization 6 a. Mobilization 7 1) Transportation of Contractor’s personnel, equipment, and operating supplies 8 to the Site 9 2) Establishment of necessary general facilities for the Contractor’s operation 10 at the Site 11 3) Premiums paid for performance and payment bonds 12 4) Transportation of Contractor’s personnel, equipment, and operating supplies 13 to another location within the designated Site 14 5) Relocation of necessary general facilities for the Contractor’s operation 15 from 1 location to another location on the Site. 16 b. Demobilization 17 1) Transportation of Contractor’s personnel, equipment, and operating supplies 18 away from the Site including disassembly 19 2) Site Clean-up 20 3) Removal of all buildings and/or other facilities assembled at the Site for this 21 Contract 22 c. Mobilization and Demobilization do not include activities for specific items of 23 work that are for which payment is provided elsewhere in the contract. 24 2. Remobilization 25 a. Remobilization for Suspension of Work specifically required in the Contract 26 Documents or as required by City includes: 27 1) Demobilization 28 a) Transportation of Contractor’s personnel, equipment, and operating 29 supplies from the Site including disassembly or temporarily securing 30 equipment, supplies, and other facilities as designated by the Contract 31 Documents necessary to suspend the Work. 32 b) Site Clean-up as designated in the Contract Documents 33 2) Remobilization 34 a) Transportation of Contractor’s personnel, equipment, and operating 35 supplies to the Site necessary to resume the Work. 36 b) Establishment of necessary general facilities for the Contractor’s 37 operation at the Site necessary to resume the Work. 38 3) No Payments will be made for: 39 a) Mobilization and Demobilization from one location to another on the 40 Site in the normal progress of performing the Work. 41 b) Stand-by or idle time 42 c) Lost profits 43 3. Mobilizations and Demobilization for Miscellaneous Projects 44 a. Mobilization and Demobilization 45 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised November 22, 2016 1) Mobilization shall consist of the activities and cost on a Work Order basis 1 necessary for: 2 a) Transportation of Contractor’s personnel, equipment, and operating 3 supplies to the Site for the issued Work Order. 4 b) Establishment of necessary general facilities for the Contractor’s 5 operation at the Site for the issued Work Order 6 2) Demobilization shall consist of the activities and cost necessary for: 7 a) Transportation of Contractor’s personnel, equipment, and operating 8 supplies from the Site including disassembly for each issued Work 9 Order 10 b) Site Clean-up for each issued Work Order 11 c) Removal of all buildings or other facilities assembled at the Site for 12 each Work Oder 13 b. Mobilization and Demobilization do not include activities for specific items of 14 work for which payment is provided elsewhere in the contract. 15 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 16 a. A Mobilization for Miscellaneous Projects when directed by the City and the 17 mobilization occurs within 24 hours of the issuance of the Work Order. 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. Modified 1.2.A.1.a 20 2. Added 1.2.A.1.b 21 3. Modified 1.2.A.2.b.1) 22 4. Added 1.2.A.2.b.2) 23 5. Deleted 1.2.A.4 and 1.2.A.5 24 C. Related Specification Sections include, but are not necessarily limited to: 25 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 26 2. Division 1 – General Requirements 27 1.2 PRICE AND PAYMENT PROCEDURES 28 A. Measurement and Payment 29 1. Mobilization and Demobilization 30 a. Unit Price - Work associated with this Item is considered subsidiary to the 31 various items bid. No separate payment will be allowed for this Item. 32 b. Lump Sum Price - Work associated with this Item is included in the total 33 lump sum price. 34 2. Remobilization for suspension of Work as specifically required in the Contract 35 Documents 36 a. Measurement 37 1) Measurement for this Item shall be per each remobilization performed. 38 b. Payment 39 1) Unit Price - The work performed and materials furnished in accordance 40 with this Item and measured as provided under “Measurement” will be 41 paid for at the unit price per each “Specified Remobilization” in 42 accordance with Contract Documents. 43 2) Lump Sum Price - Work associated with this Item is included in the 44 total lump sum price. 45 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised November 22, 2016 c. The price shall include: 1 1) Demobilization as described in Section 1.1.A.2.a.1) 2 2) Remobilization as described in Section 1.1.A.2.a.2) 3 d. No payments will be made for standby, idle time, or lost profits associated this 4 Item. 5 3. Remobilization for suspension of Work as required by City 6 a. Measurement and Payment 7 1) This shall be submitted as a Contract Claim in accordance with Article 10 8 of Section 00 72 00. 9 2) No payments will be made for standby, idle time, or lost profits associated 10 with this Item. 11 4. Mobilizations and Demobilizations for Miscellaneous Projects 12 a. Measurement 13 1) Measurement for this Item shall be for each Mobilization and 14 Demobilization required by the Contract Documents 15 b. Payment 16 1) The Work performed and materials furnished in accordance with this Item 17 and measured as provided under “Measurement” will be paid for at the unit 18 price per each “Work Order Mobilization” in accordance with Contract 19 Documents. Demobilization shall be considered subsidiary to mobilization 20 and shall not be paid for separately. 21 c. The price shall include: 22 1) Mobilization as described in Section 1.1.A.3.a.1) 23 2) Demobilization as described in Section 1.1.A.3.a.2) 24 d. No payments will be made for standby, idle time, or lost profits associated this 25 Item. 26 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 27 a. Measurement 28 1) Measurement for this Item shall be for each Mobilization and 29 Demobilization required by the Contract Documents 30 b. Payment 31 1) The Work performed and materials furnished in accordance with this Item 32 and measured as provided under “Measurement” will be paid for at the unit 33 price per each “Work Order Emergency Mobilization” in accordance with 34 Contract Documents. Demobilization shall be considered subsidiary to 35 mobilization and shall not be paid for separately. 36 c. The price shall include 37 1) Mobilization as described in Section 1.1.A.4.a) 38 2) Demobilization as described in Section 1.1.A.3.a.2) 39 d. No payments will be made for standby, idle time, or lost profits associated this 40 Item. 41 1.3 REFERENCES [NOT USED] 42 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 43 1.5 SUBMITTALS [NOT USED] 44 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 45 1.7 CLOSEOUT SUBMITTALS [NOT USED] 46 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised November 22, 2016 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION 8 9 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. 10 Document1 Page 1 of 22 Section 01 71 23.01 - Attachment A Survey Staking Standards February 2017 Document1 Page 2 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey Document1 Page 3 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS RED POTABLE WATER BLUE GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK SANITARY SEWER GREEN IRRIGATION AND RECLAIMED WATER PURPLE III. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2” or greater diameter) 18” long Survey Marking Paint Water-based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long Document1 Page 4 of 22 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for ‘Zoning Maps’. Under ‘Layers’ , expand ‘Basemap Layers’, and check on ‘Benchmarks’. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced-main water lines, and rough-grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25’ or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, ‘X’ in concrete, or any other appropriate item with a stable base and of a semi-permanent nature. A rebar cap is optional, but preferred if the cap is marked ‘control point’ or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. – If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=0 C. Geoid model used, Example: GEOID12A Document1 Page 5 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City’s preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_Conformal_Conic False_Easting: 1968500.00000000 False_Northing: 6561666.66666667 Central_Meridian: -98.50000000 Standard_Parallel_1: 32.13333333 Standard_Parallel_2: 33.96666667 Latitude_Of_Origin: 31.66666667 Linear Unit: Foot_US Geographic Coordinate System: GCS_North_American_1983 Datum: D_North_American_1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format .txt .csv .dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234_As-built of Water on Main Street_Grid NAD83 TXSP 4202.csv File 2: C1234_As-built of Water on Main Street_Project Specific Datum.csv Document1 Page 6 of 22 Example Control Stakes Document1 Page 7 of 22 V. Water Staking Standards A. Centerline Staking – Straight Line Tangents I. Offset lath/stakes every 200’ on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12” diameter pipes or smaller IV. Grade to flow line (F/L) for 16” and larger diameter pipes V. Grade should be 3.50’ below the proposed top of curb line for 10” and smaller diameter pipes VI. Grade should be 4.00’ below the proposed top of curb line for 12” and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should be set at a 25’ interval II. Same grading guidelines as above III. Staking of radius points of greater than 100’ may be omitted C. Water Meter Boxes I. 7.0’ perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0’ behind the proposed face of curb III. Meter should be staked a minimum of 4.5’ away from the edge of a driveway IV. Grade is to top of box and should be +0.06’ higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0’ behind proposed face of curb II. Survey offset stake should be 7.0’ from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Document1 Page 8 of 22 Example Water Stakes Document1 Page 9 of 22 VI. Sanitary Sewer Staking A. Centerline Staking – Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400’ or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking – Curves I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should be set at a 25’ interval II. Staking of radius points of greater than 100’ may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans Document1 Page 10 of 22 Example Sanitary Sewer Stakes Document1 Page 11 of 22 VII. Storm Sewer & Inlet Staking A. Centerline Staking – Straight Line Tangents I. 1 offset stake every 200’ on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking – Curves I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should be set at a 25’ interval II. Staking of radius points of greater than 100’ may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10’ Inlet = 16.00’ total length III. Recessed 10’ Inlet = 20.00’ total length IV. Standard double 10’ inlet = 26.67’ total length V. Recessed double 10’ inlet = 30.67’ total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans Document1 Page 12 of 22 Example Storm Inlet Stakes Document1 Page 13 of 22 VIII. Curb and Gutter Staking A. Centerline Staking – Straight Line Tangents V. 1 offset stake every 50’ on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking – Curves III. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should be set at a 25’ interval IV. Staking of radius points of greater than 100’ may be omitted Example Curb & Gutter Stakes Document1 Page 14 of 22 Example Curb & Gutter Stakes at Intersection Document1 Page 15 of 22 IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard City Cut Sheet Date: City Project Number: Project Name: Staking Method:  GPS  TOTAL STATION  OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET DESCRIPTION PROP. STAKED - CUT + FILL -LT/+RT GRADE ELEV. Document1 Page 16 of 22 X. As-built Survey A. Definition and Purpose The purpose of an as-built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City’s GIS data and must be in the proper format when submitted. See section IV. As-built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub-outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters Document1 Page 17 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write “NOT FOUND” to notify the City. Document1 Page 18 of 22 Document1 Page 19 of 22 Document1 Page 20 of 22 Document1 Page 21 of 22 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. Document1 Page 22 of 22 C. Other preferred as-built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 SECTION 01 71 23 1 CONSTRUCTION STAKING AND SURVEY 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Requirements for construction staking and construction survey 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. Modified 1.2.A.1.b.1 8 2. Added 1.2.A.1.b.2 9 3. Modified 1.2.A.2.b.1 10 4. Added 1.2.A.2.b.2 11 5. Modified 1.9.A.1-3 12 6. Modified 1.9.B.2-3 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 – General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Construction Staking 19 a. Measurement 20 1) This Item is considered subsidiary to the various Items bid. 21 b. Payment 22 1) Unit Price - The work performed and the materials furnished in accordance 23 with this Item are subsidiary to the various Items bid and no other 24 compensation will be allowed. 25 2) Lump Sum Price - Work associated with this Item is included in the 26 total lump sum price. 27 2. Construction Survey 28 a. Measurement 29 1) This Item is considered subsidiary to the various Items bid. 30 b. Payment 31 1) Unit Price - The work performed and the materials furnished in accordance 32 with this Item are subsidiary to the various Items bid and no other 33 compensation will be allowed. 34 2) Lump Sum Price - Work associated with this Item is included in the 35 total lump sum price. 36 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 1.3 REFERENCES [NOT USED] 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals, if required, shall be in accordance with Section 01 33 00. 4 B. All submittals shall be approved by the City prior to delivery. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Certificates 7 1. Provide certificate certifying that elevations and locations of improvements are in 8 conformance or non-conformance with requirements of the Contract Documents. 9 a. Certificate must be sealed by a registered professional land surveyor in the 10 State of Texas. 11 B. Field Quality Control Submittals 12 1. Documentation verifying accuracy of field engineering work. 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE 16 A. Construction Staking 17 1. Construction staking will be performed by the City Contractor. 18 2. Coordination 19 a. Contact City’s Project Representative at least 2 weeks in advance for 20 scheduling of Construction Staking. 21 b. It is the Contractor’s responsibility to coordinate staking such that construction 22 activities are not delayed or negatively impacted. 23 3. General 24 a. Contractor is responsible for preserving and maintaining stakes furnished by 25 City. 26 b. If in the opinion of the City, a sufficient number of stakes or markings have 27 been lost, destroyed or disturbed, by Contractor’s neglect, such that the 28 contracted Work cannot take place, then the Contractor will be required to re-29 stake the deficient areas. pay the City for new staking with a 25 percent 30 markup. The cost for staking will be deducted from the payment due to the 31 Contractor for the Project. 32 B. Construction Survey 33 1. Construction Survey will be performed by the City Contractor. 34 2. Coordination 35 a. Contractor to verify that control data established in the design survey remains 36 intact. 37 b. Coordinate with the City prior to field investigation to determine which 38 horizontal and vertical control data will be required for construction survey. 39 c. It is the Contractor’s responsibility to coordinate Construction Survey such that 40 construction activities are not delayed or negatively impacted. 41 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 d. Contractor shall restore or replace any control data needs to be restored or 1 replaced due to damage caused during construction operations. 2 1) City shall perform replacements and/or restorations. 3 3. General 4 a. Construction survey will be performed in order to maintain complete and 5 accurate logs of control and survey work as it progresses for Project Records. 6 b. The Contractor shall will need to ensure coordination is maintained with the 7 City to perform construction survey to obtain construction features, including 8 but not limited to the following: 9 1) All Utility Lines 10 a) Rim and flowline elevations and coordinates for each manhole or 11 junction structure 12 2) Water Lines 13 a) Top of pipe elevations and coordinates for waterlines at the following 14 locations: 15 (1) Every 250 linear feet 16 (2) Horizontal and vertical points of inflection, curvature, etc. (All 17 Fittings) 18 (3) Cathodic protection test stations 19 (4) Sampling stations 20 (5) Meter boxes/vaults (All sizes) 21 (6) Fire lines 22 (7) Fire hydrants 23 (8) Gate valves 24 (9) Plugs, stubouts, dead-end lines 25 (10) Air Release valves (Manhole rim and vent pipe) 26 (11) Blow off valves (Manhole rim and valve lid) 27 (12) Pressure plane valves 28 (13) Cleaning wyes 29 (14) Casing pipe (each end) 30 b) Storm Sewer 31 (1) Top of pipe elevations and coordinates at the following locations: 32 (a) Every 250 linear feet 33 (b) Horizontal and vertical points of inflection, curvature, etc. 34 c) Sanitary Sewer 35 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 36 the following locations: 37 (a) Every 250 linear feet 38 (b) Horizontal and vertical points of inflection, curvature, etc. 39 (c) Cleanouts 40 c. Construction survey will be performed in order to maintain complete and 41 accurate logs of control and survey work associated with meeting or exceeding 42 the line and grade required by these Specifications. 43 d. The Contractor shall will need to ensure coordination is maintained with the 44 City to perform construction survey and to verify control data, including but 45 not limited to the following: 46 1) Established benchmarks and control points provided for the Contractor’s 47 use are accurate 48 2) Benchmarks were used to furnish and maintain all reference lines and 49 grades for tunneling 50 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 3) Lines and grades were used to establish the location of the pipe 1 4) Submit to the City copies of field notes, if requested, used to establish all 2 lines and grades and allow the City to check guidance system setup prior to 3 beginning each tunneling drive. 4 5) Provide access for the City, when requested, to verify the guidance system 5 and the line and grade of the carrier pipe on a daily basis. 6 6) The Contractor remains fully responsible for the accuracy of the work and 7 the correction of it, as required. 8 7) Monitor line and grade continuously during construction. 9 8) Record deviation with respect to design line and grade once at each pipe 10 joint and submit daily records to City. 11 9) If the installation does not meet the specified tolerances, immediately notify 12 the City and correct the installation in accordance with the Contract 13 Documents. 14 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS [NOT USED] 19 PART 3 - EXECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION [NOT USED] 22 3.3 PREPARATION [NOT USED] 23 3.4 APPLICATION 24 3.5 REPAIR / RESTORATION [NOT USED] 25 3.6 RE-INSTALLATION [NOT USED] 26 3.7 FIELD [OR] SITE QUALITY CONTROL 27 A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the 28 City in accordance with this Specification. 29 B. Do not change or relocate stakes or control data without approval from the City. 30 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 3.8 SYSTEM STARTUP [NOT USED] 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING [NOT USED] 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHMENTS [NOT USED] 7 END OF SECTION 8 9 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 10 01 74 23 - 1 CLEANING Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 SECTION 01 74 23 1 CLEANING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Intermediate and final cleaning for Work not including special cleaning of closed 6 systems specified elsewhere 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.1 9 2. Added 1.2.A.2 10 3. Modified 3.10.D.2 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 – General Requirements 14 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Unit Price - Work associated with this Item is considered subsidiary to the various 18 Items bid. No separate payment will be allowed for this Item. 19 2. Lump Sum Price - Work associated with this Item is included in the total lump 20 sum price. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Scheduling 24 1. Schedule cleaning operations so that dust and other contaminants disturbed by 25 cleaning process will not fall on newly painted surfaces. 26 2. Schedule final cleaning upon completion of Work and immediately prior to final 27 inspection. 28 01 74 23 - 2 CLEANING Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 STORAGE, AND HANDLING 6 A. Storage and Handling Requirements 7 1. Store cleaning products and cleaning wastes in containers specifically designed for 8 those materials. 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS 12 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 13 2.2 MATERIALS 14 A. Cleaning Agents 15 1. Compatible with surface being cleaned 16 2. New and uncontaminated 17 3. For manufactured surfaces 18 a. Material recommended by manufacturer 19 01 74 23 - 3 CLEANING Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 2.3 ACCESSORIES [NOT USED] 1 2.4 SOURCE QUALITY CONTROL [NOT USED] 2 PART 3 - EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION [NOT USED] 6 3.4 APPLICATION [NOT USED] 7 3.5 REPAIR / RESTORATION [NOT USED] 8 3.6 RE-INSTALLATION [NOT USED] 9 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING 13 A. General 14 1. Prevent accumulation of wastes that create hazardous conditions. 15 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 16 governing authorities. 17 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 18 storm or sanitary drains or sewers. 19 4. Dispose of degradable debris at an approved solid waste disposal site. 20 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 21 alternate manner approved by City and regulatory agencies. 22 6. Handle materials in a controlled manner with as few handlings as possible. 23 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 24 this project. 25 8. Remove all signs of temporary construction and activities incidental to construction 26 of required permanent Work. 27 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 28 have the cleaning completed at the expense of the Contractor. 29 10. Do not burn on-site. 30 B. Intermediate Cleaning during Construction 31 1. Keep Work areas clean so as not to hinder health, safety or convenience of 32 personnel in existing facility operations. 33 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 34 3. Confine construction debris daily in strategically located container(s): 35 a. Cover to prevent blowing by wind 36 01 74 23 - 4 CLEANING Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 b. Store debris away from construction or operational activities 1 c. Haul from site at a minimum of once per week 2 4. Vacuum clean interior areas when ready to receive finish painting. 3 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 4 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 5 may become airborne or transported by flowing water during the storm. 6 C. Interior Final Cleaning 7 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 8 foreign materials from sight-exposed surfaces. 9 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 10 3. Wash and shine glazing and mirrors. 11 4. Polish glossy surfaces to a clear shine. 12 5. Ventilating systems 13 a. Clean permanent filters and replace disposable filters if units were operated 14 during construction. 15 b. Clean ducts, blowers and coils if units were operated without filters during 16 construction. 17 6. Replace all burned out lamps. 18 7. Broom clean process area floors. 19 8. Mop office and control room floors. 20 D. Exterior (Site or Right of Way) Final Cleaning 21 1. Remove trash and debris containers from site. 22 a. Re-seed areas disturbed by location of trash and debris containers in accordance 23 with Section 32 92 13. 24 2. Sweep flatwork, paving, and roadway to remove all rocks, pieces of asphalt, 25 concrete or any other object that may hinder or disrupt the flow of traffic along the 26 roadway. 27 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 28 junction boxes and inlets. 29 4. If no longer required for maintenance of erosion facilities, and upon approval by 30 City, remove erosion control from site. 31 5. Clean signs, lights, signals, etc. 32 3.11 -3.14 [NOT USED] 33 END OF SECTION 34 Revision Log DATE NAME SUMMARY OF CHANGE 35 01 75 16 - 1 STARTING OF THE SYSTEM Page 1 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 01 75 16 1 STARTING OF THE SYSTEM 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes 5 1. Procedures for starting provided systems, including equipment, pumps, and 6 processes. 7 2. Provisions for pre-startup inspections by equipment manufacturers. 8 3. Provisions for instruction and demonstration of operation, adjustment, and 9 maintenance of each system and the component parts. 10 4. Procedures to place each system in service and operate the system to prove 11 performance and to provide for initial correction of defects in workmanship, 12 calibration, and operation. 13 B. Related Specification Sections include but are not necessarily limited to 14 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 15 Contract. 16 2. Division 1 - General Requirements. 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is included in the total lump sum price. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Scheduling 23 1. Schedule training sufficiently in advance to accommodate City staff schedules. 24 1.5 SUBMITTALS 25 A. Submittals shall be in accordance with Section 01 33 00. 26 B. All submittals shall be accepted by the City prior to delivery and/or fabrication for 27 specials. 28 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 29 A. Test and Evaluation Reports 30 1. Equipment installation reports as indicated in Section 01 91 00. 31 B. Special Procedure Submittals 32 1. A plan of action for testing, checking, and starting major equipment and process 33 piping systems. Submit reports as required by this Section. 34 1.7 CLOSEOUT SUBMITTALS 35 A. Operation and Maintenance Data in accordance with Section 01 77 19. 36 01 75 16 - 2 STARTING OF THE SYSTEM Page 2 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 SITE CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS [NOT USED] 6 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 7 2.2 MATERIALS 8 A. Testing Instrumentation 9 1. Furnish any instrumentation or other testing devices necessary to conduct tests. 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS 14 A. Services of Manufacturer’s Representatives 15 1. The Manufacturer's representative for inspection, supervision of installation, and 16 training must be an experienced and competent technical (not sales) representative 17 of the Manufacturer or Supplier. 18 2. Perform installation, adjustment, and testing of the equipment under the direct 19 supervision of the Manufacturer's representative where specified. 20 3. The Manufacturer's representative is to instruct the City or his authorized personnel 21 on operational procedures and maintenance requirements. 22 4. Include the cost of the services of the Manufacturer's representative in the 23 equipment price. 24 3.2 EXAMINATION [NOT USED] 25 3.3 PREPARATION 26 A. Inspection and Start-Up 27 1. Inspect equipment prior to placing any equipment or system into operation. Make 28 adjustments as necessary for proper operation. 29 a. Check for adequate and proper lubrication. 30 b. Determine that parts or components are free from undue stress from structural 31 members, piping or anchorage. 32 c. Adjust equipment for proper balance and operations. 33 d. Determine that vibrations are within acceptable limits. 34 e. Determine that equipment operates properly under full load conditions. 35 f. Determine that the equipment is in true alignment. 36 01 75 16 - 3 STARTING OF THE SYSTEM Page 3 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 3.4 OPERATOR TRAINING 1 A. Provide instruction and demonstration of the care and operation of the equipment to the 2 Owner's personnel. Instruction is to include classroom and hands-on training. 3 B. Provide training in adequate detail to ensure that the trainees who complete the program 4 will be qualified and capable of operating and maintaining the equipment, products, and 5 systems provided. 6 C. Operations Training is to include but not be limited to: 7 1. Orientation to provide an overview of system/subsystem configuration and 8 operation 9 2. Terminology, nomenclature, and display symbols. 10 3. Operations theory. 11 4. Equipment appearance, functions, concepts, and operation. 12 5. Operating modes, practices and procedures under normal, diminished, and 13 emergency conditions. 14 6. Start-up and shutdown procedures. 15 7. Safety Precautions. 16 8. On-the-job operating experience for monitoring functions, supervisory, or 17 command activities. Include functions and activities associated with diminished 18 operating modes, failure recognition, and responses to system/subsystem and 19 recovery procedures. 20 9. Content and use of Operation and Maintenance manuals and related reference 21 materials. 22 D. Provide training for performing on-site routine, preventive, and remedial maintenance 23 of the equipment, product, or system. Maintenance Training is to include but not be 24 limited to: 25 1. Orientation to provide an overview of system/subsystem concept, configuration, 26 and operation. 27 2. Operations theory and interfaces. 28 3. Instructions necessary to ensure a basic theoretical and practical understanding of 29 equipment appearance, layout and functions. 30 4. Safety Precautions. 31 5. Use of standard and special tools and test equipment. 32 6. Adjustment, calibration, and use of related test equipment. 33 7. Detailed preventive maintenance activities. 34 8. Troubleshooting, diagnostics, and testing. 35 9. Equipment assembly and disassembly. 36 10. Repair and parts replacement. 37 11. Parts ordering practices and storage. 38 12. Failure and recovery procedures. 39 13. Cabling and/or interface connectors. 40 14. Content and use of Operation and Maintenance manuals and related reference 41 materials. 42 15. Procedures for warranty repairs. 43 01 75 16 - 4 STARTING OF THE SYSTEM Page 4 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 16. Lubrication. 1 17. Procedures, practices, documentation, and materials required to commence system 2 maintenance. 3 E. Provide a training plan that indicates the schedule and sequence of the training 4 programs. The training plan is to include for each course: 5 1. Number of hours for the course. 6 2. Agenda and narrative description, including the defined objectives for each lesson. 7 3. Draft copy of training handbooks. 8 4. A descriptive listing of suggested reference publications. 9 5. Audio-visual equipment required for training. 10 6. Type and number of tools or test equipment required for each training session. 11 F. Provide and use training aids to complement the instruction and enhance learning. 12 1. Provide training handbooks for use in both the classroom and the hands-on phases 13 of training for each course. 14 2. Instructional materials shall include references to the Operation and Maintenance 15 Manuals and identify and explain the use of the manual. 16 3. Provide a copy of all audio/visual training materials used in the presentations. 17 G. Provide qualified instructors to conduct the training. 18 1. Instructors must have knowledge of the theory of operation and practical experience 19 with the equipment, product, or system. 20 2. Instructors must have successfully conducted similar training courses. 21 H. Training may be recorded by the Owner or its consultants for use in future training. 22 Provide legal releases or pay additional fees required to allow training by the 23 manufacturer to be recorded. 24 I. Schedule for training is to be approved by Owner. 25 1. Schedule training and start-up operations for no more than one (1) piece of 26 equipment or system at a time. 27 2. Owner may require re-scheduling of training if operations personnel are not 28 available for training on a scheduled date. 29 3. Provide a minimum of two (2) weeks notice if training must be rescheduled. 30 4. Training is to be limited to twenty (20) hours per week. Time required for training 31 is to be considered in the development of the project schedule. 32 J. Schedule and coordinate training for equipment, products, or systems which depend 33 upon other equipment or systems for proper operation so that trainees can be made 34 familiar with the operation and maintenance of the entire operating system. 35 K. Conduct a training course for the equipment products and systems listed below. 36 Training is to be adequate to meet the training objectives described above and is to be 37 for at least the minimum time indicated. 38 39 01 75 16 - 5 STARTING OF THE SYSTEM Page 5 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 Specification Section Equipment/System Description Minimum Hours / Sessions 43 25 00 Submersible Pumps 8 / 2 44 31 16 Odor Control System 8 / 2 26 32 13 Standby Generator Set 8 / 2 40 61 26 Process Control Systems Training See Specification 2 3.5 REPAIR [NOT USED] 3 3.6 RE-INSTALLATION [NOT USED] 4 3.7 FIELD QUALITY CONTROL 5 A. Initial Maintenance 6 1. Maintain equipment until the project is accepted by the Owner. 7 a. Ensure that mechanical equipment is properly greased, oiled, or otherwise cared 8 for as recommended by the Manufacturer. 9 b. Operate air handling equipment only when filters are in place and are clean. 10 Change filters weekly during construction. 11 2. Service equipment per the Manufacturer's instructions immediately before releasing 12 the equipment to the Owner. 13 a. Replace replaceable filters and clean permanent filters associated with other 14 packaged equipment. 15 b. Remove and clean screens at strainers in piping systems. 16 c. Clean insects from intake louver screens. 17 3.8 SYSTEM STARTUP 18 A. Start, test, and place equipment and systems into operation for 30 days to allow the City 19 and Engineer to observe the operation and overall performance of the equipment and to 20 determine that controls function as intended. 21 B. Equipment which operates on a limited or part-time basis shall be operated in the 22 presence of the City and Engineer to demonstrate that controls function as specified. 23 C. Perform acceptance test as specified in individual specification sections. Demonstrate 24 that equipment and systems meet the specified performance criteria. 25 D. Unless specifically stated otherwise in the individual equipment specifications, 26 equipment and systems are not substantially complete until the end of this initial 27 operation period. If an exception to this requirement is specifically noted in an 28 individual equipment specification, the exception shall only apply to that particular 29 piece of equipment and not to the remaining components provided under the project. 30 01 75 16 - 6 STARTING OF THE SYSTEM Page 6 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 3.9 ADJUSTING [NOT USED] 1 3.10 CLEANING [NOT USED] 2 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 01 77 19 - 1 CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 104489-3 Revised March 22, 2021 SECTION 01 77 19 1 CLOSEOUT REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedure for closing out a contract 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. Modified 1.2.A.1 8 2. Added 1.2.A.2 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 – General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Unit Price - Work associated with this Item is considered subsidiary to the various 15 Items bid. No separate payment will be allowed for this Item. 16 2. Lump Sum Price - Work associated with this Item is included in the total lump 17 sum price. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Guarantees, Bonds and Affidavits 21 1. No application for final payment will be accepted until all guarantees, bonds, 22 certificates, licenses and affidavits required for Work or equipment as specified are 23 satisfactorily filed with the City. 24 B. Release of Liens or Claims 25 1. No application for final payment will be accepted until satisfactory evidence of 26 release of liens has been submitted to the City. 27 1.5 SUBMITTALS 28 A. Submit all required documentation to City’s Project Representative. 29 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 104489-3 Revised March 22, 2021 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 CLOSEOUT PROCEDURE 8 A. Prior to requesting Final Inspection, submit: 9 1. Project Record Documents in accordance with Section 01 78 39 10 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 11 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 12 01 74 23. 13 C. Final Inspection 14 1. After final cleaning, provide notice to the City Project Representative that the Work 15 is completed. 16 a. The City will make an initial Final Inspection with the Contractor present. 17 b. Upon completion of this inspection, the City will notify the Contractor, in 18 writing within 10 business days, of any particulars in which this inspection 19 reveals that the Work is defective or incomplete. 20 2. Upon receiving written notice from the City, immediately undertake the Work 21 required to remedy deficiencies and complete the Work to the satisfaction of the 22 City. 23 3. The Right-of-way shall be cleared of all construction materials, barricades, and 24 temporary signage. 25 4. Upon completion of Work associated with the items listed in the City's written 26 notice, inform the City, that the required Work has been completed. Upon receipt 27 of this notice, the City, in the presence of the Contractor, will make a subsequent 28 Final Inspection of the project. 29 5. Provide all special accessories required to place each item of equipment in full 30 operation. These special accessory items include, but are not limited to: 31 a. Specified spare parts 32 b. Adequate oil and grease as required for the first lubrication of the equipment 33 c. Initial fill up of all chemical tanks and fuel tanks 34 d. Light bulbs 35 e. Fuses 36 f. Vault keys 37 g. Handwheels 38 01 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 104489-3 Revised March 22, 2021 h. Other expendable items as required for initial start-up and operation of all 1 equipment 2 D. Notice of Project Completion 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection 4 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 5 E. Supporting Documentation 6 1. Coordinate with the City Project Representative to complete the following 7 additional forms: 8 a. Final Payment Request 9 b. Statement of Contract Time 10 c. Affidavit of Payment and Release of Liens 11 d. Consent of Surety to Final Payment 12 e. Pipe Report (if required) 13 f. Contractor’s Evaluation of City 14 g. Performance Evaluation of Contractor 15 F. Letter of Final Acceptance 16 1. Upon review and acceptance of Notice of Project Completion and Supporting 17 Documentation, in accordance with General Conditions, City will issue Letter of 18 Final Acceptance and release the Final Payment Request for payment. 19 3.5 REPAIR / RESTORATION [NOT USED] 20 3.6 RE-INSTALLATION [NOT USED] 21 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M. Owen 3.4.C Added language to clarify and emphasize requirement to “Clearing ROW” 31 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 SECTION 01 78 23 1 OPERATION AND MAINTENANCE DATA 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Product data and related information appropriate for City's maintenance and 6 operation of products furnished under Contract 7 2. Such products may include, but are not limited to: 8 a. Traffic Controllers 9 b. Irrigation Controllers (to be operated by the City) 10 c. Butterfly Valves 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. Modified 1.2.A.1 13 2. Added 1.2.A.2 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 – General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Unit Price - Work associated with this Item is considered subsidiary to the various 20 Items bid. No separate payment will be allowed for this Item. 21 2. Lump Sum Price - Work associated with this Item is included in the total lump 22 sum price. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Schedule 26 1. Submit manuals in final form to the City within 30 calendar days of product 27 shipment to the project site. 28 1.5 SUBMITTALS 29 A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be 30 approved by the City prior to delivery. 31 1.6 INFORMATIONAL SUBMITTALS 32 A. Submittal Form 33 1. Prepare data in form of an instructional manual for use by City personnel. 34 2. Format 35 a. Size: 8 ½ inches x 11 inches 36 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 b. Paper 1 1) 40 pound minimum, white, for typed pages 2 2) Holes reinforced with plastic, cloth or metal 3 c. Text: Manufacturer’s printed data, or neatly typewritten 4 d. Drawings 5 1) Provide reinforced punched binder tab, bind in with text 6 2) Reduce larger drawings and fold to size of text pages. 7 e. Provide fly-leaf for each separate product, or each piece of operating 8 equipment. 9 1) Provide typed description of product, and major component parts of 10 equipment. 11 2) Provide indexed tabs. 12 f. Cover 13 1) Identify each volume with typed or printed title "OPERATING AND 14 MAINTENANCE INSTRUCTIONS". 15 2) List: 16 a) Title of Project 17 b) Identity of separate structure as applicable 18 c) Identity of general subject matter covered in the manual 19 3. Binders 20 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 21 b. When multiple binders are used, correlate the data into related consistent 22 groupings. 23 4. If available, provide an electronic form of the O&M Manual. 24 B. Manual Content 25 1. Neatly typewritten table of contents for each volume, arranged in systematic order 26 a. Contractor, name of responsible principal, address and telephone number 27 b. A list of each product required to be included, indexed to content of the volume 28 c. List, with each product: 29 1) The name, address and telephone number of the subcontractor or installer 30 2) A list of each product required to be included, indexed to content of the 31 volume 32 3) Identify area of responsibility of each 33 4) Local source of supply for parts and replacement 34 d. Identify each product by product name and other identifying symbols as set 35 forth in Contract Documents. 36 2. Product Data 37 a. Include only those sheets which are pertinent to the specific product. 38 b. Annotate each sheet to: 39 1) Clearly identify specific product or part installed 40 2) Clearly identify data applicable to installation 41 3) Delete references to inapplicable information 42 3. Drawings 43 a. Supplement product data with drawings as necessary to clearly illustrate: 44 1) Relations of component parts of equipment and systems 45 2) Control and flow diagrams 46 b. Coordinate drawings with information in Project Record Documents to assure 47 correct illustration of completed installation. 48 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 c. Do not use Project Record Drawings as maintenance drawings. 1 4. Written text, as required to supplement product data for the particular installation: 2 a. Organize in consistent format under separate headings for different procedures. 3 b. Provide logical sequence of instructions of each procedure. 4 5. Copy of each warranty, bond and service contract issued 5 a. Provide information sheet for City personnel giving: 6 1) Proper procedures in event of failure 7 2) Instances which might affect validity of warranties or bonds 8 C. Manual for Materials and Finishes 9 1. Submit 5 copies of complete manual in final form. 10 2. Content, for architectural products, applied materials and finishes: 11 a. Manufacturer's data, giving full information on products 12 1) Catalog number, size, composition 13 2) Color and texture designations 14 3) Information required for reordering special manufactured products 15 b. Instructions for care and maintenance 16 1) Manufacturer's recommendation for types of cleaning agents and methods 17 2) Cautions against cleaning agents and methods which are detrimental to 18 product 19 3) Recommended schedule for cleaning and maintenance 20 3. Content, for moisture protection and weather exposure products: 21 a. Manufacturer's data, giving full information on products 22 1) Applicable standards 23 2) Chemical composition 24 3) Details of installation 25 b. Instructions for inspection, maintenance and repair 26 D. Manual for Equipment and Systems 27 1. Submit 5 copies of complete manual in final form. 28 2. Content, for each unit of equipment and system, as appropriate: 29 a. Description of unit and component parts 30 1) Function, normal operating characteristics and limiting conditions 31 2) Performance curves, engineering data and tests 32 3) Complete nomenclature and commercial number of replaceable parts 33 b. Operating procedures 34 1) Start-up, break-in, routine and normal operating instructions 35 2) Regulation, control, stopping, shut-down and emergency instructions 36 3) Summer and winter operating instructions 37 4) Special operating instructions 38 c. Maintenance procedures 39 1) Routine operations 40 2) Guide to "trouble shooting" 41 3) Disassembly, repair and reassembly 42 4) Alignment, adjusting and checking 43 d. Servicing and lubrication schedule 44 1) List of lubricants required 45 e. Manufacturer's printed operating and maintenance instructions 46 f. Description of sequence of operation by control manufacturer 47 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 1) Predicted life of parts subject to wear 1 2) Items recommended to be stocked as spare parts 2 g. As installed control diagrams by controls manufacturer 3 h. Each contractor's coordination drawings 4 1) As installed color coded piping diagrams 5 i. Charts of valve tag numbers, with location and function of each valve 6 j. List of original manufacturer's spare parts, manufacturer's current prices, and 7 recommended quantities to be maintained in storage 8 k. Other data as required under pertinent Sections of Specifications 9 3. Content, for each electric and electronic system, as appropriate: 10 a. Description of system and component parts 11 1) Function, normal operating characteristics, and limiting conditions 12 2) Performance curves, engineering data and tests 13 3) Complete nomenclature and commercial number of replaceable parts 14 b. Circuit directories of panelboards 15 1) Electrical service 16 2) Controls 17 3) Communications 18 c. As installed color coded wiring diagrams 19 d. Operating procedures 20 1) Routine and normal operating instructions 21 2) Sequences required 22 3) Special operating instructions 23 e. Maintenance procedures 24 1) Routine operations 25 2) Guide to "trouble shooting" 26 3) Disassembly, repair and reassembly 27 4) Adjustment and checking 28 f. Manufacturer's printed operating and maintenance instructions 29 g. List of original manufacturer's spare parts, manufacturer's current prices, and 30 recommended quantities to be maintained in storage 31 h. Other data as required under pertinent Sections of Specifications 32 4. Prepare and include additional data when the need for such data becomes apparent 33 during instruction of City's personnel. 34 1.7 CLOSEOUT SUBMITTALS [NOT USED] 35 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 36 1.9 QUALITY ASSURANCE 37 A. Provide operation and maintenance data by personnel with the following criteria: 38 1. Trained and experienced in maintenance and operation of described products 39 2. Skilled as technical writer to the extent required to communicate essential data 40 3. Skilled as draftsman competent to prepare required drawings 41 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 – title of section removed 8 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 SECTION 01 78 39 1 PROJECT RECORD DOCUMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Work associated with the documenting the project and recording changes to project 6 documents, including: 7 a. Record Drawings 8 b. Water Meter Service Reports 9 c. Sanitary Sewer Service Reports 10 d. Large Water Meter Reports 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. Modified 1.2.A.1 13 2. Added 1.2.A.2 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 – General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Unit Price - Work associated with this Item is considered subsidiary to the various 20 Items bid. No separate payment will be allowed for this Item. 21 2. Lump Sum Price - Work associated with this Item is included in the total lump 22 sum price. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25 1.5 SUBMITTALS 26 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 27 City’s Project Representative. 28 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 1.9 QUALITY ASSURANCE 32 A. Accuracy of Records 33 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 1. Thoroughly coordinate changes within the Record Documents, making adequate 1 and proper entries on each page of Specifications and each sheet of Drawings and 2 other Documents where such entry is required to show the change properly. 3 2. Accuracy of records shall be such that future search for items shown in the Contract 4 Documents may rely reasonably on information obtained from the approved Project 5 Record Documents. 6 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 7 information that the change has occurred. 8 4. Provide factual information regarding all aspects of the Work, both concealed and 9 visible, to enable future modification of the Work to proceed without lengthy and 10 expensive site measurement, investigation and examination. 11 1.10 STORAGE AND HANDLING 12 A. Storage and Handling Requirements 13 1. Maintain the job set of Record Documents completely protected from deterioration 14 and from loss and damage until completion of the Work and transfer of all recorded 15 data to the final Project Record Documents. 16 2. In the event of loss of recorded data, use means necessary to again secure the data 17 to the City's approval. 18 a. In such case, provide replacements to the standards originally required by the 19 Contract Documents. 20 1.11 FIELD [SITE] CONDITIONS [NOT USED] 21 1.12 WARRANTY [NOT USED] 22 PART 2 - PRODUCTS 23 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 24 2.2 RECORD DOCUMENTS 25 A. Job set 26 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 27 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 28 B. Final Record Documents 29 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 30 the City 1 complete set of all Final Record Drawings in the Contract. 31 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 2.3 ACCESSORIES [NOT USED] 1 2.4 SOURCE QUALITY CONTROL [NOT USED] 2 PART 3 - EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION [NOT USED] 6 3.4 MAINTENANCE DOCUMENTS 7 A. Maintenance of Job Set 8 1. Immediately upon receipt of the job set, identify each of the Documents with the 9 title, "RECORD DOCUMENTS - JOB SET". 10 2. Preservation 11 a. Considering the Contract completion time, the probable number of occasions 12 upon which the job set must be taken out for new entries and for examination, 13 and the conditions under which these activities will be performed, devise a 14 suitable method for protecting the job set. 15 b. Do not use the job set for any purpose except entry of new data and for review 16 by the City, until start of transfer of data to final Project Record Documents. 17 c. Maintain the job set at the site of work. 18 3. Coordination with Construction Survey 19 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 20 clearly mark any deviations from Contract Documents associated with 21 installation of the infrastructure. 22 4. Making entries on Drawings 23 a. Record any deviations from Contract Documents. 24 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 25 change by graphic line and note as required. 26 c. Date all entries. 27 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 28 e. In the event of overlapping changes, use different colors for the overlapping 29 changes. 30 5. Conversion of schematic layouts 31 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 32 ducts, and similar items, are shown schematically and are not intended to 33 portray precise physical layout. 34 1) Final physical arrangement is determined by the Contractor, subject to the 35 City's approval. 36 2) However, design of future modifications of the facility may require 37 accurate information as to the final physical layout of items which are 38 shown only schematically on the Drawings. 39 b. Show on the job set of Record Drawings, by dimension accurate to within 1 40 inch, the centerline of each run of items. 41 1) Final physical arrangement is determined by the Contractor, subject to the 42 City's approval. 43 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 1 ceiling plenum", "exposed", and the like). 2 3) Make all identification sufficiently descriptive that it may be related 3 reliably to the Specifications. 4 c. The City may waive the requirements for conversion of schematic layouts 5 where, in the City's judgment, conversion serves no useful purpose. However, 6 do not rely upon waivers being issued except as specifically issued in writing 7 by the City. 8 B. Final Project Record Documents 9 1. Transfer of data to Drawings 10 a. Carefully transfer change data shown on the job set of Record Drawings to the 11 corresponding final documents, coordinating the changes as required. 12 b. Clearly indicate at each affected detail and other Drawing a full description of 13 changes made during construction, and the actual location of items. 14 c. Call attention to each entry by drawing a "cloud" around the area or areas 15 affected. 16 d. Make changes neatly, consistently and with the proper media to assure 17 longevity and clear reproduction. 18 2. Transfer of data to other Documents 19 a. If the Documents, other than Drawings, have been kept clean during progress of 20 the Work, and if entries thereon have been orderly to the approval of the City, 21 the job set of those Documents, other than Drawings, will be accepted as final 22 Record Documents. 23 b. If any such Document is not so approved by the City, secure a new copy of that 24 Document from the City at the City's usual charge for reproduction and 25 handling, and carefully transfer the change data to the new copy to the approval 26 of the City. 27 3.5 REPAIR / RESTORATION [NOT USED] 28 3.6 RE-INSTALLATION [NOT USED] 29 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 30 3.8 SYSTEM STARTUP [NOT USED] 31 3.9 ADJUSTING [NOT USED] 32 3.10 CLEANING [NOT USED] 33 3.11 CLOSEOUT ACTIVITIES [NOT USED] 34 3.12 PROTECTION [NOT USED] 35 3.13 MAINTENANCE [NOT USED] 36 3.14 ATTACHMENTS [NOT USED] 37 END OF SECTION 38 39 01 78 39 - 5 PROJECT RECORD DOCUMENTS Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SILVER CREEK LIFT STATION SPECIFICATION DOCUMENTS – WATER FACILITY PROJECTS CITY PROJECT NO. 104489-3 Revised July 1, 2011 Revision Log DATE NAME SUMMARY OF CHANGE 1 02 41 15 - 1 PAVING REMOVAL Page 1 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised February 2, 2016 SECTION 02 41 15 1 PAVING REMOVAL 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Removing concrete paving, asphalt paving and brick paving 6 2. Removing concrete curb and gutter 7 3. Removing concrete valley gutter 8 4. Milling roadway paving 9 5. Pulverization of existing pavement 10 6. Disposal of removed materials 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. Modified 1.2.A.2. 13 2. Added 1.2.A.2.b 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 16 2. Division 1 - General Requirements 17 3. Section 32 11 33 - Cement Treated Base Courses 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Remove Concrete Paving: measure by the square yard from back-to-back of 22 curbs. 23 b. Remove Asphalt Paving: measure by the square yard between the lips of 24 gutters. 25 c. Remove Brick Paving: measure by the square yard. 26 d. Remove Concrete Curb and Gutter: measure by the linear foot. 27 e. Remove Concrete Valley Gutter: measure by the square yard 28 f. Wedge Milling: measure by the square yard for varying thickness. 29 g. Surface Milling: measure by the square yard for varying thickness. 30 h. Butt Milling: measured by the linear foot. 31 i. Pavement Pulverization: measure by the square yard. 32 j. Remove Speed Cushion: measure by each. 33 2. Payment 34 a. Unit Price 35 1) Remove Concrete Paving: full compensation for saw cutting, removal, 36 hauling, disposal, tools, equipment, labor and incidentals needed to execute 37 work. For utility projects, this Item shall be considered subsidiary to the 38 trench and no other compensation will be allowed. 39 02 41 15 - 2 PAVING REMOVAL Page 2 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised February 2, 2016 2) Remove Asphalt Paving: full compensation for saw cutting, removal, 1 hauling, disposal, tools, equipment, labor and incidentals needed to execute 2 work. For utility projects, this Item shall be considered subsidiary to the 3 trench and no other compensation will be allowed. 4 3) Remove Brick Paving: full compensation for saw cutting, removal, 5 salvaging, cleaning, hauling, disposal, tools, equipment, labor and 6 incidentals needed to execute work. For utility projects, this Item shall be 7 considered subsidiary to the trench and no other compensation will be 8 allowed. 9 4) Remove Concrete Curb and Gutter: full compensation for saw cutting, 10 removal, hauling, disposal, tools, equipment, labor and incidentals needed 11 to execute work. For utility projects, this Item shall be considered 12 subsidiary to the trench and no other compensation will be allowed. 13 5) Remove Concrete Valley Gutter: full compensation for saw cutting, 14 removal, hauling, disposal, tools, equipment, labor and incidentals needed 15 to execute work. 16 6) Wedge Milling: full compensation for all milling, hauling milled material 17 to salvage stockpile or disposal, tools, labor, equipment and incidentals 18 necessary to execute the work. 19 7) Surface Milling: full compensation for all milling, hauling milled material 20 to salvage stockpile or disposal, tools, labor, equipment and incidentals 21 necessary to execute the work. 22 8) Butt Milling: full compensation for all milling, hauling milled material to 23 salvage stockpile or disposal, tools, labor, equipment and incidentals 24 necessary to execute the work. 25 9) Pavement Pulverization: full compensation for all labor, material, 26 equipment, tools and incidentals necessary to pulverize, remove and store 27 the pulverized material, undercut the base, mixing, compaction, haul off, 28 sweep, and dispose of the undercut material. 29 10) Remove speed cushion: full compensation for removal, hauling, disposal, 30 tools, equipment, labor, and incidentals needed to execute the work. For 31 utility projects, this Item shall be considered subsidiary to the trench and no 32 other compensation will be allowed. 33 11) No payment for saw cutting of pavement or curbs and gutters will be made 34 under this section. Include cost of such work in unit prices for items listed 35 in bid form requiring saw cutting. 36 12) No payment will be made for work outside maximum payment limits 37 indicated on plans, or for pavements or structures removed for 38 CONTRACTOR's convenience. 39 b. Lump Sum Price – The work performed and the materials furnished in 40 accordance with this Item are included in the total lump sum price. 41 1.3 REFERENCES 42 A. ASTM International (ASTM): 43 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 44 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 45 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 46 1.5 SUBMITTALS [NOT USED] 47 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 48 02 41 15 - 3 PAVING REMOVAL Page 3 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised February 2, 2016 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4 1.11 FIELD CONDITIONS [NOT USED] 5 1.12 WARRANTY [NOT USED] 6 PART 2 - PRODUCTS 7 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 8 2.2 EQUIPMENT [NOT USED] 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT USED] 11 PART 3 - EXECUTION 12 3.1 EXAMINATION [NOT USED] 13 3.2 INSTALLERS [NOT USED] 14 3.3 PREPARATION 15 A. General: 16 1. Mark paving removal limits for City approval prior to beginning removal. 17 2. Identify known utilities below grade - Stake and flag locations. 18 3.4 PAVEMENT REMOVAL 19 A. General. 20 1. Exercise caution to minimize damage to underground utilities. 21 2. Minimize amount of earth removed. 22 3. Remove paving to neatly sawed joints. 23 4. Use care to prevent fracturing adjacent, existing pavement. 24 B. Sawing 25 1. Sawing Equipment. 26 a. Power-driven. 27 b. Manufactured for the purpose of sawing pavement. 28 c. In good operating condition. 29 d. Shall not spall or fracture the pavement structure adjacent to the removal area. 30 2. Sawcut perpendicular to the surface to full pavement depth, parallel and 31 perpendicular to existing joint. 32 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 33 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw 34 joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that 35 joint, edge or lip. 36 02 41 15 - 4 PAVING REMOVAL Page 4 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised February 2, 2016 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, 1 neat, straight line for the purpose of removing the damaged area. 2 C. Remove Concrete Paving and Concrete Valley Gutter 3 1. Sawcut: See 3.4.B. 4 2. Remove concrete to the nearest expansion joint or vertical saw cut. 5 D. Remove Concrete Curb and Gutter 6 1. Sawcut: See 3.4.B. 7 2. Minimum limits of removal: 30 inches in length. 8 E. Remove Asphalt Paving 9 1. Sawcut: See 3.4.B. 10 2. Remove pavement without disturbing the base material. 11 3. When shown on the plans or as directed, stockpile materials designated as 12 salvageable at designated sites. 13 4. Prepare stockpile area by removing vegetation and trash and by providing for 14 proper drainage. 15 F. Milling 16 1. General 17 a. Mill surfaces to the depth shown in the plans or as directed. 18 b. Do not damage or disfigure adjacent work or existing surface improvements. 19 c. If milling exposes smooth underlying pavement surfaces, mill the smooth 20 surface to make rough. 21 d. Provide safe temporary transition where vehicles or pedestrians must pass over 22 the milled edges. 23 e. Remove excess material and clean milled surfaces. 24 f. Stockpiling of planed material will not be permitted within the right of way 25 unless approved by the City. 26 g. If the existing base is brick and cannot be milled, remove a 5 foot width of the 27 existing brick base. See 3.3.G. for brick paving removal. 28 2. Milling Equipment 29 a. Power operated milling machine capable of removing, in one pass or two 30 passes, the necessary pavement thickness in a five-foot minimum width. 31 b. Self-propelled with sufficient power, traction and stability to maintain accurate 32 depth of cut and slope. 33 c. Equipped with an integral loading and reclaiming means to immediately 34 remove material cut from the surface of the roadway and discharge the cuttings 35 into a truck, all in one operation. 36 d. Equipped with means to control dust created by the cutting action. 37 e. Equipped with a manual system providing for uniformly varying the depth of 38 cut while the machine is in motion making it possible to cut flush to all inlets, 39 manholes, or other obstructions within the paved area. 40 f. Variable Speed in order to leave the specified grid pattern. 41 g. Equipped to minimize air pollution. 42 3. Wedge Milling and Surface Milling 43 02 41 15 - 5 PAVING REMOVAL Page 5 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised February 2, 2016 a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter 1 at a depth of 2 inches and transitioning to match the existing pavement (0-inch 2 cut) at a minimum width of 5 feet. 3 b. Surface Mill existing asphalt pavement to the depth specified, 4 c. Provide a milled surface that provides a uniform surface free from gouges, 5 ridges, oil film, and other imperfections of workmanship with a uniform 6 textured appearance. 7 d. In all situations where the existing H.M.A.C. surface contacts the curb face, the 8 wedge milling includes the removal of the existing asphalt covering the gutter 9 up to and along the face of curb. 10 e. Perform wedge or surface milling operation in a continuous manner along both 11 sides of the street or as directed. 12 4. Butt Joint Milling 13 a. Mill butt joints into the existing surface, in association with the wedge milling 14 operation. 15 b. Butt joint will provide a full width transition section and a constant depth at the 16 point where the new overlay is terminated. 17 c. Typical locations for butt joints are at all beginning and ending points of streets 18 where paving material is removed. Prior to the milling of the butt joints, 19 consult with the City for proper location and limits of these joints. 20 d. Butt Milled joints are required on both sides of all railroad tracks and concrete 21 valley gutters, bridge decks and culverts and all other items which transverse 22 the street and end the continuity of the asphalt surface. 23 e. Make each butt joint 20 feet long and milled out across the full width of the 24 street section to a tapered depth of 2 inch. 25 f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a 26 line adjacent to the beginning and ending points or intermediate transverse 27 items. 28 g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride 29 over the bump. 30 G. Remove Brick Paving 31 1. Remove masonry paving units to the limits specified in the plans or as directed by 32 the City. 33 2. Salvage existing bricks for re-use, clean, palletize, and deliver to the City Stock pile 34 yard at 3300 Yuma Street or as directed. 35 H. Pavement Pulverization 36 1. Pulverization 37 a. Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33. 38 b. Temporarily remove and store the 8-inch deep pulverized material, then cut the 39 base 2 inches. 40 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 41 2. Cement Application 42 a. Use 3.5% Portland cement. 43 b. See Section 32 11 33. 44 3. Mixing: see Section 32 11 33. 45 4. Compaction: see Section 32 11 33. 46 5. Finishing: see Section 32 11 33. 47 02 41 15 - 6 PAVING REMOVAL Page 6 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised February 2, 2016 6. Curing: see Section 32 11 33. 1 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed 2 stone/gravel: 3 a. Undercut not required 4 b. Pulverize 10 inches deep. 5 c. Remove 2-inch the total pulverized amount. 6 I. Remove speed cushion 7 1. Scrape or sawcut speed cushion from existing pavement without damaging existing 8 pavement. 9 3.5 REPAIR [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD QUALITY CONTROL [NOT USED] 12 3.8 SYSTEM STARTUP [NOT USED] 13 3.9 ADJUSTING [NOT USED] 14 3.10 CLEANING [NOT USED] 15 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 END OF SECTION 20 21 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A – modified payment requirements on utility projects 2/2/2016 F. Griffin 1.2.A.2.b. – Removed duplicate last sentence. 22 03 20 00 - 1 CONCRETE REINFORCING Page 1 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489- 1 1 SECTION 03 20 00 2 CONCRETE REINFORCING 3 PART 1 - GENERAL 4 1.1 DESCRIPTION 5 A. Scope: 6 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as 7 shown, specified, and required to furnish and install concrete reinforcing. 8 2. Extent of concrete reinforcing is shown and indicated in the Contract Documents. 9 3. Work includes fabrication and placement of reinforcing including bars, ties, and 10 supports, and welded wire fabric for concrete, encasements, and fireproofing. 11 B. Related Sections: 12 1. Section 03 15 00, Concrete Accessories. 13 2. Section 04 20 00, Unit Masonry. 14 3. Section 05 05 33, Anchor Systems. 15 1.2 REFERENCES 16 A. Standards referenced in this Section are: 17 1. ACI 315, Details and Detailing of Concrete Reinforcement. 18 2. ACI 318, Building Code Requirements for Structural Concrete. 19 3. ACI 350, Code Requirements for Environmental Engineering Concrete Structures. 20 4. ANSI/AWS D1.4, Structural Welding Code - Reinforcing Steel. 21 5. ASTM A82, Specification for Steel Wire, Plain, for Concrete Reinforcement. 22 6. ASTM A185, Specification for Steel Welded Wire Reinforcement, Plain, for 23 Concrete. 24 7. ASTM A615, Specification for Deformed and Plain Carbon-Steel Bars for Concrete 25 Reinforcement. 26 8. ASTM A706, Specification for Low-Alloy Steel Deformed and Plain Bars for 27 Concrete Reinforcement. 28 9. ASTM A767, Specification for Zinc-Coated (Galvanized) Steel Bars for Concrete 29 Reinforcement. 30 10. ASTM A775, Specification for Epoxy-Coated Steel Reinforcing Bars. 31 11. ASTM E329, Specification for Agencies Engaged in Construction Inspection 32 and/or Testing. 33 12. Concrete Reinforcing Steel Institute (CRSI), CRSI 1MSP, Manual of Standard 34 Practice. 35 13. ICC Evaluation Service (ES) AC 308, Acceptance Criteria for Post-Installed 36 Anchors in Concrete Elements. 37 1.3 QUALITY ASSURANCE 38 A. Qualifications: 03 20 00 - 2 CONCRETE REINFORCING Page 2 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489- 2 1 1. Testing Laboratory: Shall meet requirements of ASTM E329 and shall have 2 experience in the testing welded splices of reinforcing steel and tension testing of 3 reinforcing bars set in adhesive in hardened concrete. 4 2. Installer of Adhesive Dowels: Shall be experienced and certified by manufacturer 5 of adhesive as possessing necessary training for installing manufacturer’s products. 6 Distributors or manufacturer’s representatives shall not provide product training 7 unless qualified as certified trainers by anchor manufacturer. 8 B. Certifications: 9 1. Weld Procedures: For types of splices and grades of reinforcing used in the Work, 10 weld procedures for welded reinforcing steel splices shall be certified in accordance 11 with ANSI/AWS D1.4. 12 2. Welders: For types of splices and grades of reinforcing used in the Work, welders 13 shall be certified for welding reinforcing steel splices in accordance with 14 ANSI/AWS D1.4. 15 1.4 SUBMITTALS 16 A. Action Submittals: Submit the following: 17 1. Shop Drawings: 18 a. Drawings for fabricating, bending, and placing concrete reinforcing. Comply 19 with ACI 315, Parts A and B. 20 b. For walls, show elevations at minimum scale of 1/4-inch to one foot. 21 1) Elevations shall show all openings and reference details that identify 22 additional reinforcing required around each opening. 23 2) Elevations shall denote each wall intersection and reference a detail that 24 identifies additional reinforcing required at wall intersection. As an 25 alternate to providing separate details for each wall intersection, provide 26 overall plan detailing only the additional wall intersection reinforcing for 27 each wall intersection. 28 c. For slabs and mats, show top and bottom reinforcing on separate plan views. 29 1) Plans shall show all openings and shall reference details that identify 30 additional reinforcing around each opening. 31 d. Show bar schedules, stirrup spacing, diagrams of bent bars, location of bar 32 splices, length of lap splices, arrangements, and assemblies, as required for 33 fabricating and placing concrete reinforcing unless otherwise noted. 34 e. Provide plans and elevations detailing location, spacing, and lengths of 35 masonry wall dowels, where masonry is required. Coordinate location of 36 dowels with masonry openings and with standard modular spacing. Submit 37 masonry wall dowels with reinforcing submittal for element into which 38 masonry dowel will be embedded. Coordinate with Section 04 20 00, Unit 39 Masonry. 40 f. Splices shall be kept to a minimum. Avoid, when possible, splices in regions of 41 maximum tensile stresses. 42 g. Drawings detailing location of all construction and expansion joints, as required 43 under Section 03 15 00, Concrete Accessories, shall be submitted and approved 44 before Shop Drawings for reinforcing are submitted. 45 h. Drawings detailing location, spacing, edge distance, and embedment depth of 46 adhesive dowels. Adhesive system shall be submitted and approved before 47 Shop Drawings with adhesive dowels are submitted. 48 2. Product Data: 03 20 00 - 3 CONCRETE REINFORCING Page 3 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489- 3 1 a. Manufacturer’s product data for adhesive, if not submitted under other 2 Sections. 3 b. Adhesive manufacturer’s test data and ICC ES report to verify specified 4 capacity of adhesive dowels. 5 B. Informational Submittals: Submit the following: 6 1. Certificates: 7 a. Steel manufacturer’s certificates of mill analysis, tensile, and bend tests for 8 reinforcing steel. 9 b. Certification of welders and weld procedures for splices. 10 c. Adhesive manufacturer’s certification verifying that installer is qualified and 11 using proper installation procedures. 12 2. Manufacturer’s Instructions: 13 a. Installation instructions for adhesive systems. 14 3. Field Quality Control Submittals: 15 a. Reports of all field quality control testing, where applicable. 16 b. Results of required inspection of welded splices of reinforcing bars. 17 c. Results of required tensile testing of adhesive dowels. Include size and location 18 of bars tested. 19 4. Special Procedure Submittals; Description of reinforcing weld locations and weld 20 procedures. 21 1.5 DELIVERY, HANDLING, AND STORAGE 22 A. Deliver concrete reinforcing products to Site bundled, tagged, and marked. Use metal 23 tags indicating bar size, lengths, and other information corresponding to markings on 24 approved Shop Drawings. 25 B. Store concrete reinforcing products to prevent damage and accumulation of dirt and 26 excessive rust. Store on heavy wood blocking so that reinforcing does not come into 27 contact with the ground. 28 PART 2 - PRODUCTS 29 2.1 MATERIALS 30 A. Reinforcing Bars: Shall be deformed in accordance with ASTM A615, and as follows: 31 1. Provide Grade 60 for all bars, unless indicated otherwise. 32 2. At beams and columns forming frames and wall boundary elements, where shown 33 on the Drawings, provide ASTM A706 or ASTM A615, Grade 60, with tested 34 actual maximum yield stress of 78,000 psi and ratio of actual tested tensile strength 35 to tested yield strength not less than 1.25. 36 3. Epoxy-coated reinforcing bars shall be in accordance with ASTM A775. 37 4. Galvanized reinforcing bars shall be in accordance with ASTM A767, ACI 318, 38 and ACI 350. 39 B. Mechanical Couplers: Reinforcement bars may be spliced with mechanical connection. 40 Connection shall be full mechanical connection that shall develop in tension or 41 compression, as required, at least 125 percent of specified yield strength (fy) of bar in 42 accordance with ACI 318 and ACI 350. Where splices at the face of wall are shown or 43 approved by ENGINEER, form saver-type mechanical couplers may be used. Form- 03 20 00 - 4 CONCRETE REINFORCING Page 4 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489- 4 1 saver couplers shall have integral plates designed to positively connect coupler to 2 formwork. 3 C. Steel Wire: Shall be in accordance with ASTM A82. 4 D. Welded Smooth Wire Fabric: Shall be in accordance with ASTM A185. 5 1. Furnish in flat sheets, not rolls. 6 E. Column Spirals: Hot-rolled rods for spirals, conforming to ASTM A615. 7 F. Supports for Reinforcement: Bolsters, chairs, spacers, and other devices for spacing, 8 supporting and fastening reinforcing in place. 9 1. Use wire bar type supports complying with CRSI 1 MSP recommendations, except 10 as specified in this Section. Do not use wood, brick, or other unacceptable 11 materials. 12 2. For slabs on grade, use precast concrete blocks, four inches square in plan, with 13 embedded tie wire as specified by CRSI 1 MSP. Precast concrete blocks shall have 14 same or higher compressive strength as specified for concrete in which they are 15 located. 16 3. For concrete surfaces where legs of supports are in contact with forms, provide 17 supports complying with CRSI 1 MSP as follows: 18 a. At formed surfaces in contact with soil, weather, or liquid, or located above 19 liquid, supports shall be CRSI Class 1 for maximum protection. Plastic coating 20 on legs shall extend at least 0.5-inch upward from form surface. 21 b. At interior dry surfaces (not located above liquid), supports shall be either Class 22 1 or Class 2 for moderate protection. 23 c. At formed surfaces with an architectural finish, use stainless steel protected legs 24 (Type B). 25 4. Over waterproof membranes, use precast concrete chairs. 26 5. For epoxy-coated reinforcing, use wire reinforcing supports coated with dielectric 27 material including epoxy or another polymer for minimum distance of two inches 28 from point of contact with epoxy-coated reinforcement. 29 G. Adhesive Dowels: 30 1. Dowels: 31 a. Dowel reinforcing bars shall be deformed in accordance with ASTM A615, 32 Grade 60. 33 2. Adhesive: 34 a. Requirements for adhesive are specified under requirements for concrete 35 adhesive anchors in Section 05 05 33, Anchor Systems. 36 2.2 FABRICATION 37 A. General: Fabricate reinforcing bars to conform to required shapes and dimensions, with 38 fabrication tolerances complying with CRSI 1 MSP. In case of fabricating errors, do 39 not re-bend or straighten reinforcing in manner that injures or weakens material. 40 B. Unacceptable Materials: Reinforcing with one or more of the following defects is not 41 allowed: 42 1. Bar lengths, bends, and other dimensions exceeding specified fabrication 43 tolerances. 44 2. Bends or kinks not shown on approved Shop Drawings. 03 20 00 - 5 CONCRETE REINFORCING Page 5 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489- 5 1 3. Bars that do not meet or exceed their ASTM specification requirements when hand- 2 wire-brushed, with respect to cross section, nominal weight, or average height of 3 deformations. 4 PART 3 - EXECUTION 5 3.1 INSPECTION 6 A. Examine the substrate and conditions under which concrete reinforcing is to be placed 7 and notify ENGINEER in writing of unsatisfactory conditions. Do not proceed with 8 Work until unsatisfactory conditions have been corrected. 9 3.2 INSTALLATION 10 A. Comply with applicable recommendations of Laws and Regulations, applicable 11 standards, and CRSI 1 MSP for details and methods of reinforcing placement and 12 supports. 13 B. Clean reinforcing to remove loose rust and mill scale, earth, ice, and other materials that 14 reduce or destroy bond with concrete. 15 C. Position, support, and secure reinforcing against displacement during formwork 16 construction and concrete placing. Locate and support reinforcing by metal chairs, 17 runners, bolsters, spacers, and hangers, as required. 18 1. Place reinforcing to obtain minimum concrete coverages specified in ACI 318, AC 19 I 350, and the Contract Documents. Arrange, space, and securely tie bars and bar 20 supports together with 16-gage wire to hold reinforcing accurately in position 21 during concrete placing. Set wire ties so that twisted ends are directed away from 22 exposed concrete surfaces. 23 2. Prior to placing concrete, using surveyor’s level or string line, demonstrate to 24 ENGINEER that specified cover of reinforcing has been attained. 25 3. Do not secure reinforcing steel to forms with wire, nails, or other ferrous metal. 26 Metal supports subject to corrosion shall not touch formed or exposed concrete 27 surfaces. 28 D. Allowable Placing Tolerances: Comply with ACI 318, Chapter 7 - Details of 29 Reinforcement, and ACI 350, Chapter 7 - Details of Reinforcement, except as specified 30 in this Section: 31 1. Concrete surfaces in contact with liquid shall have minimum of two inches of 32 concrete over reinforcing steel. 33 E. Provide sufficient number of supports of strength required to carry reinforcing. Do not 34 place reinforcing bars more than two inches beyond last leg of continuous bar support. 35 Do not use supports as bases for runways for concrete conveying equipment and similar 36 construction loads. 37 F. Lap Splices: 38 1. Provide standard reinforcing splices by lapping ends, placing bars in contact, and 39 tying tightly with wire. Comply with requirements shown for minimum lap of 40 spliced bars as shown on the Drawings. 41 G. Install welded wire fabric in lengths as long as practical. Lap adjoining pieces at least 42 one full mesh and lace splices with 16-gage wire. Do not make end laps midway 03 20 00 - 6 CONCRETE REINFORCING Page 6 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489- 6 1 between supporting beams, or directly over beams of continuous structures. Offset end 2 laps in adjacent widths to prevent continuous laps. 3 H. Mechanical Couplers: 4 1. Mechanical butt splices shall be in accordance with recommendations of 5 mechanical splicing device manufacturer. Butt splices shall develop 125 percent of 6 specified minimum yield tensile strength of spliced bars or of smaller bar in 7 transition splices. Bars shall be flame-dried before butt splicing. Provide adequate 8 jigs and clamps or other devices to support, align, and hold longitudinal centerline 9 of bars being butt spliced in straight line. 10 I. Welded Splices: 11 1. When field welding of reinforcing is required on the Drawings or allowed by 12 ENGINEER in writing, welding of reinforcing bars shall conform to ANSI/AWS 13 D1.4. Preheating and rate of cooling requirements shall be based on bar steel 14 chemistry and ANSI/AWS D1.4. Welded splices shall be sized and constructed to 15 transfer minimum of 125 percent of specified minimum yield tensile strength of 16 spliced bars or of smaller bar in transition splices. Unless otherwise allowed by 17 Engineer in writing, welding of crossing bars (tack welding) for assembly of 18 reinforcement is prohibited. 19 2. Welding of wire to wire, and of wire or welded wire fabric to reinforcing bars or 20 structural steels, shall conform to applicable provisions of ANSI/AWS D1.4 and 21 ENGINEER’s requirements for the particular application. 22 3. After completing welding on coated reinforcing bars, repair coating damage as 23 specified in this Section. Welds and steel splice members, when used to splice bars, 24 shall be coated with same material used for repair of coating damage. 25 J. Adhesive Dowels: 26 1. Comply with manufacturer’s written installation instructions and requirements of 27 this Section. 28 2. Drill holes to adhesive system manufacturer’s recommended drill bit diameter and 29 to specified depth. Drill holes in hammering and rotation mode with carbide-tipped 30 drill bits complying with tolerances indicated in ANSI B212.15. Core-drilled holes 31 shall not be permitted. 32 3. Before setting adhesive dowel, hole shall be made free of dust and debris by 33 method recommended by adhesive system manufacturer. Brush the hole with 34 adhesive system manufacturer-approved brush and blow hole clean with clean, dry, 35 oil-free compressed air to remove all dust and loose particles. Hole shall be dry as 36 defined by adhesive system manufacturer. 37 4. Before injecting adhesive, obtain ENGINEER’s concurrence that hole is dry and 38 free of oil and other contaminants. 39 5. Prior to injecting adhesive into the drilled hole, dispense to an appropriate location 40 for waste an initial amount of adhesive from the mixing nozzle until adhesive is a 41 uniform color, indicating that product is properly mixed. 42 6. Inject adhesive into hole through injection system-mixing nozzle and extension 43 tubes (as required) placed to bottom of hole. Withdraw nozzle’s discharge end as 44 adhesive is placed while keeping nozzle immersed to prevent formation of air 45 pockets. Fill hole to depth that ensures that excess material is expelled from hole 46 during dowel placing. 03 20 00 - 7 CONCRETE REINFORCING Page 7 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489- 7 1 7. Twist dowel during insertion into partially-filled hole to ensure full wetting of rod 2 surface with adhesive. Insert rod slowly to avoid developing air pockets. 3 8. Provide adequate curing in accordance to adhesive system manufacturer’s 4 requirements prior to continuing with adjoining or adjacent Work that could impose 5 or impart load on the dowels. Do not begin adjoining or adjacent Work until 6 dowels are successfully tested or when approved by ENGINEER. 7 9. Limitations: 8 a. Installation Temperature: Comply with manufacturer’s instructions for 9 installation temperature requirements. Provide temporary protection and other 10 measures, such as heated enclosures, necessary to ensure that base material 11 temperature complies with requirements of adhesive systems manufacturer 12 during installation and adhesive system curing. 13 b. Oversized Holes: Advise ENGINEER immediately if size of drilled hole is 14 larger than recommended by adhesive system manufacturer. Cost of corrective 15 measures, including but not limited to redesign of dowels due to decreased 16 capacities, shall be paid by CONTRACTOR. 17 3.3 FIELD QUALITY CONTROL 18 A. Site Inspections and Tests: 19 1. General: 20 a. Do not place concrete until reinforcing is inspected, and permission for placing 21 concrete is granted by ENGINEER. Concrete placed in violation of this 22 provision will be rejected. 23 b. Do not close up formwork for walls and other vertical members until 24 reinforcing is inspected, and permission for placing concrete is granted by 25 ENGINEER. Concrete placed in violation of this provision will be rejected. 26 c. Correct defective Work by removing and replacing or correcting, as required by 27 ENGINEER. 28 d. CONTRACTOR shall pay cost of corrections and subsequent testing required 29 to confirm integrity of post-installed anchors. 30 e. Testing laboratory shall submit test results to CONTRACTOR and ENGINEER 31 within 24 hours of completion of test. 32 2. Site Tests: 33 a. OWNER Will employ testing laboratory to perform field quality testing of 34 adhesive dowels at the Site. 35 1) Testing shall comply with ASTM E488. 36 2) Test at least ten percent of each type of adhesive dowel. If one or more 37 dowels fail the test, CONTRACTOR shall pay cost to test all dowels of 38 same diameter and type installed on the same day as the failed dowel. 39 3) Test dowels to 60 percent of specified yield strength. ENGINEER will 40 direct which dowels are to be tested. 41 4) Apply test loads with hydraulic ram. 42 5) Displacement of dowels shall not exceed D/10, where D is nominal 43 diameter of dowel. 44 3. Inspection of Welded Splices: OWNER will employ testing laboratory to perform 45 field quality control testing of welded splices. All welded splices shall be visually 46 inspected. Radiographically test minimum of five percent of butt splice welds. 47 Repair defective welds so that welds are completely sound. 48 B. Manufacturer’s Services: 03 20 00 - 8 CONCRETE REINFORCING Page 8 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489- 8 1 1. Provide qualified adhesive manufacturer’s representative at the Site during initial 2 installation of adhesive dowel systems to train installing personnel in proper 3 selection and installation procedures. Manufacturer’s representative shall observe 4 to verify that installer demonstrates proper installation procedures for adhesive 5 dowels and adhesive material. Each installer shall be certified in writing by 6 manufacturer as qualified to install adhesive anchors. 7 END OF SECTION 03 30 00 - 1 CAST-IN-PLACE CONCRETE Page 1 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 SECTION 03 30 00 1 CAST-IN-PLACE CONCRETE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Cast-in place concrete, including formwork, reinforcement, concrete materials, 6 mixture design, placement procedures and finishes, for the following: 7 a. Piers 8 b. Footings and grade beams 9 c. Slabs-on-grade 10 d. Foundation walls 11 e. Retaining walls (non TxDOT) 12 f. Suspended slabs 13 g. Blocking 14 h. Cast-in-place manholes 15 i. Concrete vaults for meters and valves 16 j. Concrete encasement of utility lines 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. Modified/Added/Removed items in bold throughout document 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1 – General Requirements 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Cast-in-Place Concrete 24 1. Measurement 25 a. This Item is considered subsidiary to the structure or Items being placed. 26 2. Payment 27 a. The work performed and the materials furnished in accordance with this Item 28 are subsidiary to the structure or Items being placed and no other compensation 29 will be allowed. 30 1.3 REFERENCES 31 A. Definitions 32 1. Cementitious Materials 33 a. Portland cement alone or in combination with 1 or more of the following: 34 1) Blended hydraulic cement 35 2) Fly ash 36 3) Other pozzolans 37 4) Ground granulated blast-furnace slag 38 03 30 00 - 2 CAST-IN-PLACE CONCRETE Page 2 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 5) Silica fume 1 b. Subject to compliance with the requirements of this specification 2 2. Water/Cement Ratio (w/cm): The ratio by weight of water to cementitious ma-3 terials. 4 B. Reference Standards 5 1. Reference standards cited in this Specification refer to the current reference 6 standard published at the time of the latest revision date logged at the end of this 7 Specification, unless a date is specifically cited. 8 2. American Association of State Highway and Transportation (AASHTO): 9 a. M182, Burlap Cloth Made from Jute or Kenaf. 10 3. American Concrete Institute (ACI): 11 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 12 b. ACI 301 Specifications for Structural Concrete 13 c. ACI 305.1 Specification for Hot Weather Concreting 14 d. ACI 306.1 Standard Specification for Cold Weather Concreting 15 e. ACI 308.1 Standard Specification for Curing Concrete 16 f. ACI 318 Building Code Requirements for Structural Concrete 17 g. ACI 350 Code Requirements for Environmental Engineering Concrete 18 Structures 19 h. ACI 347 Guide to Formwork for Concrete 20 4. American Institute of Steel Construction (AISC): 21 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 22 5. ASTM International (ASTM): 23 a. A36, Standard Specification for Carbon Structural Steel. 24 b. A153, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel 25 Hardware. 26 c. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting 27 Materials for High-Temperature Service and Other Special Purpose 28 Applications. 29 d. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for 30 Concrete Reinforcement. 31 e. A706, Standard Specification for Low-Alloy Steel Deformed and Plain Bars for 32 Concrete Reinforcement. 33 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 34 Field. 35 g. C33, Standard Specification for Concrete Aggregates. 36 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 37 Specimens. 38 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 39 Beams of Concrete. 40 j. C94, Standard Specification for Ready-Mixed Concrete. 41 k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 42 Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 43 l. C143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 44 m. C171, Standard Specification for Sheet Materials for Curing Concrete. 45 n. C150, Standard Specification for Portland Cement. 46 03 30 00 - 3 CAST-IN-PLACE CONCRETE Page 3 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 o. C172, Standard Practice for Sampling Freshly Mixed Concrete. 1 p. C219, Standard Terminology Relating to Hydraulic Cement. 2 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 3 Pressure Method. 4 r. C260, Standard Specification for Air-Entraining Admixtures for Concrete. 5 s. C309, Standard Specification for Liquid Membrane-Forming Compounds for 6 Curing Concrete. 7 t. C494, Standard Specification for Chemical Admixtures for Concrete. 8 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 9 Pozzolan for Use in Concrete. 10 v. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 11 Concrete. 12 w. C989, Standard Specification for Ground Granulated Blast-Furnace Slag for 13 Use in Concrete and Mortars. 14 x. C1017, Standard Specification for Chemical Admixtures for Use in Producing 15 Flowing Concrete. 16 y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 17 Concrete. 18 z. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic-19 Cement Concrete. 20 aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 21 bb. E1155, Standard Test Method for Determining FF Floor Flatness and FL Floor 22 Levelness Numbers. 23 cc. F436, Standard Specification for Hardened Steel Washers. 24 6. American Welding Society (AWS). 25 a. D1.1, Structural Welding Code - Steel. 26 b. D1.4, Structural Welding Code - Reinforcing Steel. 27 7. Concrete Reinforcing Steel Institute (CRSI) 28 a. Manual of Standard Practice 29 8. Texas Department of Transportation 30 a. Standard Specification for Construction and Maintenance of Highways, Streets 31 and Bridges 32 1.4 ADMINISTRATIVE REQUIREMENTS 33 A. Work Included 34 1. Design, fabrication, erection and stripping of formwork for cast-in-place concrete 35 including shoring, reshoring, falsework, bracing, proprietary forming systems, 36 prefabricated forms, void forms, permanent metal forms, bulkheads, keys, 37 blockouts, sleeves, pockets and accessories. 38 a. Erection shall include installation in formwork of items furnished by other 39 trades. 40 2. Furnish all labor and materials required to fabricate, deliver and install 41 reinforcement and embedded metal assemblies for cast-in-place concrete, including 42 steel bars, welded steel wire fabric, ties, supports and sleeves. 43 3. Furnish all labor and materials required to perform the following: 44 a. Cast-in-place concrete 45 03 30 00 - 4 CAST-IN-PLACE CONCRETE Page 4 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 b. Concrete mix designs 1 c. Grouting 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 01 33 00. 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. Product Data 8 1. Required for each type of product indicated 9 a. Portland cement. 10 b. Fly ash. 11 c. Slag cement. 12 d. Blended hydraulic cement. 13 e. Aggregates. 14 f. Admixtures: 15 1) Include limitations of use, including restrictions on cementitious mate-16 rials, supplementary cementitious materials, air entrainment, aggre-17 gates, temperature at time of concrete placement, relative humidity at 18 time of concrete placement, curing conditions, and use of other admix-19 tures. 20 g. Vapor retarders. 21 h. Liquid floor treatments. 22 i. Curing materials. 23 j. Joint fillers. 24 k. Waterstops 25 B. Design Mixtures 26 1. For each concrete mixture submit proposed mix designs in accordance with ACI 27 318, chapter 5. Include the following: 28 a. Mixture identification. 29 b. Minimum 28-day compressive strength. 30 c. Durability exposure class. 31 d. Maximum w/cm. 32 e. Calculated equilibrium unit weight, for lightweight concrete. 33 f. Slump limit. 34 g. Air content. 35 h. Nominal maximum aggregate size. 36 i. Indicate amounts of mixing water to be withheld for later addition at Pro-37 ject site if permitted. 38 j. Intended placement method. 39 k. Submit alternate design mixtures when characteristics of materials, Pro-40 ject conditions, weather, test results, or other circumstances warrant ad-41 justments. 42 2. Submit each proposed mix design with a record of past performance. 43 03 30 00 - 5 CAST-IN-PLACE CONCRETE Page 5 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 3. Submit alternate design mixtures when characteristics of materials, Project condi-1 tions, weather, test results or other circumstances warrant adjustments. 2 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 3 a. Include this quantity on delivery ticket. 4 C. Source Locations 5 1. Provide the location of all material sources 6 D. Material Certificates: For each of the following, signed by manufacturers: 7 1. Cementitious materials. 8 2. Admixtures. 9 3. Curing compounds. 10 4. Vapor retarders. 11 5. Joint-filler strips. 12 6. Bonding agent 13 7. Patching materials 14 E. Material Test Reports: For the following, from a qualified testing agency: 15 1. Portland cement. 16 2. Fly ash. 17 3. Aggregates. 18 4. Admixtures. 19 F. Research Reports: For concrete admixtures in accordance with ICC's Acceptance 20 Criteria AC198. 21 G. Preconstruction Test Reports: For each mix design. 22 1. Seven (7) and Twenty-eight (28) day compressive strength results for the spe-23 cific proposed concrete design mix(es). 24 2. Indicate on each mix where the concrete will be used in the structure. 25 H. Field quality-control reports. 26 I. Steel Reinforcement Submittals for Information 27 1. Mill test certificates of supplied concrete reinforcing, indicating physical and 28 chemical analysis. 29 J. Shop Drawings: 30 1. Construction Joint Layout: Indicate proposed construction joints required to 31 construct the structure. 32 a. Location of construction joints is subject to approval of the Engineer. 33 K. Concrete Schedule: For each location of each Class of concrete indicated in "Con-34 crete Mixtures" Article, including the following: 35 1. Concrete Class designation. 36 2. Location within Project. 37 3. Exposure Class designation. 38 4. Formed Surface Finish designation and final finish. 39 03 30 00 - 6 CAST-IN-PLACE CONCRETE Page 6 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 5. Final finish for floors. 1 6. Curing process. 2 7. Floor treatment if any. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Manufacturer Qualifications 7 1. A firm experienced in manufacturing ready-mixed concrete products and that com-8 plies with ASTM C94 requirements for production facilities and equipment 9 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 10 Concrete Production Facilities” 11 B. Source Limitations 12 1. Obtain each type or class of cementitious material of the same brand from the same 13 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 14 1 source from a single manufacturer. 15 C. ACI Publications 16 1. Comply with the following unless modified by requirements in the Contract Docu-17 ments: 18 a. ACI 301 Sections 1 through 5 19 b. ACI 117 20 D. Concrete Testing Service 21 1. Engage a qualified independent testing agency to perform material evaluation tests. 22 E. Ready-Mixed Concrete Manufacturer Qualifications: A firm experienced in man-23 ufacturing ready-mixed concrete products and that complies with ASTM 24 C94/C94M requirements for production facilities and equipment. 25 1. Manufacturer certified in accordance with NRMCA's "Certification of Ready 26 Mixed Concrete Production Facilities." 27 1.10 DELIVERY, STORAGE, AND HANDLING 28 A. Steel Reinforcement 29 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 30 2. Avoid damaging coatings on steel reinforcement. 31 B. Waterstops 32 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 33 contaminants. 34 1.11 FIELD CONDITIONS 35 A. Cold-Weather Placement: Comply with ACI 301 and ACI 306.1. 36 B. Hot-Weather Placement: Comply with ACI 301 and ACI 305.1. 37 03 30 00 - 7 CAST-IN-PLACE CONCRETE Page 7 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 1.12 WARRANTY [NOT USED] 1 PART 2 - PRODUCTS 2 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 3 2.2 PRODUCT TYPES AND MATERIALS 4 A. Manufacturers 5 1. In other Part 2 articles where titles below introduce lists, the following requirements 6 apply to product selection: 7 a. Available Products: Subject to compliance with requirements, products that 8 may be incorporated into the Work include, but are not limited to, products 9 specified. 10 b. Available Manufacturers: Subject to compliance with requirements, 11 manufacturers offering products that may be incorporated into the Work 12 include, but are not limited to, manufacturers specified. 13 B. Form-Facing Materials 14 1. Rough-Formed Finished Concrete 15 a. Plywood, lumber, metal or another approved material 16 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 17 2. Chamfer Strips 18 a. Wood, metal, PVC or rubber strips 19 b. ¾-inch x ¾-inch, minimum 20 3. Rustication Strips 21 a. Wood, metal, PVC or rubber strips 22 b. Kerfed for ease of form removal 23 4. Form-Release Agent 24 a. Commercially formulated form-release agent that will not bond with, stain or 25 adversely affect concrete surfaces 26 b. Shall not impair subsequent treatments of concrete surfaces 27 c. For steel form-facing materials, formulate with rust inhibitor. 28 5. Form Ties 29 a. Factory-fabricated, removable or snap-off metal or glass-fiber-reinforced 30 plastic form ties designed to resist lateral pressure of fresh concrete on forms 31 and to prevent spalling of concrete on removal. 32 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 33 of exposed concrete surface. 34 c. Furnish ties that, when removed, will leave holes no larger than 1 inch in 35 diameter in concrete surface. 36 d. Furnish ties with integral water-barrier plates to walls indicated to receive 37 dampproofing or waterproofing. 38 C. Steel Reinforcement 39 1. Reinforcing Bars 40 a. ASTM A615, Grade 60, deformed 41 03 30 00 - 8 CAST-IN-PLACE CONCRETE Page 8 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 D. Reinforcement Accessories 1 1. Smooth Dowel Bars 2 a. ASTM A615, Grade 60, steel bars (smooth) 3 b. Cut bars true to length with ends square and free of burrs. 4 2. Bar Supports 5 a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening 6 reinforcing bars and welded wire reinforcement in place 7 b. Manufacture bar supports from steel wire, plastic or precast concrete according 8 to CRSI's "Manual of Standard Practice," of greater compressive strength than 9 concrete and as follows: 10 1) For concrete surfaces exposed to view where legs of wire bar supports 11 contact forms, use CRSI Class 1 plastic-protected steel wire or CRSI 12 Class 2 stainless-steel bar supports. 13 2) For slabs-on-grade, provide sand plates, horizontal runners or precast 14 concrete blocks on bottom where base material will not support chair legs 15 or where vapor barrier has been specified. 16 E. Embedded Metal Assemblies 17 1. Steel Shapes and Plates: ASTM A36 18 2. Headed Studs: Heads welded by full-fusion process, as furnished by TRW Nelson 19 Stud Welding Division or approved equal 20 F. Expansion Anchors 21 1. Available Products 22 a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma 23 b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma 24 c. Trubolt, Ramset Fastening Systems, Paris, Kentucky 25 G. Adhesive Anchors and Dowels 26 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system 27 into hardened concrete or grout-filled masonry. 28 a. The adhesive system shall use a 2-component adhesive mix and shall be 29 injected with a static mixing nozzle following manufacturer’s instructions. 30 b. The embedment depth of the rod shall provide a minimum allowable bond 31 strength that is equal to the allowable yield capacity of the rod, unless otherwise 32 specified. 33 2. Available Products 34 a. Hilti HIT HY 150 Max 35 b. Simpson Acrylic-Tie 36 c. Powers Fasteners AC 100+ Gold 37 3. Threaded Rods: ASTM A193 38 a. Nuts: ASTM A563 hex carbon steel 39 b. Washers: ASTM F436 hardened carbon steel 40 c. Finish: Hot-dip zinc coating, ASTM A153, Class C 41 H. Inserts 42 1. Provide metal inserts required for anchorage of materials or equipment to concrete 43 construction where not supplied by other trades: 44 03 30 00 - 9 CAST-IN-PLACE CONCRETE Page 9 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 a. In vertical concrete surfaces for transfer of direct shear loads only, provide 1 adjustable wedge inserts of malleable cast iron complete with bolts, nuts and 2 washers. 3 1) Provide ¾-inch bolt size, unless otherwise indicated. 4 b. In horizontal concrete surfaces and whenever inserts are subject to tension 5 forces, provide threaded inserts of malleable cast iron furnished with full depth 6 bolts. 7 1) Provide ¾-inch bolt size, unless otherwise indicated. 8 I. Concrete Materials 9 1. Cementitious Material 10 a. Use the following cementitious materials, of the same type, brand, and source, 11 throughout Project: 12 1) Portland Cement 13 a) ASTM C150, Type I/II, gray 14 b) Supplement with the following: 15 (1) Fly Ash 16 (a) ASTM C618, Class F 17 (2) Ground Granulated Blast-Furnace Slag 18 (a) ASTM C989, Grade 100 or 120. 19 2) Silica Fume 20 a) ASTM C1240, amorphous silica 21 3) Normal-Weight Aggregates 22 a) ASTM C33, Class 3S coarse aggregate or better, graded 23 b) Provide aggregates from a single source. 24 c) Alkali-Silica Reaction: Comply with one of the following: 25 (1) Expansion Result of Aggregate: Not more than 0.04 percent at 26 one-year when tested in accordance with ASTM C1293. 27 (2) Expansion Results of Aggregate and Cementitious Materials in 28 Combination: Not more than 0.10 percent at an age of 16 days 29 when tested in accordance with ASTM C1567. 30 (3) Free of materials and aggregate types causing popouts, discol-31 oration, staining, or other defects on surface of concrete. 32 (4) Nonpotentially Reactive: In accordance with ASTM C33. 33 4) Maximum Coarse-Aggregate Size 34 a) ¾-inch nominal 35 5) Pearock aggregate (#78) is not acceptable for use as coarse aggregate in 36 liquid retaining structures. 37 6) Fine Aggregate 38 a) Free of materials with deleterious reactivity to alkali in cement 39 7) Water 40 a) ASTM C94 and potable 41 J. Admixtures 42 1. Air-Entraining Admixture 43 a. ASTM C260 44 2. Chemical Admixtures 45 03 30 00 - 10 CAST-IN-PLACE CONCRETE Page 10 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 a. Provide admixtures certified by manufacturer to be compatible with other ad-1 mixtures and that will not contribute water-soluble chloride ions exceeding 2 those permitted in hardened concrete. 3 b. Do not use calcium chloride or admixtures containing calcium chloride. 4 c. Water-Reducing Admixture 5 1) ASTM C494, Type A 6 d. Retarding Admixture 7 1) ASTM C494, Type B 8 e. Water-Reducing and Retarding Admixture 9 1) ASTM C494, Type D 10 f. High-Range, Water-Reducing Admixture 11 1) ASTM C494, Type F 12 g. High-Range, Water-Reducing and Retarding Admixture 13 1) ASTM C494, Type G 14 h. Plasticizing and Retarding Admixture 15 1) ASTM C1017, Type II 16 K. Waterstops 17 1. Provide rubber or polyvinyl chloride (PVC) waterstops in accordance with 18 DMS-6160 unless otherwise specified in the Drawings. 19 2. Self-Expanding Butyl Strip Waterstops 20 a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium 21 bentonite or other hydrophilic polymers, for adhesive bonding to concrete, ¾-22 inch x 1-inch. 23 b. Available Products 24 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 25 2) Concrete Sealants Inc.; Conseal CS-231 26 3) Greenstreak; Swellstop 27 4) Henry Company, Sealants Division; Hydro-Flex 28 5) JP Specialties, Inc.; Earthshield Type 20 29 6) Progress Unlimited, Inc.; Superstop 30 7) TCMiraDRI; Mirastop 31 L. Curing Materials 32 1. Absorptive Cover 33 a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing 34 approximately 9 ounces/square yard when dry 35 2. Moisture-Retaining Cover 36 a. ASTM C171, polyethylene film or white burlap-polyethylene sheet 37 3. Water 38 a. Potable 39 4. Clear, Waterborne, Membrane-Forming Curing Compound 40 a. ASTM C309, Type 1, Class B, dissipating 41 b. Available Products 42 1) Anti-Hydro International, Inc.; AH Curing Compound #2 DR WB 43 2) Burke by Edoco; Aqua Resin Cure 44 3) ChemMasters; Safe-Cure Clear 45 03 30 00 - 11 CAST-IN-PLACE CONCRETE Page 11 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior 1 Company; W.B. Resin Cure 2 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 3 6) Euclid Chemical Company (The); Kurez DR VOX 4 7) Kaufman Products, Inc.; Thinfilm 420 5 8) Lambert Corporation; Aqua Kure-Clear 6 9) L&M Construction Chemicals, Inc.; L&M Cure R 7 10) Meadows, W. R., Inc.; 1100 Clear 8 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 9 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 10 13) Tamms Industries, Inc.; Horncure WB 30 11 14) Unitex; Hydro Cure 309 12 15) US Mix Products Company; US Spec Maxcure Resin Clear 13 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 14 5. Concrete curing materials shall be compatible with all specified coatings. 15 M. Related Materials 16 1. Bonding Agent 17 a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene 18 butadiene 19 2. Bond Breaker: 20 a. Nonstaining type, providing positive bond prevention. 21 3. Epoxy Bonding Adhesive 22 a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding 23 to damp surfaces, of class suitable for application temperature and of grade to 24 suit requirements, and as follows: 25 1) Types I and II, non-load bearing 26 2) IV and V, load bearing, for bonding 27 3) Hardened or freshly mixed concrete to hardened concrete 28 4. Reglets 29 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 30 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 31 or debris. 32 5. Sleeves and Blockouts 33 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 34 tubes or wood 35 6. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages 36 a. Sized as required 37 b. Shall be of strength and character to maintain formwork in place while placing 38 concrete 39 N. Non-Shrink Grout: CRD-C621, non-metallic factory pre-mixed grout, minimum 40 compressive strength of 2400 psi in 2 days and 7000 psi in 28 days. Source 41 1. Products/Mfgs.: 42 a. Masterflow 713/Master Builders, Inc. 43 b. Euco-NS/Euclid Chemical Co. 44 c. Five Star Grout/U.S. Grout Corp. 45 03 30 00 - 12 CAST-IN-PLACE CONCRETE Page 12 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 d. Or approved equal 1 O. Repair Materials 2 1. Repair Underlayment 3 a. Cement-based, polymer-modified, self-leveling product that can be applied in 4 thicknesses of 1/8 inch or greater 5 1) Do not feather. 6 b. Cement Binder 7 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as 8 defined in ASTM C219 9 c. Primer 10 1) Product of underlayment manufacturer recommended for substrate, condi-11 tions, and application 12 d. Aggregate 13 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as 14 recommended by underlayment manufacturer 15 e. Compressive Strength, the greater of 16 1) 28 day design compressive strength of base material, or 17 2) 4100 psi at 28 days when tested according to ASTM C109/C109M 18 2. Repair Overlayment 19 a. Cement-based, polymer-modified, self-leveling product that can be applied in 20 thicknesses of 1/8 inch or greater 21 1) Do not feather. 22 b. Cement Binder 23 1) ASTM C150, C595 Portland cement, Portland-Limestone Cement or hy-24 draulic or blended hydraulic cement as defined in ASTMC219 25 c. Primer 26 1) Product of topping manufacturer recommended for substrate, conditions, 27 and application 28 d. Aggregate 29 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend-30 ed by topping manufacturer 31 e. Compressive Strength, the greater of 32 1) 28 day compressive design compressive strength of base material, or 33 2) Not less than 5000 psi at 28 days when tested according to ASTM C109 34 3. Contain no chlorides or other chemicals causing steel corrosion. 35 4. Repair mortar specifically mixed and then tested at Job Site for appearance 36 compatibility prior to use in exposed areas. 37 P. Concrete Mixtures, General 38 1. Prepare design mixtures for each type and strength of concrete, proportioned on the 39 basis of laboratory trial mixture or field test data, or both, according to ACI 301. 40 a. Required average strength above specified strength 41 1) Based on a record of past performance 42 a) Determination of required average strength above specified strength 43 shall be based on the standard deviation record of the results of at least 44 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 45 by the larger amount defined by formulas 5-1 and 5-2. 46 03 30 00 - 13 CAST-IN-PLACE CONCRETE Page 13 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 2) Based on laboratory trial mixtures 1 a) Proportions shall be selected on the basis of laboratory trial batches 2 prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an 3 average strength greater than the specified strength f'c by the amount 4 defined in table 5.3.2.2. 5 3) Proportions of ingredients for concrete mixes shall be determined by an in-6 dependent testing laboratory or qualified concrete supplier. 7 4) For each proposed mixture, at least 3 compressive test cylinders shall be 8 made and tested for strength at the specified age. 9 a) Additional cylinders may be made for testing for information at earlier 10 ages. 11 2. Cementitious Materials 12 a. Limit percentage, by weight, of cementitious materials other than portland ce-13 ment in concrete as follows, unless specified otherwise: 14 1) Fly Ash: 15 percent by mass 15 2) Combined Fly Ash and Pozzolan: 15 percent by mass 16 3. Limit water-soluble, chloride-ion content in hardened concrete to: 17 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 18 (typical) 19 b. 0.15 percent by weight if concrete will be exposed to chlorides 20 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 21 continually dry and protected. 22 4. Admixtures 23 a. Use admixtures according to manufacturer's written instructions. 24 b. Do not use admixtures which have not been incorporated and tested in accepted 25 mixes. 26 c. Use water-reducing high-range water-reducing or plasticizing admixture in 27 concrete, as required, for placement and workability. 28 d. Use water-reducing and retarding admixture when required by high 29 temperatures, low humidity or other adverse placement conditions. 30 e. Use water-reducing admixture in pumped concrete, concrete for heavy-use 31 industrial slabs and parking structure slabs, concrete required to be watertight, 32 and concrete with a water-cementitious materials ratio below 0.50. 33 f. Use corrosion-inhibiting admixture in concrete mixtures where indicated. 34 Q. Concrete Mixtures 35 1. Refer to TxDOT “Standard Specifications for Construction and Maintenance of 36 Highways, Streets, and Bridges” for: 37 a. Culverts 38 b. Headwalls 39 c. Wingwalls 40 2. Proportion normal-weight concrete mixture as follows: 41 a. Minimum Compressive Strength: 3,000 psi at 28 days unless otherwise 42 specified 43 b. Maximum Water-Cementitious Materials Ratio: 0.40 44 03 30 00 - 14 CAST-IN-PLACE CONCRETE Page 14 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 1 inches before adding high-range water-reducing admixture or plasticizing 2 admixture, plus or minus 1 inch 3 d. Air Content: 3 percent, plus or minus 1.5 percent at point of delivery for 3/4-4 inch nominal maximum aggregate size 5 R. Fabricating Reinforcement 6 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 7 S. Fabrication of Embedded Metal Assemblies 8 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 9 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 10 accordance with AWS D1.1. 11 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. 12 All other metal assemblies shall be either hot dip galvanized or painted with an 13 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 14 installed in accordance with the manufacturer's instructions. Repair painted 15 assemblies after welding with same type of paint. 16 T. Concrete Mixing 17 1. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to 18 ASTM C94, and furnish batch ticket information. 19 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 20 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is 21 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 22 2. Project-Site Mixing: Measure, batch, and mix concrete materials and concrete 23 according to ASTM C94/C94M. Mix concrete materials in appropriate drum-type 24 batch machine mixer. 25 a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 26 minutes, but not more than 5 minutes after ingredients are in mixer, before any 27 part of batch is released. 28 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 29 seconds for each additional 1 cubic yard. 30 c. Provide batch ticket for each batch discharged and used in the Work, indicating 31 Project identification name and number, date, mixture type, mixture time, 32 quantity, and amount of water added. Record approximate location of final 33 deposit in structure. 34 03 30 00 - 15 CAST-IN-PLACE CONCRETE Page 15 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 2.3 ACCESSORIES [NOT USED] 1 2.4 SOURCE QUALITY CONTROL [NOT USED] 2 PART 3 - EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION [NOT USED] 6 3.4 INSTALLATION 7 A. Formwork 8 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to 9 support vertical, lateral, static, and dynamic loads, and construction loads that might 10 be applied, until structure can support such loads. 11 2. Construct formwork so concrete members and structures are of size, shape, 12 alignment, elevation, and position indicated, within tolerance limits of ACI 117. 13 a. Vertical alignment 14 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 15 2) Outside corner of exposed corner columns and control joints in concrete 16 exposed to view less than 100 feet in height - 1/2 inch. 17 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the 18 height but not more than 6 inches. 19 4) Outside corner of exposed corner columns and control joints in concrete 20 exposed to view greater than 100 feet in height - 1/2000 times the height 21 but not more than 3 inches. 22 b. Lateral alignment 23 1) Members - 1 inch. 24 2) Centerline of openings 12 inches or smaller and edge location of larger 25 openings in slabs - 1/2 inch. 26 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. 27 c. Level alignment 28 1) Elevation of slabs-on-grade - 3/4 inch. 29 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 30 inch. 31 3) Elevation of formed surfaces before removal of shores - 3/4 inch. 32 d. Cross-sectional dimensions: Overall dimensions of beams, joists, and columns 33 and thickness of walls and slabs. 34 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 35 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 36 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. 37 e. Relative alignment 38 1) Stairs 39 a) Difference in height between adjacent risers - 1/8 inch. 40 b) Difference in width between adjacent treads - 1/4 inch. 41 03 30 00 - 16 CAST-IN-PLACE CONCRETE Page 16 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 c) Maximum difference in height between risers in a flight of stairs - 3/8 1 inch. 2 d) Maximum difference in width between treads in a flight of stairs - 3/8 3 inch. 4 2) Grooves 5 a) Specified width 2 inches or less - 1/8 inch. 6 b) Specified width between 2 inches and 12 inches - 1/4 inch. 7 3) Vertical alignment of outside corner of exposed corner columns and control 8 joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 9 4) All other conditions - 3/8 inch in 10 feet. 10 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 11 as follows: 12 a. Class B, 1/4 inch for smooth-formed finished surfaces. 13 b. Class C, 1/2 inch for rough-formed finished surfaces. 14 4. Construct forms tight enough to prevent loss of concrete mortar. 15 5. Fabricate forms for easy removal without hammering or prying against concrete 16 surfaces. Provide crush or wrecking plates where stripping may damage cast 17 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 18 horizontal to 1 vertical. 19 a. Install keyways, reglets, recesses, and the like, for easy removal. 20 b. Do not use rust-stained steel form-facing material. 21 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 22 required elevations and slopes in finished concrete surfaces. Provide and secure 23 units to support screed strips; use strike-off templates or compacting-type screeds. 24 7. Construct formwork to cambers shown or specified on the Drawings to allow for 25 structural deflection of the hardened concrete. Provide additional elevation or 26 camber in formwork as required for anticipated formwork deflections due to weight 27 and pressures of concrete and construction loads. 28 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 29 caps, walls, and columns straight and to the lines and grades specified. Do no earth 30 form foundation elements unless specifically indicated on the Drawings. 31 9. Provide temporary openings for cleanouts and inspection ports where interior area 32 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 33 securely braced to prevent loss of concrete mortar. Locate temporary openings in 34 forms at inconspicuous locations. 35 10. Chamfer exterior corners and edges of permanently exposed concrete. 36 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 37 bulkheads required in the Work. Determine sizes and locations from trades 38 providing such items. 39 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 40 sawdust, dirt, and other debris just before placing concrete. 41 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 42 leaks and maintain proper alignment. 43 03 30 00 - 17 CAST-IN-PLACE CONCRETE Page 17 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 14. Coat contact surfaces of forms with form-release agent, according to manufacturer's 1 written instructions, before placing reinforcement, anchoring devices, and 2 embedded items. 3 a. Do not apply form release agent where concrete surfaces are scheduled to 4 receive subsequent finishes which may be affected by agent. Soak contact 5 surfaces of untreated forms with clean water. Keep surfaces wet prior to 6 placing concrete. 7 B. Embedded Items 8 1. Place and secure anchorage devices and other embedded items required for 9 adjoining work that is attached to or supported by cast-in-place concrete. Use 10 setting drawings, templates, diagrams, instructions, and directions furnished with 11 items to be embedded. 12 a. Install anchor rods, accurately located, to elevations required and complying 13 with tolerances in AISC 303, Section 7.5. 14 1) Spacing within a bolt group: 1/8 inch 15 2) Location of bolt group (center): ½ inch 16 3) Rotation of bolt group: 5 degrees 17 4) Angle off vertical: 5 degrees 18 5) Bolt projection: ± 3/8 inch 19 b. Install reglets to receive waterproofing and to receive through-wall flashings in 20 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 21 shelf angles, and other conditions. 22 C. INSTALLATION OF VAPOR RETARDER 23 1. Sheet Vapor Retarders: Place, protect, and repair sheet vapor retarder in ac-24 cordance with ASTM E1643 and manufacturer's written instructions. 25 a. Install vapor retarder with longest dimension parallel with direction of 26 concrete pour. 27 b. Face laps away from exposed direction of concrete pour. 28 c. Lap vapor retarder over footings and grade beams not less than 6 inches, 29 sealing vapor retarder to concrete. 30 d. Lap joints 6 inches and seal with manufacturer's recommended tape. 31 e. Terminate vapor retarder at the top of floor slabs, grade beams, and pile 32 caps, sealing entire perimeter to floor slabs, grade beams, foundation walls, 33 or pile caps. 34 f. Seal penetrations in accordance with vapor retarder manufacturer's in-35 structions. 36 g. Protect vapor retarder during placement of reinforcement and concrete. 37 h. Repair damaged areas by patching with vapor retarder material, overlap-38 ping damages area by 6 inches on all sides, and sealing to vapor retarder. 39 D. Removing and Reusing Forms 40 1. Do not backfill prior to concrete attaining 100 percent of its 28-day design 41 compressive strength. 42 a. Provide temporary shoring as needed where backfilling will occur prior to 43 placement of concrete lid at top of buried structures. 44 03 30 00 - 18 CAST-IN-PLACE CONCRETE Page 18 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 2. General: Formwork for sides of beams, walls, columns, and similar parts of the 1 Work that does not support weight of concrete may be removed after cumulatively 2 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 3 concrete is hard enough to not be damaged by form-removal operations and curing 4 and protection operations are maintained. 5 a. Leave formwork for beam soffits, joists, slabs, and other structural elements 6 that supports weight of concrete in place until concrete has achieved at least 7 100 percent of its 28-day design compressive strength. 8 b. Do not remove formwork supporting conventionally reinforced concrete until 9 concrete has attained 100 percent of its specified 28 day compressive strength 10 as established by tests of field cured cylinders. In the absence of cylinder tests, 11 supporting formwork shall remain in place until the concrete has cured at a 12 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 13 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 14 surrounding air temperature is below 50 degrees Fahrenheit, to the minimum 15 listed time period. Formwork for 2-way conventionally reinforced slabs shall 16 remain in place for at least the minimum cumulative time periods specified for 17 1-way slabs of the same maximum span. 18 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 19 removal. Reshores shall remain until the concrete has attained the specified 28 20 day compressive strength. 21 d. Minimum cumulative curing times may be reduced by the use of high-early 22 strength cement or forming systems which allow form removal without 23 disturbing shores, but only after the Contractor has demonstrated to the 24 satisfaction of the Engineer that the early removal of forms will not cause 25 excessive sag, distortion or damage to the concrete elements. 26 e. Completely remove wood forms. Provide temporary openings if required. 27 f. Provide adequate methods of curing and thermal protection of exposed concrete 28 if forms are removed prior to completion of specified curing time. 29 g. Reshore areas required to support construction loads in excess of 20 pounds per 30 square foot to properly distribute construction loading. Construction loads up 31 to the rated live load capacity may be placed on unshored construction provided 32 the concrete has attained the specified 28 day compressive strength. 33 h. Obtaining concrete compressive strength tests for the purposes of form removal 34 is the responsibility of the Contractor. 35 i. Remove forms only if shores have been arranged to permit removal of forms 36 without loosening or disturbing shores. 37 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 38 delaminated, or otherwise damaged form-facing material will not be acceptable for 39 exposed surfaces. Apply new form-release agent. 40 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 41 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 42 exposed concrete surfaces unless approved by Engineer. 43 E. Shores and Reshores 44 1. The Contractor is solely responsible for proper shoring and reshoring. 45 03 30 00 - 19 CAST-IN-PLACE CONCRETE Page 19 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring 1 and reshoring. 2 a. Do not remove shoring or reshoring until measurement of slab tolerances is 3 complete. 4 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 5 Locate and provide adequate reshoring to support construction without excessive 6 stress or deflection. 7 F. Steel Reinforcement 8 1. General: Comply with CRSI's "Manual of Standard Practice" for placing 9 reinforcement. 10 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 11 before placing concrete. 12 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign 13 materials that would reduce bond to concrete. 14 3. Accurately position, support, and secure reinforcement against displacement. 15 Locate and support reinforcement with bar supports to maintain minimum concrete 16 cover. Do not tack weld crossing reinforcing bars. 17 a. Weld reinforcing bars according to AWS D1.4, where indicated. Only steel 18 conforming to ASTM A706 may be welded. 19 4. Installation tolerances 20 a. Top and bottom bars in slabs, girders, beams and joists: 21 1) Members 8 inches deep or less: ±3/8 inch 22 2) Members more than 8 inches deep: ±1/2 inch 23 b. Concrete Cover to Formed or Finished Surfaces: ±3/8 inches for members 8 24 inches deep or less; ±1/2 inches for members over 8 inches deep, except that 25 tolerance for cover shall not exceed 1/3 of the specified cover. 26 5. Concrete Cover 27 a. Reinforcing in structural elements deposited against the ground: 3 inches 28 b. Reinforcing in formed beams, columns and girders: 1-1/2 inches 29 c. Grade beams and exterior face of formed walls and columns exposed to 30 weather or in contact with the ground: 2 inches 31 d. Interior faces of walls: 1 inches 32 e. Slabs: 3/4 inches 33 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply 34 with ACI 318 for minimum lap of spliced bars where not specified on the 35 documents. Do not lap splice no. 14 and 18 bars. 36 7. Field Welding of Embedded Metal Assemblies 37 a. Remove all paint and galvanizing in areas to receive field welds. 38 b. Field Prepare all areas where paint or galvanizing has been removed with the 39 specified paint or cold galvanizing compound, respectively. 40 G. Joints 41 1. General: Construct joints true to line with faces perpendicular to surface plane of 42 concrete. 43 2. Construction Joints: Install so strength and appearance of concrete are not 44 impaired, at locations indicated or as approved by Engineer. 45 03 30 00 - 20 CAST-IN-PLACE CONCRETE Page 20 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 a. Place joints perpendicular to main reinforcement. Continue reinforcement 1 across construction joints, unless otherwise indicated. Do not continue 2 reinforcement through sides of strip placements of floors and slabs. 3 b. Roughen surface of construction joints to ¼” amplitude or form keyed 4 joints as indicated. Embed keys at least 1-1/2 inches into concrete. 5 c. Locate joints for beams, slabs, joists, and girders at third points of spans. 6 Offset joints in girders a minimum distance of twice the beam width from a 7 beam-girder intersection. 8 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 9 beams, and girders and at the top of footings or floor slabs. 10 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 11 with walls, near corners, and in concealed locations where possible. 12 f. Use a bonding agent at locations where fresh concrete is placed against 13 hardened or partially hardened concrete surfaces. 14 3. Control Joints in Slabs-on-Ground: Form weakened-plane control joints, sec-15 tioning concrete into areas as indicated. Construct control joints for a depth 16 equal to at least one-fourth of concrete thickness as follows: 17 a. Grooved Joints: Form control joints after initial floating by grooving and 18 finishing each edge of joint to a radius of 1/8 inch. Repeat grooving of con-19 trol joints after applying surface finishes. Eliminate groover tool marks on 20 concrete surfaces. 21 b. Sawed Joints: Form control joints with power saws equipped with shatter-22 proof abrasive or diamond-rimmed blades. Cut 1/8-inch- wide joints into 23 concrete when cutting action does not tear, abrade, or otherwise damage 24 surface and before concrete develops random cracks. 25 4. Isolation (Expansion) Joints in Slabs-on-Grade: After removing formwork, in-26 stall joint-filler strips at slab junctions with vertical surfaces, such as column 27 pedestals, foundation walls, grade beams, and other locations, as indicated. 28 a. Extend joint-filler strips full width and depth of joint, terminating flush 29 with finished concrete surface unless otherwise indicated on Drawings. 30 b. Terminate full-width joint-filler strips not less than 1/2 inch or more than 1 31 inch below finished concrete surface, where joint sealants, specified in Sec-32 tion 079200 "Joint Sealants," are indicated. 33 c. Install joint-filler strips in lengths as long as practicable. Where more than 34 one length is required, lace or clip sections together. 35 d. Unless otherwise indicated, use 3/8 inch thick expansion joint filler. 36 5. Doweled Joints: Install dowel bars and support assemblies at joints where 37 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 38 bonding to 1 side of joint. 39 6. Exterior Slabs-On-Grade: Form contraction joints after initial floating by 40 grooving and finishing each edge of joint to a radius of 1/8 inch. Eliminate 41 groover tool marks on concrete surfaces. Slab joints shall form rectangles of 42 not less than 12 square feet nor more than 20 square feet. 43 H. Waterstops 44 03 30 00 - 21 CAST-IN-PLACE CONCRETE Page 21 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 1 form a continuous diaphragm. Install in longest lengths practicable. Support and 2 protect exposed waterstops during progress of the Work. Field fabricate joints in 3 waterstops according to manufacturer's written instructions. 4 2. Self-Expanding Strip Waterstops: Install in construction joints and at other 5 locations indicated, according to manufacturer's written instructions, adhesive 6 bonding, mechanically fastening, and firmly pressing into place. Install in longest 7 lengths practicable. 8 I. Adhesive Anchors 9 1. Comply with the manufacturer's installation instructions on the hole diameter and 10 depth required to fully develop the tensile strength of the adhesive anchor or 11 reinforcing bar. 12 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 13 loose material from the hole, prior to installing adhesive material. 14 J. Concrete Placement 15 1. Before placing concrete, verify that installation of formwork, reinforcement, and 16 embedded items is complete and that required inspections have been performed. 17 2. Notify testing and inspection agencies 24 hours prior to commencement of con-18 crete placement. 19 3. Do not add water to concrete during delivery, at Project site, or during placement 20 unless approved by Engineer. 21 4. Before test sampling and placing concrete, water may be added at Project site, 22 subject to limitations of ACI 301. 23 a. Do not add water to concrete after adding high-range water-reducing 24 admixtures to mixture. 25 b. Do not exceed the maximum specified water/cement ratio for the mix. 26 5. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 27 that no new concrete will be placed on concrete that has hardened enough to cause 28 seams or planes of weakness. If a section cannot be placed continuously, provide 29 construction joints as indicated. Deposit concrete to avoid segregation. 30 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 31 pressures, and in a manner to avoid inclined construction joints. 32 b. Consolidate placed concrete with mechanical vibrating equipment according to 33 ACI 301. 34 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 35 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 36 layer and at least 6 inches into preceding layer. Do not insert vibrators into 37 lower layers of concrete that have begun to lose plasticity. At each insertion, 38 limit duration of vibration to time necessary to consolidate concrete and 39 complete embedment of reinforcement and other embedded items without 40 causing mixture constituents to segregate. 41 03 30 00 - 22 CAST-IN-PLACE CONCRETE Page 22 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 d. Do not permit concrete to drop freely any distance greater than 10 feet for 1 concrete containing a high range water reducing admixture (superplasticizer) or 2 5 feet for other concrete. Provide chute or tremie to place concrete where longer 3 drops are necessary. Do not place concrete into excavations with standing 4 water. If place of deposit cannot be pumped dry, pour concrete through a tremie 5 with its outlet near the bottom of the place of deposit. 6 e. Discard pump priming grout and do not use in the structure. 7 6. Deposit and consolidate concrete for floors and slabs in a continuous operation, 8 within limits of construction joints, until placement of a panel or section is 9 complete. 10 a. Consolidate concrete during placement operations so concrete is thoroughly 11 worked around reinforcement and other embedded items and into corners. 12 b. Maintain reinforcement in position on chairs during concrete placement. 13 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 14 d. Slope surfaces uniformly to drains where required. 15 e. Begin initial floating using bull floats or darbies to form a uniform and open-16 textured surface plane, before excess bleedwater appears on the surface. Do not 17 further disturb slab surfaces before starting finishing operations. 18 7. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect 19 concrete work from physical damage or reduced strength that could be caused by 20 frost, freezing actions, or low temperatures. 21 a. When average high and low temperature is expected to fall below 40 22 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 23 temperature within the temperature range required by ACI 301. 24 b. Do not use frozen materials or materials containing ice or snow. Do not place 25 concrete on frozen subgrade or on subgrade containing frozen materials. 26 c. Do not use calcium chloride, salt, or other materials containing antifreeze 27 agents or chemical accelerators unless otherwise specified and approved in 28 mixture designs. 29 8. Hot-Weather Placement: Comply with ACI 305.1 and as follows: 30 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 31 placement. Chilled mixing water or chopped ice may be used to control 32 temperature, provided water equivalent of ice is calculated to total amount of 33 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 34 b. Fog-spray forms, steel reinforcement, and subgrade just before placing 35 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 36 dry areas. 37 K. Finishing Formed Surfaces 38 1. Form all concrete members level and plumb, except as specifically indicated. 39 a. Comply with tolerances specified in ACI 301 Chapter 5 and this specifica-40 tion, except that maximum permissible deviation is ¼ inch end to end for 41 any single member. 42 2. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material 43 with tie holes and defects repaired and patched. Remove fins and other projections 44 that exceed specified limits on formed-surface irregularities. 45 a. Apply to concrete surfaces not exposed to public view. 46 03 30 00 - 23 CAST-IN-PLACE CONCRETE Page 23 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 3. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar 1 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 2 texture matching adjacent formed surfaces. Continue final surface treatment of 3 formed surfaces uniformly across adjacent unformed surfaces, unless otherwise 4 indicated. 5 L. Miscellaneous Concrete Items 6 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 7 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 8 specified, to blend with in-place construction. Provide other miscellaneous 9 concrete filling indicated or required to complete the Work. 10 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 11 concrete is still green and by steel-troweling surfaces to a hard, dense finish with 12 corners, intersections, and terminations slightly rounded. 13 Equipment Bases and Foundations: Coordinate sizes and locations of concrete bases 14 with actual equipment provided. Provide machine and equipment bases and 15 foundations as shown on Drawings. Set anchor bolts for machines and equipment 16 at correct elevations, complying with diagrams or templates from manufacturer 17 furnishing machines and equipment. 18 a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with 19 #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, 20 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 21 during pouring of concrete fill. 22 3. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a 23 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 24 M. Concrete Protecting and Curing 25 1. General: Protect freshly placed concrete from premature drying and excessive cold 26 or hot temperatures. Comply with ACI 306.1 for cold-weather protection and 27 ACI 305.1 for hot-weather protection during curing. 28 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 29 supported slabs, and other similar surfaces. If forms remain during curing period, 30 moist cure after loosening forms. If removing forms before end of curing period, 31 continue curing for the remainder of the curing period. 32 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 33 unformed surfaces, including floors and slabs, concrete floor toppings, and other 34 surfaces. 35 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 36 methods: 37 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 38 with the following materials: 39 1) Water 40 2) Continuous water-fog spray 41 3) Absorptive cover, water saturated, and kept continuously wet. Cover 42 concrete surfaces and edges with 12-inch lap over adjacent absorptive 43 covers 44 03 30 00 - 24 CAST-IN-PLACE CONCRETE Page 24 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-1 retaining cover for curing concrete, placed in widest practicable width, with 2 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 3 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 4 during curing period using cover material and waterproof tape. 5 1) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 6 receive floor coverings. 7 2) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 8 receive penetrating liquid floor treatments. 9 3) Cure concrete surfaces to receive floor coverings with either a moisture-10 retaining cover or a curing compound that the manufacturer certifies will 11 not interfere with bonding of floor covering used on Project. 12 c. Curing Compound: Apply uniformly in continuous operation by power spray 13 or roller according to manufacturer's written instructions. Recoat areas 14 subjected to heavy rainfall within 3 hours after initial application. Maintain 15 continuity of coating and repair damage during curing period. 16 1) Removal: After curing period has elapsed, remove curing compound 17 without damaging concrete surfaces by method recommended by cur-18 ing compound manufacturer unless manufacturer certifies curing 19 compound does not interfere with bonding of floor covering used on 20 Project. 21 3.5 REPAIR 22 A. Concrete Surface Repairs 23 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 24 Remove and replace concrete that cannot be repaired and patched to Engineer’s 25 approval. 26 2. Patching Mortar: Mix dry-pack patching mortar, consisting of 1 part portland 27 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough 28 water for handling and placing. 29 3. Repairing Formed Surfaces: Surface defects include color and texture 30 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other 31 projections on the surface, and stains and other discolorations that cannot be 32 removed by cleaning. 33 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 34 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 35 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 36 with water, and brush-coat holes and voids with bonding agent. Fill and 37 compact with patching mortar before bonding agent has dried. Fill form-tie 38 voids with patching mortar or cone plugs secured in place with bonding agent. 39 b. Repair defects on surfaces exposed to view by blending white portland cement 40 and standard portland cement so that, when dry, patching mortar will match 41 surrounding color. Patch a test area at inconspicuous locations to verify 42 mixture and color match before proceeding with patching. Compact mortar in 43 place and strike off slightly higher than surrounding surface. 44 c. Repair defects on concealed formed surfaces that affect concrete's durability 45 and structural performance as determined by Engineer. 46 03 30 00 - 25 CAST-IN-PLACE CONCRETE Page 25 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 1 for finish and verify surface tolerances specified for each surface. Correct low and 2 high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use 3 a sloped template. 4 a. Repair finished surfaces containing defects. Surface defects include spalls, pop 5 outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide 6 or that penetrate to reinforcement or completely through unreinforced sections 7 regardless of width, and other objectionable conditions. 8 b. After concrete has cured at least 14 days, correct high areas by grinding. 9 c. Correct localized low areas during or immediately after completing surface 10 finishing operations by cutting out low areas and replacing with patching 11 mortar. Finish repaired areas to blend into adjacent concrete. 12 d. Repair defective areas, except random cracks and single holes 1 inch or less in 13 diameter, by cutting out and replacing with fresh concrete. Remove defective 14 areas with clean, square cuts and expose steel reinforcement with at least a 3/4-15 inch clearance all around. Dampen concrete surfaces in contact with patching 16 concrete and apply bonding agent. Mix patching concrete of same materials 17 and mixture as original concrete except without coarse aggregate. Place, 18 compact, and finish to blend with adjacent finished concrete. Cure in same 19 manner as adjacent concrete. 20 e. Repair random cracks and single holes 1 inch or less in diameter with patching 21 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 22 dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply 23 bonding agent. Place patching mortar before bonding agent has dried. 24 Compact patching mortar and finish to match adjacent concrete. Keep patched 25 area continuously moist for at least 72 hours. 26 5. Perform structural repairs of concrete, subject to Engineer’s approval, using epoxy 27 adhesive and patching mortar. 28 6. Repair materials and installation not specified above may be used, subject to 29 Engineer’s approval. 30 3.6 RE-INSTALLATION [NOT USED] 31 3.7 FIELD QUALITY CONTROL 32 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 33 inspecting agency to perform field tests and inspections and prepare test reports. 34 1. Testing agency shall immediately report to Engineer, Contractor, and concrete 35 manufacturer any failure of Work to comply with Contract Documents. 36 2. Testing agency shall report results of tests and inspections, in writing, to Own-37 er, Engineer, Contractor, and concrete manufacturer within 48 hours of in-38 spections and tests. 39 a. Test reports shall include reporting requirements of ASTM C31/C31M, 40 ASTM C39/C39M, and ACI 301, including the following as applicable to 41 each test and inspection: 42 1) Project name. 43 2) Name of testing agency. 44 03 30 00 - 26 CAST-IN-PLACE CONCRETE Page 26 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 3) Names and certification numbers of field and laboratory technicians 1 performing inspections and testing. 2 4) Name of concrete manufacturer. 3 5) Date and time of inspection, sampling, and field testing. 4 6) Date and time of concrete placement. 5 7) Location in Work of concrete represented by samples. 6 8) Date and time sample was obtained. 7 9) Truck and batch ticket numbers. 8 10) Design compressive strength at 28 days. 9 11) Concrete mixture designation, proportions, and materials. 10 12) Field test results. 11 13) Information on storage and curing of samples before testing, including 12 curing method and maximum and minimum temperatures during ini-13 tial curing period. 14 14) Type of fracture and compressive break strengths at seven days and 28 15 days. 16 3. Batch Tickets: For each load delivered, submit three copies of batch delivery 17 ticket to testing agency, indicating quantity, mix identification, admixtures, de-18 sign strength, aggregate size, design air content, design slump at time of batch-19 ing, and amount of water that can be added at Project site. 20 B. Inspections 21 1. Steel reinforcement placement 22 2. Headed bolts and studs 23 3. Verification of use of required design mixture 24 4. Concrete placement, including conveying and depositing 25 5. Curing procedures and maintenance of curing temperature 26 6. Verification of concrete strength before removal of shores and forms from beams 27 and slabs 28 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 29 according to ASTM C172 according to the following requirements: 30 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 31 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 32 each additional 50 cubic yard or fraction thereof. 33 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 34 not less than 1 test for each day's pour of each concrete mixture. Perform additional 35 tests when concrete consistency appears to change. 36 3. Air Content: ASTM C231, pressure method, for normal-weight concrete; 1 test for 37 each composite sample, but not less than 1 test for each day's pour of each concrete 38 mixture. 39 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 41 test for each composite sample. 42 5. Compression Test Specimens: ASTM C31. 43 a. Cast and laboratory cure 4 cylinders for each composite sample. 44 03 30 00 - 27 CAST-IN-PLACE CONCRETE Page 27 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 1) Do not transport field cast cylinders until they have cured for a 1 minimum of 24 hours. 2 6. Compressive-Strength Tests: ASTM C39; 3 a. Test 1 cylinder at 7 days. 4 b. Test 2 cylinders at 28 days. 5 c. Hold 1 cylinder for testing at 56 days as needed. 6 7. When strength of field-cured cylinders is less than 85 percent of companion 7 laboratory-cured cylinders, evaluate operations and provide corrective procedures 8 for protecting and curing in-place concrete. 9 8. Strength of each concrete mixture will be satisfactory if every average of any 3 10 consecutive compressive-strength tests equals or exceeds specified compressive 11 strength and no compressive-strength test value falls below specified compressive 12 strength by more than 500 psi. 13 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 14 within 48 hours of testing. Reports of compressive-strength tests shall contain 15 Project identification name and number, date of concrete placement, name of 16 concrete testing and inspecting agency, location of concrete batch in Work, design 17 compressive strength at 28 days, concrete mixture proportions and materials, 18 compressive breaking strength, and type of break for both 7- and 28-day tests. 19 10. Additional Tests: Testing and inspecting agency shall make additional tests of 20 concrete when test results indicate that slump, air entrainment, compressive 21 strengths, or other requirements have not been met, as directed by Engineer. 22 Testing and inspecting agency may conduct tests to determine adequacy of concrete 23 by cored cylinders complying with ASTM C42 or by other methods as directed by 24 Engineer. 25 a. When the strength level of the concrete for any portion of the structure, as 26 indicated by cylinder tests, falls below the specified requirements, provide 27 improved curing conditions and/or adjustments to the mix design as required to 28 obtain the required strength. If the average strength of the laboratory control 29 cylinders falls so low as to be deemed unacceptable, follow the core test 30 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 31 approved by the Engineer. Core sampling and testing shall be at Contractors 32 expense. 33 b. If the results of the core tests indicate that the strength of the structure is 34 inadequate, any replacement, load testing, or strengthening as may be ordered 35 by the Engineer shall be provided by the Contractor without cost to the City. 36 11. Additional testing and inspecting, at Contractor's expense, will be performed to 37 determine compliance of replaced or additional work with specified requirements. 38 12. Correct deficiencies in the Work that test reports and inspections indicate does not 39 comply with the Contract Documents. 40 D. Measure floor and slab flatness and levelness according to ASTM E1155 within 48 41 hours of finishing. 42 E. Concrete Finish Measurement and Tolerances 43 1. All floors are subject to measurement for flatness and levelness and comply with 44 the following: 45 03 30 00 - 28 CAST-IN-PLACE CONCRETE Page 28 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 1 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 2 both directions, lapping straightedge 3 feet on areas previously checked. Low 3 spots shall not exceed the above dimension anywhere along the straightedge. 4 Flatness shall be checked the next work day after finishing. 5 b. Slabs shall be level within a tolerance of ± 1/4 inch in 10 feet, not to exceed 3/4 6 inches total variation, anywhere on the floor, from elevations indicated on the 7 Drawings. Levelness shall be checked on a 10 foot grid using a level after 8 removal of forms. 9 c. Measurement Standard: All floors are subject to measurement for flatness and 10 levelness, according to ASTM E1155. 11 2. 2 Tiered Measurement Standard 12 a. Each floor test section and the overall floor area shall conform to the 2-tiered 13 measurement standard as specified herein. 14 1) Minimum Local Value: The minimum local FF/FL values represent the ab-15 solute minimum surface profile that will be acceptable for any 1 test sample 16 (line of measurements) anywhere within the test area. 17 2) Specified Overall Value: The specified overall FF/FL values represent the 18 minimum values acceptable for individual floor sections as well as the floor 19 as a whole. 20 3. Floor Test Sections 21 a. A floor test section is defined as the smaller of the following areas: 22 1) The area bounded by column and/or wall lines 23 2) The area bounded by construction and/or control joint lines 24 3) Any combination of column lines and/or control joint lines 25 b. Test sample measurement lines within each test section shall be 26 multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a 27 spacing to be determined by the City's testing agency. 28 c. The precise layout of each test section shall be determined by the City's testing 29 agency. 30 4. Concrete Floor Finish Tolerance 31 a. The following values apply before removal of shores. Levelness values (FL) do 32 not apply to intentionally sloped or cambered areas, nor to slabs poured on 33 metal deck or precast concrete. 34 1) Slabs 35 Overall Value FF45/FL30 36 Minimum Local Value FF30/FL20 37 5. Floor Elevation Tolerance Envelope 38 a. The acceptable tolerance envelope for absolute elevation of any point on the 39 slab surface, with respect to the elevation shown on the Drawings, is as follows: 40 1) Slab-on-Grade Construction: ± ¾ inch 41 2) Top surfaces of formed slabs measured prior to removal of supporting 42 shores: ± ¾ inch 43 3) Top surfaces of all other slabs: ± ¾ inch 44 4) Slabs specified to slope shall have a tolerance from the specified slope of 45 3/8 inch in 10 feet at any point, up to ¾ inch from theoretical elevation at 46 any point. 47 03 30 00 - 29 CAST-IN-PLACE CONCRETE Page 29 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 3.8 SYSTEM STARTUP [NOT USED] 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING 3 A. Defective Work 4 1. Imperfect or damaged work or any material damaged or determined to be defective 5 before final completion and acceptance of the entire job shall be satisfactorily re-6 placed at the Contractor's expense, and in conformity with all of the requirements of 7 the Drawings and Specifications. 8 2. Perform removal and replacement of concrete work in such manner as not to impair 9 the appearance or strength of the structure in any way. 10 B. Cleaning 11 1. Upon completion of the work remove from the site all forms, equipment, protective 12 coverings and any rubbish resulting therefrom. 13 2. After sweeping floors, wash floors with clean water. 14 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 15 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION 17 A. Protect concrete surfaces as follows: 18 1. Protect from petroleum stains. 19 2. Diaper hydraulic equipment used over concrete surfaces. 20 3. Prohibit vehicles from interior concrete slabs. 21 4. Prohibit use of pipe-cutting machinery over concrete surfaces. 22 5. Prohibit placement of steel items on concrete surfaces. 23 6. Prohibit use of acids or acidic detergents over concrete surfaces. 24 7. Protect liquid floor treatment from damage and wear during the remainder of 25 construction period. Use protective methods and materials, including tempo-26 rary covering, recommended in writing by liquid floor treatments installer. 27 8. Protect concrete surfaces scheduled to receive surface hardener or polished 28 concrete finish using Floor Slab Protective Covering. 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACHMENTS [NOT USED] 31 END OF SECTION 32 33 Revision Log DATE NAME SUMMARY OF CHANGE 03 30 00 - 30 CAST-IN-PLACE CONCRETE Page 30 of 30 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised March 11, 2022 12/20/2012 D. Johnson 2.2.O.3 – Removed Blue Text/Added Descriptions for water-soluble, chloride-ion content 3.4.C.1 – Changed 75% to 70% 3/11/2022 Zelalem Arega 1.3.B.5.t, 2.2.I.1, 2.2.O.2, – Added ASTMC595 – Type ILcement 1 03 34 13 - 1 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 1 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 SECTION 03 34 13 1 CONTROLLED LOW STRENGTH MATERIAL (CLSM) 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section includes: 5 1. Controlled low strength material (CLSM) for use in the following: 6 a. Flowable backfill 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.2.a 9 2. Added 1.2.A.2.b 10 3. Modified 3.7.B 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 – General Requirements 14 3. Section 03 30 00 - Cast-in-Place Concrete 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. This Item is considered subsidiary to the structure or Items being placed. 19 2. Payment 20 a. Unit Price – The work performed and the materials furnished in accordance 21 with this Item are subsidiary to the structure or Items being placed and no other 22 compensation will be allowed. 23 b. Lump Sum Price - The work performed and materials furnished in ac-24 cordance with this Item and measured as provided under “Measurement” 25 will be included in the total lump sum price. 26 1.3 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 B. ASTM International (ASTM): 32 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the 33 Field. 34 2. C33 - Standard Specification for Concrete Aggregates. 35 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete 36 Specimens. 37 03 34 13 - 2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 2 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 4. C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 1 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the 2 Pressure Method. 3 6. C260 - Standard Specification for Air-Entraining Admixtures for Concrete. 4 7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural 5 Pozzolan for Use in Concrete. 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 SUBMITTALS 8 A. Provide submittals in accordance with Section 01 33 00. 9 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 10 specials. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Product data 13 B. Sieve analysis 14 1. Submit sieve analyses of fine and coarse aggregates being used. 15 a. Resubmit at any time there is a significant change in grading of materials. 16 2. Mix 17 a. Submit full details, including mix design calculations for mix proposed for use. 18 C. Trial batch test data 19 1. Submit data for each test cylinder. 20 2. Submit data that identifies mix and slump for each test cylinder. 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS 28 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 29 2.2 PRODUCT TYPES AND MATERIALS 30 A. Materials 31 1. Portland cement: Type II low alkali portland cement as specified in Section 03 30 32 00. 33 2. Fly ash: Class F fly ash in accordance with ASTM C618. 34 03 34 13 - 3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 3. Water: As specified in Section 03 30 00. 1 4. Admixture: Air entraining admixture in accordance with ASTM C260. 2 5. Fine aggregate: Concrete sand (does not need to be in accordance with 3 ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, 4 and no plastic fines shall be present. 5 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. 6 B. Mixes 7 1. Performance requirements 8 a. Total calculated air content 9 1) Not less than 8.0 percent or greater than 12.0 percent. 10 b. Minimum unconfined compressive strength 11 1) Not less than 50 psi measured at 28 days. 12 c. Maximum unconfined compressive strength 13 1) Not greater than 150 psi measured at 28 days. 14 2) Limit the long-term strength (90 days) to 200 psi such that material could 15 be re-excavated with conventional excavation equipment in the future if 16 necessary. 17 d. Wet density 18 1) No greater than 132 pounds per cubic foot. 19 e. Color 20 1) No coloration required unless noted. 21 2) Submit dye or other coloration means for approval. 22 2. Suggested design mix 23 Material Weight Specific Gravity Absolute Volume Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces - 2.70 TOTAL 3,543 pounds - 27.00 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL 26 A. Trial batch 27 1. After mix design has been accepted by City Engineer, have trial batch of the 28 accepted mix design prepared by testing laboratory acceptable to City Engineer. 29 2. Prepare trial batches using specified cementitious materials and aggregates 30 proposed to be used for the Work. 31 03 34 13 - 4 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 3. Prepare trial batch with sufficient quantity to determine slump, workability, 1 consistency, and to provide sufficient test cylinders. 2 B. Test cylinders: 3 1. Prepare test cylinders in accordance with ASTM C31 with the following 4 exceptions: 5 a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the 6 mix. 7 b. Do not rod the concrete mix. 8 c. Strike off the excess material. 9 2. Place test cylinders in a moist curing room. Exercise caution in moving and 10 transporting the cylinders since they are fragile and will withstand only minimal 11 bumping, banging, or jolting without damage. 12 3. Do not remove the test cylinder from mold until the cylinder is to be capped and 13 tested. 14 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: 15 a. Perform the capping carefully to prevent premature fractures. 16 b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter 17 than the test cylinders. 18 c. Do not perform initial compression test until the cylinders reach a minimum 19 age of 3 days. 20 C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in 21 accordance with ASTM C39 except as modified herein: 22 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to 23 or greater than the minimum required compression strength, but not exceed 24 maximum compression strength. 25 D. If the trial batch tests do not meet the Specifications for strength or density, revise and 26 resubmit the mix design, and prepare additional trial batch and tests. Repeat until an 27 acceptable trial batch is produced that meets the Specifications. 28 1. All the trial batches and acceptability of materials shall be paid by the 29 CONTRACTOR. 30 2. After acceptance, do not change the mix design without submitting a new mix 31 design, trial batches, and test information. 32 E. Determine slump in accordance with ASTM C143 with the following exceptions: 33 1. Do not rod the concrete material. 34 2. Place material in slump cone in 1 semi-continuous filling operation, slightly 35 overfill, tap lightly, strike off, and then measure and record slump. 36 03 34 13 - 5 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 PART 3 - EXECUTION 1 3.1 INSTALLERS [NOT USED] 2 3.2 EXAMINATION [NOT USED] 3 3.3 PREPARATION [NOT USED] 4 3.4 INSTALLATION 5 A. Place CLSM by any method which preserves the quality of the material in terms of 6 compressive strength and density: 7 1. Limit lift heights of CLSM placed against structures and other facilities that could 8 be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift 9 height indicated on the Drawings. Do not place another lift of CLSM until the last 10 lift of CLSM has set and gained sufficient strength to prevent lateral load due to the 11 weight of the next lift of CLSM. 12 2. The basic requirement for placement equipment and placement methods is the 13 maintenance of its fluid properties. 14 3. Transport and place material so that it flows easily around, beneath, or through 15 walls, pipes, conduits, or other structures. 16 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the 17 material to flow freely during placement: 18 a. After trial batch testing and acceptance, maintain slump developed during 19 testing during construction at all times within ± 1 inch. 20 5. Use a slump, consistency, workability, flow characteristics, and pumpability (where 21 required) such that when placed, the material is self-compacting, self-densifying, 22 and has sufficient plasticity that compaction or mechanical vibration is not required. 23 6. When using as embedment for pipe take appropriate measures to ensure line and 24 grade of pipe. 25 3.5 REPAIR [NOT USED] 26 3.6 RE-INSTALLATION [NOT USED] 27 3.7 FIELD QUALITY CONTROL 28 A. General 29 1. Make provisions for and furnish all material for the test specimens, and provide 30 manual assistance to assist the Engineer in preparing said specimens. 31 2. Be responsible for the care of and providing curing condition for the test specimens. 32 B. Tests by the Contractor City 33 1. During the progress of construction, the Contractor City will have tests made to 34 determine whether the CLSM, as being produced, complies with the requirements 35 specified hereinbefore. Test cylinders will be made and delivered to the laboratory 36 by the Contractor Engineer and the testing expense will be borne by the 37 Contractor City. 38 2. Test cylinders 39 03 34 13 - 6 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 6 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 a. Prepare test cylinders in accordance with ASTM C31 with the following 1 exceptions: 2 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle 3 the mix. 4 2) Do not rod the concrete mix. 5 3) Strike off the excess material. 6 b. Place the cylinders in a safe location away from the construction activities. 7 Keep the cylinders moist by covering with wet burlap, or equivalent. Do not 8 sprinkle water directly on the cylinders. 9 c. After 2 days, place the cylinders in a protective container for transport to the 10 laboratory for testing. The concrete test cylinders are fragile and shall be 11 handled carefully. The container may be a box with a Styrofoam or similar 12 lining that will limit the jarring and bumping of the cylinders. 13 d. Place test cylinders in a moist curing room. Exercise caution in moving and 14 transporting the cylinders since they are fragile and will withstand only 15 minimal bumping, banging, or jolting without damage. 16 e. Do not remove the test cylinder from mold until the cylinder is to be capped 17 and tested. 18 f. The test cylinders may be capped with standard sulfur compound or neoprene 19 pads: 20 1) Perform the capping carefully to prevent premature fractures. 21 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in 22 diameter than the test cylinders. 23 3) Do not perform initial compression test until the cylinders reach a 24 minimum age of 3 days. 25 3. The number of cylinder specimens taken each day shall be determined by the 26 Inspector. 27 a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 28 except as modified herein. 29 b. The compression strength of the cylinders tested at 28 days shall be equal to or 30 greater than the minimum required compression strength, but not exceed 31 maximum compression strength. 32 4. The Contractor City will test the air content of the CLSM. Test will be made 33 immediately after discharge from the mixer in accordance with ASTM C231. 34 5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 with 35 the following exceptions: 36 a. Do not rod the concrete material. 37 b. Place material in slump cone in 1 semi-continuous filling operation, slightly 38 overfill, tap lightly, strike off, and then measure and record slump. 39 6. If compressive strength of test cylinders does not meet requirements, make 40 corrections to the mix design to meet the requirements of this specification. 41 03 34 13 - 7 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 7 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 3.8 SYSTEM STARTUP [NOT USED] 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING [NOT USED] 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHMENTS [NOT USED] 7 END OF SECTION 8 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 03 34 16 - 1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 1 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 SECTION 03 34 16 1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section includes: 5 1. Concrete base material for trench repair 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. Modified 1.2.A.2.a 8 2. Added 1.2.A.2.b 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 – General Requirements 12 3. Section 03 30 00 – Cast-in-Place Concrete 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. This Item is considered subsidiary to the structure or Items being placed. 17 2. Payment 18 a. Unit Price – The work performed and the materials furnished in accordance 19 with this Item are subsidiary to the structure or Items being placed and no other 20 compensation will be allowed. 21 b. Lump Sum Price – The work performed and the materials furnished in 22 accordance with this Item are included in the total lump sum price. 23 1.3 REFERENCES 24 A. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification, unless a date is specifically cited. 28 B. ASTM International (ASTM): 29 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 30 Field. 31 2. C33, Standard Specification for Concrete Aggregates. 32 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 33 Specimens. 34 4. C143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 35 5. C172, Standard Practice for Sampling Freshly Mixed Concrete. 36 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 37 Pressure Method. 38 7. C260, Standard Specification for Air-Entraining Admixtures for Concrete. 39 03 34 16 - 2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 2 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 1 Pozzolan for Use in Concrete. 2 9. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic-3 Cement Concrete. 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 5 1.5 SUBMITTALS 6 A. Provide submittals in accordance with Section 01 33 00. 7 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 8 specials. 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 10 A. Submit proposed mix design for Engineer’s review a minimum of 2 weeks prior to start 11 of low density concrete backfill work. 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 20 2.2 PRODUCT TYPES AND MATERIALS 21 A. Mix Design 22 1. Performance requirements 23 a. Concrete Base Material for Trench Repair 24 1) 28-day compressive strength of not less than 750 psi and not more than 25 1,200 psi. 26 B. Materials 27 1. Portland cement 28 a. Type II low alkali portland cement as specified in Section 03 30 00. 29 2. Fly ash 30 a. Class F fly ash in accordance with ASTM C618. 31 3. Water 32 a. As specified in Section 03 30 00. 33 4. Admixture 34 a. Air entraining admixture in accordance with ASTM C260. 35 5. Fine aggregate 36 a. Concrete sand (does not need to be in accordance with ASTM C33). 37 03 34 16 - 3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 3 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no 1 plastic fines shall be present. 2 6. Coarse aggregate 3 a. Pea gravel no larger than 3/8 inch. 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. Place concrete base material by any method which preserves the quality of the material 12 in terms of compressive strength and density. 13 1. The basic requirement for placement equipment and placement methods is the 14 maintenance of its fluid properties. 15 2. Transport and place material so that it flows easily around, beneath, or through 16 walls, pipes, conduits, or other structures. 17 3. Use a slump, consistency, workability, flow characteristics, and pumpability (where 18 required) such that when placed, the material is self-compacting, self-densifying, 19 and has sufficient plasticity that compaction or mechanical vibration is not required. 20 3.5 REPAIR [NOT USED] 21 3.6 RE-INSTALLATION [NOT USED] 22 3.7 FIELD QUALITY CONTROL 23 A. General 24 1. Make provisions for and furnish all material for the test specimens, and provide 25 manual assistance to assist the Engineer in preparing said specimens. 26 2. Be responsible for the care of and providing curing condition for the test specimens. 27 B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 28 according to ASTM C172 according to the following requirements: 29 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 30 concrete mixture up to 25 cubic yards, plus 1 set for each additional 50 cubic yards 31 or fraction thereof. 32 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 33 not less than 1 test for each day's pour of each concrete mixture. Perform additional 34 tests when concrete consistency appears to change. 35 3. Air Content: ASTM C231, pressure method, for normal-weight concrete; 1 test for 36 each composite sample, but not less than 1 test for each day's pour of each concrete 37 mixture. 38 03 34 16 - 4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3 Revised December 20, 2012 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 1 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 2 test for each composite sample. 3 5. Compression Test Specimens: ASTM C31. 4 a. Cast and laboratory cure 4 cylinders for each composite sample. 5 1) Do not transport field cast cylinders until they have cured for a minimum of 6 24 hours. 7 6. Compressive-Strength Tests: ASTM C39 8 a. Test 1 cylinder at 7 days. 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING [NOT USED] 12 3.11 CLOSEOUT ACTIVITIES [NOT USED] 13 3.12 PROTECTION [NOT USED] 14 3.13 MAINTENANCE [NOT USED] 15 3.14 ATTACHMENTS [NOT USED] 16 END OF SECTION 17 18 Revision Log DATE NAME SUMMARY OF CHANGE 19 04 05 23 MASONRY ACCESSORIES - FLASHING Page 1 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 04 05 23 1 MASONRY ACCESSORIES - FLASHING 2 3 PART 1 – GENERAL 4 5 1.1 RELATED DOCUMENTS 6 A. Drawings and general provisions of Contract, including General and 7 Supplementary Conditions and Division 1 Specification sections, apply to work 8 of this section. 9 1.2 SUMMARY 10 A. Provide “TotalFlash”, or approved equal, all-inclusive flashing/drainage system. 11 System includes Flashing, Cavity Wall Drainage, Drip Edge, Termination Bar 12 and Weeps. 13 B. Related Sections: 14 1. Section 04 22 00 – Concrete Masonry Units 15 1.3 REFERENCES 16 A. Industry Standards: 17 1. ASTM 18 2. BIA 19 3. MCAA 20 B. Industry Standards: 21 1. BIA Tech Note: Brick Construction - #7 22 C. Water Penetration Resistance - Design and Detail 23 1. BIA Tech Note: Brick Construction - #28B 24 Brick Veneer/Steel Stud Walls 25 1.4 DEFINITIONS 26 A. Terms: 27 1. Cavity Wall Flashing 28 2. Foundation Sill Flashing 29 3. Through Wall Flashing 30 4. Termination Bar 31 5. Adhesive/Sealant for Flashing 32 1.5 SUBMITTALS 33 A. Provide in accordance with Section 01 33 00 (Submittal Procedures) 34 1. Product data and installation instructions. 35 2. Two sections demonstrating lap joint: Each 18” x 14” (457 mm x 356 mm) 36 04 05 23 MASONRY ACCESSORIES - FLASHING Page 2 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 PART 2 – PRODUCTS 1 2 2.1 ACCEPTABLE MANUFACTURERS 3 A. Mortar Net USA Ltd, 541 S. Lake Street, Gary, IN 46403 4 Ph: 800-664-6638 www.MortarNet.com 5 Local representative: RK HOLMES COMPANY, 817-845-4465 6 B. Substitutions: Under provisions at Section 01 60 00 7 2.2 PRODUCTS 8 A. TotalFlash system consists of: Thermoplastic Vinyl Membrane, manufactured by 9 Mortar Net.; Mortar Net Drainage/Weep System, Mortar Net Stainless Steel Drip 10 Edge, and Mortar Net Termination Bar. 11 12 B. TotalFlash System: The Thermoplastic Vinyl Membrane is a 40-mil polymeric, 13 reinforced, UV stable membrane. TotalFlash system shall be provided in 14 minimum 12” x 5’ panels and pre molded inside and outside corner pieces. 15 16 C. Mortar Collection Device/Weep Tabs: Recycled polyester material impregnated 17 with UV protection, biocide to resist mold and flame retardant. Woven mesh 18 designed to allow moisture to migrate to the integrated weep tabs; product 19 adhered to the flashing membrane. Color to match masonry and be approved by 20 Architect. 21 22 1. Thickness: 3/8 inch (9.25 mm) 23 2. Height: 10 inches (254 mm) 24 3. Length: 5 feet (1524 mm) 25 26 D. Drip Edge (used along brick ledge): 304 Stainless Steel Drip Edge pre-attached 27 to the flashing membrane and designed to divert moisture away from the 28 masonry wall. 29 30 1. 28-gauge (.014) 304 Stainless Steel with formed drip edge 31 2. Length: 5 feet (1524 mm) 32 3. Width: 2.0 inches (51mm) 33 34 Provide Total Flash system without the stainless-steel Drip Edge as shown and detailed 35 on the Construction Documents above areas where the first masonry course is fully 36 grouted and where Total Flash is used except along the brick ledge. The Total Flash 37 System without the Drip Edge should come from the manufacturer and not removed in 38 the field. 39 40 E. Adhesive: Provided with system for lapping TotalFlash sections: 41 42 04 05 23 MASONRY ACCESSORIES - FLASHING Page 3 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1. Multi-Purpose/Structural Sealant/No Slump/Moisture Cure (Exceeds ASTM 1 C920-94) 2 2. NO VOC 3 3. One part 4 5 F. Termination Bar: Pre-attached termination bar is designed to fasten flashing 6 system to the substrate or can be tucked into mortar joint. 7 8 1. Strip manufactured from high strength corrosion resistance plastic with pre-9 drilled holes for attachment. 10 2. Length 5 feet (1524 mm) 11 3. Hole spacing 6 inches (152 mm) 12 13 G. Screws: Provided self-tapping hex head screws designed to allow attachment to 14 Masonry, Wood or Steel Stud. 15 16 1. #14 x 1-1/4 17 2. Minimum 5-foot section 18 PART 3 – EXECUTION 19 3.1 INSTALLATION 20 A. Install Flashing/Drainage System in accordance with Manufacturer’s installation 21 instructions. 22 B. Install system as required by detailed project drawings for cavity wall drainage. 23 C. Provide flashing membrane system and drainage mat above all openings unless 24 otherwise approved by Architect. The drip edge is not used above the openings, 25 as it is intended to be used along the masonry ledge. 26 D. Block Net shall be installed flush with the exterior wall and will not function 27 properly if it is too far in or out from the face. Provide a video of an on-site. 28 Water test after going up 4 courses to show that it will drain properly. 29 E. Provide written field report from manufacturer representative indicating their on-30 site visual observation during installation, confirming proper installation. 31 32 END OF SECTION 33 04 22 00 CONCRETE UNIT MASONRY MBR SYSTEM Page 1 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 04 22 00 1 CONCRETE UNIT MASONRY 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Concrete masonry units. 6 2. Steel reinforcing bars. 7 1.2 DEFINITIONS 8 A. CMU(s): Concrete masonry unit(s). 9 B. Reinforced Masonry: Masonry containing reinforcing steel in grouted cells. 10 1.3 ACTION SUBMITTALS 11 A. Product Data: For each type of product. 12 B. Shop Drawings: For reinforcing steel. Detail bending, lap lengths, and placement of unit 13 masonry reinforcing bars. Comply with ACI 315. 14 C. Samples: For each type and color of the following: 15 1. Exposed CMUs. 16 2. Pigmented and colored-aggregate mortar. 17 1.4 INFORMATIONAL SUBMITTALS 18 A. Material Certificates: For each type and size of product. For masonry units, include data on 19 material properties. 20 B. Mix Designs: For each type of mortar and grout. Include description of type and proportions of 21 ingredients. 22 1. Include test reports for mortar mixes required to comply with property specification. Test 23 according to ASTM C109/C109M for compressive strength, ASTM C1506 for water 24 retention, and ASTM C91/C91M for air content. 25 2. Include test reports, according to ASTM C1019, for grout mixes required to comply with 26 compressive strength requirement. 27 1.5 QUALITY ASSURANCE 28 A. Sample Panels: Build sample panels to verify selections made under Sample submittals and to 29 demonstrate aesthetic effects. Comply with requirements in Section 014000 "Quality 30 Requirements" for mockups. 31 1. Build sample panels for typical exterior and interior walls in sizes approximately 48 inches 32 long by 48 inches high by full thickness. Sample panel to include flashings, weeps, 33 insulation, control joint sealant and sealer. Panel not to be removed until masonry work has 34 been accepted by the Architect. Use sample panel to test cleaning methods. 35 04 22 00 CONCRETE UNIT MASONRY MBR SYSTEM Page 2 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1.6 FIELD CONDITIONS 1 A. Cold-Weather Requirements: Do not use frozen materials or materials mixed or coated with ice 2 or frost. Do not build on frozen substrates. Remove and replace unit masonry damaged by frost 3 or by freezing conditions. Comply with cold-weather construction requirements contained in 4 TMS 602/ACI 530.1/ASCE 6. 5 B. Hot-Weather Requirements: Comply with hot-weather construction requirements contained in 6 TMS 602/ACI 530.1/ASCE 6. 7 PART 2 - PRODUCTS 8 2.1 UNIT MASONRY, GENERAL 9 A. Masonry Standard: Comply with TMS 602/ACI 530.1/ASCE 6, except as modified by 10 requirements in the Contract Documents. 11 B. Defective Units: Referenced masonry unit standards may allow a certain percentage of units to 12 contain chips, cracks, or other defects exceeding limits stated. Do not use units where such 13 defects are exposed in the completed Work. 14 C. Fire-Resistance Ratings: Comply with requirements for fire-resistance-rated assembly designs 15 indicated. 16 1. Where fire-resistance-rated construction is indicated, units shall be listed and labeled by a 17 qualified testing agency acceptable to authorities having jurisdiction. 18 2.2 CONCRETE MASONRY UNITS 19 A. Shapes: Provide shapes indicated and as follows, with exposed surfaces matching exposed faces 20 of adjacent units unless otherwise indicated. 21 1. Provide special shapes for lintels, corners, jambs, sashes, movement joints, headers, 22 bonding, and other special conditions. 23 B. Integral Water Repellent: Provide units made with integral water repellent for exposed units. 24 C. Concrete Masonry Units (Interior Units) 25 1. ASTM C 90, Grade N (general purpose use above and below grade in exterior walls that 26 may or may not be exposed to moisture/weather, interior walls, back-up material), Type I 27 moisture controlled. 28 2. Unit Compressive Strength: Provide units with minimum average net -area compressive 29 strength of 2150 psi. 30 3. Density Classification: Medium weight unless otherwise indicated. 31 4. Nominal face dimensions: 8" high x 16" long x 8”, 10” and 12” as indicated. 32 5. Provide standard units. 33 6. Provide lightweight block. 34 7. Special Shapes: Bond beams, lintel blocks, sash blocks, bullnose, or other shapes as 35 required. 36 2.3 BRICK VENEER 37 A. Provide Split face units located as indicated on the drawings, complying with characteristics 38 indicated below for Grade, Type, face size, exposed face and, under each form of block 39 04 22 00 CONCRETE UNIT MASONRY MBR SYSTEM Page 3 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 included, for weight classification: (color shall be an exact match of existing split face and may 1 be a custom color). 2 1. All concrete masonry units: ASTM C90 Grade N, hollow units made from Portland 3 Cement and lightweight aggregate. 4 2. Sizes: Manufacturer's standard units with nominal face dimensions of 16 inches long x 8 5 inches high x 4” thickness as indicated on the drawings. 6 3. Type I, ASTM C90, moisture-controlled units. Limit moisture absorption during delivery 7 and until time of installation to the maximum percentage specified for Type I units for 8 average relative humidity as reported by the U.S. Weather Bureau Station nearest the 9 project site. 10 4. Exposed Faces: Manufacturer's standard color and texture. Double face units shall have 11 the same texture on both sides and shall be the same texture as adjacent units whether the 12 front face is split face, burnished face, or normal (smooth) face. All masonry exposed to 13 view from the exterior shall have integral color and water repellent. 14 5. Special Shapes: Provide as shown on drawings and where required, including lintels, 15 corner units, jamb returns, end unit returns, sash, control joint, headers, bonding, starter 16 blocks, sill blocks, and other special conditions. 17 6. Color: (color to be confirmed with Architect and Owner) 18 a. Split-Face Color: “Sabine” (Texas Building Products) 19 b. Split-Face Color: “Red River” (Texas Building Products) 20 2.4 MORTAR AND GROUT MATERIALS 21 A. Portland Cement: ASTM C150/C150M, Type I or II, except Type III may be used for cold-22 weather construction. Provide natural color or white cement as required to produce mortar color 23 indicated. 24 B. Hydrated Lime: ASTM C207, Type S. 25 C. Portland Cement-Lime Mix: Packaged blend of portland cement and hydrated lime containing 26 no other ingredients. 27 D. Masonry Cement: ASTM C91/C91M. 28 E. Mortar Pigments: Natural and synthetic iron oxides and chromium oxides, compounded for use 29 in mortar mixes and complying with ASTM C979/C979M. Use only pigments with a record of 30 satisfactory performance in masonry mortar. 31 F. Aggregate for Mortar: ASTM C144. 32 1. White-Mortar Aggregates: Natural white sand or crushed white stone. 33 2. Colored-Mortar Aggregates: Natural sand or crushed stone of color necessary to produce 34 required mortar color. 35 G. Aggregate for Grout: ASTM C404. 36 H. Cold-Weather Admixture: Nonchloride, noncorrosive, accelerating admixture complying with 37 ASTM C494/C494M, Type C, and recommended by manufacturer for use in masonry mortar of 38 composition indicated. 39 I. Water-Repellent Admixture: Liquid water-repellent mortar admixture intended for use with 40 CMUs containing integral water repellent from same manufacturer. 41 J. Water: Potable. 42 04 22 00 CONCRETE UNIT MASONRY MBR SYSTEM Page 4 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 2.5 REINFORCEMENT 1 A. Uncoated-Steel Reinforcing Bars: ASTM A615/A615M or ASTM A996/A996M, Grade 60. 2 B. Reinforcing Bar Positioners: Wire units designed to fit into mortar bed joints spanning masonry 3 unit cells and to hold reinforcing bars in center of cells. Units are formed from 0.148-inch steel 4 wire, hot-dip galvanized after fabrication. Provide units designed for number of bars indicated. 5 C. Masonry-Joint Reinforcement, General: ASTM A951/A951M. 6 1. Interior Walls: Hot-dip galvanized, carbon steel. 7 2. Exterior Walls: Hot-dip galvanized carbon steel. 8 3. Wire Size for Side Rods: 0.148-inch diameter. 9 4. Wire Size for Cross Rods: 0.148-inch diameter. 10 5. Spacing of Cross Rods: Not more than 16 inches o.c. 11 6. Provide in lengths of not less than 10 feet, with prefabricated corner and tee units. 12 2.6 TIES AND ANCHORS 13 A. Materials: Provide ties and anchors specified in this article that are made from materials that 14 comply with the following unless otherwise indicated: 15 1. Hot-Dip Galvanized, Carbon-Steel Wire: ASTM A82/A82M, with ASTM A153/A153M, 16 Class B-2 coating. 17 2. Steel Sheet, Galvanized after Fabrication: ASTM A1008/A1008M, Commercial Steel, with 18 ASTM A153/A153M, Class B coating. 19 3. Steel Plates, Shapes, and Bars: ASTM A36/A36M. 20 2.7 EMBEDDED FLASHING MATERIALS 21 A. Metal Flashing: Provide metal flashing complying with SMACNA's "Architectural Sheet Metal 22 Manual" and as follows: 23 1. Stainless Steel: ASTM A240/A240M or ASTM A666, Type 304, 0.016 inch thick. 24 2. Fabricate continuous flashings in sections 96 inches long minimum, but not exceeding 12 25 feet. Provide splice plates at joints of formed, smooth metal flashing. 26 3. Fabricate metal drip edges from stainless steel. Extend at least 3 inches into wall and 1/2 27 inch out from wall, with outer edge bent down 30 degrees and hemmed. 28 4. Fabricate metal sealant stops from stainless steel. Extend at least 3 inches into wall and out 29 to exterior face of wall. At exterior face of wall, bend metal back on itself for 3/4 inch and 30 down into joint 1/4 inch to form a stop for retaining sealant backer rod. 31 5. Fabricate metal expansion-joint strips from stainless steel to shapes indicated. 32 B. Solder and Sealants for Sheet Metal Flashings: As specified in Section 076200 "Sheet Metal 33 Flashing and Trim." 34 C. Adhesives, Primers, and Seam Tapes for Flashings: Flashing manufacturer's standard products 35 or products recommended by flashing manufacturer for bonding flashing sheets to each other 36 and to substrates. 37 2.8 MISCELLANEOUS MASONRY ACCESSORIES 38 A. Compressible Filler: Premolded filler strips complying with ASTM D1056, Grade 2A1; 39 compressible up to 35 percent; of width and thickness indicated; formulated from neoprene. 40 04 22 00 CONCRETE UNIT MASONRY MBR SYSTEM Page 5 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 B. Preformed Control-Joint Gaskets: Made from PVC, complying with ASTM D2287, Type PVC-1 65406 and designed to fit standard sash block and to maintain lateral stability in masonry wall; 2 size and configuration as indicated. 3 C. Bond-Breaker Strips: Asphalt-saturated felt complying with ASTM D226/D226M, Type I 4 (No. 15 asphalt felt). 5 2.9 MASONRY-CELL FILL 6 A. Refer to section 07 21 00 for Foamed-in-Place insulation. 7 2.10 MORTAR AND GROUT MIXES 8 A. General: Do not use admixtures, including pigments, air-entraining agents, accelerators, 9 retarders, water-repellent agents, antifreeze compounds, or other admixtures unless otherwise 10 indicated. 11 1. Do not use calcium chloride in mortar or grout. 12 2. Use portland cement-lime or masonry cement mortar unless otherwise indicated. 13 3. Add cold-weather admixture (if used) at same rate for all mortar that will be exposed to 14 view, regardless of weather conditions, to ensure that mortar color is consistent. 15 B. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a preblended mix. 16 Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients 17 before delivering to Project site. 18 C. Mortar for Unit Masonry: Comply with ASTM C270 Specification. Provide the following types 19 of mortar for applications stated unless another type is indicated. 20 1. For masonry below grade or in contact with earth, use Type S. 21 2. For reinforced masonry, use Type S. 22 3. For mortar parge coats, use Type S. 23 4. For exterior, above-grade, load-bearing and nonload-bearing walls and parapet walls; for 24 interior load-bearing walls; for interior nonload-bearing partitions; and for other 25 applications where another type is not indicated, use Type N. 26 5. For interior nonload-bearing partitions, Type O may be used instead of Type N. 27 D. Pigmented Mortar: Use colored cement product. 28 1. Pigments shall not exceed 10 percent of portland cement by weight. 29 2. Pigments shall not exceed 5 percent of masonry cement by weight. 30 3. Application: Use pigmented mortar for exposed mortar joints with the following units: 31 a. Decorative CMUs. 32 b. Pre-faced CMUs. 33 E. Colored-Aggregate Mortar: Produce required mortar color by using colored aggregates and 34 natural color or white cement as necessary to produce required mortar color. 35 1. Application: Use colored-aggregate mortar for exposed mortar joints with the following 36 units: 37 a. Decorative CMUs. 38 b. Pre-faced CMUs. 39 F. Grout for Unit Masonry: Comply with ASTM C476. 40 04 22 00 CONCRETE UNIT MASONRY MBR SYSTEM Page 6 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1. Use grout of type indicated or, if not otherwise indicated, of type (fine or coarse) that will 1 comply with TMS 602/ACI 530.1/ASCE 6 for dimensions of grout spaces and pour height. 2 2. Proportion grout in accordance with ASTM C476, paragraph 4.2.2 for specified 28-day 3 compressive strength indicated, but not less than 2000 psi. 4 3. Provide grout with a slump of 8 to 11 inches as measured according to 5 ASTM C143/C143M. 6 PART 3 - EXECUTION 7 3.1 INSTALLATION, GENERAL 8 A. Use full-size units without cutting if possible. If cutting is required to provide a continuous 9 pattern or to fit adjoining construction, cut units with motor-driven saws; provide clean, 10 sharp, unchipped edges. Allow units to dry before laying unless wetting of units is specified. 11 Install cut units with cut surfaces and, where possible, cut edges concealed. 12 3.2 TOLERANCES 13 A. Dimensions and Locations of Elements: 14 1. For dimensions in cross section or elevation, do not vary by more than plus 1/2 inch or 15 minus 1/4 inch. 16 2. For location of elements in plan, do not vary from that indicated by more than plus or 17 minus 1/2 inch. 18 3. For location of elements in elevation, do not vary from that indicated by more than plus or 19 minus 1/4 inch in a story height or 1/2 inch total. 20 B. Lines and Levels: 21 1. For bed joints and top surfaces of bearing walls, do not vary from level by more than 1/4 22 inch in 10 feet, or 1/2-inch maximum. 23 2. For conspicuous horizontal lines, such as lintels, sills, parapets, and reveals, do not vary 24 from level by more than 1/8 inch in 10 feet, 1/4 inch in 20 feet, or 1/2-inch maximum. 25 3. For vertical lines and surfaces, do not vary from plumb by more than 1/4 inch in 10 feet, 26 3/8 inch in 20 feet, or 1/2-inch maximum. 27 4. For conspicuous vertical lines, such as external corners, door jambs, reveals, and expansion 28 and control joints, do not vary from plumb by more than 1/8 inch in 10 feet, 1/4 inch in 20 29 feet, or 1/2-inch maximum. 30 5. For lines and surfaces, do not vary from straight by more than 1/4 inch in 10 feet, 3/8 inch 31 in 20 feet, or 1/2-inch maximum. 32 C. Joints: 33 1. For bed joints, do not vary from thickness indicated by more than plus or minus 1/8 inch, 34 with a maximum thickness limited to 1/2 inch. 35 2. For head and collar joints, do not vary from thickness indicated by more than plus 3/8 inch 36 or minus 1/4 inch. 37 3. For exposed head joints, do not vary from thickness indicated by more than plus or minus 38 1/8 inch. 39 04 22 00 CONCRETE UNIT MASONRY MBR SYSTEM Page 7 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 3.3 LAYING MASONRY WALLS 1 A. Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint 2 thicknesses and for accurate location of openings, movement -type joints, returns, and offsets. 3 Avoid using less-than-half-size units, particularly at corners, jambs, and, where possible, at other 4 locations. 5 B. Bond Pattern for Exposed Masonry: Unless otherwise indicated, lay exposed masonry in running 6 bond; do not use units with less-than-nominal 4-inch horizontal face dimensions at corners or 7 jambs. 8 C. Built-in Work: As construction progresses, build in items specified in this and other Sections. 9 Fill in solidly with masonry around built-in items. 10 D. Fill space between steel frames and masonry solidly with mortar unless otherwise indicated. 11 E. Where built-in items are to be embedded in cores of hollow masonry units, place a layer of metal 12 lath, wire mesh, or plastic mesh in the joint below, and rod mortar or grout into core. 13 F. Fill cores in hollow CMUs with grout 24 inches under bearing plates, beams, lintels, posts, and 14 similar items unless otherwise indicated. 15 3.4 MORTAR BEDDING AND JOINTING 16 A. Lay hollow CMUs as follows: 17 1. Bed face shells in mortar and make head joints of depth equal to bed joints. 18 2. Bed webs in mortar in all courses of piers, columns, and pilasters. 19 3. Bed webs in mortar in grouted masonry, including starting course on footings. 20 4. Fully bed entire units, including areas under cells, at starting course on footings where cells 21 are not grouted. 22 B. Lay solid CMUs with completely filled bed and head joints; butter ends with sufficient mortar to 23 fill head joints and shove into place. Do not deeply furrow bed joints or slush head joints. 24 C. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than joint 25 thickness unless otherwise indicated. 26 D. Cut joints flush for masonry walls to receive plaster or other direct-applied finishes (other than 27 paint) unless otherwise indicated. 28 3.5 MASONRY-JOINT REINFORCEMENT 29 A. General: Install entire length of longitudinal side rods in mortar with a minimum cover of 5/8 30 inch on exterior side of walls, 1/2 inch elsewhere. Lap reinforcement a minimum of 6 inches. 31 1. Space reinforcement not more than 16 inches o.c. 32 2. Space reinforcement not more than 8 inches o.c. in foundation walls and parapet walls. 33 3. Provide reinforcement not more than 8 inches above and below wall openings and 34 extending 12 inches beyond openings in addition to continuous reinforcement. 35 B. Interrupt joint reinforcement at control and expansion joints unless otherwise indicated. 36 C. Provide continuity at wall intersections by using prefabricated T-shaped units. 37 D. Provide continuity at corners by using prefabricated L-shaped units. 38 04 22 00 CONCRETE UNIT MASONRY MBR SYSTEM Page 8 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 3.6 ANCHORING MASONRY TO STRUCTURAL STEEL AND CONCRETE 1 A. Anchor masonry to structural steel and concrete, where masonry abuts or faces structural steel or 2 concrete, to comply with the following: 3 1. Provide an open space not less than 1/2 inch wide between masonry and structural steel or 4 concrete unless otherwise indicated. Keep open space free of mortar and other rigid 5 materials. 6 2. Anchor masonry with anchors embedded in masonry joints and attached to structure. 7 3. Space anchors as indicated, but not more than 24 inches o.c. vertically and 36 inches o.c. 8 horizontally. 9 3.7 FLASHING 10 A. General: Install embedded flashing at ledges and other obstructions to downward flow of water 11 in wall where indicated. 12 B. Install flashing as follows unless otherwise indicated: 13 1. Prepare masonry surfaces so they are smooth and free from projections that could puncture 14 flashing. Where flashing is within mortar joint, place through -wall flashing on sloping bed 15 of mortar and cover with mortar. Before covering with mortar, seal penetrations in flashing 16 with adhesive, sealant, or tape as recommended by flashing manufacturer. 17 2. At lintels, extend flashing a minimum of 6 inches into masonry at each end. At heads and 18 sills, extend flashing 6 inches at ends and turn up not less than 2 inches to form end dams. 19 3. Install metal drip edges beneath flexible flashing at exterior face of wall. Stop flexible 20 flashing 1/2 inch back from outside face of wall, and adhere flexible flashing to top of 21 metal drip edge. 22 4. Install metal flashing termination beneath flexible flashing at exterior face of wall. Stop 23 flexible flashing 1/2 inch back from outside face of wall, and adhere flexible flashing to top 24 of metal flashing termination. 25 C. Install single-wythe CMU flashing system in bed joints of CMU walls where indicated to 26 comply with manufacturer's written instructions. Install CMU cell pans with upturned edges 27 located below face shells and webs of CMUs above and with weep spouts aligned with face of 28 wall. Install CMU web covers so that they cover upturned edges of CMU cell pans at CMU 29 webs and extend from face shell to face shell. 30 3.8 REINFORCED UNIT MASONRY 31 A. Temporary Formwork and Shores: Construct formwork and shores as needed to support 32 reinforced masonry elements during construction. 33 1. Construct formwork to provide shape, line, and dimensions of completed masonry as 34 indicated. Make forms sufficiently tight to prevent leakage of mortar and grout. Brace, tie, 35 and support forms to maintain position and shape during construction and curing of 36 reinforced masonry. 37 2. Do not remove forms and shores until reinforced masonry members have hardened 38 sufficiently to carry their own weight and that of other loads that may be placed on them 39 during construction. 40 B. Placing Reinforcement: Comply with requirements in TMS 602/ACI 530.1/ASCE 6. 41 C. Grouting: Do not place grout until entire height of masonry to be grouted has attained enough 42 strength to resist grout pressure. 43 04 22 00 CONCRETE UNIT MASONRY MBR SYSTEM Page 9 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1. Comply with requirements in TMS 602/ACI 530.1/ASCE 6 for cleanouts and for grout 1 placement, including minimum grout space and maximum pour height. 2 2. Limit height of vertical grout pours to not more than 60 inches. 3 3.9 FIELD QUALITY CONTROL 4 A. Testing and Inspecting: Owner will engage special inspectors to perform tests and inspections 5 and prepare reports. Allow inspectors access to scaffolding and work areas as needed to perform 6 tests and inspections. Retesting of materials that fail to comply with specified requirements shall 7 be done at Contractor's expense. 8 B. Inspections: Special inspections according to Level 3 in TMS 402/ACI 530/ASCE 5. 9 1. Begin masonry construction only after inspectors have verified proportions of site-prepared 10 mortar. 11 2. Place grout only after inspectors have verified compliance of grout spaces and of grades, 12 sizes, and locations of reinforcement. 13 3. Place grout only after inspectors have verified proportions of site-prepared grout. 14 C. Testing Prior to Construction: One set of tests. 15 D. Testing Frequency: One set of tests for each 5000 sq. ft. of wall area or portion thereof. 16 E. Concrete Masonry Unit Test: For each type of unit provided, according to ASTM C140 for 17 compressive strength. 18 F. Mortar Aggregate Ratio Test (Proportion Specification): For each mix provided, according to 19 ASTM C780. 20 G. Mortar Test (Property Specification): For each mix provided, according to ASTM C780. Test 21 mortar for mortar air content and compressive strength. 22 H. Grout Test (Compressive Strength): For each mix provided, according to ASTM C1019. 23 I. Prism Test: For each type of construction provided, according to ASTM C1314 at seven days 24 and at 28 days. 25 3.10 PARGING 26 A. Parge exterior faces of below-grade masonry walls, where indicated, in two uniform coats to a 27 total thickness of 3/4 inch. Dampen wall before applying first coat, and scarify first coat to 28 ensure full bond to subsequent coat. 29 B. Use a steel-trowel finish to produce a smooth, flat, dense surface with a maximum surface 30 variation of 1/8 inch per foot. Form a wash at top of parging and a cove at bottom. 31 C. Damp-cure parging for at least 24 hours and protect parging until cured. 32 3.11 REPAIRING, POINTING, AND CLEANING 33 A. In-Progress Cleaning: Clean unit masonry as work progresses by dry brushing to remove mortar 34 fins and smears before tooling joints. 35 B. Final Cleaning: After mortar is thoroughly set and cured, clean exposed masonry as follows: 36 1. Test cleaning methods on sample wall panel; leave one-half of panel uncleaned for 37 comparison purposes. 38 2. Clean concrete masonry by applicable cleaning methods indicated in NCMA TEK 8-4A. 39 04 22 00 CONCRETE UNIT MASONRY MBR SYSTEM Page 10 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 3.12 MASONRY WASTE DISPOSAL 1 A. Waste Disposal as Fill Material: Dispose of clean masonry waste, including excess or soil -2 contaminated sand, waste mortar, and broken masonry units, by crushing and mixing with fill 3 material as fill is placed. 4 1. Do not dispose of masonry waste as fill within 18 inches of finished grade. 5 B. Masonry Waste Recycling: Return broken CMUs not used as fill to manufacturer for recycling. 6 C. Excess Masonry Waste: Remove excess clean masonry waste that cannot be used as fill, as 7 described above or recycled, and other masonry waste, and legally dispose of off Owner's 8 property. 9 END OF SECTION 10 04 72 00 - 1 CAST STONE Page 1 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 04 72 00 1 CAST STONE 2 PART 1 – GENERAL 3 4 1.1 RELATED DOCUMENTS 5 6 Drawings and general provisions of Contract, including General and Supplementary Conditions and 7 Division 1 Specification sections apply to work of this section. 8 9 1.2 WORK INCLUDED 10 11 Cast stone, reinforcement and anchorage. 12 13 1.3 RELATED WORK 14 15 A. Section 04 05 00 – Mortar and Grout. 16 17 B. Section 04 73 00 – Manufactured Stone Masonry 18 19 C. Section 04 22 00 – Concrete Masonry Units. 20 21 D. Section 07 92 00 – Joint Sealant. 22 23 1.4 SUBMITTALS 24 25 A. Shop Drawings: Submit shop drawings indicating details of joints, reinforcement steel, anchors, 26 lifting and handling instructions. 27 28 B. Samples: Submit two samples of at least 4" x 4" in size. For color, provide full scale for mock-up. 29 30 1.5 ENVIRONMENTAL CONDITIONS 31 32 A. Hot Weather Installation: 33 34 Stone erected when the ambient air has a temperature of more than 99 degrees F, in the shade, and 35 has a relative humidity of less than 50 percent shall be protected from direct exposure to wind and 36 sun for 48 hours after installation. 37 38 B. Cold Weather Installation: 39 40 1. No frozen work shall be built upon. 41 2. Before erecting stone during temperatures below 40 degrees F, a written statement shall be 42 submitted, and approval received of the methods proposed to heat the materials and protect 43 from freezing as required below. 44 3. Stone units shall be kept completely covered and free from frost, ice, and snow at all times 45 and shall have a minimum temperature of 30 degrees F when laid. Temperature of mortar 46 shall be between 70 degrees F and 110 degrees F. Temperature of mixing water or of water 47 and sand introduced to cement shall not exceed 160 degrees F. 48 4. The air temperature of the stone shall be maintained above 40 degrees F for at least 24 49 hours. 50 04 72 00 - 2 CAST STONE Page 2 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 1.6 DELIVERY, STORAGE AND HANDLING 2 3 A. Fabrication, handling and jobsite storage: After curing, the stone shall be stored, stacked and 4 transported in a manner to prevent cracking, chipping, spalling and other injuries. All stone shall b 5 stored at the jobsite and in such a manner as to rest entirely free from the ground. 6 7 B. Jobsite Protection: Stone shall always be protected to prevent concrete, asphalt, rainwater and 8 other foreign material from defacing stone surfaces. 9 10 PART 2 – PRODUCTS 11 12 2.1 CAST STONE MATERIALS 13 14 A. Portland Cement: ASTM C150, Type I, white Portland cement. 15 16 B. Aggregates: As per manufacturer's standards. 17 18 C. Sand: ASTM C33, clean hard white sand. 19 20 D. Reinforcement Steel: 21 22 1. Bars: ASTM A615, deformed bars, Grade 60. 23 2. Wire for Concrete Reinforcement: ASTM A82. 24 3. Welded Steel Wire Fabric for Concrete Reinforcement: ASTM A185. 25 26 E. Coloring Agent: Non-facing limeproof pigment. 27 28 F. Water: Water shall be clean and free from deleterious substances. 29 30 G. Anchors: Dowels, ASTM A615, plain bars, Grade 60, galvanized or stainless steel. 31 32 H. Ties: 16-gauge stainless steel wire. 33 34 2.2 MORTAR 35 36 Mortar shall be in accordance with Section 04 05 00. 37 38 2.3 MANUFACTURING 39 40 A. Reinforcement: The stone shall be reinforced with welded wire fabric and/or steel reinforcement 41 bars and required by manufacturer. Galvanized reinforcement shall be used where minimum cover 42 of 1-1/2" cannot be maintained. 43 44 B. Stone: Stone shall consist of a mixture of 2-1/2 parts concrete aggregate to one part Portland 45 cement with a water cement ratio not to exceed 2 gallons of water per sack of cement. The stone 46 shall be steam cured for 16 hours and have a minimum compressive strength of 5000 psi at 28 days 47 of age. Moisture absorption shall not exceed 8 percent when tested according to ASTM C97. All 48 stone shall be true to dimensions and profiles with sharp straight edges 49 50 C. Waterproofing: One coat of 3 percent silicone waterproofing shall be applied to the face of all stone 51 04 72 00 - 3 CAST STONE Page 3 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 before delivery to the jobsite. 1 2 D. Finish: Light sand finish. 3 4 2.4 TOLERANCES 5 6 A. The following tolerances shall govern for all stone covered by these specifications. 7 8 1. Squareness: Stone shall not be more than 1/8 inch in 6 feet out of square. 9 2. Warpage: Stone shall not be warped more than 1/8 inch per 6 feet of length. 10 3. Reinforcement: Reinforcement steel shall be within plus or minus 1/4 inch of the position 11 shown on the drawings. 12 13 PART 3 – INSTALLATION 14 15 3.1 JOINTS 16 17 A. Set stone true to line and level on full mortar beds. All joints shall be 1/4 inch. 18 19 B. All joints in copings and sills, except bed joints, shall be raked out 3/4 inch and sealed with sealing 20 compound as specified in Section 07 92 00. 21 22 C. All other joints shall be filled with mortar as the stone is set. Tool joints to slightly concave surface 23 well bonded at edges. 24 25 D. Where penetrations are required through stone such as fence posts or other penetration, there shall 26 be two separate units and a joint centered on the penetration. 27 28 3.2 ATTACHMENT 29 30 All stone shall be attached in accordance with reviewed shop drawings. 31 32 3.3 PATCHING 33 34 Patching of minor defects will be permitted if performed with the proper materials by skilled 35 craftsmen and to the Architects satisfaction. Patches shall not be noticeable to the Owner or 36 Architect from a distance of 4’ away, or unit will need to be replaced. 37 38 3.4 CLEANING 39 40 After stones are installed, all foreign matter shall be removed from the surface of the stone using a 41 stiff fiber brush, Dutch Cleanser or equal and clear water. Acid shall not be used in cleaning. 42 43 3.5 WATERPROOFING 44 45 After final cleaning, apply a minimum of one coat of 3 percent silicone waterproofing to all exposed 46 surfaces of stone until water is no longer absorbed. Provide on mock up panel first to be sure the 47 cast stone color is not changed. 48 49 50 END OF SECTION 51 05 12 00 STRUCTURAL STEEL FRAMING MBR SYSTEM Page 1 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 05 12 00 1 STRUCTURAL STEEL FRAMING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Structural steel. 6 2. Shear stud connectors. 7 3. Shrinkage-resistant grout. 8 1.2 DEFINITIONS 9 A. Structural Steel: Elements of the structural frame indicated on Drawings and as described in 10 ANSI/AISC 303. 11 1.3 PREINSTALLATION MEETINGS 12 A. Preinstallation Conference: Conduct conference at Project site. 13 1.4 ACTION SUBMITTALS 14 A. Product Data: 15 1. Structural-steel materials. 16 2. High-strength, bolt-nut-washer assemblies. 17 3. Shear stud connectors. 18 4. Anchor rods. 19 5. Threaded rods. 20 6. Forged-steel hardware. 21 7. Shop primer. 22 8. Galvanized-steel primer. 23 9. Etching cleaner. 24 10. Galvanized repair paint. 25 11. Shrinkage-resistant grout. 26 B. Shop Drawings: Show fabrication of structural-steel components. 27 C. Delegated-Design Submittal: For structural-steel members and connections indicated on 28 Drawings to comply with design loads, include analysis data, signed and sealed by the qualified 29 professional engineer responsible for their preparation. 30 1.5 INFORMATIONAL SUBMITTALS 31 A. Welding certificates. 32 B. Mill test reports for structural-steel materials, including chemical and physical properties. 33 C. Source quality-control reports. 34 D. Field quality-control reports. 35 05 12 00 STRUCTURAL STEEL FRAMING MBR SYSTEM Page 2 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1.6 QUALITY ASSURANCE 1 A. Fabricator Qualifications: A qualified fabricator that participates in the AISC Quality 2 Certification Program and is designated an AISC-Certified Plant, Category BU or is accredited 3 by the IAS Fabricator Inspection Program for Structural Steel (Acceptance Criteria 172). 4 B. Installer Qualifications: A qualified Installer who participates in the AISC Quality Certification 5 Program and is designated an AISC-Certified Erector, Category CSE. 6 C. Welding Qualifications: Qualify procedures and personnel in accordance with 7 AWS D1.1/D1.1M. 8 PART 2 - PRODUCTS 9 2.1 PERFORMANCE REQUIREMENTS 10 A. Comply with applicable provisions of the following specifications and documents: 11 1. ANSI/AISC 303. 12 2. ANSI/AISC 360. 13 3. RCSC's "Specification for Structural Joints Using High-Strength Bolts." 14 B. Connection Design Information: 15 1. Option 1: Connection designs have been completed and connections indicated on the 16 Drawings. 17 2.2 STRUCTURAL-STEEL MATERIALS 18 A. W-Shapes: ASTM A992/A992M or ASTM A572/A572M, Grade 50. 19 B. Channels, Angles-Shapes: ASTM A36/A36M. 20 C. Plate and Bar: ASTM A36/A36M. 21 D. Stainless Steel Bars and Hot-Rolled Shapes: ASTM A276/A276M, Type 316L, Grade 30. 22 E. Cold-Formed Hollow Structural Sections: ASTM A500/A500M, Grade C structural tubing. 23 F. Steel Pipe: ASTM A53/A53M, Type E or Type S, Grade B. 24 G. Welding Electrodes: Comply with AWS requirements. 25 2.3 BOLTS AND CONNECTORS 26 A. High-Strength A325 Bolts, Nuts, and Washers: ASTM F3125/F3125M, Grade A325 27 (Grade A325M), Type 1, heavy-hex steel structural bolts; ASTM A563, Grade DH 28 (ASTM A563M, Class 10S), heavy-hex carbon-steel nuts; and ASTM F436/F436M, Type 1, 29 hardened carbon-steel washers; all with plain finish. 30 1. Direct-Tension Indicators: ASTM F959/F959M, Type 325-1 (Type 8.8-1), compressible-31 washer type with plain finish. 32 B. Zinc-Coated High-Strength A325 Bolts, Nuts, and Washers: ASTM F3125/F3125M, 33 Grade A325 (Grade A325M), Type 1, heavy-hex steel structural bolts; ASTM A563, 34 Grade DH (ASTM A563M, Class 10S), heavy-hex carbon-steel nuts; and 35 ASTM F436/F436M, Type 1, hardened carbon-steel washers. 36 1. Finish: Hot-dip or mechanically deposited zinc coating. 37 05 12 00 STRUCTURAL STEEL FRAMING MBR SYSTEM Page 3 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 2. Direct-Tension Indicators: ASTM F959/F959M, Type 325-1 (Type 8.8-1), compressible-1 washer type with mechanically deposited zinc coating finish. 2 C. Shear Stud Connectors: ASTM A108, AISI C-1015 through C-1020, headed-stud type, cold-3 finished carbon steel; AWS D1.1/D1.1M, Type B. 4 2.4 RODS 5 A. Headed Anchor Rods: ASTM F1554, Grade 36, straight. 6 1. Finish: Hot-dip zinc coating, ASTM A153/A153M, Class C or Mechanically deposited zinc 7 coating, ASTM B695, Class 50. 8 B. Threaded Rods: ASTM A36/A36M. 9 1. Finish: Hot-dip zinc coating, ASTM A153/A153M, Class C or Mechanically deposited zinc 10 coating, ASTM B695, Class 50. 11 2.5 FORGED-STEEL STRUCTURAL HARDWARE 12 A. Clevises and Turnbuckles: Made from cold-finished carbon-steel bars, ASTM A108, 13 AISI C-1035. 14 2.6 PRIMER 15 A. Steel Primer: 16 1. Comply with Section 099113 "Exterior Painting" and Section 099123 "Interior Painting." 17 2. SSPC-Paint 23, latex primer. 18 3. Fabricator's standard lead- and chromate-free, nonasphaltic, rust-inhibiting primer 19 complying with MPI#79 and compatible with topcoat. 20 B. Galvanized-Steel Primer: MPI#26. 21 1. Etching Cleaner: MPI#25, for galvanized steel. 22 2. Galvanizing Repair Paint: MPI#18, MPI#19, or SSPC-Paint 20. 23 2.7 SHRINKAGE-RESISTANT GROUT 24 A. Nonmetallic, Shrinkage-Resistant Grout: ASTM C1107/C1107M, factory-packaged, 25 nonmetallic aggregate grout, noncorrosive and nonstaining, mixed with water to consistency 26 suitable for application and a 30-minute working time. 27 2.8 FABRICATION 28 A. Structural Steel: Fabricate and assemble in shop to greatest extent possible. Fabricate in 29 accordance with ANSI/AISC 303 and to ANSI/AISC 360. 30 B. Shear Stud Connectors: Prepare steel surfaces as recommended by manufacturer of shear 31 connectors. Weld using automatic end welding of headed-stud shear connectors in accordance 32 with AWS D1.1/D1.1M and manufacturer's written instructions. 33 2.9 SHOP CONNECTIONS 34 A. High-Strength Bolts: Shop install high-strength bolts in accordance with RCSC's "Specification 35 for Structural Joints Using High-Strength Bolts" for type of bolt and type of joint specified. 36 1. Joint Type: Snug tightened. 37 B. Weld Connections: Comply with AWS D1.1/D1.1M for tolerances, appearances, welding 38 procedure specifications, weld quality, and methods used in correcting welding work. 39 05 12 00 STRUCTURAL STEEL FRAMING MBR SYSTEM Page 4 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 2.10 GALVANIZING 1 A. Hot-Dip Galvanized Finish: Apply zinc coating by the hot-dip process to structural steel in 2 accordance with ASTM A123/A123M. 3 1. Fill vent and drain holes that are exposed in the finished Work unless they function as weep 4 holes, by plugging with zinc solder and filing off smooth. 5 2.11 SHOP PRIMING 6 A. Shop prime steel surfaces, except the following: 7 1. Surfaces embedded in concrete or mortar. Extend priming of partially embedded members 8 to a depth of 2 inches. 9 2. Surfaces to be field welded. 10 3. Surfaces of high-strength bolted, slip-critical connections. 11 4. Surfaces to receive sprayed fire-resistive materials (applied fireproofing). 12 5. Galvanized surfaces unless indicated to be painted. 13 6. Surfaces enclosed in interior construction. 14 B. Surface Preparation of Steel: Clean surfaces to be painted. Remove loose rust and mill scale 15 and spatter, slag, or flux deposits. Prepare surfaces in accordance with the following 16 specifications and standards: 17 1. SSPC-SP 2. 18 2. SSPC-SP 3. 19 3. SSPC-SP 7 (WAB)/NACE WAB-4. 20 4. SSPC-SP 6 (WAB)/NACE WAB-3. 21 C. Surface Preparation of Galvanized Steel: Prepare galvanized-steel surfaces for shop priming by 22 thoroughly cleaning steel of grease, dirt, oil, flux, and other foreign matter, and treating with 23 etching cleaner or in accordance with SSPC-SP 16. 24 D. Priming: Immediately after surface preparation, apply primer in accordance with manufacturer's 25 written instructions and at rate recommended by SSPC to provide a minimum dry film 26 thickness of 1.5 mils. Use priming methods that result in full coverage of joints, corners, edges, 27 and exposed surfaces. 28 2.12 SOURCE QUALITY CONTROL 29 A. Testing Agency: Owner will engage a qualified testing agency to perform shop tests and 30 inspections. 31 1. Allow testing agency access to places where structural -steel work is being fabricated or 32 produced to perform tests and inspections. 33 2. Bolted Connections: Inspect shop-bolted connections in accordance with RCSC's 34 "Specification for Structural Joints Using High-Strength Bolts." 35 3. Welded Connections: Visually inspect shop-welded connections in accordance with 36 AWS D1.1/D1.1M and the following inspection procedures, at testing agency's option: 37 a. Liquid Penetrant Inspection: ASTM E165/E165M. 38 b. Magnetic Particle Inspection: ASTM E709; performed on root pass and on finished 39 weld. Cracks or zones of incomplete fusion or penetration are not accepted. 40 c. Ultrasonic Inspection: ASTM E164. 41 d. Radiographic Inspection: ASTM E94/E94M. 42 05 12 00 STRUCTURAL STEEL FRAMING MBR SYSTEM Page 5 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 4. In addition to visual inspection, test and inspect shop-welded shear stud connectors in 1 accordance with requirements in AWS D1.1/D1.1M. 2 5. Prepare test and inspection reports. 3 PART 3 - EXECUTION 4 3.1 EXAMINATION 5 A. Verify, with certified steel erector present, elevations of concrete- and masonry-bearing 6 surfaces and locations of anchor rods, bearing plates, and other embedments for compliance 7 with requirements. 8 B. Proceed with installation only after unsatisfactory conditions have been corrected. 9 3.2 ERECTION 10 A. Set structural steel accurately in locations and to elevations indicated and in accordance with 11 ANSI/AISC 303 and ANSI/AISC 360. 12 B. Baseplates, Bearing Plates, and Leveling Plates: Clean concrete- and masonry-bearing surfaces 13 of bond-reducing materials, and roughen surfaces prior to setting plates. Clean bottom surface 14 of plates. 15 1. Set plates for structural members on wedges, shims, or setting nuts as required. 16 2. Weld plate washers to top of baseplate. 17 3. Snug-tighten anchor rods after supported members have been positioned and plumbed. Do 18 not remove wedges or shims but, if protruding, cut off flush with edge of plate before 19 packing with grout. 20 4. Promptly pack shrinkage-resistant grout solidly between bearing surfaces and plates, so no 21 voids remain. Neatly finish exposed surfaces; protect grout and allow to cure. Comply with 22 manufacturer's written installation instructions for grouting. 23 C. Maintain erection tolerances of structural steel within ANSI/AISC 303. 24 3.3 FIELD CONNECTIONS 25 A. High-Strength Bolts: Install high-strength bolts in accordance with RCSC's "Specification for 26 Structural Joints Using High-Strength Bolts" for bolt and joint type specified. 27 1. Joint Type: Snug tightened. 28 B. Weld Connections: Comply with AWS D1.1/D1.1M for tolerances, appearances, welding 29 procedure specifications, weld quality, and methods used in correcting welding work. 30 1. Comply with ANSI/AISC 303 and ANSI/AISC 360 for bearing, alignment, adequacy of 31 temporary connections, and removal of paint on surfaces adjacent to field welds. 32 3.4 FIELD QUALITY CONTROL 33 A. Special Inspections: Owner will engage a special inspector to perform the following special 34 inspections: 35 1. Verify structural-steel materials and inspect steel frame joint details. 36 2. Verify weld materials and inspect welds. 37 3. Verify connection materials and inspect high-strength bolted connections. 38 B. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections. 39 05 12 00 STRUCTURAL STEEL FRAMING MBR SYSTEM Page 6 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1. Bolted Connections: Inspect bolted connections in accordance with RCSC's "Specification 1 for Structural Joints Using High-Strength Bolts." 2 2. Welded Connections: Visually inspect field welds in accordance with AWS D1.1/D1.1M. 3 a. In addition to visual inspection, test and inspect field welds in accordance with 4 AWS D1.1/D1.1M and the following inspection procedures, at testing agency's option: 5 1) Liquid Penetrant Inspection: ASTM E165/E165M. 6 2) Magnetic Particle Inspection: ASTM E709; performed on root pass and on finished 7 weld. Cracks or zones of incomplete fusion or penetration are not accepted. 8 3) Ultrasonic Inspection: ASTM E164. 9 4) Radiographic Inspection: ASTM E94/E94M. 10 END OF SECTION 11 05 50 00 METAL FABRICATIONS MBR SYSTEM Page 1 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 05 50 00 1 METAL FABRICATIONS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Miscellaneous steel framing and supports. 6 2. Metal ladders. 7 3. Ladder safety cages. 8 4. Miscellaneous steel trim. 9 5. Metal bollards. 10 6. Loose bearing and leveling plates. 11 B. Products furnished, but not installed, under this Section include the following: 12 1. Anchor bolts, steel pipe sleeves, slotted-channel inserts, and wedge-type inserts indicated to 13 be cast into concrete or built into unit masonry. 14 2. Steel weld plates and angles for casting into concrete. 15 1.2 ACTION SUBMITTALS 16 A. Product Data: For the following: 17 1. Nonslip aggregates and nonslip-aggregate surface finishes. 18 2. Fasteners. 19 3. Shop primers. 20 4. Shrinkage-resisting grout. 21 5. Slotted channel framing. 22 6. Manufactured metal ladders. 23 7. Ladder safety cages. 24 8. Metal bollards. 25 B. Shop Drawings: Show fabrication and installation details. Include plans, elevations, sections, 26 and details of metal fabrications and their connections. Show anchorage and accessory items. 27 C. Delegated-Design Submittal: For ladders, including analysis data signed and sealed by the 28 qualified professional engineer responsible for their preparation. 29 PART 2 - PRODUCTS 30 2.1 PERFORMANCE REQUIREMENTS 31 A. Retain "Delegated Design" Paragraph below if Contractor is required to assume responsibility 32 for design. 33 B. Delegated Design: Engage a qualified professional engineer, as defined in Section 014000 34 "Quality Requirements," to design ladders. 35 05 50 00 METAL FABRICATIONS MBR SYSTEM Page 2 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 C. Structural Performance of Aluminum Ladders: Ladders shall withstand the effects of loads and 1 stresses within limits and under conditions specified in ANSI A14.3. 2 2.2 METALS 3 A. Metal Surfaces, General: Provide materials with smooth, flat surfaces unless otherwise 4 indicated. For metal fabrications exposed to view in the completed Work, provide materials 5 without seam marks, roller marks, rolled trade names, or blemishes. 6 B. Steel Plates, Shapes, and Bars: ASTM A36/A36M. 7 C. Stainless Steel Bars and Shapes: ASTM A276/A276M, Type 316L. 8 D. Steel Tubing: ASTM A500/A500M, cold-formed steel tubing. 9 E. Steel Pipe: ASTM A53/A53M, Standard Weight (Schedule 40) unless otherwise indicated. 10 F. "Slotted Channel Framing" Paragraph below describes typical component of metal channel 11 framing systems such as that manufactured by Unistrut. 12 G. Slotted Channel Framing: Cold-formed metal box channels (struts) complying with MFMA-4. 13 1. Size of Channels: 1-5/8 by 1-5/8 inches. 14 2. Material: Galvanized steel, ASTM A653/A653M, structural steel, Grade 33, with G90 15 (Z275) coating; 0.079-inch nominal thickness. 16 H. Cast Iron: Either gray iron, ASTM A48/A48M, or malleable iron, ASTM A47/A47M, unless 17 otherwise indicated. 18 I. Aluminum Extrusions: ASTM B221, Alloy 6063-T6. 19 J. Aluminum-Alloy Rolled Tread Plate: ASTM B632/B632M, Alloy 6061-T6. 20 K. Aluminum Castings: ASTM B26/B26M, Alloy 443.0-F. 21 L. Bronze Extrusions: ASTM B455, Alloy UNS No. C38500 (extruded architectural bronze). 22 M. Bronze Castings: ASTM B584, Alloy UNS No. C83600 (leaded red brass) or UNS No. C84400 23 (leaded semired brass). 24 N. Nickel Silver Castings: ASTM B584, Alloy UNS No. C97600 (20 percent leaded nickel 25 bronze). 26 2.3 FASTENERS 27 A. General: Unless otherwise indicated, provide Type 316 stainless steel fasteners for exterior use 28 and zinc-plated fasteners with coating complying with ASTM B633 or ASTM F1941/F1941M, 29 Class Fe/Zn 5, at exterior walls. Select fasteners for type, grade, and class required. 30 1. Provide stainless steel fasteners for fastening aluminum, or stainless steel. 31 2. Provide bronze fasteners for fastening bronze. 32 B. Cast-in-Place Anchors in Concrete: Either threaded or wedge type unless otherwise indicated; 33 galvanized ferrous castings, either ASTM A47/A47M malleable iron or ASTM A27/A27M cast 34 steel. Provide bolts, washers, and shims as needed, all hot-dip galvanized per 35 ASTM F2329/F2329M. 36 C. Post-Installed Anchors: chemical anchors. 37 1. Material for Interior Locations: Carbon-steel components zinc plated to comply with 38 ASTM B633 or ASTM F1941/F1941M, Class Fe/Zn 5, unless otherwise indicated. 39 05 50 00 METAL FABRICATIONS MBR SYSTEM Page 3 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 2. Material for Exterior Locations and Where Stainless Steel Is Indicated: Alloy Group 1 1 stainless steel bolts, ASTM F593, and nuts, ASTM F594. 2 D. Slotted-Channel Inserts: Cold-formed, hot-dip galvanized-steel box channels (struts) complying 3 with MFMA-4, 1-5/8 by 7/8 inches by length indicated with anchor straps or studs not less than 4 3 inches long at not more than 8 inches o.c. Provide with temporary filler and tee -head bolts, 5 complete with washers and nuts, all zinc-plated to comply with ASTM B633, Class Fe/Zn 5, as 6 needed for fastening to inserts. 7 2.4 MISCELLANEOUS MATERIALS 8 A. Shop Primers: Provide primers that comply with Section 099113 "Exterior Painting." or 9 section 099123 "Interior Painting. 10 B. Universal Shop Primer: Fast-curing, lead- and chromate-free, universal modified-alkyd primer 11 complying with MPI#79 and compatible with topcoat. 12 1. Use primer containing pigments that make it easily distinguishable from zinc-rich primer. 13 C. Water-Based Primer: Emulsion type, anticorrosive primer for mildly corrosive environments 14 that is resistant to flash rusting when applied to cleaned steel, complying with MPI#107 and 15 compatible with topcoat. 16 D. Epoxy Zinc-Rich Primer: Complying with MPI#20 and compatible with topcoat. 17 E. Shop Primer for Galvanized Steel: Primer formulated for exterior use over zinc-coated metal 18 and compatible with finish paint systems indicated. 19 F. Galvanizing Repair Paint: High-zinc-dust-content paint complying with SSPC-Paint 20 and 20 compatible with paints specified to be used over it. 21 G. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D1187/D1187M. 22 H. Shrinkage-Resistant Grout: Factory-packaged, nonmetallic, nonstaining, noncorrosive, 23 nongaseous grout complying with ASTM C1107/C1107M. Provide grout specifically 24 recommended by manufacturer for interior and exterior applications. 25 I. Concrete: Comply with requirements in Section 033000 "Cast-in-Place Concrete" for normal-26 weight, air-entrained concrete with a minimum 28-day compressive strength of 3000 psi. 27 2.5 FABRICATION, GENERAL 28 A. Shop Assembly: Preassemble items in the shop to greatest extent possible. Disassemble units 29 only as necessary for shipping and handling limitations. Use connections that maintain 30 structural value of joined pieces. Clearly mark units for reassembly and coordinated 31 installation. 32 B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of 33 approximately 1/32 inch unless otherwise indicated. Remove sharp or rough areas on exposed 34 surfaces. 35 C. Form bent-metal corners to smallest radius possible without causing grain separation or 36 otherwise impairing work. 37 D. Form exposed work with accurate angles and surfaces and straight edges. 38 E. Weld corners and seams continuously to comply with the following: 39 1. Use materials and methods that minimize distortion and develop strength and corrosion 40 resistance of base metals. 41 05 50 00 METAL FABRICATIONS MBR SYSTEM Page 4 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 2. Obtain fusion without undercut or overlap. 1 3. Remove welding flux immediately. 2 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no 3 roughness shows after finishing. 4 F. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners or 5 welds where possible. Where exposed fasteners are required, use Phillips flat-head 6 (countersunk) fasteners unless otherwise indicated. Locate joints where least conspicuous. 7 G. Fabricate seams and other connections that are exposed to weather in a manner to exclude 8 water. Provide weep holes where water may accumulate. 9 H. Where units are indicated to be cast into concrete or built into masonry, equip with integrally 10 welded steel strap anchors, not less than 8 inches from ends and corners of units and 24 inches 11 o.c. 12 2.6 MISCELLANEOUS FRAMING AND SUPPORTS 13 A. Fabricate units from steel shapes, plates, and bars of welded construction unless otherwise 14 indicated. Fabricate to sizes, shapes, and profiles indicated and as necessary to receive adjacent 15 construction. 16 2.7 METAL LADDERS 17 A. General: 18 1. ANSI A14.3 specifies minimum design requirements for ladders and safety cages. 19 2. Comply with ANSI A14.3. 20 B. Aluminum Ladders: 21 1. Space siderails 16 inches apart unless otherwise indicated. 22 2. Siderails: Continuous extruded-aluminum channels or tubes, not less than 2-1/2 inches 23 deep, 3/4 inch wide, and 1/8 inch thick. 24 3. Rungs: Extruded-aluminum tubes, not less than 3/4 inch deep and not less than 1/8 inch 25 thick, with ribbed tread surfaces. 26 2.8 LADDER SAFETY CAGES 27 A. Fabricate ladder safety cages to comply with ANSI A14.3. Assemble by welding or with 28 stainless steel fasteners. 29 B. Provide primary hoops at tops and bottoms of cages and spaced not more than 20 feet o.c. 30 Provide secondary intermediate hoops spaced not more than 48 inches o.c. between primary 31 hoops. 32 C. Galvanize ladder safety cages, including brackets and fasteners. 33 1. Prime ladder safety cages, including brackets and fasteners, with zinc-rich primer. 34 2.9 MISCELLANEOUS STEEL TRIM 35 A. Unless otherwise indicated, fabricate units from steel shapes, plates, and bars of profiles shown 36 with continuously welded joints and smooth exposed edges. Miter corners and use concealed 37 field splices where possible. 38 B. Provide cutouts, fittings, and anchorages as needed to coordinate assembly and installation with 39 other work. 40 05 50 00 METAL FABRICATIONS MBR SYSTEM Page 5 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1. Provide with integrally welded steel strap anchors for embedding in concrete or masonry 1 construction. 2 C. Galvanize exterior miscellaneous steel trim. 3 2.10 METAL BOLLARDS 4 A. Fabricate metal bollards from Schedule 80 steel pipe. 5 1. Cap bollards with 1/4-inch- thick steel. 6 B. Fabricate bollards with 3/8-inch- thick, steel baseplates for bolting to concrete slab. Drill 7 baseplates at all four corners for 3/4-inch anchor bolts. 8 C. Fabricate sleeves for bollard anchorage from steel or stainless steel pipe with 1/4-inch- thick, 9 steel or stainless steel plate welded to bottom of sleeve. Make sleeves not less than 8 inches 10 deep and 3/4 inch larger than OD of bollard. 11 D. Prime steel bollards with zinc-rich primer. 12 2.11 LOOSE BEARING AND LEVELING PLATES 13 A. Provide loose bearing and leveling plates for steel items bearing on masonry or concrete 14 construction. Drill plates to receive anchor bolts and for grouting. 15 B. Galvanize bearing and leveling plates. 16 C. Prime plates with zinc-rich primer. 17 2.12 STEEL WELD PLATES AND ANGLES 18 A. Provide steel weld plates and angles not specified in other Sections, for items supported from 19 concrete construction as needed to complete the Work. Provide each unit with no fewer than 20 two integrally welded steel strap anchors for embedding in concrete. 21 2.13 GENERAL FINISH REQUIREMENTS 22 A. Finish metal fabrications after assembly. 23 2.14 STEEL AND IRON FINISHES 24 A. Galvanizing: Hot-dip galvanize items as indicated to comply with ASTM A153/A153M for 25 steel and iron hardware and with ASTM A123/A123M for other steel and iron products. 26 1. Do not quench or apply post galvanizing treatments that might interfere with paint 27 adhesion. 28 B. Shop prime iron and steel items unless they are to be embedded in concrete, sprayed-on 29 fireproofing, or masonry, or unless otherwise indicated. 30 1. Shop prime with universal shop primer. 31 C. Preparation for Shop Priming: Prepare surfaces to comply with SSPC-SP 6/NACE No. 3, 32 "Commercial Blast Cleaning." 33 D. Shop Priming: Apply shop primer to comply with SSPC-PA 1, "Paint Application Specification 34 No. 1: Shop, Field, and Maintenance Painting of Steel," for shop painting. 35 05 50 00 METAL FABRICATIONS MBR SYSTEM Page 6 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 PART 3 - EXECUTION 1 3.1 INSTALLATION, GENERAL 2 A. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing 3 metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with 4 edges and surfaces level, plumb, true, and free of rack; and measured from established lines and 5 levels. 6 B. Fit exposed connections accurately together to form hairline joints. Weld connections that are 7 not to be left as exposed joints but cannot be shop welded because of shipping size limitations. 8 Do not weld, cut, or abrade surfaces of exterior units that have been hot-dip galvanized after 9 fabrication and are for bolted or screwed field connections. 10 C. Field Welding: Comply with the following requirements: 11 1. Use materials and methods that minimize distortion and develop strength and corrosion 12 resistance of base metals. 13 2. Obtain fusion without undercut or overlap. 14 3. Remove welding flux immediately. 15 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no 16 roughness shows after finishing and contour of welded surface matches that of adjacent 17 surface. 18 D. Fastening to In-Place Construction: Provide anchorage devices and fasteners where metal 19 fabrications are required to be fastened to in-place construction. Provide threaded fasteners for 20 use with concrete and masonry inserts, toggle bolts, through bolts, lag screws, wood screws, 21 and other connectors. 22 E. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, 23 masonry, or similar construction. 24 3.2 INSTALLATION OF MISCELLANEOUS FRAMING AND SUPPORTS 25 A. Install framing and supports to comply with requirements of items being supported, including 26 manufacturers' written instructions and requirements indicated on Shop Drawings. 27 B. Anchor supports for overhead doors securely to, and rigidly brace from, building structure. 28 C. Support steel girders on solid grouted masonry, concrete, or steel pipe columns. Secure girders 29 with anchor bolts embedded in grouted masonry or concrete or with bolts through top plates of 30 pipe columns. 31 3.3 INSTALLATION OF METAL BOLLARDS 32 A. Fill metal-capped bollards solidly with concrete and allow concrete to cure seven days before 33 installing. 34 B. Anchor bollards to existing construction with anchor bolts. Provide four 3/4-inch bolts at each 35 bollard unless otherwise indicated. 36 1. Embed anchor bolts at least 4 inches in concrete. 37 C. Anchor bollards in concrete with pipe sleeves preset and anchored into concrete. Fill annular 38 space around bollard solidly with shrinkage-resistant grout; mixed and placed to comply with 39 grout manufacturer's written instructions. Slope grout up approximately 1/8 inch toward 40 bollard. 41 05 50 00 METAL FABRICATIONS MBR SYSTEM Page 7 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 D. Anchor bollards in place with concrete footings. Center and align bollards in holes 3 inches 1 above bottom of excavation. Place concrete and vibrate or tamp for consolidation. Support and 2 brace bollards in position until concrete has cured. 3 E. Fill bollards solidly with concrete, mounding top surface to shed water. 4 3.4 INSTALLATION OF BEARING AND LEVELING PLATES 5 A. Clean concrete and masonry bearing surfaces of bond-reducing materials, and roughen to 6 improve bond to surfaces. Clean bottom surface of plates. 7 B. Set bearing and leveling plates on wedges, shims, or leveling nuts. After bearing members have 8 been positioned and plumbed, tighten anchor bolts. Do not remove wedges or shims but, if 9 protruding, cut off flush with edge of bearing plate before packing with shrinkage-resistant 10 grout. Pack grout solidly between bearing surfaces and plates to ensure that no voids remain. 11 3.5 REPAIRS 12 A. Touchup Painting: 13 1. Immediately after erection, clean field welds, bolted connections, and abraded areas. Paint 14 uncoated and abraded areas with same material as used for shop painting to comply with 15 SSPC-PA 1 for touching up shop-painted surfaces. 16 B. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair 17 galvanizing to comply with ASTM A780/A780M. 18 END OF SECTION 19 05 53 13 BAR GRATINGS MBR SYSTEM Page 1 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 05 53 13 1 BAR GRATINGS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section includes metal bar gratings. 5 1.2 ACTION SUBMITTALS 6 A. Product Data: For the following: 7 1. Clips and anchorage devices for gratings. 8 2. Paint products. 9 B. Shop Drawings: Include plans, sections, details, and attachments to other work. 10 C. Delegated-Design Submittal: For gratings, including manufacturers' published load tables and 11 analysis data signed and sealed by the qualified professional engineer responsible for their 12 preparation. 13 PART 2 - PRODUCTS 14 2.1 PERFORMANCE REQUIREMENTS 15 A. Delegated Design: Engage a qualified professional engineer, as defined in Section 014000 16 "Quality Requirements," to design gratings. 17 B. Structural Performance: Gratings shall withstand the effects of gravity loads and the following 18 loads and stresses within limits and under conditions indicated: 19 1. Floors: Uniform load of 100 lbf/sq. ft. or concentrated load of 2000 lbf, whichever 20 produces the greater stress. 21 2. Limit deflection to L/360 or 1/4 inch, whichever is less. 22 2.2 METAL BAR GRATINGS 23 A. Metal Bar Grating Standards: Comply with NAAMM MBG 531, "Metal Bar Grating 24 Manual" and NAAMM MBG 532, "Heavy-Duty Metal Bar Grating Manual." 25 B. Pressure-Locked, Rectangular-Bar Aluminum Grating: Fabricated by swaging crossbars 26 between bearing bars. 27 1. Bearing Bar Spacing: 1-3/16 inches o.c.; As required to comply with structural 28 performance requirements 29 2. Bearing Bar Depth: 2 inches; As required to comply with structural performance 30 requirements. 31 3. Bearing Bar Thickness: 3/16 inch; As required to comply with structural performance 32 requirements. 33 4. Crossbar Spacing: 4 inches o.c. 34 5. Traffic Surface: Applied abrasive finish consisting of aluminum-oxide aggregate in an 35 epoxy-resin adhesive. 36 05 53 13 BAR GRATINGS MBR SYSTEM Page 2 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 6. Aluminum Finish: Class I, clear, anodized finish. 1 2.3 FERROUS METALS 2 A. Stainless-Steel Sheet, Strip, Plate, and Flat Bars: ASTM A240 Type 316L. 3 B. Stainless-Steel Bars and Shapes: ASTM A276, Type 316L. 4 2.4 ALUMINUM 5 A. General: Provide alloy and temper recommended by aluminum producer for type of use 6 indicated, with not less than the strength and durability properties of alloy, and temper 7 designated below for each aluminum form required. 8 B. Extruded Bars and Shapes: ASTM B221, alloys as follows: 9 1. 6061-T6 or 6063-T6, for bearing bars of gratings and shapes. 10 2. 6061-T1, for grating crossbars. 11 2.5 FASTENERS 12 A. General: Unless otherwise indicated, provide Type 316 stainless-steel fasteners for exterior use 13 and zinc-plated fasteners with coating complying with ASTM B633 or ASTM F1941, 14 Class Fe/Zn 5, at exterior walls. Select fasteners for type, grade, and class required. 15 1. Provide stainless-steel fasteners for fastening aluminum. 16 B. Post-Installed Anchors: chemical anchors capable of sustaining, without failure, a load equal to 17 six times the load imposed when installed in unit masonry and four times the load imposed 18 when installed in concrete, as determined by testing according to ASTM E488/E488M, 19 conducted by a qualified independent testing agency. 20 2.6 MISCELLANEOUS MATERIALS 21 A. Universal Shop Primer: Fast-curing, lead- and chromate-free, universal modified-alkyd primer 22 complying with MPI#79 and compatible with topcoat. 23 B. Galvanizing Repair Paint: High-zinc-dust-content paint complying with SSPC-Paint 20 and 24 compatible with paints specified to be used over it. 25 C. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D1187/D1187M. 26 2.7 FABRICATION 27 A. Cut, drill, and punch material cleanly and accurately. Remove burrs and ease edges to a radius 28 of approximately 1/32 inch unless otherwise indicated. Remove sharp or rough areas on 29 exposed surfaces. 30 B. Fit exposed connections accurately together to form hairline joints. 31 2.8 GRATING FRAMES AND SUPPORTS 32 A. Fabricate from metal shapes, plates, and bars of welded construction to sizes, shapes, and 33 profiles indicated and as necessary to receive gratings. Miter and weld connections for 34 perimeter angle frames. Cut, drill, and tap units to receive hardware and similar items. 35 1. Unless otherwise indicated, fabricate from stainless steel. 36 2. Equip units indicated to be cast into concrete or built into masonry with integrally welded 37 anchors. Unless otherwise indicated, space anchors 24 inches o.c. and provide minimum 38 anchor units in the form of steel straps 1-1/4 inches wide by 1/4 inch thick by 8 inches long. 39 05 53 13 BAR GRATINGS MBR SYSTEM Page 3 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 2.9 ALUMINUM FINISHES 1 A. Clear Anodic Finish: AAMA 611, AA-M12C22A41, Class I. 2 2.10 STEEL FINISHES 3 A. Finish gratings, frames, and supports after assembly. 4 B. Shop prime gratings, frames, and supports unless otherwise indicated. 5 C. Preparation for Shop Priming: Prepare surfaces to comply with SSPC-SP 6/NACE No. 3, 6 "Commercial Blast Cleaning." 7 D. Shop Priming: Apply shop primer to comply with SSPC-PA 1, "Paint Application Specification 8 No. 1: Shop, Field, and Maintenance Painting of Steel," for shop painting. 9 PART 3 - EXECUTION 10 3.1 INSTALLATION, GENERAL 11 A. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing 12 gratings. Set units accurately in location, alignment, and elevation; measured from established 13 lines and levels and free of rack. 14 B. Fit exposed connections accurately together to form hairline joints. 15 1. Weld connections that are not to be left as exposed joints but cannot be shop welded 16 because of shipping size limitations. Do not weld, cut, or abrade the surfaces of exterior 17 units that have been hot-dip galvanized after fabrication and are for bolted or screwed field 18 connections. 19 C. Attach toeplates to gratings by welding at locations indicated. 20 D. Corrosion Protection: Coat concealed surfaces of aluminum that will come into contact with 21 grout, concrete, masonry, wood, or dissimilar metals, with a heavy coat of bituminous paint. 22 3.2 INSTALLING METAL BAR GRATINGS 23 A. General: Install gratings to comply with recommendations of referenced metal bar grating 24 standards that apply to grating types and bar sizes indicated, including installation clearances 25 and standard anchoring details. 26 B. Attach removable units to supporting members with type and size of clips and fasteners 27 indicated or, if not indicated, as recommended by grating manufacturer for type of installation 28 conditions shown. 29 C. Attach nonremovable units to supporting members by welding where both materials are same; 30 otherwise, fasten by bolting as indicated above. 31 3.3 ADJUSTING AND CLEANING 32 A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and 33 abraded areas of shop paint and paint exposed areas with same material as used for shop 34 painting to comply with SSPC-PA 1 requirements for touching up shop-painted surfaces. 35 B. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair 36 galvanizing to comply with ASTM A780/A780M. 37 05 53 13 BAR GRATINGS MBR SYSTEM Page 4 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 END OF SECTION 1 2 3 4 5 6 7 06 10 00 - 1 ROUGH CARPENTRY Page 1 of 5 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 06 10 00 ROUGH CARPENTRY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Framing with dimension lumber. 2. Wood blocking, cants, and nailers. 3. Plywood backing panels. 1.2 ACTION SUBMITTALS A. Product Data: For each type of process and factory-fabricated product. 1.3 INFORMATIONAL SUBMITTALS A. Material Certificates: For dimension lumber specified to comply with minimum allowable unit stresses. Indicate species and grade selected for each use and design values approved by the ALSC Board of Review. B. Evaluation Reports: For the following, from ICC-ES: 1. Wood-preservative-treated wood. 2. Fire-retardant-treated wood. 3. Engineered wood products. 4. Shear panels. 5. Power-driven fasteners. 6. Post-installed anchors. 7. Metal framing anchors. PART 2 - PRODUCTS 2.1 WOOD PRODUCTS, GENERAL A. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency is indicated, comply with the applicable rules of any rules-writing agency certified by the ALSC Board of Review. Grade lumber by an agency certified by the ALSC Board of Review to inspect and grade lumber under the rules indicated. 1. Factory mark each piece of lumber with grade stamp of grading agency. 2. For exposed lumber indicated to receive a stained or natural finish, mark grade stamp on end or back of each piece or omit grade stamp and provide certificates of grade compliance issued by grading agency. 3. Dress lumber, S4S, unless otherwise indicated. B. Maximum Moisture Content of Lumber: 19 percent for 2-inch nominal thickness or less; 19 percent for more than 2-inch nominal thickness; unless otherwise indicated. 06 10 00 - 2 ROUGH CARPENTRY Page 2 of 5 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 C. Engineered Wood Products: Acceptable to authorities having jurisdiction and for which current model code research or evaluation reports exist that show compliance with building code in effect for Project. 1. Allowable design stresses, as published by manufacturer, shall meet or exceed those indicated. Manufacturer's published values shall be determined from empirical data or by rational engineering analysis and demonstrated by comprehensive testing performed by a qualified independent testing agency. 2.2 WOOD-PRESERVATIVE-TREATED LUMBER A. Preservative Treatment by Pressure Process: AWPA U1; Use Category UC2 for interior construction not in contact with ground, Use Category UC3b for exterior construction not in contact with ground, and Use Category UC4a for items in contact with ground. 1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no arsenic or chromium. Do not use inorganic boron (SBX) for sill plates. B. Kiln-dry lumber after treatment to a maximum moisture content of 19 percent. Do not use material that is warped or that does not comply with requirements for untreated material. C. Mark lumber with treatment quality mark of an inspection agency approved by the ALSC Board of Review. D. Application: Treat all rough carpentry unless otherwise indicated. 1. Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers, and waterproofing. 2. Wood sills, sleepers, blocking, and similar concealed members in contact with masonry or concrete. 3. Wood framing and furring attached directly to the interior of below-grade exterior masonry or concrete walls. 4. Wood framing members that are less than 18 inches above the ground in crawlspaces or unexcavated areas. 5. Wood floor plates that are installed over concrete slabs-on-grade. 2.3 FIRE-RETARDANT-TREATED MATERIALS A. General: Where fire-retardant-treated materials are indicated, materials shall comply with requirements in this article, that are acceptable to authorities having jurisdiction, and with fire - test-response characteristics specified as determined by testing identical products per test method indicated by a qualified testing agency. B. Fire-Retardant-Treated Lumber and Plywood by Pressure Process: Products with a flame- spread index of 25 or less when tested according to ASTM E84, and with no evidence of significant progressive combustion when the test is extended an additional 20 minutes, and with the flame front not extending more than 10.5 feet beyond the centerline of the burners at any time during the test. 1. Exterior type is suitable for both exterior and interior applications. Interior type is only for interior applications. 2. Exterior Type: Treated materials shall comply with requirements specified above for fire - retardant-treated lumber and plywood by pressure process after being subjected to accelerated weathering according to ASTM D2898. Use for exterior locations and where indicated. 06 10 00 - 3 ROUGH CARPENTRY Page 3 of 5 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 3. Interior Type A: Treated materials shall have a moisture content of 28 percent or less when tested according to ASTM D3201 at 92 percent relative humidity. Use where exterior type is not indicated. C. Kiln-dry lumber after treatment to maximum moisture content of 19 percent. Kiln-dry plywood after treatment to maximum moisture content of 15 percent. D. Identify fire-retardant-treated wood with appropriate classification marking of qualified testing agency. E. Application: Treat items indicated on Drawings, and the following 1. Framing for raised platforms. 2. Framing for stages. 3. Concealed blocking. 4. Framing for non-load-bearing partitions. 5. Framing for non-load-bearing exterior walls. 6. Roof construction. 7. Plywood backing panels. 2.4 DIMENSION LUMBER FRAMING A. Exposed Framing: Hand-select material for uniformity of appearance and freedom from characteristics, on exposed surfaces and edges, that would impair finish appearance, including decay, honeycomb, knot-holes, shake, splits, torn grain, and wane. 1. Species and Grade: As indicated above for load-bearing construction of same type. 2.5 LUMBER A. General: Provide miscellaneous lumber indicated and lumber for support or attachment of other construction, including the following: 1. Blocking. 2. Nailers. 3. Rooftop equipment bases and support curbs. 4. Cants. 5. Furring. 6. Grounds. B. Dimension Lumber Items: Construction or No. 2, Standard, Stud, or No. 3 grade lumber of any species. C. Concealed Boards: 19 percent maximum moisture content and any of the following species and grades: 1. Mixed southern pine or southern pine; No. 2 grade; SPIB. 2. Eastern softwoods; No. 2 Common grade; NeLMA. 3. Northern species; No. 2 Common grade; NLGA. 4. Western woods; Construction or No. 2 Common grade; WCLIB or WWPA. 2.6 FASTENERS A. General: Fasteners shall be of size and type indicated and shall comply with requirements specified in this article for material and manufacture. 06 10 00 - 4 ROUGH CARPENTRY Page 4 of 5 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1. Where rough carpentry is exposed to weather, in ground contact, pressure -preservative treated, or in area of high relative humidity, provide fasteners with hot-dip zinc coating complying with ASTM A153/A153M of Type 304 stainless steel. B. Power-Driven Fasteners: Fastener systems with an evaluation report acceptable to authorities having jurisdiction, based on ICC-ES AC70. C. Post-Installed Anchors: Fastener systems with an evaluation report acceptable to authorities having jurisdiction, based on ICC-ES AC01, ICC-ES AC58, ICC-ES AC193 or ICC-ES AC308 as appropriate for the substrate. 2.7 METAL FRAMING ANCHORS A. Allowable design loads, as published by manufacturer, shall meet or exceed those indicated of basis-of-design products. Manufacturer's published values shall be determined from empirical data or by rational engineering analysis and demonstrated by comprehensive testing performed by a qualified independent testing agency. Framing anchors shall be punched for fasteners adequate to withstand same loads as framing anchors. B. Galvanized-Steel Sheet: Hot-dip, zinc-coated steel sheet complying with ASTM A653/A653M, G60 (Z180) coating designation. 1. Use for interior locations unless otherwise indicated. C. Hot-Dip, Heavy-Galvanized Steel Sheet: ASTM A653/A653M; structural steel (SS), high- strength low-alloy steel Type A (HSLAS Type A), or high-strength low-alloy steel Type B (HSLAS Type B); G185 (Z550) coating designation; and not less than 0.036 inch thick. 1. Use for wood-preservative-treated lumber and where indicated. 2.8 MISCELLANEOUS MATERIALS A. Sill-Sealer Gaskets: Glass-fiber-resilient insulation, fabricated in strip form, for use as a sill sealer; 1-inch nominal thickness, compressible to 1/32 inch; selected from manufacturer's standard widths to suit width of sill members indicated. B. Sill-Sealer Gaskets: Closed-cell neoprene foam, 1/4 inch thick, selected from manufacturer's standard widths to suit width of sill members indicated. C. Flexible Flashing: Composite, self-adhesive, flashing product consisting of a pliable, butyl rubber or rubberized-asphalt compound, bonded to a high-density polyethylene film, aluminum foil, or spunbonded polyolefin to produce an overall thickness of not less than 0.025 inch. D. Adhesives for Gluing Furring and Sleepers to Concrete or Masonry: Formulation complying with ASTM D3498 that is approved for use indicated by adhesive manufacturer. PART 3 - EXECUTION 3.1 INSTALLATION A. Framing Standard: Comply with AF&PA's WCD 1, "Details for Conventional Wood Frame Construction," unless otherwise indicated. B. Framing with Engineered Wood Products: Install engineered wood products to comply with manufacturer's written instructions. C. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry accurately to other construction. Locate nailers, blocking, and similar supports to comply with requirements for attaching other construction. 06 10 00 - 5 ROUGH CARPENTRY Page 5 of 5 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 D. Install shear wall panels to comply with manufacturer's written instructions. E. Install metal framing anchors to comply with manufacturer's written instructions. Install fasteners through each fastener hole. F. Do not splice structural members between supports unless otherwise indicated. G. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative-treated lumber. H. Where wood-preservative-treated lumber is installed adjacent to metal decking, install continuous flexible flashing separator between wood and metal decking. I. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: 1. Table 2304.9.1, "Fastening Schedule," in ICC's International Building Code (IBC). 2. Table R602.3(1), "Fastener Schedule for Structural Members," and Table R602.3(2), "Alternate Attachments," in ICC's International Residential Code for One- and Two- Family Dwellings. 3. ICC-ES evaluation report for fastener. 3.2 PROTECTION A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite protection, inorganic boron-treated wood becomes wet, apply EPA-registered borate treatment. Apply borate solution by spraying to comply with EPA-registered label. B. Protect rough carpentry from weather. If, despite protection, rough carpentry becomes wet enough that moisture content exceeds that specified, apply EPA-registered borate treatment. Apply borate solution by spraying to comply with EPA-registered label. END OF SECTION SECTION 061600 - SHEATHING - 1 SHEATHING Page 1 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 CITY PROJECT NO. 104489-3 SECTION 061600 SHEATHING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Roof sheathing. 1.2 ACTION SUBMITTALS A. Product Data: For each type of process and factory-fabricated product. 1.3 INFORMATIONAL SUBMITTALS A. Evaluation Reports: For the following, from ICC-ES: 1. Wood-preservative-treated plywood. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Fire-Resistance Ratings: As tested according to ASTM E119; testing by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. 1. Fire-Resistance Ratings: Indicated by design designations from UL's "Fire Resistance Directory" or from the listings of another qualified testing agency. 2.2 PRESERVATIVE-TREATED PLYWOOD A. Preservative Treatment by Pressure Process: AWPA U1; Use Category UC3b. B. Mark plywood with appropriate classification marking of an inspection agency acceptable to authorities having jurisdiction. C. Application: Treat all plywood unless otherwise indicated and plywood in contact with masonry or concrete or used with roofing, flashing, vapor barriers, and waterproofing. 2.3 FIRE-RETARDANT-TREATED PLYWOOD A. General: Where fire-retardant-treated materials are indicated, use materials complying with requirements in this article that are acceptable to authorities having jurisdiction and with fire - test-response characteristics specified as determined by testing identical products per test method indicated by a qualified testing agency. B. Fire-Retardant-Treated Plywood by Pressure Process: Products with a flame-spread index of 25 or less when tested according to ASTM E84, and with no evidence of significant progressive combustion when the test is extended an additional 20 minutes, and with the flame front not extending more than 10.5 feet beyond the centerline of the burners at any time during the test. 1. Exterior Type: Treated materials shall comply with requirements specified above for fire- retardant-treated plywood by pressure process after being subjected to accelerated weathering according to ASTM D2898. Use for exterior locations and where indicated. SECTION 061600 - SHEATHING - 2 SHEATHING Page 2 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 CITY PROJECT NO. 104489-3 2. Interior Type A: Treated materials shall have a moisture content of 28 percent or less when tested according to ASTM D3201/D3201M at 92 percent relative humidity. Use where exterior type is not indicated. 3. Design Value Adjustment Factors: Treated lumber plywood shall be tested according to ASTM D5516 and design value adjustment factors shall be calculated according to ASTM D6305. Span ratings after treatment shall be not less than span ratings specified. For roof sheathing and where high-temperature fire-retardant treatment is indicated, span ratings for temperatures up to 170 deg F shall be not less than span ratings specified. 4. Kiln-dry material after treatment to a maximum moisture content of 15 percent. C. Identify fire-retardant-treated plywood with appropriate classification marking of qualified testing agency. D. Application: Treat plywood indicated on Drawings. 2.4 ROOF SHEATHING A. Plywood Sheathing: Per structural drawings. 2.5 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture. 1. For roof sheathing, provide fasteners with hot-dip zinc coating complying with ASTM A153/A153M of Type 304 stainless steel. 2.6 SHEATHING JOINT-AND-PENETRATION TREATMENT MATERIALS A. Sealant for Gypsum Sheathing: Elastomeric, medium-modulus, neutral-curing silicone joint sealant compatible with joint substrates formed by gypsum sheathing and other materials, recommended by sheathing manufacturer for application indicated and complying with requirements for elastomeric sealants specified in Section 079200 "Joint Sealants." B. Sheathing Tape for Foam-Plastic Sheathing: Pressure-sensitive plastic tape recommended by sheathing manufacturer for sealing joints and penetrations in sheathing. 2.7 MISCELLANEOUS MATERIALS A. Adhesives for Field Gluing Panels to Wood Framing: Formulation complying with APA AFG- 01 that is approved for use with type of construction panel indicated by manufacturers of both adhesives and panels. 2.8 INSTALLATION, GENERAL A. Do not use materials with defects that impair quality of sheathing or pieces that are too small to use with minimum number of joints or optimum joint arrangement. Arrange joints so that pieces do not span between fewer than three support members. B. Cut panels at penetrations, edges, and other obstructions of work; fit tightly against abutting construction unless otherwise indicated. C. Securely attach to substrate by fastening as indicated, complying with the following: 1. Table 2304.9.1, "Fastening Schedule," in the ICC's International Building Code. 2. Table R602.3(1), "Fastener Schedule for Structural Members," and Table R602.3(2), "Alternate Attachments," in the ICC's International Residential Code for One- and Two- Family Dwellings. SECTION 061600 - SHEATHING - 3 SHEATHING Page 3 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 CITY PROJECT NO. 104489-3 3. ICC-ES evaluation report for fastener. D. Coordinate roof sheathing installation with flashing and joint-sealant installation so these materials are installed in sequence and manner that prevent exterior moisture from passing through completed assembly. E. Do not bridge building expansion joints; cut and space edges of panels to match spacing of structural support elements. 2.9 WOOD STRUCTURAL PANEL INSTALLATION A. General: Comply with applicable recommendations in APA Form No. E30, "Engineered Wood Construction Guide," for types of structural-use panels and applications indicated. B. Fastening Methods: Fasten panels as indicated below: 1. Roof Sheathing: a. Nail to wood framing. Apply a continuous bead of glue to framing members at edges of wall sheathing panels. b. Screw to cold-formed metal framing. c. Space panels 1/8 inch apart at edges and ends. 2.10 GYPSUM SHEATHING INSTALLATION A. Comply with GA-253 and with manufacturer's written instructions. 1. Fasten gypsum sheathing to wood framing with nails or screws. 2. Fasten gypsum sheathing to cold-formed metal framing with screws. 3. Install panels with a 3/8-inch gap where non-load-bearing construction abuts structural elements. 4. Install panels with a 1/4-inch gap where they abut masonry or similar materials that might retain moisture, to prevent wicking. B. Seal sheathing joints according to sheathing manufacturer's written instructions. 1. Apply elastomeric sealant to joints and fasteners and trowel flat. Apply sufficient amount of sealant to completely cover joints and fasteners after troweling. Seal other penetrations and openings. 2. Apply glass-fiber sheathing tape to glass-mat gypsum sheathing joints and apply and trowel sealant to embed entire face of tape in sealant. Apply sealant to exposed fasteners with a trowel so fasteners are completely covered. Seal other penetrations and openings. 2.11 CEMENTITIOUS BACKER UNIT INSTALLATION A. Install panels and treat joints according to ANSI A108.11 and manufacturer's written instructions for type of application indicated. 2.12 FOAM-PLASTIC SHEATHING INSTALLATION A. Comply with manufacturer's written instructions. B. Foam-Plastic Wall Sheathing: Install vapor-relief strips or equivalent for permitting escape of moisture vapor that otherwise would be trapped in stud cavity behind sheathing. C. Apply sheathing tape to joints between foam-plastic sheathing panels and at items penetrating sheathing. Apply at upstanding flashing to overlap both flashing and sheathing. END OF SECTION SECTION 061753 - SHOP-FABRICATED WOOD TRUSSES - 1 SHOP-FABRICATED WOOD TRUSSES Page 1 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 CITY PROJECT NO. 104489-3 SECTION 061753 SHOP-FABRICATED WOOD TRUSSES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Wood roof trusses. 2. Wood girder trusses. 1.2 ALLOWANCES A. Provide wood truss bracing under the Metal-Plate-Connected Truss Bracing Allowance as specified in Section 012100 "Allowances." 1.3 ACTION SUBMITTALS A. Product Data: For metal-plate connectors, metal truss accessories, and fasteners. B. Shop Drawings: Show fabrication and installation details for trusses. 1. Show location, pitch, span, camber, configuration, and spacing for each type of truss required. 2. Indicate sizes, stress grades, and species of lumber. 3. Indicate locations of permanent bracing required to prevent buckling of individual truss members due to design loads. 4. Indicate locations, sizes, and materials for permanent bracing required to prevent buckling of individual truss members due to design loads. 5. Indicate type, size, material, finish, design values, orientation, and location of metal connector plates. 6. Show splice details and bearing details. C. Delegated-Design Submittal: For metal-plate-connected wood trusses indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 1.4 INFORMATIONAL SUBMITTALS A. Product Certificates: For metal-plate-connected wood trusses, signed by officer of truss- fabricating firm. B. Evaluation Reports: For the following, from ICC-ES: 1. Metal-plate connectors. 2. Metal truss accessories. 1.5 QUALITY ASSURANCE A. Metal Connector-Plate Manufacturer Qualifications: A manufacturer that is a member of TPI and that complies with quality-control procedures in TPI 1 for manufacture of connector plates. 1. Manufacturer's responsibilities include providing professional engineering services needed to assume engineering responsibility. SECTION 061753 - SHOP-FABRICATED WOOD TRUSSES - 2 SHOP-FABRICATED WOOD TRUSSES Page 2 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 CITY PROJECT NO. 104489-3 2. Engineering Responsibility: Preparation of Shop Drawings and comprehensive engineering analysis by a qualified professional engineer. B. Fabricator Qualifications: Shop that participates in a recognized quality-assurance program, complies with quality-control procedures in TPI 1, and involves third-party inspection by an independent testing and inspecting agency acceptable to Architect and authorities having jurisdiction and is certified for chain of custody by an FSC-accredited certification body. 1.6 DELIVERY, STORAGE, AND HANDLING A. Handle and store trusses to comply with recommendations in SBCA BCSI, "Building Component Safety Information: Guide to Good Practice for Handling, Installing, Restraining, & Bracing Metal Plate Connected Wood Trusses." PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Delegated Design: Engage a qualified professional engineer, as defined in Section 014000 "Quality Requirements," to design metal-plate-connected wood trusses. B. Structural Performance: Metal-plate-connected wood trusses shall be capable of withstanding design loads within limits and under conditions indicated. Comply with requirements in TPI 1. C. Comply with applicable requirements and recommendations of TPI 1, TPI DSB, and SBCA BCSI. D. Wood Structural Design Standard: Comply with applicable requirements in AF&PA's "National Design Specifications for Wood Construction" and its "Supplement." 2.2 DIMENSION LUMBER A. Lumber: DOC PS 20 and applicable rules of any rules-writing agency certified by the American Lumber Standard Committee (ALSC) Board of Review. Provide lumber graded by an agency certified by the ALSC Board of Review to inspect and grade lumber under the rules indicated. 1. Provide dry lumber with 19 percent maximum moisture content at time of dressing. B. Permanent Bracing: Provide wood bracing that complies with requirements for miscellaneous lumber in Section 061000 "Rough Carpentry." 2.3 METAL CONNECTOR PLATES A. Fabricate connector plates to comply with TPI 1. B. Hot-Dip Galvanized-Steel Sheet: ASTM A653/A653M; Structural Steel (SS), high-strength low-alloy steel Type A (HSLAS Type A), or high-strength low-alloy steel Type B (HSLAS Type B); G60 (Z180) coating designation; and not less than 0.036 inch thick. 2.4 FASTENERS A. Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture. 1. Provide fasteners for use with metal framing anchors that comply with written recommendations of metal framing manufacturer. SECTION 061753 - SHOP-FABRICATED WOOD TRUSSES - 3 SHOP-FABRICATED WOOD TRUSSES Page 3 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 CITY PROJECT NO. 104489-3 2. Where trusses are exposed to weather, in ground contact, or in area of high relative humidity, provide fasteners with hot-dip zinc coating complying with ASTM A153/A153M. B. Nails, Brads, and Staples: ASTM F1667. 2.5 METAL FRAMING ANCHORS AND ACCESSORIES A. Allowable design loads, as published by manufacturer, shall comply with or exceed those indicated of basis-of-design products. Manufacturer's published values shall be determined from empirical data or by rational engineering analysis and demonstrated by comprehensive testing performed by a qualified independent testing agency. Framing anchors shall be punched for fasteners adequate to withstand same loads as framing anchors. B. Galvanized-Steel Sheet: Hot-dip, zinc-coated steel sheet complying with ASTM A653/A653M, G60 (Z180) coating designation. 2.6 FABRICATION A. Assemble truss members in design configuration indicated; use jigs or other means to ensure uniformity and accuracy of assembly, with joints closely fitted to comply with tolerances in TPI 1. Position members to produce design camber indicated. 1. Fabricate wood trusses within manufacturing tolerances in TPI 1. B. Connect truss members by metal connector plates located and securely embedded simultaneously in both sides of wood members by air or hydraulic press. PART 3 - EXECUTION 3.1 INSTALLATION A. Install wood trusses only after supporting construction is in place and is braced and secured. B. If trusses are delivered to Project site in more than one piece, assemble trusses before installing. C. Hoist trusses in place by lifting equipment suited to sizes and types of trusses required, exercising care not to damage truss members or joints by out-of-plane bending or other causes. D. Install and brace trusses according to TPI recommendations and as indicated. E. Anchor trusses securely at bearing points; use metal truss tie-downs or floor truss hangers as applicable. Install fasteners through each fastener hole in metal framing anchors according to manufacturer's fastening schedules and written instructions. F. Retain first paragraph below if built-up girder trusses are required. TPI 1 states it is truss designer's responsibility to design truss-to-girder connection. G. Securely connect each truss ply required for forming built-up girder trusses. H. Install and fasten permanent bracing during truss erection and before construction loads are applied. Anchor ends of permanent bracing where terminating at walls or beams. 1. Install bracing to comply with Section 061000 "Rough Carpentry." Retain subparagraph below if floor trusses are required. 2. Install and fasten strongback bracing vertically against vertical web of parallel -chord floor trusses at centers indicated. I. Install wood trusses within installation tolerances in TPI 1. SECTION 061753 - SHOP-FABRICATED WOOD TRUSSES - 4 SHOP-FABRICATED WOOD TRUSSES Page 4 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 CITY PROJECT NO. 104489-3 J. Do not alter trusses in field. Do not cut, drill, notch, or remove truss members. K. Replace wood trusses that are damaged or do not comply with requirements. END OF SECTION PART 1 - GENERAL WATER REPELLENT Page 1 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 07 19 00 1 WATER REPELLENT 2 3 PART 1 – GENERAL 4 1.1 RELATED DOCUMENTS 5 Drawings and general provisions of Contract, including General and Supplementary 6 Conditions and Division 1 Specification sections, apply to the work of this section. 7 1.2 WORK INCLUDED 8 A. Preparation, materials, services, and equipment required in conjunction with the 9 application of a clear water repellent on all above-grade, vertical and horizontal, 10 exterior exposed surfaces, including stone and concrete masonry, cast stone, 11 concrete, and stucco. Confirm compatibility with masonry manufacturer prior to 12 application. 13 1.3 RELATED SECTIONS 14 A. Section 04 05 00 – Mortar and Grout 15 B. Section 04 22 00 – Concrete Masonry Units 16 1.4 REFERENCES 17 FS SS-W-110 Federal Specification for Water Repellent, Colorless Silicone, Resin Base. 18 1.5 SUBMITTALS 19 A. Submit under the provisions of Section 01 33 00. 20 B. Product Specification Data: Submit manufacturer’s technical literature, 21 specifications, and application instructions for the specified clear water repellent 22 material. 23 C. Samples: Obtain samples of water repellent for sample application. Sample 24 application is covered in Section 1.6 QUALITY ASSURANCE. 25 D. Applicator Qualifications: Submit certification stating applicator has a minimum 26 PART 1 - GENERAL WATER REPELLENT Page 2 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 of three (3) years’ experience using the specified product. Provide a list of several 1 most recently completed projects where the specified material was used. Include 2 the project name, location, Architect, and method of application. 3 E. Environmental Regulations: Submit certification stating the water repellent 4 material to be applied follows federal, state, and local environmental Volatile 5 Organic Compounds (VOC) regulations. 6 1.6 QUALITY ASSURANCE 7 A. Manufacturer: A firm with no less than 10 years’ experience in manufacturing the 8 products specified in this section. 9 B. Applicator Qualification: A firm with no less than three years’ experience in the 10 application of the products specified in this section. In addition, applicator must 11 state the intended use of the proper application equipment and that it has been well 12 maintained. 13 C. Mock-Up: 14 1. Apply water repellent per manufacturer’s application instructions as directed 15 by the Architect to substrate material, which matches actual job conditions. 16 Determine the acceptability of appearance and optimum coverage rate 17 required for application. 18 2. After sample treatment has cured in accordance with manufacturer’s 19 recommendations, water test to verify that substrate is coated with sufficient 20 water repellent to effectively repel liquid water from the surface. 21 3. Obtain Architect and/or project Owner approval prior to full scale 22 application of water repellents. 23 D. Pre-application Meeting: Convene a pre-application meeting prior to the start of 24 application of the specified material. Attendance by a representative of each of the 25 following organizations is requested, the application firm, the architectural firm, 26 and the water repellent manufacturer. Notify each of the attendees at least three 27 days prior to the meeting time. 28 1.7 DELIVERY, STORAGE, AND HANDLING 29 A. Delivery: Deliver materials to site in manufacturer’s original, unopened containers 30 and packaging, with labels clearly identifying product name and manufacturer. 31 B. Storage and Handling: Store containers upright in a cool, dry, well-ventilated 32 place, out of the sun. Store away from all other chemicals and potential sources of 33 contamination. Keep lights, fire, sparks, and heat away from containers. Do not 34 PART 1 - GENERAL WATER REPELLENT Page 3 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 drop containers or slide across sharp objects. Keep containers tightly closed when 1 not in use. Store and handle materials in accordance with manufacturers’ written 2 instructions. 3 1.8 PROJECT CONDITIONS 4 A. Surface Preparation: Surface must be free of cracks, dirt, oils, paint, or other 5 contaminants that may affect the appearance or performance of the water repellent 6 material. 7 B. Project Environmental Requirements 8 1. Do not apply products under conditions outside manufacturer's 9 requirements, which include: 10 a. Surfaces that are frozen; allow complete thawing prior to installation. 11 b. Surface and air temperatures below 40 degrees F. 12 c. Surface and air temperatures above 95 degrees F. 13 d. When surface or air temperature is not expected to remain above 40 14 degrees F for at least 8 hours after application. 15 e. Wind conditions that may blow materials onto surfaces not intended to 16 be treated. 17 f. than 48 hours after a rain or 12 hours before rain is expected after 18 installation. 19 2. Ventilate spaces receiving product in accordance with material 20 manufacturers' instructions. 21 C. Protection: 22 1. Special precautions should be taken to avoid vapor transmission (fumes) from 23 entering the building being treated. Ventilation systems and fresh air intakes 24 should be turned off and closed. 25 2. Protect shrubs, metal wood trim, glass, asphalt, and other building hardware 26 during application from overspray. 27 3. Do not permit spray mist or liquid to drift onto surrounding properties. 28 1.9 WARRANTY 29 A. The contractor and applicator shall jointly and severally warrant water repellent 30 material against failure in material and workmanship for a period of five (5) years 31 from the date of application. 32 B. Submit completed manufacturers written “Request for Warranty Form” to 33 manufacturer 10 days prior to application. 34 C. After substantial completion of the project, submit manufacturers written “Five-35 Year Warranty Application” to manufacturer for processing. Upon receiving 36 PART 1 - GENERAL WATER REPELLENT Page 4 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 validated warranty, submit copies to Architect and building owner. 1 PART 2 – PRODUCTS 2 2.1 MANUFACTURERS 3 A. Subject to compliance with requirements indicated herein, provide products of one 4 of the listed manufacturers. PROSOCO, Inc., 3741 Greenway Circle, Lawrence, 5 KS; (800) 255-4255; www.prosoco.com 6 1. Products in conformance with this specification by Grace or manufacturers 7 approved by Architect. 8 2. Substitutions: Under provisions of Section 01 60 00 - Product Substitution 9 Procedures. 10 2.2 MATERIALS – WATER REPELLENTS 11 Substrate Type Water Repellent Brick Clay Weather Seal Siloxane PD CMU Split Face Weather Seal Blok-Guard & Graffiti Control Interior Burnished/Ground Face Sure Klean® Burnished Block Sealer Stone Construction Natural Stone Weather Seal Natural Stone Treatment Manufactured Stone Weather Seal Siloxane PD Burnished Block Exterior Weather Seal Blok-Guard & Graffiti Control PART 3 – EXECUTION 12 3.1 EXAMINATION 13 A. Verify the following: 14 1. The required joint sealants have been installed. 15 2. Surface to be treated is clean, dry and contains no frozen water. 16 3. Environmental conditions are appropriate for application. 17 B. Verify that surfaces to receive water repellent are acceptable prior to application. 18 PART 1 - GENERAL WATER REPELLENT Page 5 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 3.2 PREPARATION 1 A. Surface Preparation 2 1. Protect surrounding areas, landscaping, building occupants, pedestrians, 3 vehicles, and non-masonry surfaces during the work from contact with 4 masonry cleaners, residues, rinse water, fumes, wastes, and cleaning effluents 5 in accordance with manufacturer's written instructions. 6 2. On surfaces to be coated or treated, remove dirt, dust, oil, grease, and other 7 contaminants that would interfere with penetration or performance of 8 products; where cleaners are required, use products recommended by 9 manufacturer; rinse thoroughly and allow to dry completely. 10 3. Apply all specified sealants and caulking and allow curing before sealing 11 process begins. 12 4. Divert and protect pedestrian and auto traffic. 13 5. Avoid wind drifting of spray of cleaning products, residues, and rinse water. 14 Protect open joints. 15 3.3 APPLICATION 16 A. Seal in accordance with manufacturer's instructions and recommendations, product 17 data, and container label instructions. 18 B. Mix materials in strict accordance with manufacturer's instructions; do not dilute 19 unless permitted by manufacturer. 20 C. Prevent overspray, wind drift, and splash onto surfaces not to be treated. 21 D. Material must be applied using low pressure application equipment designed for 22 water repellent application. 23 E. Apply material as shipped by the manufacturer. Do not dilute. 24 F. Apply treatment evenly until surface is totally saturated. Coverage rates are 25 dependent on substrate material. Only one saturation coat is required. 26 3.4 FIELD QUALITY CONTROL 27 A. Manufacturer’s Field Services: Provide the services of a manufacturer’s 28 authorized field representative during application, to verify specified products are 29 used, and protection, surface preparation, and application of water repellents are in 30 accordance with the manufacturer’s written instructions and the test panel results 31 approved by the Architect. Submit written field report from manufacturer’s 32 representative to Architect within 24 hours. 33 PART 1 - GENERAL WATER REPELLENT Page 6 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 B. After water repellent has cured for 24 hours at low humidity and temperature 1 between 70° F and 90° F or 48 hours at high humidity and low temperature 2 between 50° F and 69° F, all surfaces shall be tested with a water spray. Re-coat 3 any area that indicates water absorption. 4 3.5 CLEANING 5 A. At completion of work, remove protective coverings. 6 B. Protect completed work from damage during construction. 7 C. Clean site of all unused cleaning products, residues, rinse water, wastes, and 8 cleaning effluents in accordance with environmental regulations. 9 D. Repair, restore, or replace to the satisfaction of the Architect, all materials, 10 landscaping, and non-masonry surfaces damaged by exposure to the cleaning 11 process. 12 13 END OF SECTION 14 PART 1 - GENERAL INSULATION Page 1 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 07 21 00 1 INSULATION 2 3 PART 1 – GENERAL 4 1.1 RELATED DOCUMENTS 5 Drawings and general provisions of Contract, including General and Supplementary 6 Conditions and Divisions 1 Specification sections, apply to work of this section. 7 1.2 WORK INCLUDED 8 A. Rigid insulation, roof insulation and foamed in-place foam Insulation in CMU 9 walls 10 1.3 RELATED WORK 11 A. Section 04 22 00 Concrete Masonry Units (for insulated CMU cells at perimeter 12 exterior walls) 13 1.4 REFERENCES 14 A. ASTM C665 – Insulation blankets. 15 B. ASTM E84 – Surface Burning Characteristics of Building Materials. 16 1.5 SUBMITTALS 17 A. Submit manufacturer product data and installation instructions, per General 18 Conditions. 19 PART 2 – PRODUCTS 20 2.1 ACCEPTABLE MANUFACTURER 21 A. Products specified are manufactured by Owens/Corning Fiberglass, DOW 22 Chemical and United States Gypsum, Johns Manville, and are listed as a standard 23 of quality. 24 B. Products of Manville, Certainteed, Fibrex, U.G. Industries, Inc., and Amoco Foam 25 Products Co., conforming to specification requirements are acceptable. 26 PART 1 - GENERAL INSULATION Page 2 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 C. Substitutions: Per General Conditions. 1 2.2 MATERIALS 2 A. Sound attenuation Batt insulation: Type: Owens Corning Fiberglass Unfaced 3 glass fiber acoustical batt insulation complying with ASTM C 665, Type I. 4 Thickness as indicated in the Documents. (Not applicable for this project) 5 B. All insulation products shall have Flame Spread of 25 or less in accordance with 6 ASTM E84. 7 C. Foamed-in-place-insulation: ASTM C1029, Type II, equal to R501 injection 8 foam Insulation. A. “R501” as manufactured by R-501, 9461 Speedway Blvd. 9 Hardeeville, SC 29927. 865-675-9600. 10 D. Minimum performance characteristics: 11 1. Thermal Performance: (ASTM C1363) 8” CMU at 105pcf meets R-value 12 of 11.5 13 2. (2) Surface Burning Characteristics: (ASTM E84) Maximum flame 14 spread, smoke developed at 4” thickness meets Class 1 or Class A 15 classification. 16 3. (3) Fire-Resistance Ratings: (ASTM E119) Minimum two (2) hour fire 17 resistance wall rating for 8" and 12" concrete masonry units when used 18 in standard two (2) hour rated 19 4. (4) Thermal Values: "R" Value of 4.63/inch @ 25 degrees F mean; 20 ASTM C-518. 21 5. (5) Sound Abatement: (ASTM E413, ASTM E90) "STC" rating of 52 22 and a minimum rating of 44 for 3.5” cavity wall assembly 23 E. Fill all open cells and voids in hollow concrete masonry walls where shown on 24 drawings. The foam insulation shall be pressure injected through a series of 5/8" 25 to 1" holes drilled into every vertical column of block cell, (every 8" on center) 26 beginning at an approximate height of four (4) feet from finished floor level. 27 Repeat this procedure at an approximate height of twelve (12) feet above the 28 first horizontal row of holes (or as needed) until the void is filled. Patch holes 29 with mortar to resemble existing surface. 30 F. Rigid Roof Insulation: 31 G. Roof: rigid closed cell polyisocyanurate foam core bonded to glass fiber/organic 32 facers min 4.4” and minimum 26 R-value, by Johns Manville, 33 H. Rigid Insulation: Glass-fiber-reinforced enhanced closed cell polyisocyanurate 34 foam core sheathing insulation panels with square edges Equal to RMax 35 ECOMAXci FR Air Barrier with 12 mil facer (1.5 mil aluminum facer and 10.5 36 PART 1 - GENERAL INSULATION Page 3 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 mil fiberglass reinforcement) or DOW Dupont “THERMAX, XARMOR™ ci 1 Exterior Insulation” with a 4-mil front facer and 1.25 mil embossed aluminum 2 back facer. Product shall be 1.50" (or 1.55”) with a min. R10 value at exterior 3 walls applied per manufacturer’s instructions including sealing all seams, joints, 4 and openings with manufacture’s recommended liquid flashing product (unless 5 otherwise specified in the specifications) to meet the ci requirements per 2018 6 IECC. Product shall meet ASTM C518, and have a six-month exposure capacity 7 to outdoor elements and 15-year thermal warranty. Code compliance: Class A 8 (<= 25 Flame Spread Index and < 450 Smoke Developed Index) for both core 9 AND finished product classified at max thickness per UL 723 criteria or ASTM 10 E84 criteria. Fire propagation Characteristics: Passes NFPA 285 testing as part of 11 an approved assembly. (Also refer to Roof Specifications for roof insulation for 12 additional rigid insulation requirements). 13 I. Fasteners: Provide polymer or other corrosion protective coated steel screw 14 fasteners for anchoring sheathing to metal wall framing. Fastener length and size 15 based on wall sheathing thickness. Product shall be as listed below or applicable 16 for this project as recommended and designed by insulated sheathing 17 manufacturer and approved by architect. 18 1. Acceptable Products: 19 a. To secure ci Exterior Insulation to CMU walls use PMF Grip 20 Fasteners from Rodenhouse. Care shall be taken to avoid 21 damage to the insulation. (Only upon pre-approval of architect 22 may an adhesive from approved manufacture be used to adhere 23 exterior insulation to CMU walls). 24 PART 3 – EXECUTION 25 3.1 INSTALLATION 26 A. Installation shall be in accordance with the manufacturer’s printed instructions 27 for the specific product. 28 B. Installation shall not be made until the building has been made substantially water 29 and weathertight, until mechanical and electrical trades have installed, tested and 30 have had their covered-in-work approved. 31 C. Install insulation tightly fitted together. Tape all joints in rigid insulation to create 32 a thermal and vapor barrier. Seal joints around pipes or electrical outlets 33 penetrating the insulation. Use manufacture’s recommended closure system at all 34 joints and penetrations. Notify architect when complete before covering up work 35 for observation of all joints and penetrations. 36 D. Work compressed, displaced or otherwise injured through lack of prompt enclosure 37 PART 1 - GENERAL INSULATION Page 4 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 shall be removed and replaced with new undamaged material. 1 E. Batt Insulation and spray insulation, where installed, shall entirely fill all voids, 2 spaces, holes and cracks to the depths and widths as indicated on the drawings or 3 specified. 4 F. In general, continuity of insulation shall be maintained. Use full length sheets 5 where possible. 6 G. Upon completion, and at times when other contractors are covering work, correct 7 any loose, sagged, compressed or otherwise damaged work, and insure that all 8 work covered is in proper condition. 9 10 END OF SECTION 11 07 27 00 FLUID-APPLIED MEMBRANE ROOF PANELS Page 1 of 7 CITY OF BURLESON INDUSTRIAL PUMP STATION EXPANSION AND ALSBURY PUMP STATION DECOMMISSIONING SECTION 07 27 00 1 FLUID-APPLIED MEMBRANE AIR BARRIERS 2 3 4 PART 1 – GENERAL 5 6 Drawings and general provisions of Contract, including General and Supplementary Conditions and 7 Division 1 Specification sections, apply to work of this section. 8 9 1.1 SECTION INCLUDES 10 11 A. Materials and installation for fluid-applied membrane to provide an air barrier component and 12 secondary waterproof barrier/drainage plane to be used continuously at all cavity walls 13 behind the veneer, over exterior sheathing and for all wall assemblies. 14 15 1.2 RELATED DOCUMENTS 16 17 1. The Contract Documents as defined in Section 01 11 00 – Summary of Work, apply to the 18 Work of this Section. 19 20 1.3 RELATED SECTIONS 21 22 A. Section 04 05 23 – Wall Flashing 23 24 B. Section 07 21 00 – Insulation 25 26 C. Section 07 62 00 – Metal Flashing and Trim 27 28 D. Section 07 92 00 – Caulking and Sealant 29 30 E. Section 09 20 00 – Gypsum Wallboard, Metal Frame System 31 32 1.4 REFERENCED DOCUMENTS 33 34 A. ASTM Standards 35 36 1. C 79 - Specification for Gypsum Sheathing Board 37 2. C 297 - Test Method for Tensile Strength of Flat Sandwich Constructions in Flatwise 38 Plane 39 3. C 1177 - Specification for Glass Mat Gypsum Substrate for Use as Sheathing 40 4. D 522 - Test Methods for Mandrel Bend Test of Attached Organic Coatings 41 5. D 882 - Test Methods for Tensile Properties of Thin Plastic Sheeting 42 6. D 2247 - Practice for Testing Water Resistance of Coatings in 100% Relative Humidity 43 7. D 3273 - Test Method for Resistance to Growth of Mold on the Surface of Interior 44 Coatings in an Environmental Chamber 45 8. E 84Test Method for Surface Burning Characteristics of Building Materials 46 9. E 96 - Test Methods for Water Vapor Transmission of Materials 47 10. E 283 - Test Method for Determining the Rate of Air Leakage Through Exterior 48 11. Windows, Curtain Walls, and Doors Under Specified Pressure Differences Across the 49 Specimen 50 07 27 00 FLUID-APPLIED MEMBRANE ROOF PANELS Page 2 of 7 CITY OF BURLESON INDUSTRIAL PUMP STATION EXPANSION AND ALSBURY PUMP STATION DECOMMISSIONING 12. E 330 - Test Method for Structural Performance of Exterior Windows, Curtain Walls, and 1 Doors by Uniform Static Air Pressure Difference 2 13. E 331 - Test Method for Water Penetration of Exterior Windows, Curtain Walls, and 3 Doors by Uniform Static Air Pressure Difference 4 14. E 1233 - Test Method for Water Penetration of Exterior Windows, Curtain Walls, and 5 Doors by Cyclic Static Air Pressure Differential 6 7 B. Building Code Standards 8 9 1. SBCCI PST & ESI Evaluation Guide on Floor, Wall, and Roof Systems (Testing for 10 Moisture Protection Barriers), Evaluation Guide 119. 11 2. UBC 26-9, Method of Test for the Evaluation of Flammability Characteristics of 12 Exterior, Nonload-Bearing Wall Assemblies Containing Combustible Components Using 13 the Intermediate-Scale, Multistory Test Apparatus ICBO Acceptance Criteria for Exterior 14 Insulation and Finish Systems, AC 24 15 3. CCMC Technical Guide on Air Barriers 16 17 C. Gypsum Association 18 19 1. GA-600 Fire Resistance Design Manual 20 2. GA-253 Recommended Specifications for the Application of Gypsum Sheathing 21 3. GA-254 Fire-Resistant Gypsum Sheathing 22 23 D. American Plywood Association 24 25 1. E30 Residential and Commercial Construction Guide 26 27 E. Proprietary Specifications 28 29 1. 102250 Georgia-Pacific Corporation, “Dens Glass Gold Sheathing” 30 2. AATCC (American Association of Textile Chemists and Colorists), Test Method127, 31 Water Resistance: Hydrostatic Pressure Test 32 33 F. American Society of Heating, Refrigerating and Air-Conditioning Engineers, Inc. (ASHRAE) 34 35 1. 2001 ASHRAE Handbook--Fundamentals 36 37 1.5 DESIGN REQUIREMENTS 38 39 A. Deflection Criteria: Maximum allowable deflection normal to the plane of the wall: L/240 40 41 B. Wind Load: Conform with code requirements. 42 43 C. Air Barrier Continuity: provide continuous air barrier system of compatible air barrier 44 components. 45 46 D. Mechanical Ventilation: maintain pressurization and indoor humidity levels in accordance 47 with recommendations of ASHRAE (see 2001 ASHRAE Handbook—Fundamentals). 48 49 1. Minimize condensation within the assembly. 50 2. Drain water to the exterior, away from components in the wall assembly (windows and 51 doors, for example). 52 3. Provide flashing to direct water to the exterior in accordance with code requirements, 53 including, above window and door heads, beneath window and door sills, at roof/wall 54 07 27 00 FLUID-APPLIED MEMBRANE ROOF PANELS Page 3 of 7 CITY OF BURLESON INDUSTRIAL PUMP STATION EXPANSION AND ALSBURY PUMP STATION DECOMMISSIONING intersections, decks, intersections of lower walls with higher walls, and at the base of the 1 wall. 2 3 1.6 SUBMITTALS 4 5 A. Submit in accordance with Section 01 33 00 – Submittals. 6 7 B. Product Data: Submit manufacturer's product data sheets on all products to be used for the 8 work. Submit description for protection, surface preparation, application, and clean-up. 9 10 C. Applicator Qualifications: Submit qualifications of applicator. 11 12 D. Samples for approval as directed by architect or owner. 13 14 E. Prepare and submit project-specific details. 15 16 1.7 QUALITY ASSURANCE 17 18 A. Manufacturer requirements: 19 20 Manufacturer of masonry treatments for a minimum of 25 years in North America. 21 B. Contractor requirements: 22 23 Knowledgeable in the proper use and handling of specified products. 24 Employ skilled mechanics who are experienced and knowledgeable in air and moisture 25 barrier application, and familiar with the requirements of the specified work. 26 Provide the proper equipment, manpower and supervision on the job site to install the system 27 in compliance with manufacturer's published specifications. 28 29 C. Prior to installation, apply air/moisture barrier system as follows to verify details under shop 30 drawing submittals and to demonstrate tie-ins with adjoining construction, and other 31 termination conditions, as well as qualities of materials and execution: 32 33 1. Construct typical exterior wall panel, 8 feet long by 8 feet wide, incorporating back-up 34 wall, cladding, window and doorframe and sill, insulation, flashing, etc., illustrating 35 materials interface and seats. 36 2. Install air/moisture barrier mock-ups in field constructed mock-ups of unit masonry 37 assemblies illustrating materials interface and seals. Use the manufacturer’s application 38 instructions. 39 3. Keep mock-ups available for inspection throughout the project. 40 41 D. Pre-Application Meeting: Convene a pre-application meeting prior to the start of installation 42 of fluid-applied membrane air barrier. Require attendance of parties directly affecting work 43 of this section, including the Contractor, Architect, applicator, and manufacturer 44 representative. Review environmental regulations, mock-up procedures, protection of 45 surrounding areas and non-masonry surfaces, surface preparation, application, field quality 46 control, final cleaning, and coordination with other work. 47 48 1.8 DELIVERY, STORAGE AND HANDLING 49 50 A. Deliver materials in their original sealed containers bearing manufacturer’s name and 51 identification of product. 52 53 07 27 00 FLUID-APPLIED MEMBRANE ROOF PANELS Page 4 of 7 CITY OF BURLESON INDUSTRIAL PUMP STATION EXPANSION AND ALSBURY PUMP STATION DECOMMISSIONING B. Protect coatings (pail products) from freezing temperatures and temperatures in excess of 90 1 F (32 C). Store away from direct sunlight. 2 3 1.9 PROJECT/SITE CONDITIONS 4 5 A. Maintain ambient and surface temperatures above 40 F (4 C) during application and drying 6 period, minimum 24 hours after application of air and moisture barrier. 7 8 B. Provide supplementary heat for installation in temperatures less than 40 F (4 C) or if 9 surface temperature is likely to fall below 40 F (4 C). (Note: surface temperature is lower 10 than air temperature at night). 11 12 C. Provide protection of surrounding areas and adjacent surfaces from application of materials. 13 14 1.10 COORDINATION/SCHEDULING 15 16 A. Coordinate installation of foundation waterproofing, roofing membrane, windows, doors and 17 other wall penetrations to provide a continuous air barrier. 18 19 B. Provide protection of rough openings before installing windows, doors, and other 20 penetrations through the wall. 21 22 C. Provide sill flashing to direct water to the exterior before windows and doors are installed. 23 24 1.11 COMPATIBILITY REQUIREMENTS 25 26 A. Contractor shall confirm compatibility with other products such as fluid applied barriers, 27 admixtures used in concrete, or bonding release agents for tilt wall panels, prior to 28 construction. Contractor to notify architect of any products that are not compatible. 29 Contractor to ensure proper preparation of surfaces for product compatibility. 30 31 PART 2 – PRODUCTS 32 33 2.1 MANUFACTURER 34 35 A. Products specified are manufactured by PROSOCO, Inc., 3741 Greenway Circle, Lawrence, 36 KS 66046, (800) 255-4255, (785) 865-4200 and are listed as a standard of quality. 37 38 Product Description 39 PROSOCO R-GUARD™ is a fluid applied air and moisture barrier that stops air and 40 water leakage through cavity wall, masonry veneer construction. The system consists of 41 R-GUARD™ Joint & Seam Filler, R-GUARD™ FastFlash and R-GUARD™ Cat 5. 42 43 B. Substitutions under provisions of General Conditions and shall be approved by Architect 44 prior to Pre bid meeting. 45 46 2.2 AIR AND MOISTURE BARRIER 47 48 PROSOCO R-GUARD™ Joint and Seam Filler, R Guard™ FastFlash, and R-Guard™ Cat 5 49 50 2.3 FLASHING TRANSITIONS 51 07 27 00 FLUID-APPLIED MEMBRANE ROOF PANELS Page 5 of 7 CITY OF BURLESON INDUSTRIAL PUMP STATION EXPANSION AND ALSBURY PUMP STATION DECOMMISSIONING 1 PROSOCO R-GUARD™ Joint and Seam Filler: high modulus, gun-grade, crack and joint filler 2 for use with PROSOCO R-GUARD™ FastFlash, a gun-grade waterproofing, adhesive and 3 detailing compound, to reinforce rough openings, inside and outside corners and sheathing points. 4 5 2.4 WATER BASED PRIMER FOR RAW GYPSUM BOARD EDGES 6 7 PROSOCO R-Guard PorousPrep: primer to seal the cut edges of gypsum wall boards where they 8 are exposed in rough openings for windows and doors. The sealed edge makes a compatible 9 surface for easy application of liquid applied fiber-reinforced fill coat and seam treatment for 10 through-wall components. 11 12 2.5 INTERIOR SEALANT FOR WINDOWS AND DOORS 13 14 PROSOCO R-Guard AirDam: high performance, gun-grade waterproofing sealant that combines 15 the silicone and polyurethane properties. Single component, Silyl-Terminated-Polymer (STP) that 16 is that is durable and stops the movement of moist air through cracks surrounding windows and 17 doors. 18 19 2.6 PREFORMED SILICONE SEALANT EXTRUSION 20 21 PROSOCO R-Guard SureSpan EX: manufacturer’s standard system consisting of pre-cured low 22 modulus elastomeric extrusion that provides a continuous transition and bridges [windows and 23 doors frames at curtain wall] [storefront] [expansion joints] [skylights] [roof] to air barrier 24 materials. Provide continuous Preformed Silicone Sealant Extrusion System that is flexible, 25 durable, designed for high dynamic and thermal movement which is resistant to ultraviolet 26 exposure and weathering. 27 28 2.7 EQUIPMENT 29 30 A. Rust-free electric drill and paddle for mixing R-GUARD™ Cat 5 to a uniform consistency. 31 32 B. Standard ¼ inch to 3/8 inch nap rollers for applying R-GUARD™ Cat 5. 33 34 C. Dry knife, trowel or spatula to tool and spread the R-GUARD™ Joint and Seam Filler and R-35 GUARD™ FastFlash. 36 37 2.8 MIXING 38 39 A. Mix materials with a clean, rust-free electric drill and paddle. 40 41 B. Do not dilute materials with water or add other ingredients. 42 43 PART 3 – EXECUTION 44 45 3.1 EXAMINATION 46 47 A. Inspect sheathing application for compliance with applicable requirement: 48 49 1. Exterior gypsum sheathing — GA-253 50 2. Exterior Grade and Exposure I wood based sheathing — APA E30 51 3. Glass mat faced gypsum sheathing — Georgia Pacific Publication 102250 52 4. Cementitious sheathing — Consult manufacturer’s published recommendations 53 07 27 00 FLUID-APPLIED MEMBRANE ROOF PANELS Page 6 of 7 CITY OF BURLESON INDUSTRIAL PUMP STATION EXPANSION AND ALSBURY PUMP STATION DECOMMISSIONING 5. Continuous Insulation — Consult manufacturer’s published recommendations 1 2 B. Report deviations from the requirements of project specifications or other conditions that 3 might adversely affect the air and moisture barrier installation. Do not start work until 4 deviations are corrected. 5 6 3.2 SURFACE PREPARATION 7 8 A. Remove surface contaminants and replace damaged sheathing. 9 10 B. Spot surface defects in sheathing with R-GUARD™ Joint and Seam Filler. 11 12 C. Repair cracks, spalls, or other damage in concrete or concrete masonry surfaces 13 14 D. Seal the cut edges of gypsum wall boards exposed to rough openings for windows and doors 15 at corners. 16 17 3.3 INSTALLATION 18 19 A. Apply R-GUARD™ Joint and Seam Filler for seams, joints, cracks, gaps, primed rough 20 gypsum edges at sheathing, rough openings: 21 22 1. Fill or repair cracks up to 3/8 inch with R-Guard™ Joint & Seam Filler. 23 2. Treat cracks ranging from 3/8 inch to 1 inch with backer rod before applying R-24 Guard™ Joint & Seam Filler. 25 3. Cracks larger than 1 inch must be structurally improved or addressed with R-Guard 26 SureSpan EX. 27 4. Fill surface defects and over driven fasteners with R-GUARD™ Joint & Seam Filler. 28 5. Using a dry knife, trowel or spatula, tool and spread the product. Spread one inch 29 beyond seam at each side to manufacturer’s recommended thickness. 30 6. Allow to skin before installing other waterproofing or air barrier components. 31 7. Apply in accordance with manufacturer’s Application Guideline illustrations. 32 33 B. Apply R-GUARD™ FastFlash over surfaces prepared with R-GUARD™ Joint & Seam Filler 34 to seal and waterproof rough openings: 35 36 1. Apply a thick bead of R-GUARD™ FastFlash over any visible gaps in the prepared 37 rough opening. 38 2. Immediately press and spread the wet product into gaps. 39 3. Allow treated surface to skin. 40 4. Starting at the top, apply a thick bead of R-GUARD™ FastFlash in a zigzag pattern 41 to the structural wall surrounding the rough opening. 42 5. Spread the wet product to create an opaque, monolithic flashing membrane which 43 surrounds the rough opening and extends 4 to 6 inches over the face of the structural 44 wall. Apply and spread additional product as needed to create an opaque, monolithic 45 flashing membrane free of voids and pin holes. 46 6. Apply additional product in a zigzag pattern over a structural framing inside the 47 rough opening. 48 7. Apply R-GUARD™ FastFlash within temperature and weather limitations as 49 required by manufacturer. 50 8. Apply R-GUARD™ FastFlash to perimeters, sills and adjacent sheathing and 51 building face, in accordance with manufacturer’s product data and installation 52 instructions. 53 9. At sills, extend flexible flashing on building face a minimum of 4 to 6 inches beyond 54 and 3 inches above sill-jamb intersection. 55 07 27 00 FLUID-APPLIED MEMBRANE ROOF PANELS Page 7 of 7 CITY OF BURLESON INDUSTRIAL PUMP STATION EXPANSION AND ALSBURY PUMP STATION DECOMMISSIONING 10. Apply interior sealant for windows and doors installation per manufacturer’s written 1 instructions. 2 11. Install preparation products in accordance with manufacturer’s Application Guideline 3 illustrations. 4 5 C. Apply appropriate R-GUARD™ Cat 5 air and water-resistive barrier to clean, dry and/or 6 damp substrates within temperature and weather limitations as required by manufacturer: 7 8 1. Seal masonry ties and other penetrations as work progresses. 9 2. Apply to recommended thickness. Proper thickness is achieved when coating is 10 opaque. 11 3. Allow product to cure and dry. 12 4. Inspect membrane before covering. Repair any punctures, translucent or damaged 13 areas by applying additional material. 14 5. Specifier Note: If air or surface temperature exceed 95 degrees Fahrenheit (35 15 degrees Celsius), apply to shaded surfaces and before daytime air and surface 16 temperatures reach their peak. 17 6. Specifier Note: Overlapping repairs, penetration treatments, transitions, rigid flashing 18 and other air barrier components ensures positive drainage and continuity of the air 19 and water-resistive barrier. 20 7. On CMU wall construction apply back rolling may be necessary to achieve a pinhole 21 free surface. 22 23 D. Apply R-GUARD™ Joint and Seam Filler and R GUARD™ FastFlash as a liquid flashing 24 membrane to waterproof the transitions in rough opening and between dissimilar materials 25 26 1. Fill any voids between the top of the flashing leg and the vertical wall with R-27 GUARD™ Joint & Seam Filler. Tool to direct water from the vertical wall to the 28 flashing. 29 2. Apply a generous bead of FastFlash to the top edge of the flashing leg. 30 3. Spread the wet products to create a monolithic “cap-flash” flashing membrane 31 extending 2 inches up the vertical face of the structural wall and 1 inch over the 32 flashing membrane extending. Apply additional product as needed to achieve a void 33 and pinhole free surface. This “liquid termination bar” helps secure the flashing and 34 ensures positive drainage from the wall surface to the flashing. 35 4. Allow treated surfaces to skin before installing other wall assembly, waterproofing or 36 air barrier components. 37 38 3.4 FIELD QUALITY CONTROL 39 40 A. Manufacturer's Field Services: Provide the services of a manufacturer's authorized field 41 representative to verify specified products are used, and protection, surface preparation, and 42 installation are in accordance with the manufacturer's written instructions and the mock-ups 43 approved by the Architect. Submit manufacturer written reports of field visit to Architect 44 prior to beginning masonry veneer installation or covering installation. If membrane is 45 applied in different areas of the building or project at different times separated by more than 46 one week there shall be separate manufacture reports for each application. 47 48 49 50 51 END OF SECTION 52 PART 1 - GENERAL PREFORMED METAL ROOF PANELS Page 1 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 07 61 00 1 PREFORMED METAL ROOF PANELS 2 PART 1 – GENERAL 3 1.1 RELATED DOCUMENTS 4 Drawings and general provisions of Contract, including general and Supplementary 5 Conditions and Division 1 Specification sections, apply to work of this section. 6 1.2 WORK INCLUDED 7 A. Furnish and install all metal roof systems including the panels, panel clips, 8 flashing, panel splices, fascias, gutter and downspouts, and all necessary bearing 9 plates, fasteners and accessories for a complete weathertight system. 10 1.3 RELATED WORK 11 A. Section 07 21 00 – Insulation 12 B. Section 07 62 00 – Metal Flashing and Trim. 13 C. Section 07 92 00 – Caulking and Sealants. 14 1.4 REFERENCES 15 A. American Society for Testing and Materials (ASTM): 16 1. ASTM A653 – Specification for Steel Sheet, Zinc-Coated (Galvanized) 17 or Zinc-Iron Alloy-Coated (Galvanealed) by the Hot-Dip Process. 18 2. ASTM E283/1680 – Test Method for Determining the Rate of Air 19 Leakage Through Exterior Windows, Curtain Walls and Doors Under 20 Specified Pressure Differences Across the Specimen. 21 3. ASTM E331/1646 – Test Method for Water Penetration of Exterior 22 Windows, Curtain Walls and Doors by Uniform Status Air Pressure 23 Difference. 24 4. ASTM 1592-95 – Standard Test Method for Structural Performance of 25 Sheet Metal Roof and Siding Systems by Uniform Static Air Pressure 26 Difference 27 28 B. Underwriters Laboratories (UL Classified Tests): 29 1. UL Classification 263 – Fire Tests of Building Construction and 30 PART 1 - GENERAL PREFORMED METAL ROOF PANELS Page 2 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 Materials. 1 2. UL Classification 580 – Test for Wind-Uplift Resistance of Roof 2 Assemblies. 3 3. UL Classification 790 – Test for Fire Resistance of Roof Covering 4 Materials. 5 4. UL Classification 2218 – Test for Impact Resistance Class 4. 6 C. NRCA – National Roofing Contractors Association 7 1.5 SYSTEM DESCRIPTION 8 A. Performance Requirements: Provide sheet metal roofing that has been 9 manufactured, fabricated and installed to withstand structural and thermal 10 movement, wind loading and weather exposure to maintain manufacturer’s 11 performance criteria without defects, damage, and failure of infiltration of water. 12 1. Wind-Uplift: Roof panel assembly shall comply with UL Classification 13 580 for UL Classified 90 rated assemblies. UL Construction Number 14 238B, if directly over rigid insulation; UL Construction Number 617 if 15 over plywood, and ASCE – 7 Current Edition 16 2. Static Air Infiltration: Completed roof system shall have a maximum of 17 .6 cfm/sf with 6.24kPa air pressure differential as per ASTM E283/1680. 18 3. Water Infiltration: No evidence of water penetration at an inward static 19 air pressure differential of not less than 6.24 psf (43 kPa) and not more 20 than 12. psf (83 kPa) as per ASTM E331/1646. 21 1.6 SUBMITTALS 22 A. Submit under provisions of Section 01 33 00. 23 B. Product Data: Product data including manufacturer’s product specifications, 24 standard details, certified product design calculations certified by registered 25 professional engineer, installation instructions, and general recommendations, as 26 applicable to materials and finishes for each component and for total panel system. 27 C. Shop Drawings: Submit erection design and shop drawings with specifications for 28 each product specified showing all materials, sizes, details fasteners and erection 29 procedures and accessories required. Submit small scale layouts of panels and 30 large-scale details of edge conditions, joints, fasteners, sealant placement, 31 flashings, penetrations and special details. Field measure and verify dimensions 32 prior to fabrication of metal roofing. 33 D. Samples: 34 1. Samples for initial selection purposes in form of manufacturer’s color 35 chips for colors showing full range of textures, and patterns available for 36 PART 1 - GENERAL PREFORMED METAL ROOF PANELS Page 3 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 roof and wall panels with factory-applied finishes. 1 2. Samples for verification purposes of roof panels. Provide sample panels 2 12” long by actual panel width, in the profile, style, color, and texture 3 indicated. Include clips, battens, fasteners, closures, and other panel 4 accessories. 5 3. Include assembled portion with Masonry mock up as described in section 6 01 43 00 and masonry sections. 7 E. Assurance/Control Submittals: 8 1. Certificates: Manufacturer’s certificate that products meet or exceed 9 specified requirements, including UL 90 rated certificate. If a portable 10 roll unit is used (permitted only on panel lengths greater than 64’) submit 11 current UL rating certificate for portable unit. 12 2. Qualification Documentation: Submit documentation of experience 13 indicating compliance with specified qualification requirements. 14 3. Certification: Submit written Certification prepared and signed by a 15 professional engineer, registered to practice in the state where building is 16 to be erected, verifying that roof panel assembly installation for each 17 building meets the wind uplift requirements of ASCE-7 current edition. 18 F. Closeout Submittals: Submit the following: 19 1. Operation and Maintenance Date: Operation and maintenance date for 20 installed products in accordance with Division 1 Closeout Submittals, 21 Maintenance Data and Operation Data Section. Include methods for 22 maintaining installed products and precautions against cleaning materials 23 and methods detrimental to finishes and performance. 24 2. Project Warranty: Warranty documents specified herein. 25 a. Manufactures warranty: Submit, for Owner’s acceptance, 26 manufactures standard warranty document executed by 27 authorized company official. Manufacturer’s warranty is in 28 addition to and not limited of, other rights the owner may have 29 under the contract documents. Warranty Period: As indicated 30 commencing on Date of Substantial Completion. 31 3. Record Documents: Project record documents for installed materials in 32 accordance with Division 1 Closeout Submittals, Project Record 33 Documents Section. 34 1.7 QUALITY ASSURANCE 35 A. Qualifications: 36 1. Manufacturer: Company specializing in manufacturing products specified 37 with minimum 15 years experience in architectural roofing design and 38 installation. 39 2. Installer: Company specializing in performing the work of this section 40 with minimum 5 years documented experience. Installer shall be approved 41 PART 1 - GENERAL PREFORMED METAL ROOF PANELS Page 4 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 by Architect prior to GC entering into an agreement based on references 1 from past installations. 2 B. Manufacturer shall provide a minimum of 3 roof inspections during installation of 3 each roof and submit field report of each inspection. Inspection shall validate 4 installation of roof in compliance with manufacturer’s details and 5 recommendations. 6 C. Albedo: 7 1. Use Energy Star compliant (highly reflective) and high emissivity 8 roofing. 9 a. Emissivity of at least 0.90 when tested in accordance 10 with ASTM 408 11 2. Low-sloped – less than 2:12: Initial Solar Reflectance greater than 12 or equal to 0.65. Maintenance of Solar Reflectance greater than or 13 equal to 0.50 three years after installation under normal conditions. 14 3. Steep-sloped – greater than 2:12: Initial Solar Reflectance greater 15 than or equal to 0.25. Maintenance of Solar Reflectance greater 16 than or equal to 0.15 three years after installation under normal 17 conditions. 18 4. Refer to 19 http://www.energystar.gov/index.cfm?c=roof_prods.pr_proc_roof_20 products 21 1.8 DELIVERY, STORAGE, AND HANDLING 22 A. Comply with General Conditions. 23 B. Deliver panels and other components to the site in dry undamaged condition. 24 Unload so that they will not be damaged or deformed. Package roof panels for 25 protection against transportation damage. 26 C. Handling: Exercise care in unloading, storing, and erecting roof covering panels to 27 prevent bending, warping, twisting, and surface damage. 28 D. Stack materials on platforms or pallets to prevent twisting, bending, scratching and 29 denting. Cover with tarpaulins or other suitable weathertight ventilated covering. 30 Store metal roof panels so that they will not accumulate water. Do not store panels 31 in contact with other materials that might cause staining, denting, or other surface 32 damage. 33 E. Do not expose to direct sunlight or extreme heat trim material with factory applied 34 strippable film. 35 F. Installer shall inspect materials for damage and stains upon arrival to site. 36 PART 1 - GENERAL PREFORMED METAL ROOF PANELS Page 5 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1.9 WEATHERTIGHTNESS WARRANTY 1 A. The Contractor shall provide to the Owner, a single source warranty signed by 2 the roofing manufacturer of the Standing Seam Roof System as outlined below: 3 1. For a period of twenty (10) years from the date of substantial completion, 4 the roofing manufacturer WARRANTS to the Building Owner that the 5 roofing manufacturer’s furnished roof panels, flashing, and related items 6 used to fasten the roof panels and flashing to the roof structure (“Roof 7 System”), as installed, with the Manufacture’s representative’s 8 observations, will not allow intrusion of water from the exterior of the 9 roofing manufacturer’s Roof System into the building or soffit envelope, 10 when exposed to ordinary weather conditions and ordinary wear and 11 usage. Warranty shall be non-prorated for labor and material. The 12 roofing manufacturer shall have the SOLE AND EXCLUSIVE 13 obligation for all warranty work commencing on the date of substantial 14 completion and under all circumstances, terminates on the 10th year 15 anniversary of the date certified as Substantial Completion of the roofing 16 manufacturer’s Roof System. During the period in which the roofing 17 manufacturer has any warranty obligation, the roofing manufacturer shall 18 take appropriate actions necessary to cause the non-performing portions 19 of the Roof System to perform their proper functions. 20 2. Manufacture shall provide a separate 20-year warranty against structural 21 failure, perforation, and panel finish including excessive chalking, 22 fading, peeling, and cracking, Warranty shall be non-prorated and shall 23 cover material and labor to replace damaged panels. 24 PART 2 – PRODUCTS 25 2.1 ACCEPTABLE MANUFACTURERS 26 A. Products specified are manufactured by Petersen Aluminum Corporation is listed 27 as a standard of quality. 28 B. Products of the following conforming to the specification requirements are 29 acceptable. 30 1. MBCI 31 C. Substitutions: Under provisions of Section 01 60 00. 32 2.2 MATERIALS 33 A. General: Provide roofing, and soffit panels formed to the general profile or 34 configuration as indicated. Provide sheet metal accessories factory formed of the 35 same material and finish as the roofing, including flashing, closures, metal 36 PART 1 - GENERAL PREFORMED METAL ROOF PANELS Page 6 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 expansion joints, ridge covers, and fascias. 1 B. Aluminum-Zinc Alloy-Coated Steel Sheet: Galvalume steel sheet, 0.5 2 ounces/square foot, minimum yield of 50,000 psi, complying with requirements of 3 ASTM A792-AZ55. 4 C. Standing Seam Metal Roof: equal to PAC--CLAD Tite-Loc panels and trim: 5 1. Seam Height: 2” seam height. 6 2. Material: (24ga) G-90 hot-dipped galvanized steel panel with Kynar 500 7 finish. 8 3. Panel Description: 16” with striation 9 4. Eave Notching: Factory produced eave notching for trimmed eave panels. 10 5. Texture: (Smooth texture) 11 6. Rating: UL Classified 90 rated (wind uplift) panel assembly. UL 12 Construction Number 617 if over plywood or 238B if over rigid 13 insulation and ASCE-7 Current Edition (wind uplift) 14 7. Flashing and Trim: (Steel 24-gauge) 15 8. Fasteners: Tite-Loc galvanized steel, non-penetrating high-performance 16 clips for roofing application and UL Classified 90 rated (wind uplift) 17 assemblies and standard clips for mansard and fascia applications. 18 Provide support plates as required including installation over open 19 framing or area with steel purlins and bearing plates over insulation 20 board and as required by manufacture. No exposed fasteners or screws 21 should penetrate exposed deck. When attached to fire treated plywood, 22 the clips/fasteners are to be coated with Tri-Seal coating from Triangle 23 Fastener, or equal. Or use 300 series stainless steel. 24 9. Panel Finish at roof panels– Panel Topside: PAC-CLAD finish’ color 25 Petersen Aluminum Corp. as indicated on drawings (color to be 26 confirmed during submittal process). Panel Underside: Polyester 27 washcoat with dry film thickness of 0.3 mil 28 D. Trim and Flashing: 29 1. Gable, eave and misc. details will be detailed, designed, and supplied by 30 the panel manufacturer from the same material as panels. All edges of 31 metal deck and substrate material shall be concealed with trim. 32 2. All exposed fascia, trim, and flashing material shall be manufactured from 33 galvanized steel and finished to match roof panels unless otherwise 34 indicated on drawings. 35 E. Sheet Metal Accessories: 36 1. General: Sheet metal accessories shall be fabricated from 24-gauge, 37 aluminum-zinc alloy-coated steel sheet, galvalume. Color to match roof 38 panels or as indicated. 39 2. Gutters: Form gutters in maximum lengths complete with end pieces, 40 outlet tubes and other special pieces that may be required. Join sections 41 PART 1 - GENERAL PREFORMED METAL ROOF PANELS Page 7 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 with riveted and soldered or sealed joints. Unless otherwise indicated, 1 provide expansion-type slip joint at center of runs. Furnish gutter supports 2 spaced at 36” o.c., constructed of same metal as gutters. Material and 3 color to match roof and fascia panels unless otherwise indicated on 4 drawings.. 5 3. Downspouts: Form all downspouts for this project in maximum sections 6 complete with elbows and offsets. Join sections with not less than 1-1/2” 7 telescoping joints. Provide fasteners, designed to securely hold 8 downspouts not less than one” away from walls; locate fasteners at top and 9 bottom and at approximately 5’ o.c. in between. Material and finish to 10 match wall color unless otherwise indicated on drawings.. 11 4. Fasteners and Sealant: As per manufacturer’s recommendation, color to 12 match the color of the sheet metal accessory. 13 5. Ice and Snow Guards equal to Levis Building Components S-5 and color 14 guard. Provide at sloped roof area above door openings, continuous – with 15 minimum extension of 12” beyond opening, each side. 16 6. Ice and water shield: Equal to Grace Ultra ice and water shield, or Carlisle 17 WIP300HT ice and water shield, high temperature high, non-granulated. 18 7. Soffit Panels: Furnish and install 24ga soffit equal to PAC CLAD 19 Aluminum PAC-750 Soffit, 12” o.c., 1/2” High, Solid. 7”. Submit drawing 20 for review during submittals. Color to be as noted on drawings and with final 21 selection from manufacturer’s standard colors during submittals. Include all 22 framing and subframing necessary to support soffit from primary structure 23 shown on drawings, as recommended by manufacturer. 24 25 2.4 METAL BUILDING CURBS 26 A. Acceptable Manufacturers: 27 1. Products specified are manufactured by Custom Metal Building Curbs and 28 is listed as a standard of quality. 29 2. Products of ThyCurb, L.M. Curbs, and The Pate Co., conforming to 30 specifications requirements are acceptable. 31 3. Substitutions: Under provisions of Section 01 60 00. 32 B. General: Designed and manufactured to mate with any panel configuration and 33 roof pitch. Insulated, 18-gauge, galvanized steel construction, separate diverter 34 plate with corrugations to fit beneath the roof panel and rear corrugations to match 35 and fit over ribs, for shingle effect installation. Curb and diverter plate available as 36 one unit. Curb height: 12”, except as indicated otherwise on the drawings. Metal 37 building curbs shall be Model CMB-7 as manufactured by Custom Metal Building 38 Curbs. Locate penetrations in center of panel width. 39 C. Special Requirements: Coordinate with expansion and contraction requirements of 40 metal roof system. 41 D. Sizes: As required for item on the Mechanical and Plumbing drawings. 42 PART 1 - GENERAL PREFORMED METAL ROOF PANELS Page 8 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 2.5 PIPE FLASHING 1 Pipe flashing shall be E.P.D.M. rubber or DuPont “Nordel”; sizes to fit pipes. 2 PART 3 – EXECUTION 3 3.1 INSPECTION 4 A. The installer shall examine the building to verify that the structure is ready for 5 roofing installation. 6 B. All structural supports shall be in place and all sag rods, diagonal bracing and 7 connections shall be tightened before work proceeds. 8 C. Field check dimensions and check support alignment with a taut string or wire; 9 support misalignment will cause panel “oil canning” and potentially restrict panel 10 movement. 11 D. Do not proceed until unsatisfactory conditions are corrected. Report conditions 12 that will prevent proper execution of work. 13 E. Compliance: Comply with manufacturer’s product data, recommendations and 14 installations instructions for substrate verification, preparation requirements and 15 installation. 16 1. Strippable Film: Remove manufacturer’s protective film, if any, from 17 surfaces of roofing panels. 18 3.2 INSTALLATION 19 A. Install roofing system in accordance with the approved installation drawings and 20 instructions. Including manufacturer’s details for gable, eave, ridge & trim details. 21 B. All attachments shall allow for thermal expansion and contraction of the roofing 22 panels. 23 C. Seal the top and bottom of metal closures with butyl tape and sealant. 24 D. Protect installed panels from abuse by other trades. The general contractor shall be 25 responsible for protecting the roofing from wet cement, plaster, and painting 26 operations. The installer shall provide walk boards in heavy traffic areas to prevent 27 damage to the panels. 28 E. Provide ice and water shield continuous over entire roof area. 29 PART 1 - GENERAL PREFORMED METAL ROOF PANELS Page 9 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 F. Panels shall be installed to meet wind uplift requirements in accordance with 1 ASCE-7 current publication. 2 G. General: Install metal roofing panels to profiles, patterns and drainage indicated 3 and required for leak-proof installation. Provide for structural and thermal 4 movement at work. Seal joints for leak-proof installation. 5 1. Seams: Provide uniform, neat seams. 6 2. Fasteners: Conceal fasteners where possible in exposed work. Cover 7 and seal fasteners and anchors for watertight and leak-proof installation. 8 Contractor shall ensure that fasteners do not penetrate visible underside 9 of roof deck and shall coordinate thickness of deck material with fastener 10 length. 11 3. Sealant-Type Joints: Provide sealant-type joint where indicated. Form 12 joints to conceal sealant. Comply with Division 7 Joint Sealants Section 13 for Sealant installation. 14 3.3 DAMAGED MATERIAL AND CLEARANCE 15 A. Replace panels and other components of work which have been damaged. 16 B. To prevent rust staining, remove immediately from finished surfaces any filings 17 caused by drilling or cutting. 18 C. Wipe down each area after installation is complete for final acceptance. 19 20 END OF SECTION 21 www.pac-clad.com / email: sales@ petersenmail.com HQ: 1005 Tonne Road Elk Grove Village, IL 60007 P: 800-PAC-CLAD F: 800-722-7150 9060 Junction Drive Annapolis Junction, MD 20701 P: 800-344-1400 F: 301-953-7627 10551 PAC Road Tyler, TX 75707 P: 800-441-8661 F: 903-581-8592 102 Northpoint Pkwy Ext, Bldg 1, Ste 100 Acworth, GA 30102 P: 800-272-4482 F: 770-420-2533 350 73rd Ave., NE, Ste 1 Fridley, MN 55432 P: 877-571-2025 F: 866-901-2935 Job Name: Date: Contractor: Notes: TITE-LOC PLUS Eave Detail PA-116 EAVE FLASHING "Z" RETAINER STRIP SET IN SEALANT PA-5 KEEPER CLIP W/FASTENERS TITE-LOC PLUS "AR" TITE-LOC PLUS PANEL 5/8" PLYWOOD TYPE "AB" 10-12 x 1" ICE & WATER SHIELD SEE FOOT NOTE * GAP APPROPRIATE FOR EXPANSION/CONTRACTION (CONSULT FACTORY) www.pac-clad.com / email: sales@ petersenmail.com HQ: 1005 Tonne Road Elk Grove Village, IL 60007 P: 800-PAC-CLAD F: 800-722-7150 9060 Junction Drive Annapolis Junction, MD 20701 P: 800-344-1400 F: 301-953-7627 10551 PAC Road Tyler, TX 75707 P: 800-441-8661 F: 903-581-8592 102 Northpoint Pkwy Ext, Bldg 1, Ste 100 Acworth, GA 30102 P: 800-272-4482 F: 770-420-2533 350 73rd Ave., NE, Ste 1 Fridley, MN 55432 P: 877-571-2025 F: 866-901-2935 Job Name: Date: Contractor: Notes: IN PANEL. FIELD CUT & BEND RETURN CLIP W/FASTENERS TITE-LOC PLUS "AR" TITE-LOC PLUS PANEL PA-126 EAVE FLASHING PA-5 KEEPER 5/8" PLYWOOD TYPE "AB" 10-12 x 1" ICE & WATER SHIELD SEE FOOT NOTE * GAP APPROPRIATE FOR EXPANSION/CONTRACTION (CONSULT FACTORY) TITE-LOC PLUS Eave Detail www.pac-clad.com / email: sales@ petersenmail.com HQ: 1005 Tonne Road Elk Grove Village, IL 60007 P: 800-PAC-CLAD F: 800-722-7150 9060 Junction Drive Annapolis Junction, MD 20701 P: 800-344-1400 F: 301-953-7627 10551 PAC Road Tyler, TX 75707 P: 800-441-8661 F: 903-581-8592 102 Northpoint Pkwy Ext, Bldg 1, Ste 100 Acworth, GA 30102 P: 800-272-4482 F: 770-420-2533 350 73rd Ave., NE, Ste 1 Fridley, MN 55432 P: 877-571-2025 F: 866-901-2935 Job Name: Date: Contractor: Notes: EAVE FLASHING SEALANT (AT VERTICAL TITE-LOC PLUS PANEL LEG & UNDER "Z") CLIP W/FASTENERS TITE-LOC PLUS "AR" TITE-LOC PLUS PANEL "Z" RETAINER STRIP SET IN SEALANT TYPE "AB" 10-12 x 1" 5/8" PLYWOOD CLIP W/FASTENERS TITE-LOC PLUS "AR" ICE & WATER SHIELD SEE FOOT NOTE * GAP APPROPRIATE FOR EXPANSION/CONTRACTION (CONSULT FACTORY) TITE-LOC PLUS Eave Detail www.pac-clad.com / email: sales@ petersenmail.com HQ: 1005 Tonne Road Elk Grove Village, IL 60007 P: 800-PAC-CLAD F: 800-722-7150 9060 Junction Drive Annapolis Junction, MD 20701 P: 800-344-1400 F: 301-953-7627 10551 PAC Road Tyler, TX 75707 P: 800-441-8661 F: 903-581-8592 102 Northpoint Pkwy Ext, Bldg 1, Ste 100 Acworth, GA 30102 P: 800-272-4482 F: 770-420-2533 350 73rd Ave., NE, Ste 1 Fridley, MN 55432 P: 877-571-2025 F: 866-901-2935 Job Name: Date: Contractor: Notes: "J" CLOSURE FOR SOFFIT SOFFIT PANEL PA-305 FASCIA TO SOFFIT FLASHING TITE-LOC PANEL CLIP W/FASTENERSTITE-LOC "AR" TYPE "AB" 10-12 x 1" 5/8" PLYWOOD ICE & WATER SHIELD TITE-LOC Fascia to Soffit www.pac-clad.com / email: sales@ petersenmail.com HQ: 1005 Tonne Road Elk Grove Village, IL 60007 P: 800-PAC-CLAD F: 800-722-7150 9060 Junction Drive Annapolis Junction, MD 20701 P: 800-344-1400 F: 301-953-7627 10551 PAC Road Tyler, TX 75707 P: 800-441-8661 F: 903-581-8592 102 Northpoint Pkwy Ext, Bldg 1, Ste 100 Acworth, GA 30102 P: 800-272-4482 F: 770-420-2533 350 73rd Ave., NE, Ste 1 Fridley, MN 55432 P: 877-571-2025 F: 866-901-2935 Job Name: Date: Contractor: Notes: SOFFIT FLASHING PA-405 FASCIA TO FRAMING MEMBERS TITE-LOC PANEL CLIP W/FASTENERSTITE-LOC "J" CLOSURE FOR SOFFIT SOFFIT PANEL TYPE "AB" 10-12 x 1" 5/8" PLYWOOD ICE & WATER SHIELD TITE-LOC Fascia to Soffit www.pac-clad.com / email: sales@ petersenmail.com HQ: 1005 Tonne Road Elk Grove Village, IL 60007 P: 800-PAC-CLAD F: 800-722-7150 9060 Junction Drive Annapolis Junction, MD 20701 P: 800-344-1400 F: 301-953-7627 10551 PAC Road Tyler, TX 75707 P: 800-441-8661 F: 903-581-8592 102 Northpoint Pkwy Ext, Bldg 1, Ste 100 Acworth, GA 30102 P: 800-272-4482 F: 770-420-2533 350 73rd Ave., NE, Ste 1 Fridley, MN 55432 P: 877-571-2025 F: 866-901-2935 Job Name: Date: Contractor: Notes: TITE-LOC FASCIA PANEL CLIP W/FASTENERSTITE-LOC "AR" W/ "J" CLOSURE PA-601 FASCIA/RAKE WALL FLASHING SEALANT FIELD-FORM PANEL LEG TO I.D. OF "J" CLOSURE TITE-LOC PANEL W/FASTENERS TITE-LOC "AR" CLIP TYPE "AB" 10-12 x 1" 5/8" PLYWOOD ICE & WATER SHIELD TITE-LOC Fascia/Rake Wall Detail www.pac-clad.com / email: sales@ petersenmail.com HQ: 1005 Tonne Road Elk Grove Village, IL 60007 P: 800-PAC-CLAD F: 800-722-7150 9060 Junction Drive Annapolis Junction, MD 20701 P: 800-344-1400 F: 301-953-7627 10551 PAC Road Tyler, TX 75707 P: 800-441-8661 F: 903-581-8592 102 Northpoint Pkwy Ext, Bldg 1, Ste 100 Acworth, GA 30102 P: 800-272-4482 F: 770-420-2533 350 73rd Ave., NE, Ste 1 Fridley, MN 55432 P: 877-571-2025 F: 866-901-2935 Job Name: Date: Contractor: Notes: PA-5 KEEPER PA-151 GABLE FLASHINGW/ "J" CLOSURE SEALANT FIELD-FORM PANEL LEG TO I.D. OF "J" CLOSURE W/FASTENERS TITE-LOC "AR" CLIP TITE-LOC PANEL TYPE "AB" 10-12 x 1" 5/8 " PLYWOOD ICE & WATER SHIELD TITE-LOC Gable Detail www.pac-clad.com / email: sales@ petersenmail.com HQ: 1005 Tonne Road Elk Grove Village, IL 60007 P: 800-PAC-CLAD F: 800-722-7150 9060 Junction Drive Annapolis Junction, MD 20701 P: 800-344-1400 F: 301-953-7627 10551 PAC Road Tyler, TX 75707 P: 800-441-8661 F: 903-581-8592 102 Northpoint Pkwy Ext, Bldg 1, Ste 100 Acworth, GA 30102 P: 800-272-4482 F: 770-420-2533 350 73rd Ave., NE, Ste 1 Fridley, MN 55432 P: 877-571-2025 F: 866-901-2935 Job Name: Date: Contractor: Notes: FLASHING W/"Z" CLOSURE PA-222 GRAVEL STOP/HEAD SEALANT TITE-LOC PANEL CLIP W/FASTENERSTITE-LOC "AR" 5/8" PLYWOOD TYPE "AB" 10-12 x 1" ICE & WATER SHIELD TITE-LOC Gravel Stop/Head Detail www.pac-clad.com / email: sales@ petersenmail.com HQ: 1005 Tonne Road Elk Grove Village, IL 60007 P: 800-PAC-CLAD F: 800-722-7150 9060 Junction Drive Annapolis Junction, MD 20701 P: 800-344-1400 F: 301-953-7627 10551 PAC Road Tyler, TX 75707 P: 800-441-8661 F: 903-581-8592 102 Northpoint Pkwy Ext, Bldg 1, Ste 100 Acworth, GA 30102 P: 800-272-4482 F: 770-420-2533 350 73rd Ave., NE, Ste 1 Fridley, MN 55432 P: 877-571-2025 F: 866-901-2935 Job Name: Date: Contractor: Notes: W/FASTENERS TITE-LOC "AR" CLIP TITE-LOC PANEL SPECIFIED BY ARCHITECT GUTTER SUPPORT AS (FIELD-FORMED)GUTTER STRAP GUTTER FLASHING 5/8" PLYWOOD TYPE "AB" 10-12 x 1" ICE & WATER SHIELD SEE FOOT NOTE * GAP APPROPRIATE FOR EXPANSION/CONTRACTION (CONSULT FACTORY) TITE-LOC Gutter Detail www.pac-clad.com / email: sales@ petersenmail.com HQ: 1005 Tonne Road Elk Grove Village, IL 60007 P: 800-PAC-CLAD F: 800-722-7150 9060 Junction Drive Annapolis Junction, MD 20701 P: 800-344-1400 F: 301-953-7627 10551 PAC Road Tyler, TX 75707 P: 800-441-8661 F: 903-581-8592 102 Northpoint Pkwy Ext, Bldg 1, Ste 100 Acworth, GA 30102 P: 800-272-4482 F: 770-420-2533 350 73rd Ave., NE, Ste 1 Fridley, MN 55432 P: 877-571-2025 F: 866-901-2935 Job Name: Date: Contractor: Notes: TITE-LOC PANEL W/FASTENERS TITE-LOC "AR" CLIP PA-101 HIP/RIDGE FLASHING W/ "Z" CLOSURES SEALANT & UNDER "Z") (AT VERTICAL LEG 3/4" TURN-UP SEALANT TYPE "AB" 10-12 x 1" 5/8" PLYWOOD ICE & WATER SHIELD TITE-LOC Hip/Ridge Detail www.pac-clad.com / email: sales@ petersenmail.com HQ: 1005 Tonne Road Elk Grove Village, IL 60007 P: 800-PAC-CLAD F: 800-722-7150 9060 Junction Drive Annapolis Junction, MD 20701 P: 800-344-1400 F: 301-953-7627 10551 PAC Road Tyler, TX 75707 P: 800-441-8661 F: 903-581-8592 102 Northpoint Pkwy Ext, Bldg 1, Ste 100 Acworth, GA 30102 P: 800-272-4482 F: 770-420-2533 350 73rd Ave., NE, Ste 1 Fridley, MN 55432 P: 877-571-2025 F: 866-901-2935 Job Name: Date: Contractor: Notes: TITE-LOC Valley Detail "Z" RETAINER STRIPSET IN SEALANT W/FASTENERS TITE-LOC "AR" CLIP TITE-LOC PANEL PA-115VALLEY FLASHING 5/8" PLYWOOD TYPE "AB" 10-12 x 1" ICE & WATER SHIELD SEE FOOT NOTE * GAP APPROPRIATE FOR EXPANSION/CONTRACTION (CONSULT FACTORY) NOTE: MiNiMuM 6” frOM ENd Of paNEl TO VallEy diVErTEr ON Each sidE Of paNEl. cONsulT pac ON lONgEr VallEy ruNs. PART 1 - GENERAL METAL FLASHING AND TRIM Page 1 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 07 62 00 1 METAL FLASHING AND TRIM 2 PART 1 – GENERAL 3 1.1 RELATED DOCUMENTS 4 Drawings and general provisions of Contract, including general and Supplementary 5 Conditions and Division 1 Specification sections, apply to work of this section. 6 1.2 WORK INCLUDED 7 A. Furnishing of and paying for all materials, labor, equipment, licenses, taxes, and 8 other items required for execution and completion of all work under this section. 9 B. The work described in this section of the specifications includes, but is not limited 10 to the following: 11 1. Sheet metal roof flashing and counter flashing. 12 2. Reglets and metal hold-down clips. 13 3. Concealed sheet metal flashing at exterior doors. 14 4. Sheet metal pitch-pockets at roof. 15 5. Sheet metal roof flashing and pitch-pockets at mechanical and plumbing items 16 which extend through the roof surface. 17 6. Gutters, coping, and trim 18 7. Fastening hardware such as nails, screws, reglet wedge blocks, etc. 19 1.3 RELATED WORK 20 A. The following items of related work are specified and included in other sections of 21 these specifications: 22 1. Section 06 10 00 – Rough Carpentry. 23 2. Section 07 92 00 – Caulking and Sealant. 24 3. Section 08 11 00 – Metal Doors and Frames. 25 4. Section 13 19 13 – Metal Building Systems 26 5. Mechanical and Plumbing, Division 15. 27 1.4 SUBMITTALS 28 PART 1 - GENERAL METAL FLASHING AND TRIM Page 2 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 A. Shop Drawings: Submit shop drawings for all metal flashing and trim. Submitted 1 shop drawings shall include, but shall not be limited to the following: 2 1. Method of attachment. 3 2. Dimensioned drawings of all metal flashing at windows, exterior grilles and 4 doors. 5 B. Samples: Submit manufacturer's literature of all materials specified herein to 6 Architect for approval in accordance with requirements described herein. 7 1.4 GENERAL REQUIREMENTS 8 A. Proper Surfaces: Surfaces to which roofing and sheet metal are to be applied shall 9 be even, smooth, sound, thoroughly clean and dry, and free from all defects that 10 might affect the application. 11 B. Accessories: All accessories or other items essential to the completeness of the 12 metal flashing installation, though not specified, shall be provided. All such items, 13 unless otherwise indicated on drawings or specified, shall be of same material as 14 the item to which applied. Nails, screws and bolts shall be of the types best suited 15 for the purpose intended and shall be of a composition that is compatible with the 16 metal to which it will contact. 17 C. Dissimilar Materials: Where sheet metal abuts or members into adjacent dissimilar 18 materials, the juncture shall be executed in a manner that will prevent electrolysis 19 between the two materials 20 D. Workmanship: Except as otherwise indicated on drawings or specified, the 21 workmanship of metal flashing work, method of forming joints, anchoring, 22 cleating, provisions for expansion, etc. shall conform to the standard details and 23 recommendations of the following: 24 1. Architectural Sheet Metal Manual, latest edition as published by the Sheet 25 Metal and Air Conditioning Contractors National Association, Inc. 26 2. ASTM. 27 PART 2 – PRODUCTS 28 2.1 FLASHING AND SHEET METAL MATERIALS: 29 NOTE: All exposed to view coping trim, downspouts, fascia and similar metals shall be 30 pre-finished. Ref. Section 13 19 13. 31 A. All Sheet Metal Flashing and sheet metal accessories: 32 PART 1 - GENERAL METAL FLASHING AND TRIM Page 3 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 Zinc-coated Steel: Commercial quality with 0.20% copper, ASTM A 526 except 1 ASTM A 527 for lock-forming, G90 hot-dip galvanized, mill phosphatized for 2 painting; 0.359"-thick (20-gauge) except as otherwise indicated. 3 B. Miscellaneous Materials and Accessories: 4 Solder: For use with steel or copper, provide 50 – 50/tin/lead solder (ASTM B 32), 5 with rosin flux. 6 C. Fasteners: Same as metal as flashing/sheet metal or, other noncorrosive metal as 7 recommended by sheet manufacturer. Match finish of exposed heads with material 8 being fastened. 9 D. Bituminous Coating: FS TT-C-494 or SSPC – Paint 12, solvent type bituminous 10 mastic, nominally free of sulfur, compounded for 15-mil dry film thickness per 11 coat. 12 E. Mastic Sealant: Polyisobutylene; nonhardening, nonskinning, nondrying, 13 nonmigrating sealant. 14 F. Elastomeric Sealant: Generic type recommended by manufacturer of metal and 15 fabricator of components being sealed; comply with FS TT-S-0027, TT-S-00230, 16 or TT-S-001543. 17 G. Adhesives: Type recommended by flashing sheet manufacturer for 18 waterproof/weather seaming and adhesive application of flashing sheet. 19 H. Reglets: Metal or plastic units of type and profile indicated, compatible with 20 flashing indicated, noncorrosive. 21 I. Metal Accessories: Provide sheet metal clips, straps, anchoring devices and similar 22 accessory units as required for installation of work, matching or compatible with 23 material being installed, noncorrosive, size and gauge required for performance. 24 J. Roofing Cement: ASTM D 2822, asphaltic. 25 2.2 FABRICATED UNITS 26 A. General Metal Fabrication: Shop-fabricate work to greatest extent possible. 27 Comply with details shown, and with applicable requirements of SMACNA 28 “Architectural Sheet Metal Manual” and other recognized industry practices. 29 Fabricate for waterproof and weather-resistant performance; with expansion 30 provisions for running work, enough to permanently prevent leakage, damage or 31 deterioration of the work. 32 PART 1 - GENERAL METAL FLASHING AND TRIM Page 4 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 PART 3 – EXECUTION 1 3.1 FABRICATION 2 A. All metal flashing and trim work shall be fabricated in strict accordance with the 3 detailed drawings and with best trade practices. Ends of fabricated sheets shall be 4 fastened to make joints watertight and still provide for expansion and contraction. 5 Lines and angles shall be sharp and true. Plane surfaces shall be free from waves 6 and buckles. 7 3.2 CONDITION OF SURFACES 8 A. Inspect all surfaces to metal accessories are to be installed. Do not install metal 9 work unless such surfaces are sound, dry, clean and free of defects which might be 10 deleterious to the metal work. Report any unacceptable conditions to the 11 Contracting Officer in writing before commencing work. 12 3.3 DELIVERY AND STORAGE 13 A. Delivery of materials to the site shall be made in unopened cartons with the name 14 of the manufacturer clearly visible on the carton. 15 B. Materials shall be stored in a safe, dry place. 16 3.4 INSTALLATION 17 A. Pitch-Pockets, flashing, and other flashing shall be installed in strict accordance 18 with trade practices. Completed installation shall be true to line with shapes 19 undistorted, not damaged, and with properly shaped angles. Provide expansion 20 joints and other means for relieving stresses from expansion and contraction of the 21 material. 22 3.5 GUARANTEE 23 A. All materials and workmanship provided by this section shall be guaranteed free of 24 defects for a period of two (2) years from date of acceptance. Any defects arising 25 within this period shall be promptly corrected without additional cost. 26 27 END OF SECTION 28 PART 1 - GENERAL CAULKING AND SEALANT Page 1 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 07 92 00 1 CAULKING AND SEALANT 2 3 PART 1 – GENERAL 4 1.1 RELATED DOCUMENTS 5 Drawings and general provisions of contract, including General and Supplementary 6 Conditions and Division 1 Specification sections, apply to work of this section. 7 1.2 WORK INCLUDED 8 A. Clean and prepare joint substrate. 9 B. Sealant and backing materials. 10 C. Caulk joints around the perimeter of all frames and similar locations in exterior 11 walls including perimeter drywall to deck. 12 D. At all exterior partitions, embed the bottom plate of drywall partitions in two 13 continuous beads of caulking. 14 E. Embed all metal thresholds in full bed of caulking. 15 F. Caulk all locations where millwork abuts adjacent surfaces. 16 G. Caulk the perimeter of plumbing fixtures abutting adjacent surfaces. 17 H. Caulk all other locations where caulking or sealant is indicated or required. 18 1.3 RELATED SECTIONS 19 A. Section 02 75 00 – Portland Cement Concrete Paving and Curbs: Sealants used in 20 conjunction with paving. 21 B. Section 03 30 00 – Cast-In-Place Concrete: Sealants used in conjunction with 22 concrete. 23 C. Division 4 – Masonry 24 PART 1 - GENERAL CAULKING AND SEALANT Page 2 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 D. Section 07 62 00 – Metal Flashing and Trim. 1 E. Section 08 80 00 – Glass and Glazing: Sealants used in conjunction with glazing 2 methods. 3 1.4 REFERENCES 4 American Society for Testing and Materials (ASTM): 5 A. ASTM C 790 – Recommended Practices for Use of Latex Sealing Compounds. 6 B. ASTM C 804 – Recommended Practice for Use of Solvent-Release Type Sealants. 7 C. ASTM C 834 – Specification for Latex Sealing Compounds. 8 D. ASTM C 920 – Specification for Elastomeric Joint Sealants. 9 E. ASTM C 1085 – Specification for Butyl Rubber-Based Solvent Release Sealants. 10 F. ASTM D 1056 – Flexible Cellular Material – Sponge or Expanded Rubber. 11 G. ASTM D 1565 – Flexible Cellular Materials – Vinyl Chloride Polymers and 12 Copolymers (open cell foam). 13 1.5 SUBMITTALS 14 A. Submit product data and colors per General Conditions. 15 1.6 DELIVERY AND STORAGE OF MATERIALS 16 A. As per Section 01 60 00. 17 B. Deliver materials in unopened containers as packaged by the manufacturer. Store 18 in a manner to protect materials from weather. 19 1.7 WARRANTY 20 A. Written five-year warranty. 21 B. Replace sealants which fail because of loss of cohesion or adhesion, or do not cure. 22 1.8 TESTING 23 PART 1 - GENERAL CAULKING AND SEALANT Page 3 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 A. Scope: This outline describes field adhesion tests of elastomeric sealants to 1 determine the adhesive and cohesive characteristics of an installed sealant by 2 placing a strain on the sealant. The results of these tests can be used in conjunction 3 with other information to determine the overall performance of the sealant. 4 B. Procedures 5 1. Locate test joints where indicated or, if not indicated, as directed by 6 Architect, or Sealant Manufacturer. 7 2. Conduct field tests for each application indicated for each type of 8 elastomeric sealant and joint substrate provided. 9 3. Notify Architect or Engineer seven days in advance of dates when tests 10 will be conducted. 11 4. Arrange for all tests to be conducted by an authorized, qualified sealant 12 manufacturer’s representative or independent third-party testing company 13 approved by manufacture. 14 5. Test joint sealants by hand-pull method described in accordance with 15 ASTM C1521 - 13 Standard Practice for Evaluating Adhesion of Installed 16 Weatherproofing Sealant Joints and as recommended by manufacture 17 C. Test Frequency 18 1. Perform five tests for the first 1000 feet of joint length for each type of 19 elastomeric sealant and joint substrate. Perform one test for each 1000 feet 20 of joint length thereafter. Perform three additional tests for each failed test. 21 2. Inspect joints for complete fill, for absence of voids, for primer if required, 22 for proper width/depth ratio and back up complying with specified 23 requirements. Record results in an organized chart published by sealant 24 manufacture. 25 3. Repair sealants pulled in test area by applying new sealants following 26 same procedures used to originally seal joints. Contractor shall test and 27 repair tests areas at no expense to the owner. 28 PART 2 – PRODUCTS 29 2.1 MATERIALS 30 A. Products specified are listed as standard of quality. 31 B. Substitutions: Under Section 01 60 00. 32 2.2 BUILDING SEALANTS (See Sealant Schedule for specific use of sealants) 33 PART 1 - GENERAL CAULKING AND SEALANT Page 4 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 A. Urethanes: 1 1. Two-part Urethane: Self-Leveling, ASTM C920, Type M, Grade P, Class 2 25. 3 a. Chem-Caulk CC-550, by Bostik. 4 b. Vulkem 245, by Mameco. 5 c. Vulkem 255, Wide-Joint, by Mameco. 6 d. NR-200 Urexpan, by Pecora Corporation. 7 e. Sikaflex-2c NS/SL, by Sika Corporation. 8 f. Sikaflex 510, by Sika Corporation 9 2. Two-part Urethane: Non-Sag, ASTM C920, Type M, Grade NS, Class 25. 10 a. Chem-Caulk 500, by Bostik. 11 b. Vulkem 227, by Mameco. 12 c. Dynatrol II, by Pecora Corporation. 13 d. Sikaflex-2c NS/SL, by Sika Corporation. 14 e. Sikaflex 510, by Sika Corporation. (Preferred material or 15 equivalent for exterior joints for tilt wall) 16 f. Sonolastic NP 2, by Sonneborn Building Products, ChemRex Inc. 17 3. One-part Urethane: Self-Leveling, ASTM C920, Type S, Grade P, Class 18 25. 19 a. Vulkem 45, by Mameco. 20 b. Urexpan NR-201, by Pecora Corporation. 21 c. Sonolastic SL1, by Sonneborn Building Products, ChemRex, Inc. 22 4. One-part Urethane: Non-Sag, ASTM C920, Type S, Grade NS, Class 25. 23 a. Chem-Caulk 900, by Bostik. 24 b. Vulkem 116, by Mameco. 25 c. Sonolastic NP I, by Sonneborn Building Products, ChemRex, Inc. 26 B. Silicones: 27 1. One-part Silicones: ASTMC920, Type S, Grade NS, Class 25. Vertical 28 surfaces only. 29 a. Sikasil WS 295 30 b. Sika WS-305 AM50 31 c. 795 Silicone Structural Glazing, Glazing, and Weatherproofing 32 Sealant, by Dow corning. 33 d. 864 Architectural Silicone, by Pecora Corporation. 34 PART 1 - GENERAL CAULKING AND SEALANT Page 5 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 2. One-part Silicones: ASTM C920, Type S, Grade NS, Class 25. 1 a. Sika GP 2 b. 786 Mildew-resistant Silicone Sealant, Dow Corning. 3 c. SCS 1700 Sanitary Sealant, General Electric. 4 d. 898 Silicone Sanitary Sealant, Pecora Corporation. 5 C. Acrylics, Latex: 6 1. One-part Acrylic Latex, Non-Sag, ASTM C834-76. 7 a. Chem-Calk 600, by Bosstik. 8 b. LC-130, by MACCO Adhesives, The Glidden Company. 9 c. Easa-ply ALS, by W.R. Meadows, Inc. 10 d. AC-20+Silicone Acrylic Latex, by Pecora Corporation. 11 e. Sonolac, Sonneborn Building Products, ChemRex, Inc. 12 D. Butyls: 13 1. One-part Butyl, Non-Sag, FS TT-S-1657. 14 a. Chem-Calk 300, by Bostik. 15 b. BC-158 Butyl Rubber, by Pecora Corporation. (ASTM C1085) 16 E. Preformed Compressible & Non-Compressible Fillers: 17 1. Backer Rod – Closed cell polyethylene foam: 18 a. HBR Backer Rod, by Nomaco. 19 b. #92 Greenrod, by Nomaco. 20 c. Sonofoam Closed-Cell Backer Rod, Sonneborn Building Products, 21 ChemRex, Inc. 22 2. Backer Rod – Open cell polyurethane foam: 23 a. Denver Foam, by Backer Rod Mfg. Inc. 24 b. Foam Pack II, by Nomaco. 25 3. Neoprene compression seals: 26 a. WE, WF, and WG Series, by Watson Bowman & Acme Corp. 27 b. Will-Seal 150 Precompressed Expanding Foam Sealants, by Will-28 Seal, a Division of Illbruck. 29 4. Butyl Rod: Kirkhill Rubber Co. (714) 529-4901. 30 PART 1 - GENERAL CAULKING AND SEALANT Page 6 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 F. Bond Breaker Tape: Polyethylene tape of plastic as recommended by sealant 1 manufacturer, to be applied to sealant-contact surfaces where bond to substrate of 2 joint filler must be avoided for proper performance of sealant. 3 2.3 PAVING SEALANTS 4 A. Two-part Urethane: Self-Leveling, ASTM C920, Type M, Grade P, Class 25. 5 1. Vulkem 202, by Mameco. (Jet Fuel Resistant) (FS SS-S-200D, Type H 6 only). 7 2. NR-300 Urexpan, by Pecora Corporation. (FS SS-S-200E) 8 B. One-part Urethane: Self-Leveling, ASTM C920, Type S, Grade P, Class 25. 9 1. Sonomeric 1 Sealant, by Sonneborn Building Products, ChemRex, Inc. (FS 10 SS-S-200E) 11 2. Vulkem 45, by Mameco. 12 2.4 COLORS 13 A. Generally, use sealant colors matching color of material where joint is located. 14 B. Where a joint occurs between two materials of differing colors contact Architect 15 for color selection. 16 2.5 ACCESSORIES 17 A. Joint Cleaner: Provide type of joint cleaning compound recommended by sealant 18 manufacturer for joint surfaces to be cleaned. 19 B. Primer: As recommended by sealant manufacturer. 20 C. Masking tape and similar accessories to protect surfaces from damage. 21 PART 3 – EXECUTION 22 3.1 EXAMINATION 23 A. Verify existing conditions before starting work. 24 B. Verification of Conditions: Verify that field measurements, surfaces, substrates, 25 and conditions are as required, and ready to receive work. 26 PART 1 - GENERAL CAULKING AND SEALANT Page 7 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1. Verify that joint widths are in conformance with sealant manufacturer 1 allowable limits. 2 2. Verify that contaminants capable of interfering with adhesion have been 3 cleaned form joint and joint properly prepared. 4 C. Report in writing to Contracting Officer prevailing conditions that will adversely 5 affect satisfactory execution of the work of this Section. Do not proceed with work 6 until unsatisfactory conditions have been corrected. 7 D. By beginning work, contractor accepts conditions and assumes responsibility for 8 correcting unsuitable conditions encountered at no additional cost to the client. 9 3.2 PREPARATION 10 A. Prepare and size joints in accordance with manufacturer’s instructions. Clean 11 substrates of dirt, laitance, dust, or mortar using solvent, abrasion, or sandblasting 12 as recommended by manufacturer. Remove loose materials and foreign matter that 13 might impair adhesion of sealant. 14 B. Verify that joint shaping materials and release tapes are compatible with sealant 15 and caulking. Verify sealant is suitable for substrate. Verify that sealant is 16 paintable if painted finish is indicated. 17 C. Protect materials surrounding work of this section from damage or disfiguration. 18 3.3 INSTALLATION 19 A. Install sealant in accordance with manufacturer’s published instructions. Perform 20 work in accordance with ASTM C804 for solvent release sealants and ASTM 21 C790 for latex base sealants. 22 B. Prime or seal joint surfaces where recommended by sealant manufacturer. Do not 23 allow primer or sealer to spill or migrate onto adjoining surfaces. 24 C. Install backer rod and bond breaker tape where required by manufacturer. 25 D. Install preformed compressible and non-compressible fillers in accordance with 26 manufacturer’s published instructions. 27 E. Install sealants to depths recommended by sealant manufacturer in uniform, 28 continuous ribbons free of air pockets, foreign embedded matter, ridges, and sags, 29 “wetting” joint bond surfaces equally on both sides. 30 F. Tool joints concave unless shown otherwise. Where horizontal joints are between 31 PART 1 - GENERAL CAULKING AND SEALANT Page 8 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 a horizontal surface and a vertical surface, fill joint to form slight cove so that joint 1 will not trap moisture and foreign matter. Dry tool joints. Do not use soap, water, 2 or solvent to tool joints. 3 G. Epoxy Floor Joint Sealant: Install sealant at floor construction and control joints in 4 accordance with manufacturer’s published instructions and initially under 5 manufacturer’s supervision. 6 3.4 CURING 7 A. Cure sealants in compliance with manufacturer’s published instructions. 8 3.5 CLEANING 9 A. Remove excess and spillage of sealants promptly as the work progresses, using 10 materials and methods as recommended by sealant and substrate manufacturers. 11 Clean adjoining surfaces to eliminate evidence of spillage without damage to 12 adjoining surfaces or finishes. 13 3.6 SEALANT SCHEDULE 14 A. Exterior Joints: 15 1. Perimeters of exterior openings where frames and other penetrations meet 16 exterior façade of building: precast concrete, brick, CMU, polymer 17 reinforced concrete. 18 a. Sealant No. 2.2 A2 19 b. Sealant No. 2.2 B1 (for prefinished materials only) 20 2. Expansion and control joints in exterior surfaces of cast-in-place concrete 21 walls, precast architectural wall panels. 22 a. Sealant No. 2.2 A2. 23 b. Sealant No. 2.2 A4. 24 c. Material No. 2.2 F 25 3. Expansion and control joints in exterior surfaces of unit masonry walls, 26 and polymer reinforced concrete, including at metal panels, and all exterior 27 joints in cast stone. 28 a. Sealant No. 2.2 A2. 29 4. Coping joints, coping-to-façade joints, cornice and wash, or horizontal 30 surface joints not subject to foot or vehicular traffic. 31 a. Sealant No. 2.2 A2 32 b. Sealant No. 2.2 A4 33 PART 1 - GENERAL CAULKING AND SEALANT Page 9 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 c. Sealant No. 2.2 B1 (for prefinished materials only) 1 5. Exterior joints in horizontal wearing and non-wearing surfaces. 2 a. Sealant No. 2.2 A1 3 b. Sealant No. 2.2 A3 4 c. Material No. 2.2 F 5 6. Paving joints and curbs. 6 a. Sealant 2.2 A4 7 b. Sealant 2.2 B 8 7. Setting bed for threshold and saddles. 9 a. Sealant 2.2 B1 10 8. Painted metal lap or flashing joints. 11 a. Sealant 2.2 B1 12 B. Interior Joints: 13 1. Seal interior perimeters of exterior openings. 14 2. Expansion and control joints on interior of exterior cast-in-place concrete 15 walls. 16 3. Expansion and control joints on interior of exterior precast, architectural 17 wall panels. 18 4. Expansion and control joints on interior of exterior surfaces of masonry 19 walls. 20 5. Perimeters of interior hollow metal and aluminum frames. 21 6. Interior masonry vertical control joints and intersecting masonry walls; 22 CMU-to-CMU, CMU-to-concrete. 23 7. For all the above interior joints: 24 a. Sealant No. 2.2 A2 25 b. Sealant No. 2.2 A4 26 c. Sealant No. 2.2 B1 (for pre-finished materials only) 27 8. Exposed interior control joints in drywall and concealed joints. 28 a. Sealant No. 2.2 C1 29 b. Sealant No. 2.2 E1 30 9. Perimeter of toilet fixtures: sinks, tubs, urinals, water closets, basins, 31 vanities, etc. 32 10. Sealant No. 2.2 B4 33 11. Interior expansion and control joints in floor surfaces exposed to foot 34 PART 1 - GENERAL CAULKING AND SEALANT Page 10 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 traffic. 1 a. Sealant No. 2.2 A1 2 b. Sealant No. 2.2 A3 3 c. Material No. 2.2 F1 4 12. Interior non-moving joints, including control, contraction, or construction 5 joints, in interior floor slabs exposed to heavy duty traffic. 6 a. Sealant No. 2.3A 7 13. Painted metal lap joints: 8 a. Sealant 2.2 B1 9 C. Glazing: 10 1. General Purpose Glazing 11 a. Sealant 2.1 B1 12 2. End Damming. 13 a. Sealant 2.1 E 14 15 END OF SECTION 16 08 11 13 HOLLOW METAL DOORS AND FRAMES Page 1 of 11 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 08 11 13 1 HOLLOW METAL DOORS AND FRAMES 2 PART 1 - GENERAL 3 1.1 RELATED DOCUMENTS 4 A. Drawings and general provisions of the Contract, including General and Supplementary 5 Conditions and Division 01 Specification Sections, apply to this Section. 6 1.2 SUMMARY 7 A. Section Includes: 8 1. Standard and custom hollow metal doors and frames. 9 2. Steel sidelight, borrowed lite and transom frames. 10 3. Louvers installed in hollow metal doors. 11 4. Light frames and glazing installed in hollow metal doors. 12 B. Related Sections: 13 1. Division 01 Section "General Conditions". 14 2. Division 04 Section "Unit Masonry" for embedding anchors for hollow metal work into 15 masonry construction. 16 3. Division 08 Section “Flush Wood Doors”. 17 4. Division 08 Section "Glazing" for glass view panels in hollow metal doors. 18 5. Division 08 Section "Door Hardware". 19 6. Division 09 Sections "Exterior Painting" and "Interior Painting" for field painting hollow 20 metal doors and frames. 21 C. Codes and References: Comply with the version year adopted by the Authority Having 22 Jurisdiction. 23 24 1. ANSI/SDI A250.8 - Recommended Specifications for Standard Steel Doors and Frames. 25 2. ANSI/SDI A250.4 - Test Procedure and Acceptance Criteria for Physical Endurance for 26 Steel Doors, Frames, Frames Anchors and Hardware Reinforcing. 27 3. ANSI/SDI A250.6 - Recommended Practice for Hardware Reinforcing on Standard Steel 28 Doors and Frames. 29 4. ANSI/SDI A250.10 - Test Procedure and Acceptance Criteria for Prime Painted Steel 30 Surfaces for Steel Doors and Frames. 31 5. ANSI/SDI A250.11 - Recommended Erection Instructions for Steel Frames. 32 6. ASTM A1008 - Standard Specification for Steel Sheet, Cold-Rolled, Carbon, Structural, 33 High-Strength Low-Alloy and High-Strength Low-Alloy with Improved Formability. 34 7. ASTM A653 - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-35 Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. 36 08 11 13 HOLLOW METAL DOORS AND FRAMES Page 2 of 11 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 8. ASTM A924 - Standard Specification for General Requirements for Steel Sheet, Metallic-1 Coated by the Hot-Dip Process. 2 9. 10. SDI-113 Standard Practice for Determining the Steady-State Thermal Transmittance of 3 Steel Door & Frame Assemblies. 4 10. ASTM C 1363 - Standard Test Method for Thermal Performance of Building Assemblies 5 by Means of a Hot Box Apparatus. 6 11. ASTM C1199 - Standard Test Method for Measuring the Steady-State Thermal 7 Transmittance of Fenestration Systems Using Hot Box Methods 8 12. ASTM E1423 - Practice for Determining Steady State Thermal Transmittance of 9 Fenestration Systems. 10 13. ANSI/BHMA A156.115 - Hardware Preparation in Steel Doors and Frames. 11 14. ANSI/SDI 122 - Installation and Troubleshooting Guide for Standard Steel Doors and 12 Frames. 13 15. ANSI/NFPA 80 - Standard for Fire Doors and Fire Windows; National Fire Protection 14 Association. 15 16. ANSI/NFPA 105: Standard for the Installation of Smoke Door Assemblies. 16 17. NFPA 252 - Standard Methods of Fire Tests of Door Assemblies; National Fire Protection 17 Association. 18 18. UL 10C - Positive Pressure Fire Tests of Door Assemblies. 19 19. UL 1784 - Standard for Air Leakage Tests of Door Assemblies. 20 1.3 SUBMITTALS 21 A. Product Data: For each type of product indicated. Include construction details, material 22 descriptions, core descriptions, hardware reinforcements, profiles, anchors, fire-resistance 23 rating, and finishes. 24 B. Door hardware supplier is to furnish templates, template reference number and/or physical 25 hardware to the steel door and frame supplier in order to prepare the doors and frames to receive 26 the finish hardware items. 27 C. Shop Drawings: Include the following: 28 1. Elevations of each door design. 29 2. Details of doors, including vertical and horizontal edge details and metal thicknesses. 30 3. Frame details for each frame type, including dimensioned profiles and metal thicknesses. 31 4. Locations of reinforcement and preparations for hardware. 32 5. Details of anchorages, joints, field splices, and connections. 33 6. Details of accessories. 34 7. Details of moldings, removable stops, and glazing. 35 8. Details of conduit and preparations for power, signal, and control systems. 36 D. Samples for Verification: 37 1. Samples are only required by request of the architect and for manufacturers that are not 38 current members of the Steel Door Institute. 39 08 11 13 HOLLOW METAL DOORS AND FRAMES Page 3 of 11 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1.4 QUALITY ASSURANCE 1 A. Source Limitations: Obtain hollow metal doors and frames through one source from a single 2 manufacturer wherever possible. 3 B. Quality Standard: In addition to requirements specified, furnish SDI-Certified manufacturer 4 products that comply with ANSI/SDI A250.8, latest edition, "Recommended Specifications for 5 Standard Steel Doors and Frames". 6 C. Fire-Rated Door Assemblies: Assemblies complying with NFPA 80 that are listed and labeled 7 by a qualified testing agency, for fire-protection ratings indicated, based on testing at positive 8 pressure according to UL10C (neutral pressure at 40” above sill) or UL 10C. 9 1. Oversize Fire-Rated Door Assemblies Construction: For units exceeding sizes of tested 10 assemblies, attach construction label certifying doors are built to standard construction 11 requirements for tested and labeled fire rated door assemblies except for size. 12 2. Temperature-Rise Limit: Where indicated and at vertical exit enclosures (stairwell 13 openings) and exit passageways, provide doors that have a maximum transmitted 14 temperature end point of not more than 450 deg F (250 deg C) above ambient after 30 15 minutes of standard fire-test exposure. 16 3. Smoke Control Door Assemblies: Comply with NFPA 105. 17 a. Smoke "S" Label: Doors to bear “S” label, and include smoke and draft control 18 gasketing applied to frame and on meeting stiles of pair doors. 19 D. Fire-Rated, Borrowed-Light Frame Assemblies: Assemblies complying with NFPA 80 that are 20 listed and labeled, by a testing and inspecting agency acceptable to authorities having 21 jurisdiction, for fire-protection ratings indicated, based on testing according to NFPA 257. 22 Provide labeled glazing material. 23 E. Storm Shelter Openings: Provide complete door systems for hurricane or tornado storm shelters, 24 and other areas of refuge, complying and tested according to ICC 500 (20 14/2020), ICC/NSSA 25 Standard for the Design and Construction of Storm Shelters. 26 1. Each unit to bear third party permanent label indicating compliance with the referenced 27 testing standards. 28 F. Pre-Submittal Conference: Conduct conference in compliance with requirements in Division 01 29 Section "Project Meetings" with attendance by representatives of Supplier, Installer, and 30 Contractor to review proper methods and procedures for installing hollow metal doors and 31 frames and to verify installation of electrical knockout boxes and conduit at frames with 32 electrified or access control hardware. 33 1.5 DELIVERY, STORAGE, AND HANDLING 34 A. Deliver hollow metal work palletized, wrapped, or crated to provide protection during transit 35 and Project site storage. Do not use non-vented plastic. 36 B. Deliver welded frames with two removable spreader bars across bottom of frames, tack welded 37 to jambs and mullions. 38 08 11 13 HOLLOW METAL DOORS AND FRAMES Page 4 of 11 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 C. Store hollow metal work under cover at Project site. Place in stacks of five units maximum in a 1 vertical position with heads up, spaced by blocking, on minimum 4-inch high wood blocking. 2 Do not store in a manner that traps excess humidity. 3 1. Provide minimum 1/4-inch space between each stacked door to permit air circulation. 4 Door and frames to be stacked in a vertical upright position. 5 1.6 PROJECT CONDITIONS 6 A. Field Measurements: Verify actual dimensions of openings by field measurements before 7 fabrication. 8 1.7 COORDINATION 9 A. Coordinate installation of anchorages for hollow metal frames. Furnish setting drawings, 10 templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor 11 bolts, and items with integral anchors. Deliver such items to Project site in time for installation. 12 B. Building Information Modeling (BIM) Support: Utilize designated BIM software tools and 13 obtain training needed to successfully participate in the Project BIM processes. All technical 14 disciplines are responsible for the product data integration and data reliability of their Work into 15 the coordinated BIM applications. 16 1.8 WARRANTY 17 A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or 18 replace doors that fail in materials or workmanship within specified warranty period. 19 B. Warranty includes installation and finishing that may be required due to repair or replacement 20 of defective doors. 21 PART 2 - PRODUCTS 22 2.1 MANUFACTURERS 23 A. Manufacturers: Subject to compliance with requirements, provide steel doors and frames from a 24 SDI Certified manufacturer: 25 1. CECO Door Products (C). 26 2. Curries Company (CU). 27 2.2 MATERIALS 28 A. Cold-Rolled Steel Sheet: ASTM A 1008/A 1008M, Commercial Steel (CS), Type B; suitable 29 for exposed applications. 30 08 11 13 HOLLOW METAL DOORS AND FRAMES Page 5 of 11 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 B. Metallic-Coated Steel Sheet: ASTM A 653/A 653M, Commercial Steel (CS), Type B; with 1 minimum G60 (Z180) or A60 (ZF180) metallic coating. 2 C. Frame Anchors: ASTM A 653/A 653M, Commercial Steel (CS), Commercial Steel (CS), 3 Type B; with minimum G60 (Z180) or A60 (ZF180) metallic coating. 4 2.3 HOLLOW METAL DOORS 5 A. General: Provide 1-3/4 inch doors of design indicated, not less than thickness indicated; 6 fabricated with smooth surfaces, without visible joints or seams on exposed faces unless 7 otherwise indicated. Comply with ANSI/SDI A250.8 and ANSI/NAAMM HMMA 867. 8 B. Exterior Doors: Face sheets fabricated of commercial quality hot-dipped zinc coated steel that 9 complies with ASTM A 653/A 653M, Coating Designation A60. Provide doors complying with 10 requirements indicated below by referencing ANSI/SDI A250.8 for level and model and 11 ANSI/SDI A250.4 for physical performance level: 12 1. Design: Flush panel. 13 2. Core Construction: Manufacturer's standard polystyrene. Where indicated, provide doors 14 fabricated as thermal-rated assemblies with a minimum R-value of 2.8 or better. 15 3. Level/Model: Level 3 and Physical Performance Level A (Extra Heavy Duty), Minimum 16 16 gauge (0.053-inch - 1.3-mm) thick steel, Model 2. 17 4. Top and Bottom Edges: Reinforce tops and bottoms of doors with a continuous steel 18 channel not less than 16 gauge, extending the full width of the door and welded to the 19 face sheet. Doors with an inverted top channel to include a steel closure channel, screw 20 attached, with the web of the channel flush with the face sheets of the door. Plastic or 21 composite channel fillers are not acceptable. 22 5. Hinge Reinforcement: Minimum 7 gauge (3/16") plate 1-1/4" x 9" or minimum 14 gauge 23 continuous channel with pierced holes, drilled and tapped. 24 6. Hardware Reinforcements: Fabricate according to ANSI/SDI A250.6 with reinforcing 25 plates from same material as door face sheets. 26 C. Interior Doors: Face sheets fabricated of commercial quality cold rolled steel that complies with 27 ASTM A 1008/A 1008M. Provide doors complying with requirements indicated below by 28 referencing ANSI/SDI A250.8 for level and model and ANSI/SDI A250.4 for physical 29 performance level: 30 1. Design: Flush panel. 31 2. Core Construction: Manufacturer's standard kraft-paper honeycomb, or one-piece 32 polystyrene core, securely bonded to both faces. 33 a. Fire Door Core: As required to provide fire-protection and temperature-rise ratings 34 indicated. 35 3. Level/Model: Level 2 and Physical Performance Level B (Heavy Duty), Minimum 18 36 gauge (0.042-inch - 1.0-mm) thick steel, Model 2. 37 4. Top and Bottom Edges: Reinforce tops and bottoms of doors with a continuous steel 38 channel not less than 16 gauge, extending the full width of the door and welded to the 39 face sheet. 40 08 11 13 HOLLOW METAL DOORS AND FRAMES Page 6 of 11 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 5. Hinge Reinforcement: Minimum 7 gauge (3/16") plate 1-1/4" x 9" or minimum 14 gauge 1 continuous channel with pierced holes, drilled and tapped. 2 6. Hardware Reinforcements: Fabricate according to ANSI/SDI A250.6 with reinforcing 3 plates from same material as door face sheets. 4 D. Manufacturers Basis of Design: 5 1. CECO Door Products (C) Polystyrene Core - Legion Series. 6 2. Curries Company (CU) - Polystyrene Core - 707 Series. 7 2.4 HOLLOW METAL FRAMES 8 A. General: Comply with ANSI/SDI A250.8 and with details indicated for type and profile. 9 B. Exterior Frames: Fabricated of hot-dipped zinc coated steel that complies with ASTM 10 A 653/A 653M, Coating Designation A60. 11 1. Fabricate frames with mitered or coped corners. Profile as indicated on drawings. 12 2. Manufacturers Basis of Design: 13 a. CECO Door Products (C) - SU SR Series. 14 C. Interior Frames: Fabricated from cold-rolled steel sheet that complies with 15 ASTM A 1008/A 1008M. 16 1. Fabricate frames with mitered or coped corners. Profile as indicated on drawings. 17 2. Manufacturers Basis of Design: 18 a. CECO Door Products (C) - BU DU Series. 19 b. CECO Door Products (C) - SU Series. 20 D. Fire rated frames: Fabricate frames in accordance with NFPA 80, listed and labeled by a 21 qualified testing agency, for fire-protection ratings indicated. 22 E. Hardware Reinforcement: Fabricate according to ANSI/SDI A250.6 Table 4 with reinforcement 23 plates from same material as frames. 24 2.5 FRAME ANCHORS 25 A. Jamb Anchors: 26 1. Masonry Type: Adjustable strap-and-stirrup or T-shaped anchors to suit frame size, 27 formed from A60 metallic coated material, not less than 0.042 inch thick, with corrugated 28 or perforated straps not less than 2 inches wide by 10 inches long; or wire anchors not 29 less than 0.177 inch thick. 30 2. Stud Wall Type: Designed to engage stud and not less than 0.042 inch thick. 31 3. Compression Type for Drywall Slip-on (Knock-Down) Frames: Adjustable compression 32 anchors. 33 08 11 13 HOLLOW METAL DOORS AND FRAMES Page 7 of 11 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 B. Floor Anchors: Floor anchors to be provided at each jamb, formed from A60 metallic coated 1 material, not less than 0.042 inches thick. 2 C. Mortar Guards: Formed from same material as frames, not less than 0.016 inches thick. 3 2.6 LOUVERS 4 A. Metal Louvers: Unless otherwise indicated provide louvers to meet the following requirements. 5 1. Blade Type: Vision proof inverted V or inverted Y. 6 2. Metal and Finish: Galvanized steel, 0.040 inch thick, factory primed for paint finish with 7 baked enamel or powder coated finish. Match pre-finished door paint color where 8 applicable. 9 B. Louvers for Fire Rated Doors: Metal louvers with fusible link and closing device, listed and 10 labeled for use in doors with fire protection rating of 1-1/2 hours and less. 11 1. Manufacturers: Subject to compliance with requirements, provide louvers to meet rating 12 indicated. 13 2. Metal and Finish: Galvanized steel, 0.040 inch thick, factory primed for paint finish with 14 baked enamel or powder coated finish. Match pre-finished door paint color where 15 applicable. 16 2.7 LIGHT OPENINGS AND GLAZING 17 A. Stops and Moldings: Provide stops and moldings around glazed lites where indicated. Form 18 corners of stops and moldings with butted or mitered hairline joints at fabricator’s shop. Fixed 19 and removable stops to allow multiple glazed lites each to be removed independently. 20 Coordinate frame rabbet widths between fixed and removable stops with the type of glazing and 21 installation indicated. 22 B. Moldings for Glazed Lites in Doors and Loose Stops for Glazed Lites in Frames: Minimum 20 23 gauge thick, fabricated from same material as door face sheet in which they are installed. 24 C. Fixed Frame Moldings: Formed integral with hollow metal frames, a minimum of 5/8 inch (16 25 mm) high unless otherwise indicated. Provide fixed frame moldings and stops on outside of 26 exterior and on secure side of interior doors and frames. 27 D. Preformed Metal Frames for Light Openings: Manufacturer's standard frame formed of 0.048-28 inch-thick, cold rolled steel sheet; with baked enamel or powder coated finish; and approved for 29 use in doors of fire protection rating indicated. Match pre-finished door paint color where 30 applicable. 31 2.8 ACCESSORIES 32 A. Mullions and Transom Bars: Join to adjacent members by welding or rigid mechanical anchors. 33 B. Grout Guards: Formed from same material as frames, not less than 0.016 inches thick. 34 08 11 13 HOLLOW METAL DOORS AND FRAMES Page 8 of 11 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 2.9 FABRICATION 1 A. Fabricate hollow metal work to be rigid and free of defects, warp, or buckle. Accurately form 2 metal to required sizes and profiles, with minimum radius for thickness of metal. Where 3 practical, fit and assemble units in manufacturer's plant. When shipping limitations so dictate, 4 frames for large openings are to be fabricated in sections for splicing or splining in the field by 5 others. 6 B. Tolerances: Fabricate hollow metal work to tolerances indicated in ANSI/SDI A250.8. 7 C. Hollow Metal Doors: 8 1. Exterior Doors: Provide optional weep-hole openings in bottom of exterior doors to 9 permit moisture to escape where specified. 10 2. Glazed Lites: Factory cut openings in doors with applied trim or kits to fit. Factory install 11 glazing where indicated. 12 3. Astragals: Provide overlapping astragals as noted in door hardware sets in Division 08 13 Section "Door Hardware" on one leaf of pairs of doors where required by NFPA 80 for fire-14 performance rating or where indicated. Extend minimum 3/4 inch beyond edge of door on 15 which astragal is mounted. 16 4. Continuous Hinge Reinforcement: Provide welded continuous 12 gauge strap for 17 continuous hinges specified in hardware sets in Division 08 Section "Door Hardware". 18 D. Hollow Metal Frames: 19 1. Shipping Limitations: Where frames are fabricated in sections due to shipping or handling 20 limitations, provide alignment plates or angles at each joint, fabricated of same thickness 21 metal as frames. 22 2. Welded Frames: Weld flush face joints continuously; grind, fill, dress, and make smooth, 23 flush, and invisible. 24 a. Welded frames are to be provided with two steel spreaders temporarily attached to 25 the bottom of both jambs to serve as a brace during shipping and handling. 26 Spreader bars are for bracing only and are not to be used to size the frame opening. 27 3. Sidelight and Transom Bar Frames: Provide closed tubular members with no visible face 28 seams or joints, fabricated from same material as door frame. Fasten members at crossings 29 and to jambs by butt welding. 30 4. High Frequency Hinge Reinforcement: Provide high frequency hinge reinforcements at 31 door openings 48-inches and wider with mortise butt type hinges at top hinge locations. 32 5. Continuous Hinge Reinforcement: Provide welded continuous 12 gauge straps for 33 continuous hinges specified in hardware sets in Division 08 Section "Door Hardware". 34 6. Provide countersunk, flat- or oval-head exposed screws and bolts for exposed fasteners 35 unless otherwise indicated for removable stops, provide security screws at exterior 36 locations. 37 7. Mortar Guards: Provide guard boxes at back of hardware mortises in frames at all hinges 38 and strike preps regardless of grouting requirements. 39 8. Floor Anchors: Weld anchors to bottom of jambs and mullions with at least four spot 40 welds per anchor. 41 9. Jamb Anchors: Provide number and spacing of anchors as follows: 42 08 11 13 HOLLOW METAL DOORS AND FRAMES Page 9 of 11 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 a. Masonry Type: Locate anchors not more than 18 inches from top and bottom of 1 frame. Space anchors not more than 32 inches on-center and as follows: 2 1) Two anchors per jamb up to 60 inches high. 3 2) Three anchors per jamb from 60 to 90 inches high. 4 3) Four anchors per jamb from 90 to 120 inches high. 5 4) Four anchors per jamb plus 1 additional anchor per jamb for each 24 inches 6 or fraction thereof above 120 inches high. 7 b. Stud Wall Type: Locate anchors not more than 18 inches from top and bottom of 8 frame. Space anchors not more than 32 inches o.c. and as follows: 9 1) Three anchors per jamb up to 60 inches high. 10 2) Four anchors per jamb from 60 to 90 inches high. 11 3) Five anchors per jamb from 90 to 96 inches high. 12 4) Five anchors per jamb plus 1 additional anchor per jamb for each 24 inches 13 or fraction thereof above 96 inches high. 14 5) Two anchors per head for frames above 42 inches wide and mounted in 15 metal stud partitions. 16 10. Door Silencers: Except on weatherstripped or gasketed doors, drill stops to receive door 17 silencers. Silencers to be supplied by frame manufacturer regardless if specified in 18 Division 08 Section "Door Hardware". 19 11. Bituminous Coating: Where frames are fully grouted with an approved Portland Cement 20 based grout or mortar, coat inside of frame throat with a water based bituminous or 21 asphaltic emulsion coating to a minimum thickness of 3 mils DFT, tested in accordance 22 with UL 10C and applied to the frame under a 3rd party independent follow-up service 23 procedure. 24 E. Hardware Preparation: Factory prepare hollow metal work to receive template mortised 25 hardware; include cutouts, reinforcement, mortising, drilling, and tapping according to the Door 26 Hardware Schedule and templates furnished as specified in Division 08 Section "Door 27 Hardware." 28 1. Locate hardware as indicated, or if not indicated, according to ANSI/SDI A250.8. 29 2. Reinforce doors and frames to receive non-template, mortised and surface mounted door 30 hardware. 31 3. Comply with applicable requirements in ANSI/SDI A250.6 and ANSI/DHI A115 Series 32 specifications for preparation of hollow metal work for hardware. 33 4. Coordinate locations of conduit and wiring boxes for electrical connections with 34 Division 26 Sections. 35 2.10 STEEL FINISHES 36 A. Prime Finishes: Doors and frames to be cleaned, and chemically treated to insure maximum 37 finish paint adhesion. Surfaces of the door and frame exposed to view to receive a factory 38 applied coat of rust inhibiting shop primer. 39 1. Shop Primer: Manufacturer's standard, fast-curing, lead and chromate free primer 40 complying with ANSI/SDI A250.10 acceptance criteria; recommended by primer 41 manufacturer for substrate; and compatible with substrate and field-applied coatings. 42 08 11 13 HOLLOW METAL DOORS AND FRAMES Page 10 of 11 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 PART 3 - EXECUTION 1 3.1 EXAMINATION 2 A. Examine substrates, areas, and conditions, with Installer present, for compliance with 3 requirements for installation tolerances and other conditions affecting performance of the Work. 4 B. General Contractor to verify the accuracy of dimensions given to the steel door and frame 5 manufacturer for existing openings or existing frames (strike height, hinge spacing, hinge back 6 set, etc.). 7 C. Proceed with installation only after unsatisfactory conditions have been corrected. 8 3.2 PREPARATION 9 A. Remove welded in shipping spreaders installed at factory. Restore exposed finish by grinding, 10 filling, and dressing, as required to make repaired area smooth, flush, and invisible on exposed 11 faces. 12 B. Prior to installation, adjust and securely brace welded hollow metal frames for square, level, 13 twist, and plumb condition. 14 C. Tolerances shall comply with SDI-117 "Manufacturing Tolerances Standard Steel Doors and 15 Frames." 16 D. Drill and tap doors and frames to receive non-template, mortised, and surface-mounted door 17 hardware. 18 E. Verify tolerances against manufacturers installations instructions for tornado and hurricane 19 storm shelter openings. 20 3.3 INSTALLATION 21 A. General: Install hollow metal work plumb, rigid, properly aligned, and securely fastened in 22 place; comply with Drawings and manufacturer's written instructions. 23 B. Hollow Metal Frames: Install hollow metal frames of size and profile indicated. Comply with 24 ANSI/SDI A250.11 and NFPA 80 at fire rated openings. 25 1. Set frames accurately in position, plumbed, leveled, aligned, and braced securely until 26 permanent anchors are set. After wall construction is complete and frames properly set and 27 secured, remove temporary braces, leaving surfaces smooth and undamaged. Shim as 28 necessary to comply with installation tolerances. 29 2. Floor Anchors: Provide floor anchors for each jamb and mullion that extends to floor, 30 and secure with post-installed expansion anchors. 31 3. Masonry Walls: Coordinate installation of frames to allow for solidly filling space 32 between frames and masonry with mortar. 33 4. Grout Requirements: Do not grout head of frames unless reinforcing has been installed in 34 head of frame. Do not grout vertical or horizontal closed mullion members. 35 08 11 13 HOLLOW METAL DOORS AND FRAMES Page 11 of 11 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 C. Hollow Metal Doors: Fit hollow metal doors accurately in frames, within clearances specified 1 below. Shim as necessary. 2 1. Non-Fire-Rated Standard Steel Doors: 3 a. Jambs and Head: 1/8 inch plus or minus 1/16 inch. 4 b. Between Edges of Pairs of Doors: 1/8 inch plus or minus 1/16 inch. 5 c. Between Bottom of Door and Top of Threshold: Maximum 3/8 inch. 6 d. Between Bottom of Door and Top of Finish Floor (No Threshold): Maximum 3/4 7 inch. 8 2. Fire-Rated Doors: Install doors with clearances according to NFPA 80. 9 D. Field Glazing: Comply with installation requirements in Division 08 Section "Glazing" and with 10 hollow metal manufacturer's written instructions. 11 3.4 ADJUSTING AND CLEANING 12 A. Final Adjustments: Check and readjust operating hardware items immediately before final 13 inspection. Leave work in complete and proper operating condition. Remove and replace 14 defective work, including hollow metal work that is warped, bowed, or otherwise unacceptable. 15 B. Remove grout and other bonding material from hollow metal work immediately after 16 installation. 17 C. Prime-Coat and Painted Finish Touchup: Immediately after erection, sand smooth rusted or 18 damaged areas of prime coat, or painted finishes, and apply touchup of compatible air drying, 19 rust-inhibitive primer, zinc rich primer (exterior and galvanized openings) or finish paint. 20 3.5 FIELD QUALITY CONTROL 21 A. Field Inspection (Punch Report): Reference Division 01 Sections “Closeout Procedures”. 22 Produce project punch report for each installed door opening indicating compliance with 23 approved submittals and verification hardware is properly installed, operating and adjusted. 24 Include list of items to be completed and corrected, indicating the reasons or deficiencies 25 causing the Work to be incomplete or rejected. 26 1. Organization of List: Include separate Door Opening and Deficiencies and Corrective 27 Action Lists organized by Mark, Opening Remarks and Comments, and related Opening 28 Images and Video Recordings. 29 END OF SECTION 081113 30 SILVER CREEK LIFT STATION 061018452 FORT WORTH, TX DOOR HARDWARE 087100 - 1 SECTION 08 71 00 1 DOOR HARDWARE 2 PART 1 - GENERAL 3 1.1 RELATED DOCUMENTS 4 A. Drawings and general provisions of the Contract, including General and Supplementary 5 Conditions and Division 1 Specification Sections, apply to this Section. 6 1.2 SUMMARY 7 A. This Section includes commercial door hardware for the following: 8 1. Swinging doors. 9 2. Sliding doors. 10 3. Other doors to the extent indicated. 11 B. Door hardware includes, but is not necessarily limited to, the following: 12 1. Mechanical door hardware. 13 2. Cylinders specified for doors in other sections. 14 C. Related Sections: 15 1. Division 08 Section “Hollow Metal Doors and Frames”. 16 2. Division 08 Section “Flush Wood Doors”. 17 3. Division 08 Section “Aluminum-Framed Entrances and Storefronts”. 18 D. Codes and References: Comply with the version year adopted by the Authority Having 19 Jurisdiction. 20 1. ANSI A117.1 - Accessible and Usable Buildings and Facilities. 21 2. ICC/IBC - International Building Code. 22 3. NFPA 70 - National Electrical Code. 23 4. NFPA 80 - Fire Doors and Windows. 24 5. NFPA 101 - Life Safety Code. 25 6. NFPA 105 - Installation of Smoke Door Assemblies. 26 7. State Building Codes, Local Amendments. 27 E. Standards: All hardware specified herein shall comply with the following industry standards as 28 applicable. Any undated reference to a standard shall be interpreted as referring to the latest 29 edition of that standard: 30 1. ANSI/BHMA Certified Product Standards - A156 Series. 31 2. UL10C - Positive Pressure Fire Tests of Door Assemblies. 32 SILVER CREEK LIFT STATION 061018452 FORT WORTH, TX DOOR HARDWARE 087100 - 2 3. ANSI/UL 294 - Access Control System Units. 1 4. UL 305 - Panic Hardware. 2 5. ANSI/UL 437- Key Locks. 3 1.3 SUBMITTALS 4 A. Product Data: Manufacturer's product data sheets including installation details, material 5 descriptions, dimensions of individual components and profiles, operational descriptions and 6 finishes. 7 B. Door Hardware Schedule: Prepared by or under the supervision of supplier, detailing, 8 fabrication and assembly of door hardware, as well as procedures and diagrams. Coordinate the 9 final Door Hardware Schedule with doors, frames, and related work to ensure proper size, 10 thickness, hand, function, and finish of door hardware. 11 1. Format: Comply with scheduling sequence and vertical format in DHI's "Sequence and 12 Format for the Hardware Schedule." 13 2. Organization: Organize the Door Hardware Schedule into door hardware sets indicating 14 complete designations of every item required for each door or opening. Organize door 15 hardware sets in same order as in the Door Hardware Sets at the end of Part 3. Submittals 16 that do not follow the same format and order as the Door Hardware Sets will be rejected 17 and subject to resubmission. 18 3. Content: Include the following information: 19 a. Type, style, function, size, label, hand, and finish of each door hardware item. 20 b. Manufacturer of each item. 21 c. Fastenings and other pertinent information. 22 d. Location of door hardware set, cross-referenced to Drawings, both on floor plans 23 and in door and frame schedule. 24 e. Explanation of abbreviations, symbols, and codes contained in schedule. 25 f. Mounting locations for door hardware. 26 g. Door and frame sizes and materials. 27 h. Warranty information for each product. 28 4. Submittal Sequence: Submit the final Door Hardware Schedule at earliest possible date, 29 particularly where approval of the Door Hardware Schedule must precede fabrication of 30 other work that is critical in the Project construction schedule. Include Product Data, 31 Samples, Shop Drawings of other work affected by door hardware, and other information 32 essential to the coordinated review of the Door Hardware Schedule. 33 C. Keying Schedule: After a keying meeting with the owner has taken place prepare a separate 34 keying schedule detailing final instructions. Submit the keying schedule in electronic format. 35 Include keying system explanation, door numbers, key set symbols, hardware set numbers and 36 special instructions. Owner must approve submitted keying schedule prior to the ordering of 37 permanent cylinders/cores. 38 D. Informational Submittals: 39 SILVER CREEK LIFT STATION 061018452 FORT WORTH, TX DOOR HARDWARE 087100 - 3 1. Product Test Reports: Indicating compliance with cycle testing requirements, based on 1 evaluation of comprehensive tests performed by manufacturer and witnessed by a 2 qualified independent testing agency. 3 1.4 CLOSEOUT SUBMITTALS 4 A. Operating and Maintenance Manuals: Provide manufacturers operating and maintenance 5 manuals for each item comprising the complete door hardware installation in quantity as 6 required in Division 01, Closeout Procedures. 7 B. Project Record Documents: Provide record documentation of as-built door hardware sets in 8 digital format (.pdf, .docx, .xlsx, .csv) and as required in Division 01, Project Record 9 Documents. 10 1.5 QUALITY ASSURANCE 11 A. Manufacturers Qualifications: Engage qualified manufacturers with a minimum 5 years of 12 documented experience in producing hardware and equipment similar to that indicated for this 13 Project and that have a proven record of successful in-service performance. 14 B. Certified Products: Where specified, products must maintain a current listing in the Builders 15 Hardware Manufacturers Association (BHMA) Certified Products Directory (CPD). 16 C. Installer Qualifications: A minimum 3 years documented experience installing both standard 17 and electrified door hardware similar in material, design, and extent to that indicated for this 18 Project and whose work has resulted in construction with a record of successful in -service 19 performance. 20 D. Door Hardware Supplier Qualifications: Experienced commercial door hardware distributors 21 with a minimum 5 years documented experience supplying both mechanical and 22 electromechanical hardware installations comparable in material, design, and extent to that 23 indicated for this Project. Supplier recognized as a factory direct distributor by the 24 manufacturers of the primary materials with a warehousing facility in Project's vicinity. 25 Supplier to have on staff a certified Architectural Hardware Consultant (AHC) available during 26 the course of the Work to consult with Contractor, Architect, and Owner concerning both 27 standard and electromechanical door hardware and keying. 28 E. Source Limitations: Obtain each type and variety of door hardware specified in this section 29 from a single source unless otherwise indicated. 30 1. Electrified modifications or enhancements made to a source manufacturer's product line 31 by a secondary or third party source will not be accepted. 32 F. Each unit to bear third party permanent label indicating compliance with the referenced testing 33 standards. 34 G. Keying Conference: Conduct conference to comply with requirements in Division 01 Section 35 "Project Meetings." Keying conference to incorporate the following criteria into the final keying 36 schedule document: 37 SILVER CREEK LIFT STATION 061018452 FORT WORTH, TX DOOR HARDWARE 087100 - 4 1. Function of building, purpose of each area and degree of security required. 1 2. Plans for existing and future key system expansion. 2 3. Requirements for key control storage and software. 3 4. Installation of permanent keys, cylinder cores and software. 4 5. Address and requirements for delivery of keys. 5 H. Pre-Submittal Conference: Conduct coordination conference in compliance with requirements 6 in Division 01 Section "Project Meetings" with attendance by representatives of Supplier(s), 7 Installer(s), and Contractor(s) to review proper methods and the procedures for receiving, 8 handling, and installing door hardware. 9 1. Prior to installation of door hardware, conduct a project specific training meeting to 10 instruct the installing contractors' personnel on the proper installation and adjustment of 11 their respective products. Product training to be attended by installers of door hardware 12 (including electromechanical hardware) for aluminum, hollow metal and wood doors. 13 Training will include the use of installation manuals, hardware schedules, templates and 14 physical product samples as required. 15 2. Inspect and discuss electrical roughing-in, power supply connections, and other 16 preparatory work performed by other trades. 17 3. Review sequence of operation narratives for each unique access controlled opening. 18 4. Review and finalize construction schedule and verify availability of materials. 19 5. Review the required inspecting, testing, commissioning, and demonstration procedures 20 I. At completion of installation, provide written documentation that components were applied 21 according to manufacturer's instructions and recommendations and according to approved 22 schedule. 23 1.6 DELIVERY, STORAGE AND HANDLING 24 A. Inventory door hardware on receipt and provide secure lock-up and shelving for door hardware 25 delivered to Project site. Do not store electronic access control hardware, software or 26 accessories at Project site without prior authorization. 27 B. Tag each item or package separately with identification related to the final Door Hardware 28 Schedule, and include basic installation instructions with each item or package. 29 C. Deliver, as applicable, permanent keys, cylinders, cores, access control credentials, software 30 and related accessories directly to Owner via registered mail or overnight package service. 31 Instructions for delivery to the Owner shall be established at the "Keying Conference". 32 1.7 COORDINATION 33 A. Templates: Obtain and distribute to the parties involved templates for doors, frames, and other 34 work specified to be factory prepared for installing standard and electrified hardware. Check 35 Shop Drawings of other work to confirm that adequate provisions are made for locating and 36 installing hardware to comply with indicated requirements. 37 SILVER CREEK LIFT STATION 061018452 FORT WORTH, TX DOOR HARDWARE 087100 - 5 B. Door and Frame Preparation: Doors and corresponding frames are to be prepared, reinforced 1 and pre-wired (if applicable) to receive the installation of the specified electrified, monitoring, 2 signaling and access control system hardware without additional in-field modifications. 3 1.8 WARRANTY 4 A. General Warranty: Reference Division 01, General Requirements. Special warranties specified 5 in this Article shall not deprive Owner of other rights Owner may have under other provisions 6 of the Contract Documents and shall be in addition to, and run concurrent with, other warranties 7 made by Contractor under requirements of the Contract Documents. 8 B. Warranty Period: Written warranty, executed by manufacturer(s), agreeing to repair or replace 9 components of standard and electrified door hardware that fails in materials or workmanship 10 within specified warranty period after final acceptance by the Owner. Failures include, but are 11 not limited to, the following: 12 1. Structural failures including excessive deflection, cracking, or breakage. 13 2. Faulty operation of the hardware. 14 3. Deterioration of metals, metal finishes, and other materials beyond normal weathering. 15 4. Electrical component defects and failures within the systems operation. 16 C. Warranty Period: Unless otherwise indicated, warranty shall be one year from date of 17 Substantial Completion. 18 PART 2 - PRODUCTS 19 2.1 MATERIALS 20 A. Hardware shall not have any visible manufacturer names on exposed materials, except 21 cylinders, when the door is in a closed position. 22 2.2 CONTINUOUS HINGES 23 A. Continuous Geared Hinges: ANSI/BHMA A156.26 Grade 1-600 continuous geared hinge. with 24 minimum 0.120-inch thick extruded 6063-T6 aluminum alloy hinge leaves and a minimum 25 overall width of 4 inches. Hinges are non-handed, reversible and fabricated to template screw 26 locations. Factory trim hinges to suit door height and prepare for electrical cut-outs. 27 1. Manufacturers:. 28 a. Pemko (PE). 29 2.3 DOOR OPERATING TRIM 30 A. Door Push Plates and Pulls: ANSI/BHMA A156.6 door pushes and pull units of type and design 31 specified in the Hardware Sets. Coordinate and provide proper width and height as required 32 where conflicting hardware dictates. 33 SILVER CREEK LIFT STATION 061018452 FORT WORTH, TX DOOR HARDWARE 087100 - 6 1. Push/Pull Plates: Minimum .050 inch thick, size as indicated in hardware sets, with 1 beveled edges, secured with exposed screws unless otherwise indicated. 2 2. Door Pull and Push Bar Design: Size, shape, and material as indicated in the hardware 3 sets. Minimum clearance of 2 1/2-inches from face of door unless otherwise indicated. 4 3. Offset Pull Design: Size, shape, and material as indicated in the hardware sets. Minimum 5 clearance of 2 1/2-inches from face of door and offset of 90 degrees unless otherwise 6 indicated. 7 4. Pulls, where applicable, shall be provided with a 10” clearance from the finished floor on 8 the push side to accommodate wheelchair accessibility. 9 5. Fasteners: Provide manufacturer's designated fastener type as indicated in Hardware Sets. 10 When through-bolt fasteners are in the same location as a push plate, countersink the 11 fasteners flush with the door face allowing the push plate to sit flat against the door. 12 6. Manufacturers: 13 a. Rockwood (RO). 14 2.4 CYLINDERS AND KEYING 15 A. General: Cylinder manufacturer to have minimum (10) years experience designing secured 16 master key systems and have on record a published security keying system policy. 17 B. Cylinder Types: Original manufacturer cylinders able to supply the following cylinder formats 18 and types: 19 1. Threaded mortise cylinders with rings and cams to suit hardware application. 20 2. Rim cylinders with back plate, flat-type vertical or horizontal tailpiece, and raised trim 21 ring. 22 3. Bored or cylindrical lock cylinders with tailpieces as required to suit locks. 23 4. Tubular deadlocks and other auxiliary locks. 24 5. Mortise and rim cylinder collars to be solid and recessed to allow the cylinder face to be 25 flush and be free spinning with matching finishes. 26 6. Keyway: Manufacturer’s Standard. 27 C. Keying System: Each type of lock and cylinders to be factory keyed. 28 1. Supplier shall conduct a "Keying Conference" to define and document keying system 29 instructions and requirements. 30 2. Furnish factory cut, nickel-silver large bow permanently inscribed with a visual key 31 control number as directed by Owner. 32 3. New System: Key locks to a new key system as directed by the Owner. 33 D. Key Quantity: Provide the following minimum number of keys: 34 1. Change Keys per Cylinder: Two (2) 35 2. Master Keys (per Master Key Level/Group): Five (5). 36 3. Construction Keys (where required): Ten (10). 37 E. Construction Keying: Provide construction master keyed cylinders. 38 SILVER CREEK LIFT STATION 061018452 FORT WORTH, TX DOOR HARDWARE 087100 - 7 F. Key Registration List (Bitting List): 1 1. Provide keying transcript list to Owner's representative in the proper format for importing 2 into key control software. 3 2. Provide transcript list in writing or electronic file as directed by the Owner. 4 2.5 KEY CONTROL 5 A. Key Control Cabinet: Provide a key control system including envelopes, labels, and tags with 6 self-locking key clips, receipt forms, 3-way visible card index, temporary markers, permanent 7 markers, and standard metal cabinet. Key control cabinet shall have expansion capacity of 8 150% of the number of locks required for the project. 9 1. Manufacturers: 10 a. Lund Equipment (LU). 11 b. MMF Industries (MM). 12 c. Telkee (TK). 13 2.6 LOCK AND LATCH STRIKES 14 A. Strikes: Provide manufacturer's standard strike with strike box for each latch or lock bolt, with 15 curved lip extended to protect frame, finished to match door hardware set, unless otherwise 16 indicated, and as follows: 17 1. Flat-Lip Strikes: For locks with three-piece antifriction latchbolts, as recommended by 18 manufacturer. 19 2. Extra-Long-Lip Strikes: For locks used on frames with applied wood casing trim. 20 3. Aluminum-Frame Strike Box: Provide manufacturer's special strike box fabricated for 21 aluminum framing. 22 4. Double-lipped strikes: For locks at double acting doors. Furnish with retractable stop for 23 rescue hardware applications. 24 B. Standards: Comply with the following: 25 1. Strikes for Mortise Locks and Latches: BHMA A156.13. 26 2. Strikes for Bored Locks and Latches: BHMA A156.2. 27 3. Strikes for Auxiliary Deadlocks: BHMA A156.36. 28 4. Dustproof Strikes: BHMA A156.16. 29 2.7 CONVENTIONAL EXIT DEVICES 30 A. General Requirements: All exit devices specified herein shall meet or exceed the following 31 criteria: 32 1. Exit devices shall have a five-year warranty. 33 2. At doors not requiring a fire rating, provide devices complying with NFPA 101 and listed 34 and labeled for "Panic Hardware" according to UL305. Provide proper fasteners as 35 SILVER CREEK LIFT STATION 061018452 FORT WORTH, TX DOOR HARDWARE 087100 - 8 required by manufacturer including sex nuts and bolts at openings specified in the 1 Hardware Sets. 2 3. Where exit devices are required on fire rated doors, provide devices complying with 3 NFPA 80 and with UL labeling indicating "Fire Exit Hardware". Provide devices with the 4 proper fasteners for installation as tested and listed by UL. Consult manufacturer’s 5 catalog and template book for specific requirements. 6 4. Except on fire rated doors, provide exit devices with hex key dogging device to hold the 7 pushbar and latch in a retracted position. Provide optional keyed cylinder dogging on 8 devices where specified in Hardware Sets. 9 5. Devices must fit flat against the door face with no gap that permits unauthorized dogging 10 of the push bar. The addition of filler strips is required in any case where the door light 11 extends behind the device as in a full glass configuration. 12 6. Lever Operating Trim: Where exit devices require lever trim, furnish manufacturer's 13 heavy duty escutcheon trim with threaded studs for thru-bolts. 14 a. Lock Trim Design: As indicated in Hardware Sets, provide finishes and designs to 15 match that of the specified locksets. 16 b. Where function of exit device requires a cylinder, provide a cylinder (Rim or 17 Mortise) as specified in Hardware Sets. 18 7. Vertical Rod Exit Devices: Where surface or concealed vertical rod exit devices are used 19 at interior openings, provide as less bottom rod (LBR) unless otherwise indicated. 20 Provide dust proof strikes where thermal pins are required to project into the floor. 21 8. Narrow Stile Applications: At doors constructed with narrow stiles, or as specified in 22 Hardware Sets, provide devices designed for maximum 2” wide stiles. 23 9. Dummy Push Bar: Nonfunctioning push bar matching functional push bar. 24 10. Rail Sizing: Provide exit device rails factory sized for proper door width application. 25 11. Through Bolt Installation: For exit devices and trim as indicated in Door Hardware Sets. 26 B. Conventional Push Rail Exit Devices (Heavy Duty): ANSI/BHMA A156.3, Grade 1 Certified 27 Products Directory (CPD) listed exit devices. Listed manufacturers shall meet all functions and 28 features as specified herein. 29 1. Manufacturers: 30 a. Sargent Manufacturing (SA) - 80 Series. 31 2.8 SURFACE DOOR CLOSERS 32 A. All door closers specified herein shall meet or exceed the following criteria: 33 1. General: Door closers to be from one manufacturer, matching in design and style, with 34 the same type door preparations and templates regardless of application or spring size. 35 Closers to be non-handed with full sized covers. 36 2. Standards: Closers to comply with UL-10C for Positive Pressure Fire Test and be U.L. 37 listed for use of fire rated doors. 38 3. Size of Units: Comply with manufacturer's written recommendations for sizing of door 39 closers depending on size of door, exposure to weather, and anticipated frequency of use. 40 SILVER CREEK LIFT STATION 061018452 FORT WORTH, TX DOOR HARDWARE 087100 - 9 Where closers are indicated for doors required to be accessible to the Americans with 1 Disabilities Act, provide units complying with ANSI ICC/A117.1. 2 4. Closer Arms: Provide heavy duty, forged steel closer arms unless otherwise indicated in 3 Hardware Sets. 4 5. Closers shall not be installed on exterior or corridor side of doors; where possible install 5 closers on door for optimum aesthetics. 6 6. Closer Accessories: Provide door closer accessories including custom templates, special 7 mounting brackets, spacers and drop plates as required for proper installation. Provide 8 through-bolt and security type fasteners as specified in the hardware sets. 9 B. Door Closers, Surface Mounted (Commercial Duty): ANSI/BHMA 156.4, Grade 1 Certified 10 Products Directory (CPD) listed surface mounted, institutional grade door closers with complete 11 spring power adjustment, sizes 1 thru 6; and fully operational adjustable according to door size, 12 frequency of use, and opening force. Closers to be rack and pinion type, one piece cast iron or 13 aluminum alloy body construction, with adjustable backcheck, closing sweep, and latch speed 14 control valves. Provide non-handed units standard. 15 1. Manufacturers: 16 a. ASSA ABLOY ACCENTRA (YA) - 5800 Series. 17 2.9 ARCHITECTURAL TRIM 18 A. Door Protective Trim 19 1. General: Door protective trim units to be of type and design as specified below or in the 20 Hardware Sets. 21 2. Size: Fabricate protection plates (kick, armor, or mop) not more than 2" less than door 22 width (LDW) on stop side of single doors and 1” LDW on stop side of pairs of doors, and 23 not more than 1" less than door width on pull side. Coordinate and provide proper width 24 and height as required where conflicting hardware dictates. Height to be as specified in 25 the Hardware Sets. 26 3. Where plates are applied to fire rated doors with the top of the plate more than 16” above 27 the bottom of the door, provide plates complying with NFPA 80. Consult manufacturer’s 28 catalog and template book for specific requirements for size and applications. 29 4. Protection Plates: ANSI/BHMA A156.6 protection plates (kick, armor, or mop), 30 fabricated from the following: 31 a. Stainless Steel: 300 grade, 050-inch thick. 32 5. Options and fasteners: Provide manufacturer's designated fastener type as specified in the 33 Hardware Sets. Provide countersunk screw holes. 34 6. Manufacturers: 35 a. Rockwood (RO). 36 SILVER CREEK LIFT STATION 061018452 FORT WORTH, TX DOOR HARDWARE 087100 - 10 2.10 ARCHITECTURAL SEALS 1 A. General: Thresholds, weatherstripping, and gasket seals to be of type and design as specified 2 below or in the Hardware Sets. Provide continuous weatherstrip gasketing on exterior doors and 3 provide smoke, light, or sound gasketing on interior doors where indicated. At exterior 4 applications provide non-corrosive fasteners and elsewhere where indicated. 5 B. Smoke Labeled Gasketing: Assemblies complying with NFPA 105 that are listed and labeled by 6 a testing and inspecting agency acceptable to authorities having jurisdiction, for smoke control 7 ratings indicated, based on testing according to UL 1784. 8 1. Provide smoke labeled perimeter gasketing at all smoke labeled openings. 9 C. Fire Labeled Gasketing: Assemblies complying with NFPA 80 that are listed and labeled by a 10 testing and inspecting agency acceptable to authorities having jurisdiction, for fire ratings 11 indicated, based on testing according to UL-10C. 12 1. Provide intumescent seals as indicated to meet UL10C Standard for Positive Pressure 13 Fire Tests of Door Assemblies, and NFPA 252, Standard Methods of Fire Tests of Door 14 Assemblies. 15 D. Sound-Rated Gasketing: Assemblies that are listed and labeled by a testing and inspecting 16 agency, for sound ratings indicated. 17 E. Replaceable Seal Strips: Provide only those units where resilient or flexible seal strips are easily 18 replaceable and readily available from stocks maintained by manufacturer. 19 F. Manufacturers: 20 1. Pemko (PE). 21 2.11 FABRICATION 22 A. Fasteners: Provide door hardware manufactured to comply with published templates generally 23 prepared for machine, wood, and sheet metal screws. Provide screws according to 24 manufacturers recognized installation standards for application intended. 25 2.12 FINISHES 26 A. Standard: Designations used in the Hardware Sets and elsewhere indicate hardware finishes 27 complying with ANSI/BHMA A156.18, including coordination with traditional U.S. finishes 28 indicated by certain manufacturers for their products. 29 B. Provide quality of finish, including thickness of plating or coating (if any), composition, 30 hardness, and other qualities complying with manufacturer's standards, but in no case less than 31 specified by referenced standards for the applicable units of hardware 32 C. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, 33 temporary protective covering before shipping. 34 SILVER CREEK LIFT STATION 061018452 FORT WORTH, TX DOOR HARDWARE 087100 - 11 PART 3 - EXECUTION 1 3.1 EXAMINATION 2 A. Examine scheduled openings, with Installer present, for compliance with requirements for 3 installation tolerances, labeled fire door assembly construction, wall and floor construction, and 4 other conditions affecting performance. 5 B. Notify architect of any discrepancies or conflicts between the door schedule, door types, 6 drawings and scheduled hardware. Proceed only after such discrepancies or conflicts have been 7 resolved in writing. 8 3.2 PREPARATION 9 A. Hollow Metal Doors and Frames: Comply with ANSI/DHI A115 series. 10 B. Wood Doors: Comply with ANSI/DHI A115-W series. 11 3.3 INSTALLATION 12 A. Install each item of mechanical and electromechanical hardware and access control equipment 13 to comply with manufacturer's written instructions and according to specifications. 14 1. Installers are to be trained and certified by the manufacturer on the proper installation and 15 adjustment of fire, life safety, and security products including: hanging devices; locking 16 devices; closing devices; and seals. 17 B. Mounting Heights: Mount door hardware units at heights indicated in following applicable 18 publications, unless specifically indicated or required to comply with governing regulations: 19 1. Standard Steel Doors and Frames: DHI's "Recommended Locations for Architectural 20 Hardware for Standard Steel Doors and Frames." 21 2. DHI TDH-007-20: Installation Guide for Doors and Hardware. 22 3. Where indicated to comply with accessibility requirements, comply with ANSI A117.1 23 "Accessibility Guidelines for Buildings and Facilities." 24 4. Provide blocking in drywall partitions where wall stops or other wall mounted hardware 25 is located. 26 C. Retrofitting: Install door hardware to comply with manufacturer's published templates and 27 written instructions. Where cutting and fitting are required to install door hardware onto or into 28 surfaces that are later to be painted or finished in another way, coordinate removal, storage, and 29 reinstallation of surface protective trim units with finishing work specified in Division 9 30 Sections. Do not install surface-mounted items until finishes have been completed on substrates 31 involved. 32 D. Push Plates and Door Pulls: When through-bolt fasteners are in the same location as a push 33 plate, countersink the fasteners flush with the door face allowing the push plate to sit flat against 34 the door. 35 SILVER CREEK LIFT STATION 061018452 FORT WORTH, TX DOOR HARDWARE 087100 - 12 E. Thresholds: Set thresholds for exterior and acoustical doors in full bed of sealant complying 1 with requirements specified in Division 7 Section "Joint Sealants." 2 F. Storage: Provide a secure lock up for hardware delivered to the project but not yet installed. 3 Control the handling and installation of hardware items so that the completion of the work will 4 not be delayed by hardware losses before and after installation. 5 3.4 FIELD QUALITY CONTROL 6 A. Field Inspection (Punch Report): Reference Division 01 Sections “Closeout Procedures”. 7 Produce project punch report for each installed door opening indicating compliance with 8 approved submittals and verification hardware is properly installed, operating and adjusted. 9 Include list of items to be completed and corrected, indicating the reasons or deficiencies 10 causing the Work to be incomplete or rejected. 11 1. Organization of List: Include separate Door Opening and Deficiencies and Corrective 12 Action Lists organized by Mark, Opening Remarks and Comments, and related Opening 13 Images and Video Recordings. 14 3.5 ADJUSTING 15 A. Initial Adjustment: Adjust and check each operating item of door hardware and each door to 16 ensure proper operation or function of every unit. Replace units that cannot be adjusted to 17 operate as intended. Adjust door control devices to compensate for final operation of heating 18 and ventilating equipment and to comply with referenced accessibility requirements. 19 3.6 CLEANING AND PROTECTION 20 A. Protect all hardware stored on construction site in a covered and dry place. Protect exposed 21 hardware installed on doors during the construction phase. Install any and all hardware at the 22 latest possible time frame. 23 B. Clean adjacent surfaces soiled by door hardware installation. 24 C. Clean operating items as necessary to restore proper finish. Provide final protection and 25 maintain conditions that ensure door hardware is without damage or deterioration at time of 26 owner occupancy. 27 3.7 DEMONSTRATION 28 A. Instruct Owner's maintenance personnel to adjust, operate, and maintain mechanical and 29 electromechanical door hardware. 30 3.8 DOOR HARDWARE SETS 31 A. The hardware sets represent the design intent and direction of the owner and architect. They are 32 a guideline only and should not be considered a detailed hardware schedule. Discrepancies, 33 conflicting hardware and missing items should be brought to the attention of the architect with 34 SILVER CREEK LIFT STATION 061018452 FORT WORTH, TX DOOR HARDWARE 087100 - 13 corrections made prior to the bidding process. Omitted items not included in a hardware set 1 should be scheduled with the appropriate additional hardware required for proper application 2 and functionality. 3 1. Quantities listed are for each pair of doors, or for each single door. 4 2. The supplier is responsible for handing and sizing all products. 5 3. Where multiple options for a piece of hardware are given in a single line item, the 6 supplier shall provide the appropriate application for the opening. 7 4. At existing openings with new hardware the supplier shall field inspect existing 8 conditions prior to the submittal stage to verify the specified hardware will work as 9 required. Provide alternate solutions and proposals as needed. 10 B. Manufacturer’s Abbreviations: 11 12 1. PE - Pemko 2. SA - SARGENT 3. RO - Rockwood 4. YA - ASSA ABLOY ACCENTRA Hardware Sets Set: 1.0 Doors: 100B Description: DBL HM STORAGE - CLOSER w STOP 2 Continuous Hinge _FM___SLI-HD1 PE 1 Surf Vert Rod Exit, Dummy 43 8710 Less Pull US32D SA 1 Surf Vert Rod Exit, Storeroom 43 64 NB8704 Less pull US32D SA 1 Permanant Core As Specified US15 SA 2 Door Pull BF157 US32D RO 2 Surface Closer 5831 689 YA 2 Kick Plate K1050 10" High CSK BEV US32D RO 1 Astragal 18041CNB PE 2 Gasketing 2891_PK PE 2 Sweep 345_ PE 2 Threshold 252x__FG PE Set: 2.0 Doors: 100A Description: SGL HM STORAGE - CLOSER w STOP SILVER CREEK LIFT STATION 061018452 FORT WORTH, TX DOOR HARDWARE 087100 - 14 1 Continuous Hinge _FM___SLI-HD1 PE 1 Rim Exit Device, Storeroom 43 64 8804 Less pull US32D SA 1 Permanant Core As Specified US15 SA 1 Door Pull BF157 US32D RO 1 Surface Closer 5831 689 YA 1 Kick Plate K1050 10" High CSK BEV US32D RO 1 Gasketing 2891_PK PE 1 Rain Guard 346_ x Width of Frame Head PE 1 Sweep 345_ PE 1 Threshold 252x__FG PE 1 END OF SECTION 087100 2 09 90 00 PAINTING Page 1 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 09 90 00 1 PAINTING 2 PART 1 – GENERAL 3 1.1 RELATED DOCUMENTS 4 Drawings and general provisions of Contract, including General and Supplementary Conditions and 5 Division 1 Specifications sections, apply to work of this section. 6 1.2 WORK INCLUDED 7 A. Prepare all surfaces which are to receive finish. 8 B. Finish surfaces as indicated in the schedule. 9 1.3 RELATED WORK 10 A. Section 09 91 00 Piping and Equipment painting. (Note if conflicts occur between these two 11 sections contractor shall ask for clarification prior to proceeding, or include the highest quality and 12 quantity in the bidding and request clarification during construction). 13 B. Section 07 92 00 – Caulking and Sealant. 14 B. Division 23 – Mechanical. 15 C. Division 26 – Electrical. 16 1.4 SUBMITTALS 17 A. Submit manufacturer's product data. 18 B. Submit paint draw down samples of each color and texture samples for approval by 19 Owner/Architect. 20 C. Once approved, provide color sample on wall for final approval by Owner and architect 21 1.5 DELIVERY, STORAGE AND HANDLING 22 A. Deliver paint materials in sealed original labeled containers bearing manufacturers name, type of 23 paint, brand name, color designation and instructions for mixing. 24 09 90 00 PAINTING Page 2 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 B. Provide adequate storage facilities at minimum ambient temperature of 45 degrees F in well-1 ventilated area. 2 1.6 ENVIRONMENTAL REQUIREMENTS 3 A. Do not apply when humidity conditions or temperatures are outside of manufactures allowable 4 range and never less than 45 degrees for interior or 50 degrees for exterior. 5 B. Comply with manufacturer's recommendations for all environmental conditions under which 6 coatings and systems can be applied. 7 C. Do not apply finish in areas where dust is being generated. 8 PART 2 – PRODUCTS 9 2.1 ACCEPTABLE MANUFACTURERS 10 A. Products specified are manufactured by Sherwin Williams and United States Gypsum (Joint 11 Treatment) and are listed as a standard of quality only. 12 B. Products of PPG, Glidden Professional, and Benjamin Moore, conforming to specification 13 requirements are acceptable. 14 C. Substitutions: Under provisions of the general Provisions. 15 2.2 MATERIALS 16 A. Whenever a material is identified by reference to manufacturer's or vendors' names, trade names, 17 catalog number or the like, it is so identified for the purpose of establishing a standard, and material 18 of other manufacturers or vendors which will perform adequately the duties imposed by the general 19 design will be considered acceptable provided the material so proposed is substituted under 20 provisions of the General Provisions. It shall not be purchased or installed by the Contractor 21 without the Architect's written approval. 22 B. All colors shall be as indicated on the drawings and / or selected by the Architect / Owner. 23 2.3 COLORS 24 The Owner will select and / or approve colors from the paint samples submitted by the Contractor. 25 The Contractor shall submit for approval samples of each color and finish, with the name of the 26 manufacturer made on the same materials on which each is to be used. Approved colors shall be 27 used to develop a 4’x4’ sample on a wall of each color and each substrate which once approved, 28 will form a standard for acceptance or rejection of completed work as to color and finish. 29 09 90 00 PAINTING Page 3 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 PART 3 – EXECUTION 1 3.1 INSPECTION 2 A. Thoroughly examine surfaces scheduled to be painted prior to commencement of work. 3 B. Coordinate this section with other Sections. Note: All exposed to view surfaces shall be site 4 painted or pre-finished. 5 C. The application of finishes shall be held to denote the acceptance of surfaces and conditions by the 6 painter and he will be responsible for producing results reasonably to be expected under the 7 specifications. Rooms shall be swept out before application of paint, and no sweeping shall be done 8 in or adjacent to places where the paint has not had sufficient time to dry dust-free. 9 3.2 SURFACE PREPARATION 10 A. All surfaces to be painted shall be free of loose dirt, dust, and grease. 11 B. Knots, sap streaks and pitch areas shall be sealed with shellac before priming or after staining. 12 C. New or unfinished wood shall be sanded as required. Cracks and countersunk nail holes shall be 13 puttied after priming coat is dry. 14 D. All metal surfaces shall first be washed with mineral spirits to remove any dirt or grease, before 15 applying materials. Where rust or scale is present, it shall be wire brushed, or sandpapered clean 16 before painting. Shop coats of paint that become marred shall be cleaned and touched up. 17 E. Tops, bottoms, and edges of doors shall be finished same as balance of doors after they are fitted. 18 F. Fill all wood finish on all exposed and concealed cuts and surfaces. 19 3.3 APPLICATION 20 A. All work shall be done by skilled mechanics. All materials shall be evenly spread and smoothly 21 flowed on without sags or runs, and all coats shall be thoroughly dry before applying succeeding 22 coats. 23 B. Finish applied to wood or metal shall be sanded between coats with fine sandpaper to produce an 24 even, smooth finish. 25 C. No exterior painting shall be done in rainy, damp, or frosty weather or until the surface is 26 thoroughly dry. No interior painting or finishing shall be permitted until the building has 27 thoroughly dried out be natural or artificial heat. 28 09 90 00 PAINTING Page 4 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 D. The priming coat on interior walls shall be tinted to the approximate shade of the finish coat. 1 E. All materials shall be used only as specified by the manufacturer's direction label on the containers. 2 3.4 GYPSUM BOARD JOINT TREATMENT (When applicable) 3 A. All gypsum board walls and ceilings, including gypsum board walls above finish ceiling lines, and 4 gypsum board surfaced by other materials, shall have all joints and angles taped, bedded and 5 smoothed to produce smooth, even surfaces. Material shall be as manufactured by United States 6 Gypsum Company. 7 B. Materials shall be mixed and installed according to manufacturer's printed instructions. 8 3.5 STIPPLE (When applicable) 9 A. With the exception where vinyl wall coverings are scheduled, all gypsum board wall and ceilings 10 shall receive a light stipple as follows (submit samples for selection and approval): 11 One-coat USG Multi-Purpose Texture (roller application for medium-light texture). 12 B. Materials shall be mixed and installed according to manufacturer's printed instructions. 13 3.6 MECHANICAL AND ELECTRICAL EQUIPMENT 14 A. Refer to mechanical and electrical Sections with respect to color coding identification banding of 15 equipment, ducting, piping, and conduit. 16 B. Remove grilles, covers, and access panels for mechanical and electrical systems from location and 17 paint separately. 18 C. Finish paint primed equipment to color selected. 19 D. Prime and paint exposed insulated and bare pipes, conduits, boxes, insulated and bare ducts, 20 hangers, brackets, collars and supports, except where items are plated or covered with a pre-finished 21 coating. 22 E. Replace identification markings on mechanical or electrical equipment when painted over or 23 spattered. 24 F. Paint both sides and edges of plywood backboards for electrical equipment before installing 25 backboards and mounting equipment on them. 26 3.7 HARDWARE 27 09 90 00 PAINTING Page 5 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 Remove all hardware and electric plates and thoroughly protect same before painting, as he will be 1 held responsible for any paint spots or staining and will be required to replace same, if damaged by 2 painting or staining. 3 3.8 CLEANING 4 Use drip cloths to protect floors and adjacent finishes while working. Upon completion, this 5 Contractor shall clean off all paint spots and stains caused by him upon floors, glass and woodwork. 6 3.9 TOUCHING UP 7 On completion, carefully touch up any holidays, marred or damaged spots, and work overall 8 surfaces that have been repaired by other trades. 9 3.10 PAINTING AND FINISHING SCHEDULE 10 The finish coats which are specified in the following paragraphs are in addition to the prime coats 11 specified. Material not listed shall be as recommended by the manufacturer and approved by the 12 Architect. 13 A. Paint all exterior exposed to view galvanized metal, not pre-finished, with: 14 One-coat Sherwin-Williams Pro-Cryl Universal Water-Based Primer, B66-310 15 Two-coats Sherwin-Williams Sher-Cryl HPA High Performance Acrylic Gloss, B66-300 Series 16 B. Paint all exterior ferrous metal not pre-finished, including but not limited to hollow metal frames, 17 handrails, pipe bollards downspout boots, misc. metals and all exposed to view conventional or pre-18 engineered structure with unless otherwise indicated in “E” below: 19 One-coat Sherwin-Williams Pro-Cryl Universal Water-Based Primer, B66-310 20 Two-coats Sherwin-Williams Sher-Cryl HPA High Performance Acrylic Gloss, B66-300 Series 21 C. Finish exterior concrete with: 22 One-coat Sherwin-Williams Loxon Masonry Primer, A24 Series 23 Two-coats Sherwin-Williams Loxon Exterior Topcoat, A24 Series 24 D. Finish all interior galvanized metal with: 25 One-coat Sherwin-Williams Pro-Cryl Universal Water-Based Primer, B66-310 26 Two-coats Sherwin-Williams Sher-Cryl HPA High Performance Acrylic Semi-Gloss, B66-350 Series 27 E. Finish all interior ferrous metal including, but not limited to hollow metal doors and frames, all exposed to 28 view steel cols. and misc. metals with: 29 09 90 00 PAINTING Page 6 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 Prime coat by factory or prime with Pro-Cryl Universal Water-Based Primer, B66-310 1 Two-coats Sherwin-Williams Sher-Cryl HPA High Performance Acrylic Semi-Gloss, B66-350 Series 2 Finish all exposed metal deck and all wall and roof structural framing and components with: 3 Two-coats of Sherwin-Williams Waterborne Acrylic Dryfall Flat, B42 Series 4 F. Finish interior gypsum board ceilings with: 5 One-coat Sherwin-Williams ProMar 200 Zero VOC Latex Wall Primer, B28W2600 6 Two-coats Sherwin-Williams ProMar 200 Zero VOC Latex Flat Wall Paint, B30-2600 Series 7 G. Finish interior concrete with: 8 One-coat of Sherwin-Williams Loxon Acrylic Masonry Primer, A24W8300 9 Two-coats of Sherwin-Williams Sher-Cryl HPA High Performance Acrylic Semi-Gloss, B66-350 Series 10 Finish all interior CMU with: 11 One-coat of Sherwin-Williams Heavy Duty Block Filler, B42W46 Series 12 Two-coats of Sherwin-Williams Pre-Catalyzed Water-Based Epoxy, K45 Series 13 J. Paint mechanical surfaces as follows: 14 1. Paint ferrous metal with: 15 One-coat Sherwin-Williams Pro-Cryl Universal Warer-Based Primer, B66-310 16 Two-coats Sherwin-Williams Sher-Cryl HPA High Performance Acrylic Semi-Gloss, B66-350 Series 17 2. Paint galvanized metal with: 18 One-coat Sherwin-Williams Pro-Cryl Universal Water-Based Primer, B66-310 19 Two-coats Sherwin-Williams Sher-Cryl HPA High Performance Acrylic Semi-Gloss,B66-350 20 Series 21 3. Paint aluminum with: 22 One-coat Sherwin-Williams Pro-Cryl Universal Water-Based Primer, B66-310 23 Two-coats Sherwin-Williams Sher-Cryl HPA High Performance Acrylic Semi-Gloss,B66-350 24 Series 25 4. Paint insulation jackets with: 26 One-coat Sherwin-Williams ProMar 400 Latex Wall Primer, B28W8400 27 One-coat Sherwin Williams ProMar 400 Interior Flat Latex Wall Paint, B30W400 Series 28 5. Paint stencil letters with: 29 09 90 00 PAINTING Page 7 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 One-coat Sherwin-Williams Sher-Cryl HPA High Performance Acrylic Semi-Gloss, B66-350 1 Series 2 6. Paint exposed damaged prefinished equipment with: 3 One-coat Sherwin-Williams Sher-Cryl HPA High Performance Acrylic Semi-Gloss, B66-350 4 Series 5 6 7 END OF SECTION 8 09 91 00 - 1 PIPING AND EQUIPMENT PAINTING Page 1 of 13 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 09 91 00 1 PIPING AND EQUIPMENT PAINTING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes 5 1. Requirements for painting of piping and equipment which are to receive finish as 6 indicated in the schedule. This section applies to mechanical piping, valves, 7 fittings, and electrical equipment. 8 B. Related Specification Sections include but are not necessarily limited to 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 10 Contract. 11 2. Division 1 - General Requirements. 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is included in the total lump sum price. 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this specification refer to the current reference standard 18 published at the time of the latest revision date logged at the end of this 19 specification, unless a date is specifically cited. 20 2. Steel Structures Painting Council (SSPC) 21 3. National Association of Pipe Fabricators (NAPF) 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Submittals shall be in accordance with Section 01 33 00. 25 B. All submittals shall be accepted by the City prior to delivery and/or fabrication for 26 specials. 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 28 A. Product Data 29 1. For each paint system used herein, furnish a Paint System Data Sheet (PSDS), 30 Technical Data Sheets, and paint colors available (where applicable) for each 31 product used in the paint system, except for products applied by equipment 32 manufacturers. A sample PSDS form is appended at the end of this Section. 33 2. The Contractor shall also provide copies of the paint system submittals to the 34 coating applicator. 35 3. Indiscriminate submittal of manufacturer's literature only is not acceptable. 36 B. Shop Drawings 37 09 91 00 - 2 PIPING AND EQUIPMENT PAINTING Page 2 of 13 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1. Submit samples of finish for acceptance by City. 1 2. Submit a written plan describing the materials and methods proposed for use in 2 blast cleaning. A separate submittal shall be made for each method proposed. 3 C. Certificates 4 1. Where ANSI/NSF Standard 60 and 61 approval is required, submit ANSI/NSF 5 certification letter for each coating in the system indicating product application 6 limits on size of tank or piping, dry film thickness, number of coats, specific 7 product tested, colors certified, and approved additives. 8 D. Source Quality Control Submittals 9 1. Applicator's Experience: List of references substantiating the requirements as 10 specified. 11 2. Factory Applied Coatings: Manufacturer's certification stating factory applied 12 coating systems meets or exceeds requirements specified herein. 13 3. If the manufacturer of finish coating differs from that of shop primer, provide both 14 manufacturers’ written confirmation that materials are compatible. 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Qualifications 19 1. Manufacturers 20 a. The paint manufacturer shall provide a representative to visit the jobsite at 21 intervals during surface preparation and painting as may be required for product 22 application quality assurance, and to determine compliance with manufacturer's 23 instructions and the Contract Documents, and as may be necessary to resolve 24 field problems attributable to, or associated with, the manufacturer's products 25 furnished under this Contract. 26 2. Applicators 27 a. Minimum of 5 years practical experience in application of specified products. 28 Submit a list of recent projects and names of references for those projects. The 29 City will waive the requirement for 5 years’ experience, when at the discretion 30 of the City, the applicators’ experience and capabilities meet the intent of the 31 experience requirement. 32 B. Inspection 33 1. Inspect and provide substrate surfaces prepared in accordance with the Contract 34 Documents and the printed directions and recommendations of paint manufacturer 35 whose product is to be applied. 36 2. Provide City minimum 3 days' advance notice prior to start of surface preparation 37 work or coating application work. 38 3. Inspection by the City, or the waiver of inspection of any particular portion of the 39 Work, shall not be construed to relieve the Contractor of responsibility to perform 40 the Work in accordance with the Contract Documents. 41 1.10 DELIVERY, STORAGE, AND HANDLING 42 A. Delivery and Acceptance Requirements 43 09 91 00 - 3 PIPING AND EQUIPMENT PAINTING Page 3 of 13 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1. Deliver paint materials in sealed original labeled containers bearing manufacturers 1 name, type of paint, brand name, color designation and instructions for mixing. 2 2. Provide adequate storage facilities at minimum ambient temperature of minimum 3 45° F to a maximum of 90° F in well-ventilated area. 4 3. Where precoated items are to be shipped to the jobsite, protect coating from 5 damage. Batten coated items to prevent abrasion. 6 4. Use nonmetallic or padded slings and straps in handling. 7 5. Items will be rejected for excessive damage. 8 B. Storage and Handling Requirements 9 1. Store paints in a suitable protected area that is heated or cooled as required to 10 maintain temperatures within the range recommended by the paint manufacturer. 11 1.11 SITE CONDITIONS 12 A. Environmental Requirements 13 1. Comply with manufacturer's recommendations as to environmental conditions 14 under which coatings and systems can be applied. 15 2. Do not apply finish in areas where dust is being generated. 16 3. Do not perform abrasive blast cleaning whenever the relative humidity exceeds 85 17 percent or whenever surface temperature is less than 5 degrees F above the dew 18 point of the ambient air. 19 4. Surface preparation power tools and blast equipment shall contain dust collection 20 equipment that will prevent discharge of dust particles into the atmosphere when 21 surface preparation work is located within enclosures or confined areas with 22 electrical equipment, motors, instrumentation, or other equipment that may be 23 damaged by airborne dust and particles. 24 1.12 WARRANTY 25 A. Manufacturer Warranty 26 1. The Contractor and coating manufacturer shall jointly and severally warrant to the 27 City and guarantee the Work under this Section against defective workmanship and 28 materials for a period of 2 years commencing on the date of Final Acceptance of the 29 Work. 30 2. A warranty inspection shall be conducted 1 month prior to expiration of the 31 warranty period. Any defective Work discovered at this date shall be corrected by 32 the Contractor in accordance with the Contract Documents at no additional cost to 33 the City. Other corrective measures may be required during the 2-year warranty 34 period. 35 PART 2 - PRODUCTS 36 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 37 2.2 MATERIALS 38 A. Manufacturers 39 1. Sherwin Williams 40 2. Tnemec Coatings 41 09 91 00 - 4 PIPING AND EQUIPMENT PAINTING Page 4 of 13 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 3. Any product that is not listed above is considered a substitution and shall be 1 submitted in accordance with Section 01 25 00. 2 B. Description 3 1. Regulatory Requirements 4 a. Products shall meet federal, state, and local requirements limiting the emission 5 of volatile organic compounds. 6 b. Coatings shall be free of lead and lead compounds. 7 C. Materials 8 1. General 9 a. Whenever a material is identified by reference to manufacturer's or vendors' 10 names, trade names, catalog number or the like, it is so identified for the 11 purpose of establishing a standard, and material of other manufacturers or 12 vendors which will perform adequately the duties imposed by the general 13 design will be considered acceptable provided the material so proposed is 14 substituted under provisions of the General Requirements. It shall not be 15 purchased or installed by the Contractor without the City’s written approval. 16 b. Materials Including Primer and Finish Coats shall be produced by same paint 17 manufacturer. 18 c. Thinners, Cleaners, Driers, and Other Additives may be used as recommended 19 by paint manufacturer of the particular coating. Where coatings are required to 20 meet ANSI/NSF Standard 60 and 61, addition of thinners, driers, and other 21 paint additives not approved under the ANSI/NSF certification letter will not be 22 permitted without written approval from the City. 23 2. Products 24 a. Moisture Cured Zinc Primer – Single component, moisture cured urethane 25 based, 12 lbs. metallic zinc content per gallon minimum, unlimited recoat 26 period. 27 b. Moisture Cured Urethane - Single component, moisture cured urethane 28 intermediate and top coat, suitable for high humidity and condensation, 29 unlimited recoat period. 30 c. Polyamide Epoxy, High Solids – Polyamide or polyamine cured epoxy suitable 31 for immersion or buried service 32 3. Colors 33 a. Provide as selected by the City. Provide custom color if required to match this 34 color when coatings provided by another manufacturer. 35 b. The Contractor shall submit for approval samples of each color and finish, with 36 the name of the manufacturer made on the same materials on which each is to 37 be used. Approved samples will form a standard for acceptance or rejection of 38 completed work as to color and finish. Most colors will be the inter-mixes and 39 let downs. Mix paints as required to obtain the color scheduled. 40 09 91 00 - 5 PIPING AND EQUIPMENT PAINTING Page 5 of 13 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 2.3 ACCESSORIES [NOT USED] 1 2.4 SOURCE QUALITY CONTROL [NOT USED] 2 PART 3 - EXECUTION 3 3.1 INSTALLERS 4 A. Regulatory Requirements 5 1. Protect workers and comply with applicable federal, state, and local air pollution 6 and environmental regulations for surface preparation, blast cleaning, disposition of 7 spent aggregate and debris, coating application and dust prevention including, but 8 not limited to the following Acts, Regulations, Standards, and Guidelines: 9 a. Clean Air Act. 10 b. National Ambient Air Quality Standard. 11 c. Resource Conservation and Recovery Act (RCRA). 12 2. Comply with applicable federal, state, and local regulations for confined space 13 entry. 14 3. Provide and operate equipment that meets explosion proof requirements. 15 4. Perform painting in accordance with recommendations of the following: 16 a. Paint manufacturer's instructions. 17 b. NACE contained in the publication, Manual for Painter Safety. 18 3.2 EXAMINATION 19 A. Inspection 20 1. Thoroughly examine surfaces scheduled to be painted prior to commencement of 21 work. 22 2. The application of finishes shall be held to denote the acceptance of surfaces and 23 conditions by the painter and he will be responsible for producing results 24 reasonably to be expected under the specifications. Rooms shall be swept out 25 before application of paint, and no sweeping shall be done in or adjacent to places 26 where the paint has not had sufficient time to dry dust-free. 27 3. Check each coat for the correct milage. Do not make measurement before a 28 minimum of 8 hours after application of the coating. 29 B. 30 3.3 PREPARATION 31 A. Dehumidification 32 1. Where weather conditions or Project requirements dictate, Contractor shall provide 33 and operate dehumidification equipment to maintain environmental conditions 34 suitable for abrasive blasting and coating application as specified. 35 2. Contractor shall provide dehumidification equipment sized to maintain dew point 36 temperature 5 degrees F or more below surface temperature of metal surfaces to be 37 cleaned and painted. 38 3. Cleaned metal surfaces shall be prevented from flash rusting throughout the Project 39 duration, condensation or icing shall be prevented throughout surface preparation 40 and coating application. 41 09 91 00 - 6 PIPING AND EQUIPMENT PAINTING Page 6 of 13 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 4. Equipment size and power requirements shall be designed and operated by 1 personnel trained in the operation and setup of dehumidification equipment based 2 on Project requirements and anticipated weather conditions. 3 5. If required, dehumidification equipment shall operate 24 hours per day and 4 continuously throughout surface preparation and coating application. 5 6. Daily maintenance requirements of the equipment shall be documented in writing 6 and posted near the equipment for review by the City. 7 7. Reblasting of flash rusted metal surfaces or removal of damaged coatings, as a 8 result of equipment malfunction, shutdown, or other events that result in the loss of 9 environmental control, will be at the sole expense of the Contractor. 10 B. Ventilation and Illumination 11 1. Adequate illumination shall be provided while work is in progress. Whenever 12 required by the inspector, the Contractor shall provide additional illumination and 13 necessary supports to cover all areas to be inspected. The level of illumination for 14 inspection purposes shall be determined by the inspector. 15 2. Ventilation shall be used to control potential dust and hazardous conditions within 16 confined areas. Ventilation flow rates shall be in accordance with OSHA 17 regulations and as required to reduce air contamination to nonhazardous conditions. 18 C. Surface Preparation 19 1. General 20 a. All metal surfaces to be painted shall be sound, clean and free of mill scale, 21 rust, dust, dirt, oil, grease, moisture or any other foreign matter which might, in 22 any way, lessen the life or usefulness of the coating. 23 b. All metal surfaces shall be washed with mineral spirits to remove any dirt or 24 grease, before applying materials. Where rust or scale is present, it shall be 25 wire brushed, or sandpapered clean before painting. Shop coats of paint that 26 become marred shall be cleaned and touched up. 27 c. Metal shall also be smooth and free from blisters, rough corners, pits, dents, or 28 other imperfections before painting. Pits and dents shall be filled and the metal 29 ground smooth where required. 30 d. When called for in the specifications or recommended by the paint 31 manufacturer, the latest revisions of the following surface preparation 32 specifications of the Steel Structures Painting Council shall apply: 33 1) Solvent Cleaning (SSPC-SP1): Removal of oil, grease, soil and other 34 contaminants by use of solvents, emulsions, cleaning compounds, steam 35 cleaning or similar materials and methods which involve a solvent or 36 cleaning action. 37 2) Hand Tool Cleaning (SSPC-SP2): Removal of loose rust, loose mill scale 38 and other detrimental foreign matter to degree specified by hand chipping, 39 scraping, sanding and wire brushing. 40 3) Power Tool Cleaning (SSPC-SP3): Removal of loose rust, loose mill scale 41 and other detrimental foreign matter to degree specified by power wire 42 brushing, power impact tools or power sanders. 43 4) White Metal Blast Cleaning (SSPC-SP5): Blast cleaning to a gray-white 44 uniform metallic color until each element of surface area is free of all 45 visible residues. 46 09 91 00 - 7 PIPING AND EQUIPMENT PAINTING Page 7 of 13 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 5) Commercial Blast cleaning (SSPC-SP6): Blast cleaning until at least two-1 thirds of each element of surface area is free of all visible residues from 2 each square inch. 3 6) Brush-Off blast Cleaning (SSPC-SP7): Blast cleaning to remove loose rust, 4 loose mill scale and other detrimental foreign matter to degree specified. 5 7) Near White Blast Cleaning (SSPC-SP10): Blast cleaning to nearly white 6 metal cleanliness, until at least 95 percent of each element of surface area is 7 free of all visible residues from each square inch. 8 e. When called for in the specifications or recommended by the paint 9 manufacturer, the latest revisions of the following surface preparation 10 specifications of the National Association of Pipe Fabricators shall apply: 11 1) NAPF 500-03-01 “Solvent Cleaning” 12 2) NAPF 500-03-02 “Hand Tool Cleaning” 13 3) NAPF 500-03-03 “Power Tool Cleaning” 14 4) NAPF 500-03-04 “Abrasive Blast Cleaning of Ductile Iron Pipe” 15 5) NAPF 500-03-05 “Abrasive Blast Cleaning of Cast Ductile Iron Fittings” 16 f. All surface preparation of new equipment and surfaces shall be assumed to be 17 on a SSPC Grade A steel surface condition, unless specifically noted otherwise. 18 g. Where OSHA or EPA regulations preclude standard abrasive blast cleaning, 19 wet or vacu-blast methods may be required. Coating manufacturers' 20 recommendations for wet blast additives and first coat application shall apply. 21 h. Hand tool clean areas that cannot be cleaned by power tool cleaning. 22 2. Welds and Adjacent Areas 23 a. Prepared such that there is: 24 1) No undercutting or reverse ridges on the weld bead. 25 2) No weld spatter on or adjacent to the weld or any other area to be painted. 26 3) No sharp peaks or ridges along the weld bead. 27 b. Grind embedded pieces of electrode or wire flush with the adjacent surface of 28 the weld bead. 29 3. Blast Cleaning Requirements 30 a. Select type and size of abrasive to produce a surface profile that meets the 31 coating manufacturer's recommendations for the particular coating to be applied 32 or not less than 20 percent of the specified coating thickness, whichever is more 33 stringent. 34 b. Meet applicable federal, state, and local air pollution control regulations for 35 blast cleaning and disposition of spent aggregate and debris. 36 c. Do not reuse abrasive, unless abrasive is a recyclable abrasive. 37 D. Protection of Surfaces not to be Painted 38 1. Remove, mask, or otherwise protect hardware, lighting fixtures, switchplates, 39 aluminum surfaces, machined surfaces, couplings, shafts, bearings, nameplates on 40 machinery, and other surfaces not intended to be painted. 41 2. Provide drop cloths to prevent paint materials from falling on or marring adjacent 42 surfaces. 43 3. Protect working parts of mechanical and electrical equipment from damage during 44 surface preparation and painting process. 45 4. Mask openings in motors to prevent paint and other materials from entering the 46 motors. 47 E. Paint Mixing 48 09 91 00 - 8 PIPING AND EQUIPMENT PAINTING Page 8 of 13 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1. Multiple-component coatings: 1 a. Prepare using all of the contents of the container for each component as 2 packaged by the paint manufacturer. 3 b. No partial batches will be permitted. 4 c. Do not use multiple-component coatings that have been mixed shall not be used 5 beyond their pot life. 6 d. Provide small quantity kits for touchup painting and for painting other small 7 areas. 8 e. Mix only components specified and furnished by the paint manufacturer. 9 f. Do not intermix additional components for reasons of color or otherwise, even 10 within the same generic type of coating. 11 2. Keep paint materials sealed when not in use. 12 3. Where more than one coat of a material is applied within a given system, alternate 13 color to provide a visual reference that the required number of coats have been 14 applied. 15 4. Paints and similar materials shall be mixed in vessels of adequate capacity. All 16 paints shall be thoroughly stirred before being taken from the containers, shall be 17 kept stirred while using, and all ready-mixed paints shall be applied exactly from 18 the manufacturer without addition of any kind of a drier or thinner, except as 19 provided in manufacturer’s directions or upon specific authorization. 20 5. Mixing, thinning and application of the coating materials shall be in exact 21 accordance with the manufacturer’s recommendations. 22 3.4 APPLICATION 23 A. General 24 1. All work shall be done by skilled mechanics. All materials shall be evenly spread 25 and smoothly flowed on without sags or runs, and all coats shall be thoroughly dry 26 per the manufacturer data sheet before applying succeeding coats. 27 2. Apply coatings in accordance with the paint manufacturer's recommendations. 28 Finish applied metal shall be sanded between coats with fine sandpaper to produce 29 an even, smooth finish. 30 3. No exterior painting shall be done in rainy, damp, or frosty weather per the 31 manufacturer data sheet or until the surface is thoroughly dry. No interior painting 32 or finishing shall be permitted until the building has thoroughly dried out by natural 33 or artificial heat. 34 4. Inspection: Schedule with Engineer in advance for cleaned surfaces and all coats 35 prior to the succeeding coat. 36 5. Paint units to be bolted together and to structures prior to assembly or installation. 37 6. Shop Primed or Factory Finished Surfaces 38 a. Inspection: Schedule with Engineer in advance for shop primed or factory-39 finished items delivered to the Site for compliance with the Specifications. 40 b. Power sand areas of chipped, peeled, or abraded coating, feathering the edges. 41 Follow with a spot primer using specified primer. 42 c. For two-package or converted coatings, consult the coatings manufacturer for 43 specific procedures as relates to top coating of products. 44 d. Prior to application of finish coats, clean shop primed surfaces of dirt, oil, and 45 grease, and apply a mist coat of specified primer, 1.0 mil dry film thickness. 46 09 91 00 - 9 PIPING AND EQUIPMENT PAINTING Page 9 of 13 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 e. After welding, prepare and prime holdback areas as required for the specified 1 paint system. Apply primer in accordance with manufacturer's instructions. 2 7. Manufacturer Applied Paint Systems 3 a. Repair abraded areas on factory-finished items in accordance with the 4 equipment manufacturer's directions. 5 b. Carefully blend repaired areas into the original finish. 6 B. Film Thickness 7 1. Applied coating system film thickness per coat shall be applied at the specified 8 coating thickness or the manufacturer’s recommended minimum thickness, 9 whichever is greater. 10 2. Maximum film build per coat shall not exceed the coating manufacturer's 11 recommendations. 12 3. Surfaces that are subject to immersion, condensing environments, or where 13 specifically specified shall be stripe coated on all angles, edges, corners, threads, 14 welds, and similar type surfaces. Stripe coat shall be an extra coat of the 15 intermediate or topcoat material. The stripe coat shall be a separate coat of paint 16 from coats specified under the coating system. Stripe coats shall be alternated in 17 color similar to a full coat. 18 C. Damaged Coatings, Pinholes, and Holidays 19 1. Feather edges and repair in accordance with the recommendations of the paint 20 manufacturer. 21 2. Apply finish coats, including touchup and damage-repair coats in a manner that will 22 present a uniform texture and color-matched appearance. 23 D. Unsatisfactory Application 24 1. If the item has an improper finish color, or insufficient film thickness, clean and 25 topcoat surface with specified paint material to obtain the specified color and 26 coverage. Obtain specific surface preparation information from the coating 27 manufacturer. Hand or power sand visible areas of chipped, peeled, or abraded 28 paint and feather the edges. Follow with primer and finish coat in accordance with 29 the Specifications. Depending on the extent of repair and its appearance, a finish 30 sanding and topcoat may be required. 31 2. Evidence of runs, bridges, shiners, laps, or other imperfections shall be cause for 32 rejection. 33 3. Repair defects in coating system per written recommendations of coating 34 manufacturer. 35 E. Painting and Finishing Schedule 36 1. Schedule A 37 a. Application 38 1) All new and existing exposed steel surfaces located above ground. 39 2) All surfaces with shop applied fusion bonded epoxy or other two 40 component coating system shall be prepared as specified in Article 3.4.A.6 41 and top coated with the specified coating material. Final color shall be 42 uniform in appearance. 43 b. Exposure Condition 44 1) Not Submerged 45 c. Surface Preparation 46 09 91 00 - 10 PIPING AND EQUIPMENT PAINTING Page 10 of 13 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1) SSPC-SP6 Commercial Blast Cleaning. Anchor profile shall be 2.0 mils as 1 per ASTM D 4417, Method C or NACE Standard RP0287. 2 d. Painting System 3 1) 1st Coat – Zinc-Rich Urethane Primer 4 a) Tnemec Series 94-H20 Hydro-Zinc applied at 2.5 to 3.5 dry mils 5 b) Sherwin Williams Corothane I Galvapac Zinc Primer, B65G11, applied 6 at 3.0 to 5.0 dry mils 7 c) Carboline Carbozinc 859 applied at 3.0 to 5.0 dry mils 8 2) 2nd Coat - Epoxy 9 a) Tnemec Series N140 Pota-Pox Plus applied at 2.0 to 4.0 dry mils 10 b) Sherwin Williams Macropoxy 646 PW, B58-X-600 Series, applied at 11 5.0 to 7.0 dry mils 12 c) Carboline Carboguard 890 applied at 4.0 to 6.0 dry mils 13 3) 3rd Coat – Aliphatic Acrylic Polyurethane 14 a) Tnemec Series 1074 Endura-Shield II applied at 2.0 to 4.0 dry mils 15 b) Sherwin Williams Corothane I Aliphatic Finish, B65W15, applied at 16 3.0 to 5.0 dry mils 17 c) Carboline Carbothane 8845 or 8812 applied at 3.0 to 5.0 dry mils 18 2. Schedule B 19 a. Application 20 1) All new and existing exposed steel surfaces, located inside of structures, 21 manholes, or valve pits. This schedule also applies to existing structural 22 steel located within the valve pit. 23 2) All surfaces with shop applied fusion bonded epoxy or other two 24 component coating system shall be prepared as specified in Article 3.8.A.6 25 and top coated with the specified coating material. Final color shall be 26 uniform in appearance. 27 b. Exposure Condition 28 1) Submerged or Intermittently Submerged 29 c. Surface Preparation 30 1) SSPC-SP10 Near-White Metal Blast Cleaning. Anchor profile shall be 2.0 31 mils as per ASTM D 4417, Method C or NACE Standard RP0287. 32 d. Painting System 33 1) 1st Coat - Zinc-Rich Urethane Primer 34 a) Tnemec Series 94-H20 Hydro-Zinc applied at 2.5 to 3.5 dry mils 35 b) Sherwin Williams Corothane I Galvapac Zinc Primer, B65G11, applied 36 at 3.0 to 5.0 dry mils 37 c) Carboline Carbozinc 621 applied at 3.0 to 4.0 dry mils 38 2) 2nd Coat - Epoxy 39 a) Tnemec Series N140 Pota-Pox Plus applied at 5.0 to 6.0 dry mils 40 b) Sherwin Williams Macropoxy 646 PW, B58-X-600 Series, applied at 41 5.0 to 6.0 dry mils 42 c) Carboline Carboguard 890 applied at 5.0 to 6.0 dry mils 43 3) 3rd Coat - Epoxy 44 a) Tnemec Series N140 Pota-Pox Plus applied at 5.0 to 6.0 dry mils 45 b) Sherwin Williams Macropoxy 646 PW, B58-X-600 Series, applied at 46 5.0 to 6.0 dry mils 47 c) Carboline Carboguard 890 applied at 5.0 to 6.0 dry mils 48 3. Schedule C 49 a. Application 50 09 91 00 - 11 PIPING AND EQUIPMENT PAINTING Page 11 of 13 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1) All new and existing exposed ductile iron surfaces located above ground. 1 2) All surfaces with shop applied fusion bonded epoxy or other two 2 component coating system shall be prepared as specified in Article 3.8.A.6 3 and top coated with the specified coating material. Final color shall be 4 uniform in appearance. 5 b. Exposure Condition 6 1) Not Submerged 7 c. Surface Preparation 8 1) NAPF 500-03-01 “Solvent Cleaning” to remove all oil, grease, factory-9 applied tars and/or bitumastic coatings and all other soluble contaminants. 10 2) NAPF 500-03-04 “Abrasive Blast Cleaning of Ductile Iron Pipe” providing 11 a minimum 1.5 mil angular anchor profile 12 3) NAPF 500-03-05 “Abrasive Blast Cleaning of Cast Ductile Iron Fittings” 13 d. Painting System 14 1) 1st Coat - Epoxy 15 a) Tnemec Series N140 Pota-Pox Plus applied at 5.0 to 6.0 dry mils 16 b) Sherwin Williams Macropoxy 646 PW, B58-X-600 Series, applied at 17 5.0 to 6.0 dry mils 18 c) Carboline Carboguard 890 applied at 4.0 to 6.0 dry mils 19 2) 2nd Coat - Epoxy 20 a) Tnemec Series N140 Pota-Pox Plus applied at 5.0 to 6.0 dry mils 21 b) Sherwin Williams Macropoxy 646 PW, B58-X-600 Series, applied at 22 5.0 to 6.0 dry mils 23 c) Carboline Carboguard 890 applied at 4.0 to 6.0 dry mils 24 3) 3rd Coat - Aliphatic Acrylic Polyurethane 25 a) Tnemec Series 1074 Endura-Shield II applied at 2.0 to 3.0 dry mils 26 b) Sherwin Williams Corothane I Aliphatic Finish, B65W15, applied at 27 3.0 to 5.0 dry mils 28 c) Carboline Carbothane 8845 or 8812 applied at 3.0 to 5.0 dry mils 29 4. Schedule D 30 a. Application 31 1) All new and existing exposed ductile iron surfaces, located inside of 32 structures, manholes or valve pits. Note that exposed surfaces inside 33 wetwells shall be prepared and coated in accordance with Schedule E. 34 2) All surfaces with shop applied fusion bonded epoxy or other two 35 component coating system shall be prepared as specified in Article 3.8.A.6 36 and top coated with the specified coating material. Final color shall be 37 uniform in appearance. 38 b. Exposure Condition 39 1) Submerged or Intermittently Submerged 40 c. Surface Preparation 41 1) NAPF 500-03-01 “Solvent Cleaning” to remove all oil, grease, factory-42 applied tars and/or bitumastic coatings and all other soluble contaminants. 43 2) NAPF 500-03-04 “Abrasive Blast Cleaning of Ductile Iron Pipe” providing 44 a minimum 1.5 mil angular anchor profile 45 3) NAPF 500-03-05 “Abrasive Blast Cleaning of Cast Ductile Iron Fittings” 46 d. Painting System 47 1) 1st Coat - Epoxy 48 a) Tnemec Series N140 Pota-Pox Plus applied at 5.0 to 6.0 dry mils 49 09 91 00 - 12 PIPING AND EQUIPMENT PAINTING Page 12 of 13 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 b) Sherwin Williams Macropoxy 646 PW, B58-X-600 Series, applied at 1 5.0 to 6.0 dry mils 2 c) Carboline Carboguard 890 applied at 5.0 to 6.0 dry mils 3 2) 2nd Coat – Epoxy 4 a) Tnemec Series N140 Pota-Pox Plus applied at 5.0 to 6.0 dry mils 5 b) Sherwin Williams Macropoxy 646 PW, B58-X-600 Series, applied at 6 5.0 to 6.0 dry mils 7 c) Carboline Carboguard 890 applied at 5.0 to 6.0 dry mils 8 3) 3rd Coat - Epoxy 9 a) Tnemec Series N140 Pota-Pox Plus applied at 5.0 to 6.0 dry mils 10 b) Sherwin Williams Macropoxy 646 PW, B58-X-600 Series, applied at 11 5.0 to 6.0 dry mils 12 c) Carboline Carboguard 890 applied at 5.0 to 6.0 dry mils 13 5. Schedule E 14 a. Application 15 1) All new and existing exposed ductile iron surfaces, located inside of lift 16 station wetwells. 17 b. Exposure Condition 18 1) Submerged or Intermittently Submerged with raw sewage 19 c. Surface Preparation 20 1) NAPF 500-03-01 “Solvent Cleaning” to remove all oil, grease, factory-21 applied tars and/or bitumastic coatings and all other soluble contaminants. 22 2) NAPF 500-03-04 “Abrasive Blast Cleaning of Ductile Iron Pipe” providing 23 a minimum 2.5 mil angular anchor profile 24 3) NAPF 500-03-05 “Abrasive Blast Cleaning of Cast Ductile Iron Fittings” 25 d. Painting System 26 1) 1st Coat - Epoxy 27 a) Tnemec Series 66 Hi-Build Epoxoline applied at 4.0 to 6.0 dry mils 28 b) Sherwin Williams Sher-Glass FF, applied at 10.0 to 15.0 dry mils 29 2) Stripe Coat (applied by brush to all weld seams, edges, corners, nuts, bolts, 30 etc.): 31 a) Tnemec Series 66 Hi-Build Epoxoline 32 b) Sherwin Williams Sher-Glass FF 33 3) 2nd Coat – Epoxy 34 a) Tnemec Series 22 Epoxoline applied at 20.0 to 25.0 dry mils 35 b) Sherwin Williams Sher-Glass FF, applied at 15.0 to 20.0 dry mils 36 3.5 REPAIR [NOT USED] 37 3.6 RE-INSTALLATION [NOT USED] 38 3.7 SITE QUALITY CONTROL 39 A. Testing Equipment 40 1. Provide a magnetic type or electronic dry film thickness gauge to test coating 41 thickness specified in mils, as manufactured by: 42 a. Nordson Corp., Anaheim, CA, Mikrotest. 43 b. DeFelsko Corp., Anaheim, CA, Positector. 44 c. Or equal 45 09 91 00 - 13 PIPING AND EQUIPMENT PAINTING Page 13 of 13 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 2. Provide an electrical holiday detector, low voltage, wet sponge type to test finish 1 coatings less than 20 mils in thickness, except zinc primer, high-build elastomeric 2 coatings, and galvanizing, for holidays and discontinuities as manufactured by: 3 a. Tinker and Razor, San Gabriel, CA, Model M-1. 4 b. Or equal. 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10 CLEANING 8 A. Place cloths and waste that might constitute a fire hazard in closed metal containers or 9 destroyed at the end of each day. 10 B. Upon completion of the Work, remove staging, scaffolding, and containers from the 11 Site. 12 C. Completely remove paint spots, oil, or stains upon adjacent surfaces and floors and 13 leave entire job clean. 14 D. Damages due to over spray on buildings, vehicles, trees, or other surfaces not specified 15 to be painted would be the responsibility of the Contractor. 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION 21 10 00 00 MISCELLANEOUS ACCESSORIES Page 1 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 10 00 00 1 MISCELLANEOUS ACCESSORIES 2 3 PART 1 – GENERAL 4 1.1 SUMMARY 5 A. Section Includes: Fire extinguishers, and accessories. 6 1.2 SUBMITTALS 7 A. Product Data: submit descriptive literature, installation instructions and cleaning 8 B. Refer to General Conditions and Section 01 33 00 for additional information 9 1.3 QUALITY ASSURANCE 10 A. Regulatory Requirements: Fire extinguisher and fire extinguisher cabinets shall bear UL 11 label, and shall comply with applicable provisions of NFPA including the inspection and 12 tagging of fire extinguishers; approved for intended use and locations by applicable 13 governing authority. 14 15 1.4 DELIVERY, STORAGE AND HANDLING 16 A. Deliver fire extinguisher cabinets and brackets in manufacturer’s original cartons, 17 Properly labeled and intact. 18 19 PART 2 – PRODUCTS 20 2.1 FIRE EXTINGUISHER 21 A. Acceptable Manufacturers: 22 1. J.L. Industries 23 2. Larsen’s Manufacturing Company. 24 3. Walter Kidde and Company. 25 4. Norris Industries 26 10 00 00 MISCELLANEOUS ACCESSORIES Page 2 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 B. Substitutions: Comply with Section 01 63 00 1 C. Fire Extinguisher: 2 Type: Multi-purpose dry chemical. 3 Heavy duty cylinder with epoxy finish; chrome valve and siphon tubes, replaceable molded valve 4 steam seal; large pressure indicating gages, pull pin; up-right squeeze-grid operation. 5 1. Acceptable Products: 6 a. UL rated 4A-60B:C, 10 lb. capacity: 7 b. Model No. MP10 by Larsen’ Manufacturing Company. 8 c. Cosmic 10E by J.L. Industries. 9 2.2 KNOX BOX 10 A. Provide Knox Box at entry door as required by Fire Department requirements. 11 Contractor to coordinate exact location, requirements, power/data etc. required. 12 2.3 DOWNSPOUT BOOT & SPLASHBLOCK 13 A. Downspout Boots: Furnish and install extruded aluminum downspout boots as manufactured by 14 McKinley Iron Works “Type DS8” Height to be 3’-0” long. Reference drawings for size and 15 locations. Coordinate with actual downspout sizes and provide submittal for review. Also 16 provide Precast Splashblock below downspout spillouts equal to 12” x 30” Concrete 17 Splashblocks by Phoenix precast, Modern Precast or equal. 18 PART 3 – EXECUTION 19 3.1 INSTALLATION 20 A. Securely fasten cabinets and brackets, boxes, boots, and other items to structure, square and plumb, 21 in accordance with manufacturer’s instruction. Install at mounting height to comply with governing 22 authorities. Install cabinets, brackets, and extinguishers at rate of minimum one portable fire 23 extinguisher for each 6,000 square feet or more if indicated on drawings. 24 3.2 FIELD QUALITY CONTROL 25 A. Inspection: Inspect and tag fire extinguishers as required by NFPA 26 10 00 00 MISCELLANEOUS ACCESSORIES Page 3 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 END OF SECTION 2 10 70 00 ALUMINUM CANOPY Page 1 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 10 70 00 1 ALUMINUM CAOPY 2 3 4 PART 1 – GENERAL 5 6 1.1 RELATED DOCUMENTS 7 8 Drawings and general provisions of Contract, including General and Supplementary Conditions and 9 Division 1 Specifications sections, apply to work of this section. 10 11 1.2 WORK INCLUDED 12 13 A. Section Includes: Fixed, prefabricated, extruded-aluminum canopy, designed, installed as a 14 complete unit by a single manufacturer. Include all design and engineering by an engineer 15 registered to practice in Texas, in conformance with the general design intent indicated on the 16 drawings. 17 18 B. Related Requirements: Division 1 – General Requirements 19 20 1.3 RELATED WORK 21 22 A. Section 05 40 00 – Cold Formed Metal Framing 23 24 B. Division 4 – Masonry 25 26 C. Section 07 62 00 – Metal Flashing and Trim 27 28 1.4 REFERENCES 29 30 A. The publications listed below form a part of this specification to the extent referenced. 31 Publications are referenced within the text by the basic designation only. 32 33 B. American Welding Society (AWS): 34 1. Standard D1.2 - Structural Welding Code - Aluminum. 35 36 C. Architectural Standards: 37 1. ASTM D 3451 – Standard Guide for Testing Powder Coatings. 38 2. AAMA 611 – Voluntary Specification for Anodized Architectural Aluminum. 39 3. AAMA 2605 – Voluntary Specification, Performance Requirements and Test Procedures 40 for Superior Performing Organic Coatings on Aluminum Extrusions and Panels 41 42 1.5 SUBMITTALS 43 44 A. Submit within 15 days after contract award. 45 46 B. Shop Drawings: Indicate size, material, and finish. Include plan elevation pages to clearly 47 outline canopy locations. Include installation procedures, details of joints, attachments, and 48 10 70 00 ALUMINUM CANOPY Page 2 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 clearances. Provide lead time for product on shop drawings. Note possible conflicts where 1 applicable. 2 3 C. Samples or color charts showing manufacturer’s full range of colors from standard line. 4 5 1.6 WARRANTY 6 7 A. Minimum one- year warranty from manufacturer on all material, finishes, and workmanship. 8 9 PART 2 – PRODUCTS 10 11 2.1 APPROVED MANUFACTURERS 12 13 A. Specifications are based on Standard Helios Model Aluminum canopies by Architectural 14 Fabrication, Inc. - Manufacturer and Installer are located at 2100 E Richmond Ave, Fort Worth, 15 TX 76104 (800) 962-8027, (817) 926-7270 16 17 B. Products of Mapes Canopies, ASCA Inc, and Peachtree Canopy providing they conform to 18 specification requirements are acceptable. 19 20 2.2 MATERIALS 21 22 A. Helios Canopy 23 1. Framing: Gutter fascia, tube, angles: 6063-T5 alloy extruded aluminum 24 2. Decking: Interlocking panels, extruded aluminum or sheet metal 25 3. Connections: Wall plates and canopy mounting brackets are to be aluminum. 26 4. Hardware and Fasteners: Nuts, bolts, washers, clevis pins, screws, anchors and pipe 27 spacers to be zinc plated or galvanized steel required to suit application and per pre-28 engineered canopy load requirements. 29 5. Flashing: Shall be minimum 0.040-inch aluminum, fabricated to prevent leakage and 30 sealed with Novaflex metal roof sealant in clear or color match. Other equivalent 31 sealant is acceptable. 32 6. Finish: Powder coat finish per ASTM D 3451, complying with finish manufacturer’s 33 written instructions for surface preparation including pretreatment, application, baking 34 and minimum dry film thickness. Color to be selected from standard color line. 35 36 B. Connections: Wall plate mounting brackets are to be aluminum minimum nominal thickness 37 .250”. Optional continuous embed system, depending on wall conditions. 38 39 C. Canopy Hardware: Screws, clevis pins, and thru bolts shall be stainless steel. 40 41 D. Installation Fasteners and Accessories: Eyebolts, lag screws, masonry anchors, and pipe spacers 42 in sizes required to suit application and per pre-engineered sunshade load requirements 43 44 E. Finish: Kynar 500 - 2 coat - Standard Color Lines. 70% Kynar 500® resin-based coatings 45 complying with AAMA 2605. Color as indicated on the exterior elevations. 46 47 48 10 70 00 ALUMINUM CANOPY Page 3 of 3 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 PART 3 – EXECUTION 1 2 3.1 FABRICATION 3 4 A. Preassemble awning frames in the shop to greatest extent possible. Disassemble units only as 5 necessary for shipping and handling limitations. Clearly mark units for reassembly and 6 coordinated installation. 7 8 3.2 INSTALLATION 9 10 A. Install canopy and building signage per manufacturer’s written instructions and as indicated on 11 Drawings. Locate and place units’ level, plumb, and at indicated alignment with adjacent work. 12 13 B. Use concealed anchorages where possible. 14 15 C. Repair damaged finishes so no evidence remains of corrective work. Return items that cannot be 16 refinished in the field to the factory. Make required alterations and refinish entire unit or provide 17 new units. 18 19 D. Completely seal all wall penetrations. 20 21 E. Provide weather shrouds where lighting is used in Helios canopies. 22 23 F. Protect galvanized and nonferrous-metal surfaces from corrosion or galvanic action by applying 24 a heavy coating of bituminous paint or elastomeric coating on surfaces that will be in contact 25 with concrete, masonry, or dissimilar metals. Use of nylon washers and neoprene pads are 26 approved. 27 28 29 END OF SECTION 30 31 22 13 16 SANITARY WASTE AND VENT PIPING Page 1 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 22 13 16 1 SANITARY WASTE AND VENT PIPING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. PVC pipe and fittings. 6 2. Specialty pipe fittings. 7 B. Related Specification Sections include but are not limited to: 8 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 9 Contract. 10 2. Division 1 - General Requirements. 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is included in the total lump sum price. 14 1.3 REFERENCES [NOT USED] 15 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16 1.5 SUBMITTALS 17 A. Submittals shall be in accordance with Section 01 33 00. 18 B. All submittals shall be approved by the City prior to delivery. 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 20 A. ACTION SUBMITTALS 21 1. Product Data: For each type of product. 22 B. INFORMATION SUBMITTALS 23 1. Field quality-control reports. 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY, STORAGE, AND HANDLING 28 A. Storage and Handling Requirements 29 1. Secure and maintain a location to store the material in accordance with Section 01 30 66 00. 31 22 13 16 SANITARY WASTE AND VENT PIPING Page 2 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY 2 A. Listed manufacturers to provide labeling and warranty of their respective products. 3 PART 2 - PRODUCTS 4 2.1 CITY-FURNISHED [OR] CITY-SUPPLIED PRODUCTS [NOT USED] 5 2.2 PRODUCT TYPES 6 A. PERFORMANCE REQUIREMENTS 7 1. Components and installation shall be capable of withstanding the following 8 minimum working pressure unless otherwise indicated: 9 a. Soil, Waste, and Vent Piping: 10-foot head of water. 10 B. PIPING MATERIALS 11 1. Piping materials shall bear label, stamp, or other markings of specified testing 12 agency. 13 2. Comply with requirements in "Piping Schedule" Article for applications of pipe, 14 tube, fitting materials, and joining methods for specific services, service locations, 15 and pipe sizes. 16 C. PVC PIPE AND FITTINGS 17 1. Retain first paragraph below if NSF markings are required. 18 2. Comply with NSF 14, "Plastics Piping Systems Components and Related 19 Materials," for plastic piping components. Include marking with "NSF-dwv" for 20 plastic drain, waste, and vent piping and "NSF-sewer" for plastic sewer piping. Pipe 21 and fittings in first two paragraphs below are available in NPS 1-1/4 to NPS 12 22 (DN 32 to DN 300). Retain one or both paragraphs and coordinate with "Piping 23 Schedule" Article. 24 3. Solid-Wall PVC Pipe: ASTM D 2665, drain, waste, and vent. 25 4. PVC Socket Fittings: ASTM D 2665, made to ASTM D 3311, drain, waste, and 26 vent patterns and to fit Schedule 40 pipe. 27 5. Adhesive Primer: ASTM F 656. 28 6. Solvent Cement: ASTM D 2564. 29 22 13 16 SANITARY WASTE AND VENT PIPING Page 3 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 2.3 ACCESSORIES [NOT USED] 1 2.4 SOURCE QUALITY CONTROL [NOT USED] 2 PART 3 - EXECUTION 3 3.1 INSTALLERS 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION [NOT USED] 6 3.4 INSTALLATION 7 A. EARTH MOVING 8 1. Comply with requirements for excavating, trenching, and backfilling specified in 9 Section 31 20 00 "Earth Moving." 10 B. PIPING INSTALLATION 11 1. Drawing plans, schematics, and diagrams indicate general location and 12 arrangement of piping systems. 13 a.) Indicated locations and arrangements were used to size pipe and calculate 14 friction loss, expansion, pump sizing, and other design considerations. 15 b.) Install piping as indicated unless deviations to layout are approved on 16 coordination drawings. 17 2. Install piping in concealed locations unless otherwise indicated and except in 18 equipment rooms and service areas. 19 3. Install piping indicated to be exposed and piping in equipment rooms and service 20 areas at right angles or parallel to building walls. Diagonal runs are prohibited 21 unless specifically indicated otherwise. 22 4. Install piping above accessible ceilings to allow sufficient space for ceiling panel 23 removal. 24 5. Install piping to permit valve servicing. 25 6. Install piping at indicated slopes. 26 7. Install piping free of sags and bends. 27 8. Install fittings for changes in direction and branch connections. 28 9. Install piping to allow application of insulation. 29 10. Make changes in direction for soil and waste drainage and vent piping using 30 appropriate branches, bends, and long-sweep bends. 31 a.) Sanitary tees and short-sweep 1/4 bends may be used on vertical stacks if 32 change in direction of flow is from horizontal to vertical. 33 b.) Use long-turn, double Y-branch and 1/8-bend fittings if two fixtures are 34 installed back to back or side by side with common drain pipe. 35 a) Straight tees, elbows, and crosses may be used on vent lines. 36 c.) Do not change direction of flow more than 90 degrees. 37 d.) Use proper size of standard increasers and reducers if pipes of different sizes 38 are connected. 39 a) Reducing size of waste piping in direction of flow is prohibited. 40 11. Lay buried building waste piping beginning at low point of each system. 41 a.) Install true to grades and alignment indicated, with unbroken continuity of 42 invert. Place hub ends of piping upstream. 43 22 13 16 SANITARY WASTE AND VENT PIPING Page 4 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 b.) Install required gaskets according to manufacturer's written instructions for 1 use of lubricants, cements, and other installation requirements. 2 c.) Maintain swab in piping and pull past each joint as completed. 3 12. Install soil and waste and vent piping at the following minimum slopes unless 4 otherwise indicated: 5 a.) Building Sanitary Waste: 2 percent downward in direction of flow for piping 6 smaller than NPS 3; 1 percent downward in direction of flow for piping NPS 3 7 and larger. 8 b.) Horizontal Sanitary Waste Piping: 2 percent downward in direction of flow 9 for piping smaller than NPS 3; 1 percent downward in direction of flow for 10 piping NPS 3 and larger. 11 c.) Vent Piping: 1 percent down toward vertical fixture vent or toward vent 12 stack. 13 13. Install aboveground PVC piping according to ASTM D 2665 and ASTM 2321. 14 14. Install engineered soil and waste and vent piping systems as follows: 15 a.) Combination Waste and Vent: Comply with standards of authorities having 16 jurisdiction. 17 15. Plumbing Specialties: 18 a.) Install cleanouts at grade and extend to where building sanitary drains 19 connect to building sanitary sewers in sanitary waste gravity-flow piping. 20 aa.) Install cleanout fitting with closure plug inside the building in 21 sanitary drainage force-main piping. 22 b.) Install drains in sanitary waste gravity-flow piping. 23 aa.) Comply with requirements for drains specified in Section 22 13 24 19.13 "Sanitary Drains." 25 16. Do not enclose, cover, or put piping into operation until it is inspected and 26 approved by authorities having jurisdiction. 27 17. Install sleeves for piping penetrations of walls, ceilings, and floors. 28 18. Install sleeve seals for piping penetrations of concrete walls and slabs. 29 19. Install escutcheons for piping penetrations of walls, ceilings, and floors. 30 B. JOINT CONSTRUCTION 31 1. Plastic, Nonpressure-Piping, Solvent-Cement Joints: Clean and dry joining 32 surfaces. Join pipe and fittings according to the following: 33 a.) Comply with ASTM F 402 for safe-handling practice of cleaners, primers, 34 and solvent cements. 35 b.) ABS Piping: Join according to ASTM D 2235 and ASTM D 2661 36 appendixes. 37 c.) PVC Piping: Join according to ASTM D 2855 and ASTM D 2665 38 appendixes. 39 C. SPECIALTY PIPE FITTING INSTALLATION 40 1. Transition Couplings: 41 a.) Install transition couplings at joints of piping with small differences in ODs. 42 b.) In Waste Drainage Piping: Shielded, nonpressure transition couplings. 43 c.) In Aboveground Force Main Piping: Fitting-type transition couplings. 44 d.) In Underground Force Main Piping: 45 aa) NPS 1-1/2 and Smaller: Fitting-type transition couplings. 46 bb) NPS 2 and Larger: Pressure transition couplings. 47 D. VALVE INSTALLATION 48 22 13 16 SANITARY WASTE AND VENT PIPING Page 5 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1. Comply with requirements in Section 22 05 23.12 "Ball Valves for Plumbing 1 Piping" and Section 22 05 24 "Check Valves for Plumbing Piping" for general-2 duty valve installation requirements. 3 2. Shutoff Valves: 4 a.) Install shutoff valve on each sewage pump discharge. 5 b.) Install gate or full-port ball valve for piping NPS 2 and smaller. 6 c.) Install gate valve for piping NPS 2-1/2 and larger. 7 3. Check Valves: Install swing check valve, between pump and shutoff valve, on 8 each sewage pump discharge. 9 E. INSTALLATION OF HANGERS AND SUPPORTS 10 1. Comply with requirements for pipe hanger and support devices and installation 11 specified in Section 22 05 29 "Hangers and Supports for Plumbing Piping and 12 Equipment." 13 a.) Install carbon-steel pipe hangers for horizontal piping in noncorrosive 14 environments. 15 b.) Install stainless-steel pipe hangers for horizontal piping in corrosive 16 environments. 17 c.) Install carbon-steel pipe support clamps for vertical piping in noncorrosive 18 environments. 19 d.) Install stainless-steel pipe support clamps for vertical piping in corrosive 20 environments. 21 e.) Vertical Piping: MSS Type 8 or Type 42, clamps. 22 f.) Install individual, straight, horizontal piping runs: 23 aa) 100 Feet and Less: MSS Type 1, adjustable, steel clevis hangers. 24 bb) Longer Than 100 Feet: MSS Type 43, adjustable roller hangers. 25 cc) Longer Than 100 Feet if Indicated: MSS Type 49, spring cushion rolls. 26 g.) Multiple, Straight, Horizontal Piping Runs 100 Feet or Longer: MSS 27 Type 44, pipe rolls. Support pipe rolls on trapeze. 28 h.) Base of Vertical Piping: MSS Type 52, spring hangers. 29 2. Install hangers for PVC piping, with maximum horizontal spacing and minimum 30 rod diameters, to comply with manufacturer's written instructions, locally 31 enforced codes, and authorities having jurisdiction requirements, whichever are 32 most stringent. 33 3. Support horizontal piping and tubing within 12 inches of each fitting, valve, and 34 coupling. 35 4. Support vertical runs of PVC piping to comply with manufacturer's written 36 instructions, locally enforced codes, and authorities having jurisdiction 37 requirements, whichever are most stringent. 38 F. CONNECTIONS 39 1. Drawings indicate general arrangement of piping, fittings, and specialties. 40 2. Connect soil and waste piping to exterior sanitary sewerage piping. Use transition 41 fitting to join dissimilar piping materials. 42 3. Connect waste and vent piping to the following: 43 a.) Plumbing Fixtures: Connect waste piping in sizes indicated, but not smaller 44 than required by plumbing code. 45 b.) Plumbing Fixtures and Equipment: Connect atmospheric vent piping in sizes 46 indicated, but not smaller than required by authorities having jurisdiction. 47 22 13 16 SANITARY WASTE AND VENT PIPING Page 6 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 c.) Plumbing Specialties: Connect waste and vent piping in sizes indicated, but 1 not smaller than required by plumbing code. 2 d.) Install test tees (wall cleanouts) in conductors near floor and floor cleanouts 3 with cover flush with floor. 4 e.) Equipment: Connect waste piping as indicated. 5 aa) Provide shutoff valve if indicated and union for each connection. 6 bb) Use flanges instead of unions for connections NPS 2-1/2 and larger. 7 4. Connect force-main piping to the following: 8 a.) Sewage Pump: To sewage pump discharge. 9 5. Where installing piping adjacent to equipment, allow space for service and 10 maintenance of equipment. 11 6. Make connections according to the following unless otherwise indicated: 12 a.) Install unions, in piping NPS 2 and smaller, adjacent to each valve and at 13 final connection to each piece of equipment. 14 b.) Install flanges, in piping NPS 2-1/2 and larger, adjacent to flanged valves 15 and at final connection to each piece of equipment. 16 G. IDENTIFICATION 17 1. Identify exposed sanitary waste and vent piping. 18 2. Comply with requirements for identification specified in Section 22 05 53 19 "Identification for Plumbing Piping and Equipment." 20 H. PIPING SCHEDULE 21 1. Aboveground and Underground, soil and waste piping shall be the following: 22 a.) Solid-wall PVC pipe, PVC socket fittings, and solvent-cemented joints. 23 b.) Dissimilar Pipe-Material Couplings: Shielded, nonpressure transition 24 couplings. 25 2. Aboveground and Underground, vent piping shall be the following: 26 a.) Solid-wall PVC pipe, PVC socket fittings, and solvent-cemented joints. 27 b.) Dissimilar Pipe-Material Couplings: Shielded, nonpressure transition 28 couplings. 29 3. Aboveground and Underground sanitary-sewage force mains shall be the 30 following: 31 a.) Solid-wall PVC pipe, PVC socket fittings, and solvent-cemented joints. 32 b.) Dissimilar Pipe-Material Couplings: Shielded, pressure transition couplings. 33 3.5 [REPAIR] / [RESTORATION] [NOT USED] 34 3.6 RE-INSTALLATION [NOT USED] 35 3.7 FIELD [OR] SITE QUALITY CONTROL 36 A. During installation, notify authorities having jurisdiction at least 24 hours before 37 inspection must be made. Perform tests specified below in presence of authorities having 38 jurisdiction. 39 1. Roughing-in Inspection: Arrange for inspection of piping before concealing 40 or closing-in after roughing-in and before setting fixtures. 41 2. Final Inspection: Arrange for final inspection by authorities having 42 jurisdiction to observe tests specified below and to ensure compliance with 43 requirements. 44 22 13 16 SANITARY WASTE AND VENT PIPING Page 7 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 B. Reinspection: If authorities having jurisdiction find that piping will not pass test or 1 inspection, make required corrections and arrange for reinspection. 2 C. Reports: Prepare inspection reports and have them signed by authorities having 3 jurisdiction. 4 D. Test sanitary waste and vent piping according to procedures of authorities having 5 jurisdiction or, in absence of published procedures, as follows: 6 1. Test for leaks and defects in new piping and parts of existing piping that have 7 been altered, extended, or repaired. 8 a) If testing is performed in segments, submit separate report for each test, 9 complete with diagram of portion of piping tested. 10 2. Leave uncovered and unconcealed new, altered, extended, or replaced waste 11 and vent piping until it has been tested and approved. 12 a) Expose work that was covered or concealed before it was tested. 13 3. Roughing-in Plumbing Test Procedure: Test waste and vent piping except 14 outside leaders on completion of roughing-in. 15 a) Close openings in piping system and fill with water to point of overflow, 16 but not less than 10-foot head of water. 17 b) From 15 minutes before inspection starts to completion of inspection, 18 water level must not drop. 19 c) Inspect joints for leaks. 20 4. Finished Plumbing Test Procedure: After plumbing fixtures have been set 21 and traps filled with water, test connections and prove they are gastight and 22 watertight. 23 a) Plug vent-stack openings on roof and building drains where they leave 24 building. Introduce air into piping system equal to pressure of 1-inch wg. 25 b) Use U-tube or manometer inserted in trap of water closet to measure this 26 pressure. 27 c) Air pressure must remain constant without introducing additional air 28 throughout period of inspection. 29 d) Inspect plumbing fixture connections for gas and water leaks. 30 5. Repair leaks and defects with new materials and retest piping, or portion 31 thereof, until satisfactory results are obtained. 32 6. Prepare reports for tests and required corrective action. 33 E. Test force-main piping according to procedures of authorities having jurisdiction or, in 34 absence of published procedures, as follows: 35 1. Leave uncovered and unconcealed new, altered, extended, or replaced force-36 main piping until it has been tested and approved. 37 a) Expose work that was covered or concealed before it was tested. 38 2. Cap and subject piping to static-water pressure of 50 psig above operating 39 pressure, without exceeding pressure rating of piping system materials. 40 a) Isolate test source and allow to stand for four hours. 41 b) Leaks and loss in test pressure constitute defects that must be repaired. 42 3. Repair leaks and defects with new materials and retest piping, or portion 43 thereof, until satisfactory results are obtained. 44 4. Prepare reports for tests and required corrective action. 45 22 13 16 SANITARY WASTE AND VENT PIPING Page 8 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 3.8 SYSTEM STARTUP [NOT USED] 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING 3 A. Clean interior of piping. Remove dirt and debris as work progresses. 4 B. Protect sanitary waste and vent piping during remainder of construction period to avoid 5 clogging with dirt and debris and to prevent damage from traffic and construction work. 6 C. Place plugs in ends of uncompleted piping at end of day and when work stops. 7 D. Exposed PVC Piping: Protect plumbing vents exposed to sunlight with two coats of 8 water-based latex paint. 9 E. Repair damage to adjacent materials caused by waste and vent piping installation. 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 16 22 14 29 SUMP PUMPS Page 1 of 5 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 22 14 29 1 SUMP PUMPS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 a. Submersible sump pumps. 6 b. Sump-pump basins and basin covers. 7 B. Related Specification Sections include but are not limited to: 8 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 9 Contract. 10 2. Division 1 - General Requirements. 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is included in the total lump sum price. 14 1.3 REFERENCES [NOT USED] 15 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16 1.5 SUBMITTALS 17 A. Submittals shall be in accordance with Section 01 33 00. 18 B. All submittals shall be approved by the City prior to delivery 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 20 A. Product Data: For each type of product indicated. Include construction details, material 21 descriptions, dimensions of individual components and profiles. Include rated capacities, 22 operating characteristics, electrical characteristics, and furnished specialties and 23 accessories. 24 B. Shop Drawings: 25 1. Include plans, elevations, sections, and attachment details. 26 2. Include details of equipment assemblies. Indicate dimensions, weights, loads, 27 required clearances, method of field assembly, components, and location and size 28 of each field connection. 29 3. Vibration Isolation Base Details: Detail fabrication including anchorages and 30 attachments to structure and to supported equipment. Include adjustable motor 31 bases, rails, and frames for equipment mounting. 32 4. Include diagrams for power, signal, and control wiring. 33 22 14 29 SUMP PUMPS Page 2 of 5 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1.7 CLOSEOUT SUBMITTALS 1 A. Operation and Maintenance Data: For pumps and controls, to include in operation and 2 maintenance manuals. 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING 6 A. Storage and Handling Requirements 7 1. Secure and maintain a location to store the material in accordance with Section 01 8 66 00. 9 B. Retain shipping flange protective covers and protective coatings during storage. 10 C. Protect bearings and couplings against damage. 11 D. Comply with manufacturer's written instructions for handling. 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 CITY-FURNISHED [OR] CITY-SUPPLIED PRODUCTS [NOT USED] 16 2.2 PRODUCT TYPES 17 A. PERFORMANCE REQUIREMENTS 18 1. Electrical Components, Devices, and Accessories: Listed and labeled as defined in 19 NFPA 70, by a qualified testing agency, and marked for intended location and 20 application. 21 2. UL Compliance: Comply with UL 778 for motor-operated water pumps. 22 B. SUBMERSIBLE SUMP PUMPS 23 1. Submersible, Fixed-Position, Single-Seal Sump Pumps: 24 a. Acceptable Manufacturer: Zoeller, Little Giant and Liberty. 25 b. Description: Factory-assembled and -tested sump-pump unit. 26 c. Pump Type: Submersible, end-suction, single-stage, close-coupled, overhung-27 impeller, centrifugal sump pump as defined in HI 1.1-1.2 and HI 1.3. 28 d. Pump Casing: Cast iron, with strainer inlet, legs that elevate pump to permit 29 flow into impeller, and vertical discharge for piping connection. 30 22 14 29 SUMP PUMPS Page 3 of 5 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 e. Impeller: Statically and dynamically balanced design for clear wastewater 1 handling, and keyed and secured to shaft. 2 f. Pump and Motor Shaft: Steel, with factory-sealed, grease-lubricated ball 3 bearings. 4 g. Seal: Mechanical. 5 h. Motor: Hermetically sealed, capacitor-start type; with built-in overload 6 protection; lifting eye or lug; and three-conductor, waterproof power cable of 7 length required and with grounding plug and cable-sealing assembly for 8 connection at pump. 9 1) Motor Housing Fluid: OilControls. 10 1) Enclosure: NEMA 250, Type 4X. 11 2) Switch Type: Mechanical-float type, in NEMA 250, Type 6 enclosures 12 with mounting rod and electric cables. 13 j. High-Water Alarm: Rod-mounted, NEMA 250, Type 6 enclosure with 14 mechanical-float switch matching control and electric bell; 120 V ac, with 15 transformer and contacts for remote alarm bell. 16 k. Control-Interface Features: 17 1) Remote Alarm Contacts: For remote alarm interface. 18 2) Building Automation System Interface: Auxiliary contacts in pump 19 controls for interface to building automation system and capable of 20 providing the following: 21 a) On-off status of pump. 22 b) Alarm status. 23 C. SUMP-PUMP BASINS AND BASIN COVERS 24 1. Basins: Factory-fabricated, watertight, cylindrical, basin sump with top flange and 25 sidewall openings for pipe connections. 26 a. If Project has more than one type or configuration of sump-pump basin, delete 27 "Material" Subparagraph below and schedule sump-pump basin material on 28 Drawings. See sample schedule in the Evaluations. 29 b. Material: Fiberglass. 30 c. Reinforcement: Mounting plates for pumps, fittings, and accessories. 31 2. Basin Covers: Fabricate metal cover with openings having gaskets, seals, and bushings; 32 for access to pumps, pump shafts, control rods, discharge piping, vent connections, and 33 power cables. 34 a. Reinforcement: Steel or cast iron, capable of supporting foot traffic for basins 35 installed in foot-traffic areas. 36 D. MOTORS 37 1. Motors for submersible pumps shall be hermetically sealed. 38 22 14 29 SUMP PUMPS Page 4 of 5 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 2.3 ACCESSORIES [NOT USED] 1 2.4 SOURCE QUALITY CONTROL [NOT USED] 2 PART 3 - EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION 5 A. EXAMINATION 6 1. Examine roughing-in for plumbing piping to verify actual locations of storm drainage 7 piping connections before sump pump installation. 8 3.3 PREPARATION [NOT USED] 9 3.4 ERECTION / INSTALLATION / APPLICATION/ [USER-DEFINED PROCESS] 10 A. EARTHWORK 11 1. Excavation and filling are specified in Section 31 20 00 "Earth Moving." 12 B. INSTALLATION 13 1. Pump Installation Standards: Comply with HI 1.4 for installation of sump pumps. 14 C. CONNECTIONS 15 1. Where installing piping adjacent to equipment, allow space for service and maintenance. 16 3.5 [REPAIR] / [RESTORATION] [NOT USED] 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 FIELD [OR] SITE QUALITY CONTROL 19 A. Manufacturer's Field Service: Engage a factory-authorized service representative to test, 20 inspect, and adjust components, assemblies, and equipment installations, including 21 connections. 22 B. Perform the following tests and inspections: 23 1. Perform each visual and mechanical inspection. 24 2. Leak Test: After installation, charge system and test for leaks. Repair leaks and 25 retest until no leaks exist. 26 3. Operational Test: After electrical circuitry has been energized, start units to 27 confirm proper motor rotation and unit operation. 28 22 14 29 SUMP PUMPS Page 5 of 5 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 4. Test and adjust controls and safeties. Replace damaged and malfunctioning 1 controls and equipment. 2 C. Pumps and controls will be considered defective if they do not pass tests and inspections. 3 D. Prepare test and inspection reports. 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING 6 A. Adjust pumps to function smoothly, and lubricate as recommended by manufacturer. 7 B. Adjust control set points, refer to drawings. 8 3.10 CLEANING [NOT USED] 9 3.11 CLOSEOUT ACTIVITIES [NOT USED] 10 3.12 PROTECTION [NOT USED] 11 3.13 MAINTENANCE [NOT USED] 12 3.14 ATTACHMENTS [NOT USED] 13 END OF SECTION 14 23 05 13 COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT Page 1 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 23 05 13 1 COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section includes general requirements for single-phase and polyphase, general-purpose, 5 horizontal, small and medium, squirrel-cage induction motors for use on alternating-6 current power systems up to 600 V and installed at equipment manufacturer's factory or 7 shipped separately by equipment manufacturer for field installation. 8 A. B. Related Specification Sections include but are not limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 10 Contract. 11 2. Division 1 - General Requirements. 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is included in the total lump sum price. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A. Coordination: 18 1. Coordinate features of motors, installed units, and accessory devices to be 19 compatible with the following: 20 a. Motor controllers. 21 b. Torque, speed, and horsepower requirements of the load. 22 c. Ratings and characteristics of supply circuit and required control sequence. 23 d. Ambient and environmental conditions of installation location. 24 23 05 13 COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT Page 2 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4 1.9 FIELD [SITE] CONDITIONS [NOT USED] 5 1.10 WARRANTY [NOT USED] 6 PART 2 - PRODUCTS 7 2.1 CITY-FURNISHED [OR] CITY-SUPPLIED PRODUCTS [NOT USED] 8 2.2 PRODUCT TYPES 9 A. GENERAL MOTOR REQUIREMENTS 10 1. Comply with NEMA MG 1 unless otherwise indicated. 11 2. Comply with IEEE 841 for severe-duty motors. 12 13 B. MOTOR CHARACTERISTICS 14 1. Duty: Continuous duty at ambient temperature of 40 deg C and at altitude of 600 15 feet above sea level. 16 2. Capacity and Torque Characteristics: Sufficient to start, accelerate, and operate 17 connected loads at designated speeds, at installed altitude and environment, with 18 indicated operating sequence, and without exceeding nameplate ratings or 19 considering service factor. 20 C. POLYPHASE MOTORS 21 1. Description: NEMA MG 1, Design B, medium induction motor. 22 2. Efficiency: Premium efficient, as defined in NEMA MG 1. 23 3. Service Factor: 1.15. 24 4. Multispeed Motors: Variable torque. 25 a) For motors with 2:1 speed ratio, consequent pole, single winding. 26 b) For motors with other than 2:1 speed ratio, separate winding for each speed. 27 5. Multispeed Motors: Separate winding for each speed. 28 6. Rotor: Random-wound, squirrel cage. 29 7. Bearings: Regreasable, shielded, antifriction ball bearings suitable for radial and 30 thrust loading. 31 8. Temperature Rise: Match insulation rating. 32 9. Insulation: Class A (50 degrees C temperature rise) 33 10. Code Letter Designation: 34 a) Motors 7.5 HP and Larger: NEMA starting Code F or Code G. 35 b) Motors Smaller Than 7.5 HP: Manufacturer's standard starting characteristic. 36 11. Enclosure Material: Cast iron for motor frame sizes 254T and larger; rolled steel 37 for motor frame sizes smaller than 254T. 38 D. ADDITIONAL REQUIREMENTS FOR POLYPHASE MOTORS 39 23 05 13 COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT Page 3 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1. Motors Used with Reduced-Voltage and Multispeed Controllers: Match wiring 1 connection requirements for controller with required motor leads. Provide 2 terminals in motor terminal box, suited to control method. 3 2. Motors Used with Variable-Frequency Controllers: 4 a) Windings: Copper magnet wire with moisture-resistant insulation varnish, 5 designed and tested to resist transient spikes, high frequencies, and short time 6 rise pulses produced by pulse-width-modulated inverters. 7 b) Premium-Efficient Motors: Class B temperature rise; Class F insulation. 8 c) Inverter-Duty Motors: Class F temperature rise; Class H insulation. 9 d) Thermal Protection: Comply with NEMA MG 1 requirements for thermally 10 protected motors. 11 3. Severe-Duty Motors: Comply with IEEE 841, with 1.15 minimum service factor. 12 E. SINGLE-PHASE MOTORS 13 1. Motors larger than 1/20 hp shall be one of the following, to suit starting torque 14 and requirements of specific motor application: 15 a) Permanent-split capacitor. 16 b) Split phase. 17 c) Capacitor start, inductor run. 18 d) Capacitor start, capacitor run. 19 2. Multispeed Motors: Variable-torque, permanent-split-capacitor type. 20 3. Bearings: Prelubricated, antifriction ball bearings or sleeve bearings suitable for 21 radial and thrust loading. 22 4. Motors 1/20 HP and Smaller: Shaded-pole type. 23 5. Thermal Protection: Internal protection to automatically open power supply 24 circuit to motor when winding temperature exceeds a safe value calibrated to 25 temperature rating of motor insulation. Thermal-protection device shall 26 automatically reset when motor temperature returns to normal range. 27 28 F. CAPACITORS 29 1. Furnish capacitors for power factor correction as specified herein on motors 30 furnished under Division 23 that are not connected to variable frequency drives. 31 KVAR size shall be as required to correct motor power factor to 90 percent or 32 better and shall be installed on all motors 1 horsepower and larger, that have an 33 uncorrected power factor of less than 85 percent at rated load. 34 2. Features: 35 a) Individual unit cells. 36 b) All welded steel housing. 37 c) Each capacitor internally fused. 38 d) Non flammable synthetic liquid impregnated. 39 e) Craft tissue insulation. 40 f) Aluminum foil electrodes. 41 42 G. ELECTRONICALLY COMMUTATED MOTORS (ECM) 43 1. Minimum efficiency: 70 percent when rated in accordance with NEMA Standard 44 MG 1 at full load rating conditions. 45 2. Motor shall be permanently lubricated with heavy-duty ball bearings to match 46 the equipment load and prewired to the specific voltage and phase. 47 23 05 13 COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT Page 4 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 3. Internal motor circuitry shall convert AC power supplied to the equipment to DC 1 power to operate the motor. 2 4. Motor shall be speed controllable down to 20% of full speed (80% turndown). 3 Speed shall be controlled by either a potentiometer dial mounted on the motor or 4 by a 0-10 VDC signal. 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION [NOT USED] 11 3.4 ERECTION / INSTALLATION / APPLICATION/ [USER-DEFINED PROCESS] 12 A. INSTALLATION 13 1. Install products in accordance with manufacturer's instructions. 14 2. Install securely on firm foundation. 15 3. Check line voltage and phase and ensure agreement with nameplate. 16 4. Install motor overload relays in a common enclosure adjacent to the variable 17 frequency drive 18 3.5 [REPAIR] / [RESTORATION] [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION 29 23 05 29 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT Page 1 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 23 05 29 1 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Metal pipe hangers and supports. 6 2. Trapeze pipe hangers. 7 3. Metal framing systems. 8 4. Thermal-hanger shield inserts. 9 5. Fastener systems. 10 6. Equipment supports. 11 B. Related Specification Sections include but are not limited to: 12 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 13 Contract. 14 2. Division 1 - General Requirements. 15 3. Section 05 50 00 – Metal Fabrications 16 4. Section 23 05 48.13 – Vibration Controls for HVAC 17 5. Section 23 31 13 – Metal Ducts 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is included in the total lump sum price. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Submittals shall be in accordance with Section 01 33 00. 25 B. All submittals shall be approved by the City prior to delivery. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 27 A. Product Data: For each type of product. 28 B. Shop Drawings: Show fabrication and installation details and include calculations for 29 the following; include Product Data for components: 30 1. Trapeze pipe hangers. 31 2. Metal framing systems. 32 3. Equipment supports. 33 23 05 29 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT Page 2 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 C. Delegated-Design Submittal: For trapeze hangers indicated to comply with performance 1 requirements and design criteria, including analysis data signed and sealed by the 2 qualified professional engineer responsible for their preparation. 3 1. Detail fabrication and assembly of trapeze hangers. 4 2. Include design calculations for designing trapeze hangers. 5 D. Welding certificates. 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE 9 A. Structural-Steel Welding Qualifications: Qualify procedures and personnel according to 10 AWS D1.1/D1.1M, "Structural Welding Code - Steel." 11 B. Pipe Welding Qualifications: Qualify procedures and operators according to ASME 12 Boiler and Pressure Vessel Code, Section IX. 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS 17 2.1 CITY-FURNISHED [OR] CITY-SUPPLIED PRODUCTS [NOT USED] 18 2.2 PRODUCT TYPES 19 A. PERFORMANCE REQUIREMENTS 20 1. Comply with MSS SP-58. 21 2. Delegated Design: Engage a qualified professional engineer, as defined in Section 22 014000 "Quality Requirements," to design trapeze pipe hangers and equipment 23 supports. 24 3. Structural Performance: Hangers and supports for HVAC piping and equipment shall 25 withstand the effects of gravity loads and stresses within limits and under conditions 26 indicated according to ASCE/SEI 7. 27 a. Design supports for multiple pipes, capable of supporting combined weight 28 of supported systems, system contents, and test water. 29 b. Design equipment supports capable of supporting combined operating 30 weight of supported equipment and connected systems and components. 31 c. Design seismic-restraint hangers and supports for piping and equipment and 32 obtain approval from authorities having jurisdiction. 33 B. METAL PIPE HANGERS AND SUPPORTS 34 1. Carbon-Steel Pipe Hangers and Supports: 35 23 05 29 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT Page 3 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 a. Description: MSS SP-58, Types 1 through 58, factory-fabricated 1 components. 2 b. Galvanized Metallic Coatings: Pregalvanized, hot-dip galvanized, or 3 electro-galvanized. 4 c. Padded Hangers: Hanger with fiberglass or other pipe insulation pad or 5 cushion to support bearing surface of piping. 6 d. Hanger Rods: Continuous-thread rod, nuts, and washer made of carbon steel 7 or stainless steel. 8 2. Stainless-Steel Pipe Hangers and Supports: 9 a. Description: MSS SP-58, Types 1 through 58, factory-fabricated 10 components. 11 b. Padded Hangers: Hanger with fiberglass or other pipe insulation pad or 12 cushion to support bearing surface of piping. 13 c. Hanger Rods: Continuous-thread rod, nuts, and washer made of stainless 14 steel. 15 C. TRAPEZE PIPE HANGERS 16 1. Description: MSS SP-58, Type 59, shop- or field-fabricated pipe-support 17 assembly made from structural carbon-steel shapes with MSS SP-58 carbon-steel 18 hanger rods, nuts, saddles, and U-bolts. 19 2. Types: 20 a. Two-piece clamp: Designed for use with channel strut, held in place at 21 channel shoulder when clamp attachment nut is tightened. 22 b. Roll Support: Adjustable cast iron roll attached to metal channel strut 23 framing system with brackets and nuts. 24 3. Trapezes and Strut-mounted Supports: 25 a. All pipe sizes less than 6 inches: Two-piece clamp. 26 b. Pipe sizes 6 inches and greater: Roll support. 27 D. SADDLES AND SHIELDS 28 1. Pipe Covering Protection Saddles: 29 a. Manufacturers: 30 1) Armacell. 31 2) Anvil International. 32 3) Cooper B-Line, Inc. 33 4) Elite Components. 34 5) ERICO/Michigan Hanger Co./Caddy 35 6) Ferguson/FNW. 36 7) Hilti. 37 8) National Pipe Hanger Corporation. 38 9) Power-Strut. 39 10) Unistrut. 40 b. Meet MSS SP-58 Type 39A or B, 100-psi average compressive strength, 41 with center rib for pipes 12 inches and larger. Saddles shall cover 42 approximately one sixth of the circumference of the pipe and shall be 12 43 inches long. 44 2. Insulation Protection Shield: 45 a. Sheet metal construction, meeting MSS SP-58 Type 40, of 18 gauge for 5-46 1/2 inches inside dimension and smaller, 16 gauge for 6-1/2 inches to 10-47 23 05 29 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT Page 4 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 3/4 inches inside dimension, 14 gauge for 11-3/4 inches to 17 inches inside 1 dimension, and 12 gauge for 18 inches to 28 inches inside dimension. 2 b. Shield shall cover half of the circumference of the pipe and shall be of length 3 indicated by manufacturer for pipe size and thickness of insulation. 4 c. Lengths for pipes greater than 2 inches: Minimum 8 inch long section at 5 each support. 6 d. For pipes 2 inch and smaller without pre-insulated supports, provide 7 insulation protection shields installed between hanger and pipe which meets 8 the following minimum length requirements: 9 10 11 Pipe Insulation Minimum Shield Length, (in) 12 Size Thickness 5 6 7 8 9 10 13 (NPS) (inches) Hanger Spacing, (ft) 14 0.5 5 6 8 - - - 15 1 3 5 5 - - - 16 ≤ 1 1.5 3 5 5 - - - 17 2 3 3 3 - - - 18 0.5 8 8 11 11 12 14 19 1 5 6 8 9 11 11 20 ≤ 2 1.5 5 6 8 8 9 9 21 2 5 5 6 6 8 8 22 3. 360 Degree Insulation Protection Shield: 23 a. Shield shall cover all of the circumference of the pipe with two half 24 circumference sections held together with bolts and nuts and shall be of 25 length indicated by manufacturer for pipe size and thickness of insulation. 26 4. Plastic Saddles and Shields: 27 a. Manufacturers: 28 1) Armacell. 29 2) Eaton. 30 3) Hydra-Zorb. 31 b. Polymer-based, snap-on or clip-on design, with non-adhesive surface and 32 lip to allow lateral movement of piping without damaging insulation, field-33 paintable. 34 E. METAL FRAMING SYSTEMS 35 1. MFMA Manufacturer Metal Framing Systems: 36 a. Manufacturers: 37 1) Cooper B-Line. 38 2) Ferguson Enterprises/FNW. 39 3) PHD Manufacturing. 40 4) Thomas & Betts Corporation. 41 5) Unistrut, a brand of Atkore International Inc. 42 6) Source Limitations: Furnish channels (struts) and associated fittings, 43 accessories, and hardware produced by a single manufacturer. 44 2. Description: Shop- or field-fabricated, pipe-support assembly made of steel 45 channels, accessories, fittings, and other components for supporting multiple 46 parallel pipes. 47 3. Standard: Comply with MFMA-4 factory-fabricated components for field 48 assembly. 49 4. Channels: 50 23 05 29 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT Page 5 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 a. Indoor & Dry locations: Continuous slotted zinc-plated steel, painted steel, 1 or galvanized carbon-steel channel with inturned lips. 2 b. Outdoor & Damp/Wet locations: Continuous slotted stainless steel, 3 aluminum, or galvanized carbon-steel channel with inturned lips. 4 c. Treated Pool Environments or Natatoriums: Aluminum 5 5. Channel Width: Selected for applicable load criteria. 6 6. Channel Nuts: Formed or stamped nuts or other devices designed to fit into channel 7 slot and, when tightened, prevent slipping along channel. Shall have same finish 8 as channel. 9 7. Hanger Rods: Continuous-thread rod, nuts, and washer made of zinc plated steel, 10 unless otherwise noted. 11 8. Metallic Coating: Pregalvanized G90, Electroplated zinc in accordance with 12 ASTM B633, Hot-dip galvanized after fabrication in accordance with ASTM 13 A123/A123M or ASTM A153/A153M. 14 9. Paint Coating: Green epoxy, acrylic, or urethane. 15 F. WIRE ROPE PIPE HANGING SYSTEMS 16 1. Manufacturers: 17 a. Anvil International. 18 b. Gripple 19 2. General: Wire rope hanger system shall have a minimum 5 to 1 safety factor based 20 upon the applied working load being supported. 21 3. Source Limitations: Furnish associated fittings, accessories, and hardware 22 produced by a single manufacturer. 23 4. Cast-in-place Concrete Insert: Pressed steel body with sintered steel wedge, 302 24 stainless steel spring and UV stabilized homopolymer polypropylene end cap. 25 Model: Gripple Spider Hanging Kit. 26 5. Cable Stud: Carbon steel, zinc-coated, designed for attachment to concrete inserts. 27 Model: Anvil C120. 28 6. Cable Coupling: Carbon steel, zinc-coated, designed for attachment to threaded 29 rods. Model: Anvil C130. 30 7. Cable Eyelet: Carbon steel, zinc-coated, designed to be directly attached to 31 structural supports via anchors or fasteners. Model: Anvil C150. 32 8. Cable Toggle: Carbon steel, zinc-coated, with toggle designed for insertion into 33 1/2 inch hole through steel deck hat channel and provides anchor when pulled in 34 tension. Model: Anvil C150. 35 9. Swivel Toggle Insert: Single assembly attached to wire rope cable, manufactured 36 from plated carbon steel toggle, pins, and shackles; swivel insert engineered to be 37 compatible with concrete insert. 38 10. Wire Rope: High tensile steel wire rope, to ASTM A1023, Class A zinc coating; 39 minimum 7 by 7 cross-sectional thread construction; having a tensile strength of 40 256,000 psi; No.3 wire size minimum. 41 11. Adjustable Fastener: Mild steel (type UG2), bright zinc plated, one-channel body; 42 encasing a series of Type 302 stainless-steel springs with serrated self-locking 43 grade 40 chrome steel balls, adjustable by means of an integrated mechanism, 44 capable of accommodating load of 500 lb. Model: Gripple No. 2, 3 or 4 UniGrip. 45 23 05 29 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT Page 6 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 G. ANCHORS AND FASTENER SYSTEMS 2 1. Powder-Actuated Fasteners: Threaded-steel stud, for use in hardened portland cement 3 concrete with pull-out, tension, and shear capacities appropriate for supported loads and 4 building materials where used. 5 a. Manufacturers: 6 1) Hilti, Inc. 7 2) Illinois Tool Works, Inc. 8 3) Phillips. 9 4) Powers Fasteners, Inc. 10 5) Rawl. 11 2. Unless otherwise indicated and where not otherwise restricted, use the anchor and fastener 12 types indicated for the specified applications. 13 a. Hammer-driven anchors and fasteners are permitted only as follows: 14 1) Nails are permitted for attachment of nonmetallic boxes to wood 15 frame construction. 16 2) Staples are permitted for attachment of nonmetallic-sheathed cable to 17 wood frame construction. 18 b. Concrete: Use preset concrete inserts or expansion anchors. 19 c. Solid or Grout-Filled Masonry: Use expansion anchors. 20 d. Hollow Stud Walls: Use toggle bolts. 21 e. Hollow Masonry: Use toggle bolts. 22 f. Steel: Use beam clamps. 23 g. Sheet Metal: Use sheet metal screws. 24 h. Wood: Use wood screws. 25 i. Plastic and lead anchors are not permitted. 26 27 3. Preset Concrete Inserts: Continuous metal channel (strut) and spot inserts 28 specifically designed to be cast in concrete ceilings, walls, and floors. 29 a. Manufacturers: 30 1) Same as manufacturer of metal channel (strut) framing system. 31 2) DeWalt “Bang-It” concrete inserts. 32 b. Comply with MFMA-4. 33 c. Channel Material: Use galvanized steel. 34 d. Minimum Channel Thickness: Steel sheet, 12 gage, 0.1046 inch minimum 35 base metal thickness. 36 e. Spot Inserts: Carbon steel with zinc plating or galvanized steel body and 37 base plate, with protective sleeve for anchor rod insert, sized to 38 accommodate anchor rode dimensions. 39 4. Post-Installed Concrete and Masonry Expansion Anchors: 40 a. Evaluated and recognized by ICC Evaluation Service, LLC (ICC-ES) for 41 compliance with applicable building code. 42 b. Self-drilling, drilled flush or shell type. Size inserts to suit threaded rods. 43 5. Beam Clamps: MSS SP-58 C-Type or adjustable, Types 19 through 23, 25 or 27 44 through 30 based on required load. 45 a. Material: ASTM A36/A36M carbon steel or ASTM A181/A181M forged 46 steel. 47 23 05 29 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT Page 7 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 b. Provide clamps with hardened steel cup-point set screws and lock-nuts for 1 anchoring in place. 2 6. Vibration Isolation Anchors: Reference Section “Vibration Isolation for HVAC 3 Piping and Equipment” for vibration isolation anchors.Equipment support in 4 “Description” Paragraph below requires calculating and detailing at each use. 5 H. EQUIPMENT SUPPORTS 6 1. Description: Welded, shop- or field-fabricated equipment support made from 7 structural carbon-steel shapes. 8 I. MATERIALS 9 1. Aluminum: ASTM B221. 10 2. Carbon Steel: ASTM A1011/A1011M. 11 3. Structural Steel: ASTM A36/A36M, carbon-steel plates, shapes, and bars; 12 galvanized. 13 4. Stainless Steel: ASTM A240/A240M. 14 5. Threaded Rods: Continuously threaded. Zinc-plated or galvanized steel for indoor 15 applications and stainless steel for outdoor applications. Mating nuts and washers 16 of similar materials as rods. 17 6. Grout: ASTM C1107/C1107M, factory-mixed and -packaged, dry, hydraulic-18 cement, nonshrink and nonmetallic grout; suitable for interior and exterior 19 applications. 20 a. Properties: Nonstaining, noncorrosive, and nongaseous. 21 b. Design Mix: 5000-psi, 28-day compressive strength. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION [NOT USED] 28 3.4 ERECTION / INSTALLATION / APPLICATION/ [USER-DEFINED PROCESS] 29 A. APPLICATION 30 1. Comply with requirements in Section 078413 "Penetration Firestopping" for 31 firestopping materials and installation for penetrations through fire-rated walls, 32 ceilings, and assemblies. 33 2. Strength of Support Assemblies: Where not indicated, select sizes of components 34 so strength will be adequate to carry present and future static loads within specified 35 loading limits. Minimum static design load used for strength determination shall 36 be weight of supported components plus 200 lb. 37 23 05 29 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT Page 8 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 B. HANGER AND SUPPORT INSTALLATION 1 1. Metal Pipe-Hanger Installation: Comply with MSS SP-58. Install hangers, 2 supports, clamps, and attachments as required to properly support piping from the 3 building structure. 4 2. Metal Trapeze Pipe-Hanger Installation: Comply with MSS SP-58. Arrange for 5 grouping of parallel runs of horizontal piping, and support together on field-6 fabricated trapeze pipe hangers. 7 a. Pipes of Various Sizes: Support together and space trapezes for smallest 8 pipe size or install intermediate supports for smaller diameter pipes as 9 specified for individual pipe hangers. 10 b. Field fabricate from ASTM A36/A36M, carbon-steel shapes selected for 11 loads being supported. Weld steel according to AWS D1.1/D1.1M. 12 3. Strut Framing Systems: Channel strut systems can be used at the Contractors 13 option in lieu of individual hangers for horizontal pipes. Arrange for grouping of 14 parallel runs of horizontal piping. Space channel strut systems at the required 15 distance for the smallest pipe supported. Provide channel gauge and hanger rods 16 per the manufacturer’s recommendations for the piping supported. Where strut 17 systems are attached to walls, install anchor bolts per manufacturer’s 18 recommendations. 19 4. Uninsulated Copper Pipe: Install with plastic galvanic isolators 20 5. Insulated Tube or Pipe: Install with 360 degree insulation protection shields or 21 pre-engineered thermal hanger-shield inserts as specified in Division 23 Section 22 “HVAC Insulation”. 23 6. Thermal-Hanger Shield Installation: Install in pipe hanger or shield for insulated 24 piping. 25 7. Fastener System Installation: 26 a. Install powered-actuated fasteners for use in lightweight concrete or 27 concrete slabs less than 4 inches thick in concrete after concrete is placed 28 and completely cured. Use operators that are licensed by powder-actuated 29 tool manufacturer. Install fasteners according to powder-actuated tool 30 manufacturer's operating manual. 31 b. Install mechanical-expansion anchors in concrete after concrete is placed 32 and completely cured. Install fasteners according to manufacturer's written 33 instructions. 34 8. Install hangers and supports complete with necessary attachments, inserts, bolts, 35 rods, nuts, washers, and other accessories. 36 9. Wire Rope Hanging Systems: 37 a. Install in accordance with manufacturer’s instructions. 38 b. Supported load shall not exceed manufacturer’s recommended load rating. 39 c. Applications for Pipe Supports: 40 1) 3 inch and smaller. 41 2) Wire rope hanging system is not allowed for steam or steam 42 condensate piping. 43 d. Do not support pipe by wrapping the rope around the pipe. 44 e. Provide appropriate hanger or support compatible with the wire rope 45 hanging system adjustable fastener as specified in the Pipe Hanger and 46 Support Schedule. 47 f. Install cast-in-place concrete inserts in elevated concrete slabs. 48 g. Install bream clamps for attachment to structural beams as required. 49 23 05 29 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT Page 9 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 10. Equipment Support Installation: Fabricate from welded-structural-steel shapes. 1 11. Install hangers and supports to allow controlled thermal and seismic movement of 2 piping systems, to permit freedom of movement between pipe anchors, and to 3 facilitate action of expansion joints, expansion loops, expansion bends, and similar 4 units. 5 12. Install lateral bracing with pipe hangers and supports to prevent swaying. 6 13. Install building attachments within concrete slabs or attach to structural steel. 7 Install additional attachments at concentrated loads, including valves, flanges, and 8 strainers, NPS 2-1/2 and larger and at changes in direction of piping. Install 9 concrete inserts before concrete is placed; fasten inserts to forms and install 10 reinforcing bars through openings at top of inserts. 11 14. Load Distribution: Install hangers and supports so that piping live and dead loads 12 and stresses from movement will not be transmitted to connected equipment. 13 15. Pipe Slopes: Install hangers and supports to provide indicated pipe slopes and to 14 not exceed maximum pipe deflections allowed by ASME B31.9 for building 15 services piping. 16 16. Insulated Piping: 17 a. Attach clamps and spacers to piping. 18 1. Piping Operating above Ambient Air Temperature: Clamp may project 19 through insulation. 20 2. Piping Operating below Ambient Air Temperature: Use thermal-hanger 21 shield insert with clamp sized to match OD of insert. 22 1. Do not exceed pipe stress limits allowed by ASME B31.9 for building 23 services piping. 24 25 b. Install MSS SP-58, Type 39, protection saddles if insulation without vapor 26 barrier is indicated. Fill interior voids with insulation that matches adjoining 27 insulation. 28 1) Option: Thermal-hanger shield inserts may be used. Include steel 29 weight-distribution plate for pipe NPS 4 and larger if pipe is installed 30 on rollers. 31 3. Install MSS SP-58, Type 40, protective shields on cold piping with vapor barrier. 32 Shields shall span an arc of 180 degrees. 33 1) Option: Thermal-hanger shield inserts may be used. Include steel weight-34 distribution plate for pipe NPS 4 and larger if pipe is installed on rollers. 35 2) Shield Dimensions for Pipe: Not less than the following: 36 37 a) NPS 1/4 to NPS 3-1/2: 12 inches long and 0.048 inch thick. 38 b) NPS 4: 12 inches long and 0.06 inch thick. 39 c) NPS 5 and NPS 6: 18 inches long and 0.06 inch thick. 40 d) NPS 8 to NPS 14: 24 inches long and 0.075 inch thick. 41 e) NPS 16 to NPS 24: 24 inches long and 0.105 inch thick. 42 43 3) Pipes NPS 8 and Larger: Include wood or reinforced calcium-silicate-44 insulation inserts of length at least as long as protective shield. 45 4) Thermal-Hanger Shields: Install with insulation same thickness as piping 46 insulation. 47 48 23 05 29 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT Page 10 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 C. EQUIPMENT SUPPORTS 1 1. Fabricate structural-steel stands to suspend equipment from structure overhead or 2 to support equipment above floor. 3 2. Grouting: Place grout under supports for equipment and make bearing surface 4 smooth. 5 3. Provide lateral bracing, to prevent swaying, for equipment supports. 6 D. METAL FABRICATIONS 7 1. Cut, drill, and fit miscellaneous metal fabrications for trapeze pipe hangers and 8 equipment supports. 9 2. Fit exposed connections together to form hairline joints. Field weld connections 10 that cannot be shop welded because of shipping size limitations. 11 3. Field Welding: Comply with AWS D1.1/D1.1M procedures for shielded, metal 12 arc welding; appearance and quality of welds; and methods used in correcting 13 welding work; and with the following: 14 a) Use materials and methods that minimize distortion and develop strength 15 and corrosion resistance of base metals. 16 b) Obtain fusion without undercut or overlap. 17 c) Remove welding flux immediately. 18 d) Finish welds at exposed connections so no roughness shows after 19 finishing and so contours of welded surfaces match adjacent contours. 20 E. HANGER AND SUPPORT SCHEDULE 21 1. Specific hanger and support requirements are in Sections specifying piping 22 systems and equipment. 23 2. Comply with MSS SP-58 for pipe-hanger selections and applications that are not 24 specified in piping system Sections. 25 3. Use hangers and supports with galvanized metallic coatings for piping and 26 equipment that will not have field-applied finish. 27 4. Use nonmetallic coatings on attachments for electrolytic protection where 28 attachments are in direct contact with copper tubing. 29 5. Use carbon-steel pipe hangers and supports, metal trapeze pipe hangers, and metal 30 framing systems and attachments for general service applications. 31 6. Use stainless-steel pipe hangers and stainless-steel or corrosion-resistant 32 attachments for hostile environment applications. 33 7. Use Dielectrics Barriers between metallic supports and metallic piping and 34 associated items of dissimilar type. Acceptable barriers include rubber, or copper-35 plated coatings where attachments are in direct contact with copper. 36 8. Use padded hangers for piping that is subject to scratching. 37 9. Use thermal-hanger shield inserts for insulated piping and tubing. 38 10. Horizontal-Piping Hangers and Supports: Unless otherwise indicated and except 39 as specified in piping system Sections, install the following types: 40 a) Adjustable, Steel Clevis Hangers (MSS Type 1): For suspension of 41 noninsulated or insulated, stationary pipes NPS 1/2 to NPS 30. 42 b) Yoke-Type Pipe Clamps (MSS Type 2): For suspension of up to 1050 43 deg F, pipes NPS 4 to NPS 24, requiring up to 4 inches of insulation. 44 c) Carbon- or Alloy-Steel, Double-Bolt Pipe Clamps (MSS Type 3): For 45 suspension of pipes NPS 3/4 to NPS 36, requiring clamp flexibility and up 46 to 4 inches of insulation. 47 23 05 29 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT Page 11 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 d) Steel Pipe Clamps (MSS Type 4): For suspension of cold and hot pipes 1 NPS 1/2 to NPS 24 if little or no insulation is required. 2 e) Pipe Hangers (MSS Type 5): For suspension of pipes NPS 1/2 to NPS 4, 3 to allow off-center closure for hanger installation before pipe erection. 4 f) Adjustable, Swivel Split- or Solid-Ring Hangers (MSS Type 6): For 5 suspension of noninsulated, stationary pipes NPS 3/4 to NPS 8. 6 g) Adjustable, Steel Band Hangers (MSS Type 7): For suspension of 7 noninsulated, stationary pipes NPS 1/2 to NPS 8. 8 h) Adjustable Band Hangers (MSS Type 9): For suspension of 9 noninsulated, stationary pipes NPS 1/2 to NPS 8. 10 i) Adjustable, Swivel-Ring Band Hangers (MSS Type 10): For suspension of 11 noninsulated, stationary pipes NPS 1/2 to NPS 8. 12 j) Split Pipe Ring with or without Turnbuckle Hangers (MSS Type 11): For 13 suspension of noninsulated, stationary pipes NPS 3/8 to NPS 8. 14 k) Extension Hinged or Two-Bolt Split Pipe Clamps (MSS Type 12): For 15 suspension of noninsulated, stationary pipes NPS 3/8 to NPS 3. 16 l) U-Bolts (MSS Type 24): For support of heavy pipes NPS 1/2 to NPS 30. 17 m) Clips (MSS Type 26): For support of insulated pipes not subject to 18 expansion or contraction. 19 n) Pipe Saddle Supports (MSS Type 36): For support of pipes NPS 4 to 20 NPS 36, with steel-pipe base stanchion support and cast-iron floor flange 21 or carbon-steel plate. 22 o) Pipe Stanchion Saddles (MSS Type 37): For support of pipes NPS 4 to 23 NPS 36, with steel-pipe base stanchion support and cast-iron floor flange 24 or carbon-steel plate, and with U-bolt to retain pipe. 25 p) Adjustable Pipe Saddle Supports (MSS Type 38): For stanchion-type 26 support for pipes NPS 2-1/2 to NPS 36 if vertical adjustment is required, 27 with steel-pipe base stanchion support and cast-iron floor flange. 28 q) Single-Pipe Rolls (MSS Type 41): For suspension of pipes NPS 1 to 29 NPS 30, from two rods if longitudinal movement caused by expansion and 30 contraction might occur. 31 r) Adjustable Roller Hangers (MSS Type 43): For suspension of pipes 32 NPS 2-1/2 to NPS 24 from single rod if horizontal movement caused by 33 expansion and contraction might occur. 34 s) Complete Pipe Rolls (MSS Type 44): For support of pipes NPS 2 to 35 NPS 42 if longitudinal movement caused by expansion and contraction 36 might occur but vertical adjustment is unnecessary. 37 t) Pipe Roll and Plate Units (MSS Type 45): For support of pipes NPS 2 to 38 NPS 24 if small horizontal movement caused by expansion and contraction 39 might occur and vertical adjustment is unnecessary. 40 u) Adjustable Pipe Roll and Base Units (MSS Type 46): For support of 41 pipes NPS 2 to NPS 30 if vertical and lateral adjustment during installation 42 might be required in addition to expansion and contraction. 43 11. Vertical-Piping Clamps: Unless otherwise indicated and except as specified in 44 piping system Sections, install the following types: 45 a) Extension Pipe or Riser Clamps (MSS Type 8): For support of pipe risers 46 NPS 3/4 to NPS 24. 47 b) Carbon- or Alloy-Steel Riser Clamps (MSS Type 42): For support of 48 pipe risers NPS 3/4 to NPS 24 if longer ends are required for riser clamps. 49 23 05 29 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT Page 12 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 12. Hanger-Rod Attachments: Unless otherwise indicated and except as specified in 1 piping system Sections, install the following types: 2 a) Steel Turnbuckles (MSS Type 13): For adjustment up to 6 inches for 3 heavy loads. 4 b) Steel Clevises (MSS Type 14): For 120 to 450 deg F piping installations. 5 c) Swivel Turnbuckles (MSS Type 15): For use with MSS Type 11, split 6 pipe rings. 7 d) Malleable-Iron Sockets (MSS Type 16): For attaching hanger rods to 8 various types of building attachments. 9 e) Steel Weldless Eye Nuts (MSS Type 17): For 120 to 450 deg F piping 10 installations. 11 13. Building Attachments: Unless otherwise indicated and except as specified in 12 piping system Sections, install the following types: 13 a) Steel or Malleable Concrete Inserts (MSS Type 18): For upper 14 attachment to suspend pipe hangers from concrete ceiling. 15 b) Top-Beam C-Clamps (MSS Type 19): For use under roof installations 16 with bar-joist construction, to attach to top flange of structural shape. 17 c) Side-Beam or Channel Clamps (MSS Type 20): For attaching to bottom 18 flange of beams, channels, or angles. 19 d) Center-Beam Clamps (MSS Type 21): For attaching to center of bottom 20 flange of beams. 21 e) Welded Beam Attachments (MSS Type 22): For attaching to bottom of 22 beams if loads are considerable and rod sizes are large. 23 f) C-Clamps (MSS Type 23): For structural shapes. 24 g) Top-Beam Clamps (MSS Type 25): For top of beams if hanger rod is 25 required tangent to flange edge. 26 h) Side-Beam Clamps (MSS Type 27): For bottom of steel I-beams. 27 i) Steel-Beam Clamps with Eye Nuts (MSS Type 28): For attaching to bottom 28 of steel I-beams for heavy loads. 29 j) Linked-Steel Clamps with Eye Nuts (MSS Type 29): For attaching to 30 bottom of steel I-beams for heavy loads, with link extensions. 31 k) Malleable-Beam Clamps with Extension Pieces (MSS Type 30): For 32 attaching to structural steel. 33 l) Welded-Steel Brackets: For support of pipes from below or for suspending 34 from above by using clip and rod. Use one of the following for indicated 35 loads: 36 (1) Light (MSS Type 31): 750 lb . 37 (2) Medium (MSS Type 32): 1500 lb . 38 (3) Heavy (MSS Type 33): 3000 lb . 39 m) Side-Beam Brackets (MSS Type 34): For sides of steel or wooden 40 beams. 41 n) Plate Lugs (MSS Type 57): For attaching to steel beams if flexibility at 42 beam is required. 43 o) Horizontal Travelers (MSS Type 58): For supporting piping systems 44 subject to linear horizontal movement where headroom is limited. 45 14. Saddles and Shields: Unless otherwise indicated and except as specified in piping 46 system Sections, install the following types: 47 a) Steel-Pipe-Covering Protection Saddles (MSS Type 39): To fill interior 48 voids with insulation that matches adjoining insulation. 49 23 05 29 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT Page 13 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 b) Protection Shields (MSS Type 40): Of length recommended in writing 1 by manufacturer to prevent crushing insulation. 2 c) Thermal-Hanger Shield Inserts: For supporting insulated pipe. 3 15. Spring Hangers and Supports: Unless otherwise indicated and except as specified 4 in piping system Sections, install the following types: 5 a) Restraint-Control Devices (MSS Type 47): Where indicated to control 6 piping movement. 7 b) Spring Cushions (MSS Type 48): For light loads if vertical movement 8 does not exceed 1-1/4 inches. 9 c) Spring-Cushion Roll Hangers (MSS Type 49): For equipping Type 41, 10 roll hanger with springs. 11 d) Spring Sway Braces (MSS Type 50): To retard sway, shock, vibration, 12 or thermal expansion in piping systems. 13 e) Variable-Spring Hangers (MSS Type 51): Preset to indicated load and 14 limit variability factor to 25 percent to allow expansion and contraction of 15 piping system from hanger. 16 f) Variable-Spring Base Supports (MSS Type 52): Preset to indicated load 17 and limit variability factor to 25 percent to allow expansion and contraction 18 of piping system from base support. 19 g) Variable-Spring Trapeze Hangers (MSS Type 53): Preset to indicated 20 load and limit variability factor to 25 percent to allow expansion and 21 contraction of piping system from trapeze support. 22 h) Constant Supports: For critical piping stress and if necessary to avoid 23 transfer of stress from one support to another support, critical terminal, or 24 connected equipment. Include auxiliary stops for erection, hydrostatic test, 25 and load-adjustment capability. These supports include the following 26 types: 27 (1) Horizontal (MSS Type 54): Mounted horizontally. 28 (2) Vertical (MSS Type 55): Mounted vertically. 29 (3) Trapeze (MSS Type 56): Two vertical-type supports and one trapeze 30 member. 31 16. Comply with MSS SP-58 for trapeze pipe-hanger selections and applications 32 that are not specified in piping system Sections. 33 17. Comply with MFMA-103 for metal framing system selections and applications 34 that are not specified in piping system Sections. 35 18. Use powder-actuated fasteners or mechanical-expansion anchors instead of 36 building attachments where required in concrete construction. 37 F. PAINTING 38 1. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas 39 immediately after erecting hangers and supports. Use same materials as used for 40 shop painting. Comply with SSPC-PA 1 requirements for touching up field-41 painted surfaces. 42 a. Apply paint by brush or spray to provide a minimum dry film thickness of 43 2.0 mils. 44 2. Touchup: Comply with requirements in Section 099113 "Exterior Painting", 45 Section 099123 "Interior Painting", and Section 099600 "High-Performance 46 Coatings" for cleaning and touchup painting of field welds, bolted connections, and 47 abraded areas of shop paint on miscellaneous metal. 48 23 05 29 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT Page 14 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 3. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply 2 galvanizing-repair paint to comply with ASTM A780/A780M. 3 3.5 [REPAIR] / [RESTORATION] [NOT USED] 4 3.6 RE-INSTALLATION [NOT USED] 5 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 6 3.8 SYSTEM STARTUP [NOT USED] 7 3.9 ADJUSTING 8 A. Hanger Adjustments: Adjust hangers to distribute loads equally on attachments and to 9 achieve indicated slope of pipe. 10 1. Trim excess length of continuous-thread hanger and support rods to 1-1/2 inches. 11 3.10 CLOSEOUT ACTIVITIES [NOT USED] 12 3.11 PROTECTION [NOT USED] 13 3.12 MAINTENANCE [NOT USED] 14 3.13 ATTACHMENTS [NOT USED] 15 END OF SECTION 16 23 05 48.13 VIBRATION CONTROLS FOR HVAC Page 1 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 23 05 48.13 1 VIBRATION CONTROLS FOR HVAC 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Elastomeric isolation pads. 6 2. Elastomeric isolation mounts. 7 3. Restrained elastomeric isolation mounts. 8 4. Open-spring isolators. 9 5. Restrained-spring isolators. 10 6. Pipe-riser resilient supports. 11 7. Resilient pipe guides. 12 8. Air-spring isolators. 13 9. Restrained-air-spring isolators. 14 10. Elastomeric hangers. 15 11. Spring hangers. 16 B. Related Specification Sections include but are not limited to: 17 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 18 Contract. 19 2. Division 1 - General Requirements. 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Work associated with this Item is included in the total lump sum price. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25 1.5 SUBMITTALS 26 A. Submittals shall be in accordance with Section 01 33 00. 27 B. All submittals shall be approved by the City prior to delivery. 28 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 29 A. Product Data: For each type of product. 30 1. Include rated load, rated deflection, and overload capacity for each vibration 31 isolation device. 32 2. Illustrate and indicate style, material, strength, fastening provision, and finish for 33 each type and size of vibration isolation device type required. 34 B. Shop Drawings: 35 23 05 48.13 VIBRATION CONTROLS FOR HVAC Page 2 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1. Detail fabrication and assembly of equipment bases. Detail fabrication including 1 anchorages and attachments to structure and to supported equipment. Include 2 adjustable motor bases, rails, and frames for equipment mounting. 3 2. Vibration Isolation Base Details: Detail fabrication including anchorages and 4 attachments to structure and to supported equipment. Include adjustable motor 5 bases, rails, and frames for equipment mounting. 6 C. Delegated-Design Submittal: For each vibration isolation device. 7 1. Include design calculations for selecting vibration isolators and for designing 8 vibration isolation bases. 9 A. INFORMATIONAL SUBMITTALS 10 1. Retain "Coordination Drawings" Paragraph below if piping, ducts, equipment, and 11 other HVAC system components are installed in congested areas. 12 2. Coordination Drawings: Show coordination of vibration isolation device 13 installation for HVAC piping and equipment with other systems and equipment in 14 the vicinity, including other supports and restraints, if any. 15 3. Qualification Data: For testing agency. 16 4. Retain "Welding certificates" Paragraph below if retaining "Welding 17 Qualifications" Paragraph in "Quality Assurance" Article. 18 5. Welding certificates. 19 6. Retain option in "Air-Mounting System Performance Certification" Paragraph 20 below if authorities having jurisdiction require independent testing. 21 7. Air-Mounting System Performance Certification: Include natural frequency, load, 22 and damping test data performed by an independent agency. 23 1.7 CLOSEOUT SUBMITTALS 24 A. Operation and Maintenance Data: For air-spring mounts and restrained-air-spring mounts 25 to include in operation and maintenance manuals. 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE 28 A. Welding Qualifications: Qualify procedures and personnel according to 29 AWS D1.1/D1.1M, "Structural Welding Code - Steel." 30 1.10 DELIVERY, STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Secure and maintain a location to store the material in accordance with Section 01 33 66 00. 34 23 05 48.13 VIBRATION CONTROLS FOR HVAC Page 3 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 CITY-FURNISHED [OR] CITY-SUPPLIED PRODUCTS [NOT USED] 4 2.2 PRODUCT TYPES 5 A. APPROVED MANUFACTURERS 6 1. BRD Noise and Vibration Control. 7 2. Caldyn, California Dynamics Corp. 8 3. Kinetics Noise Control. 9 4. Mason Industries, Inc. 10 5. Vibration Eliminator Co., Inc. 11 6. Vibration Mounting and Controls. 12 7. Vibro-Acoustics. 13 B. ELASTOMERIC ISOLATION PADS 14 1. Elastomeric Isolation Pads: 15 a. Fabrication: Single or multiple layers of sufficient durometer stiffness 16 for uniform loading over pad area. 17 b. Size: Factory or field cut to match requirements of supported 18 equipment. 19 c. Pad Material: Oil and water resistant with elastomeric properties. 20 d. Surface Pattern: Ribbed or Waffle pattern. 21 e. Infused nonwoven cotton or synthetic fibers. 22 f. Load-bearing metal plates adhered to pads. 23 g. Sandwich-Core Material: Resilient and elastomeric. 24 1) Surface Pattern: Ribbed or Waffle pattern. 25 2) Infused nonwoven cotton or synthetic fibers. 26 C. ELASTOMERIC ISOLATION MOUNTS 27 1. Double-Deflection, Elastomeric Isolation Mounts: 28 a. Mounting Plates: 29 1) Top Plate: Encapsulated steel load transfer top plates, factory drilled 30 and threaded with threaded studs or bolts. 31 2) Baseplate: Encapsulated steel bottom plates with holes provided for 32 anchoring to support structure. 33 2. Elastomeric Material: Molded, oil-resistant rubber, neoprene, or other elastomeric 34 material. 35 D. RESTRAINED ELASTOMERIC ISOLATION MOUNTS 36 1. Restrained Elastomeric Isolation Mounts: 37 a. Description: All-directional isolator with restraints containing two 38 separate and opposing elastomeric elements that prevent central 39 threaded element and attachment hardware from contacting the 40 housing during normal operation. 41 23 05 48.13 VIBRATION CONTROLS FOR HVAC Page 4 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1) Housing: Cast-ductile iron or welded steel. 1 2) Elastomeric Material: Molded, oil-resistant rubber, neoprene, or 2 other elastomeric material. 3 E. OPEN-SPRING ISOLATORS 4 1. Freestanding, Laterally Stable, Open-Spring Isolators: 5 6 a. Outside Spring Diameter: Not less than 80 percent of the compressed 7 height of the spring at rated load. 8 b. Minimum Additional Travel: 50 percent of the required deflection at 9 rated load. 10 c. Lateral Stiffness: More than 80 percent of rated vertical stiffness. 11 d. Overload Capacity: Support 200 percent of rated load, fully 12 compressed, without deformation or failure. 13 e. Baseplates: Factory-drilled steel plate for bolting to structure with an 14 elastomeric isolator pad attached to the underside. Baseplates shall 15 limit floor load to 500 psig. 16 f. Top Plate and Adjustment Bolt: Threaded top plate with adjustment 17 bolt and cap screw to fasten and level equipment. 18 F. RESTRAINED-SPRING ISOLATORS 19 1. Housing: Steel housing with vertical-limit stops to prevent spring extension due to 20 weight being removed. 21 a. Base with holes for bolting to structure with an elastomeric isolator 22 pad attached to the underside. Bases shall limit floor load to 500 psig. 23 b. Top plate with threaded mounting holes or elastomeric pad. 24 c. Internal leveling bolt that acts as blocking during installation. 25 2. Restraint: Limit stop as required for equipment and authorities having jurisdiction. 26 3. Outside Spring Diameter: Not less than 80 percent of the compressed height of the 27 spring at rated load. 28 4. Minimum Additional Travel: 50 percent of the required deflection at rated load. 29 5. Lateral Stiffness: More than 80 percent of rated vertical stiffness. 30 6. Overload Capacity: Support 200 percent of rated load, fully compressed, without 31 deformation or failure. 32 G. AIR-SPRING ISOLATORS 33 1. Bellows Assembly: Upper and lower powder-coated steel sections connected by a 34 replaceable, flexible, nylon-reinforced neoprene bellows or similar elastomeric 35 material. 36 2. Maximum Natural Frequency: 3 Hz. 37 3. Operating Pressure Range: 25 to 100 psig. 38 4. Burst Pressure: At least three times manufacturer's published maximum operating 39 pressure. 40 5. Tank valves. 41 H. RESTRAINED-AIR-SPRING ISOLATORS 42 23 05 48.13 VIBRATION CONTROLS FOR HVAC Page 5 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 I. Freestanding, Single or Multiple, Compressed-Air Bellows with Vertical-Limit Stop 1 Restraint: 2 1. Housing: Steel housing with vertical-limit stops to prevent spring extension due to 3 weight being removed. 4 a. Base with holes for bolting to structure with an elastomeric isolator 5 pad attached to the underside. Bases shall limit floor load to 500 psig. 6 b. Top plate with threaded mounting holes or elastomeric pad. 7 c. Internal leveling bolt that acts as blocking during installation. 8 2. Restraint: Limit stop as required for equipment and authorities having jurisdiction. 9 3. Outside Spring Diameter: Not less than 80 percent of the compressed height of the 10 spring at rated load. 11 4. Minimum Additional Travel: 50 percent of the required deflection at rated load. 12 5. Lateral Stiffness: More than 80 percent of rated vertical stiffness. 13 6. Overload Capacity: Support 200 percent of rated load, fully compressed, without 14 deformation or failure. 15 7. Bellows Assembly: Upper and lower powder-coated steel sections connected by a 16 replaceable, flexible, nylon-reinforced neoprene bellows or similar elastomeric 17 material. 18 8. Maximum Natural Frequency: 3 Hz. 19 9. Operating Pressure Range: 25 to 100 psig. 20 10. Burst Pressure: At least three times manufacturer's published maximum operating 21 pressure. 22 11. Tank valves. 23 J. ELASTOMERIC HANGERS 24 K. Elastomeric Mount in a Steel Frame with Upper and Lower Steel Hanger Rods: 25 1. Frame: Steel, fabricated with a connection for an upper threaded hanger rod and 26 an opening on the underside to allow for a maximum of 30 degrees of angular 27 lower hanger-rod misalignment without binding or reducing isolation efficiency. 28 2. Dampening Element: Molded, oil-resistant rubber, neoprene, or other elastomeric 29 material with a projecting bushing for the underside opening preventing steel to 30 steel contact. 31 K. SPRING HANGERS 32 L. Combination Coil-Spring and Elastomeric-Insert Hanger with Spring and Insert in 33 Compression: 34 1. Approved Manufacturers: 35 a. CADDY 36 b. Mason Industries, Inc. 37 2. Frame: Steel, fabricated for connection to threaded hanger rods and to allow for a 38 maximum of 30 degrees of angular hanger-rod misalignment without binding or 39 reducing isolation efficiency. 40 3. Outside Spring Diameter: Not less than 80 percent of the compressed height of the 41 spring at rated load. 42 23 05 48.13 VIBRATION CONTROLS FOR HVAC Page 6 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 4. Minimum Additional Travel: 50 percent of the required deflection at rated load. 1 5. Lateral Stiffness: More than 80 percent of rated vertical stiffness. 2 6. Overload Capacity: Support 200 percent of rated load, fully compressed, without 3 deformation or failure. 4 7. Elastomeric Element: Molded, oil-resistant rubber or neoprene. Steel-washer-5 reinforced cup to support spring and bushing projecting through bottom of frame. 6 8. Adjustable Vertical Stop: Steel washer with neoprene washer "up-stop" on lower 7 threaded rod. 8 9. Self-centering hanger rod cap to ensure concentricity between hanger rod and 9 support spring coil. 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION 15 A. Examine areas and equipment to receive vibration isolation control devices for 16 compliance with requirements for installation tolerances and other conditions affecting 17 performance of the Work. 18 B. Examine roughing-in of reinforcement and cast-in-place anchors to verify actual 19 locations before installation. 20 C. Proceed with installation only after unsatisfactory conditions have been corrected. 21 3.3 PREPARATION [NOT USED] 22 3.4 ERECTION / INSTALLATION / APPLICATION/ [USER-DEFINED PROCESS] 23 A. VIBRATION CONTROL DEVICE INSTALLATION 24 1. Coordinate the location of embedded connection hardware with supported 25 equipment attachment and mounting points and with requirements for concrete 26 reinforcement and formwork specified in Section 03 30 00 “Cast-In-Place 27 Concrete.” 28 2. Installation of vibration isolators must not cause any change of position of 29 equipment, piping, or ductwork resulting in stresses or misalignment. 30 23 05 48.13 VIBRATION CONTROLS FOR HVAC Page 7 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 3.5 [REPAIR] / [RESTORATION] [NOT USED] 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 23 05 53 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT Page 1 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 23 05 53 1 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Equipment labels. 6 2. Pipe labels. 7 3. Duct labels. 8 4. Stencils. 9 5. Valve tags. 10 B. General 11 6. Provide manufacturer's standard products of categories and types required for each 12 application as referenced in other Division 23 sections. Where more than a single 13 type is specified for application, selection is the installer's option, but provide 14 single selection for each product category. 15 7. Lettering: Coordinate names, abbreviations, and other designations used in 16 mechanical identification work with the corresponding designations shown on the 17 drawings, scheduled, and specified. If not otherwise indicated, provide numbering, 18 lettering, and wording as recommended by the manufacturer or as required for 19 proper identification, operation, and maintenance of mechanical systems and 20 equipment. 21 8. Where multiple systems of same generic name are shown and specified, provide 22 identification which indicates individual system number as well as service (e.g., 23 RTU No. 2, Water Heater WH-1, etc.). 24 C. Related Specification Sections include but are not limited to: 25 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 26 Contract. 27 2. Division 1 - General Requirements. 28 1.2 PRICE AND PAYMENT PROCEDURES 29 A. Measurement and Payment 30 1. Work associated with this Item is included in the total lump sum price. 31 1.3 REFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section 01 33 00. 35 B. All submittals shall be approved by the City prior to delivery. 36 23 05 53 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT Page 2 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 1 A. Product Data: For each type of product. 2 B. Samples: For color, letter style, and graphic representation required for each 3 identification material and device. 4 C. Equipment Label Schedule: Include a listing of all equipment to be labeled with the 5 proposed content for each label. 6 D. Valve numbering scheme. 7 E. Valve Schedules: For each piping system to include in maintenance manuals. 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Storage and Handling Requirements 13 1. Secure and maintain a location to store the material in accordance with Section 01 14 66 00. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 CITY-FURNISHED [OR] CITY-SUPPLIED PRODUCTS [NOT USED] 19 2.2 PRODUCT TYPES 20 A. MANUFACTURERS 21 1. Advanced Graphic Engraving, LLC. 22 2. Brady Corporation. 23 3. Brimar Industries, Inc. 24 4. Craftmark. 25 5. Industrial Safety Supply Co., Inc. 26 6. Kolbi Pipe Marker Co. 27 7. MIFAB, Inc. 28 8. Substitution requests for manufacturers or models not indicated above shall be 29 processed in accordance with Section 01 25 00. 30 B. EQUIPMENT LABELS 31 23 05 53 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT Page 3 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1. Material and Thickness: Stainless steel 0.025-inch aluminum 0.032-inch or 1 anodized aluminum 0.032-inch minimum thickness, and having predrilled or 2 stamped holes for attachment hardware. 3 2. Letter Color: White 4 3. Background Color: Cooling Equip: Green, Heating Equip: Yellow, Hazardous 5 Equip: colors and designs recommended by ASME, Equip that does not meet any 6 of the above: Blue. 7 4. Minimum Label Size: Length and width vary for required label content, but not 8 less than 2-1/2 by 3/4 inch 9 5. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 10 24 inches 1/2 inch for viewing distances up to 72 inches and proportionately larger 11 lettering for greater viewing distances. Include secondary lettering two-thirds to 12 three-quarters the size of principal lettering. 13 6. Fasteners: Stainless-steel self-tapping screws except contact-type permanent 14 adhesive where screws cannot or should not penetrate the substrate. 15 7. Adhesive: Contact-type permanent adhesive, compatible with label and with 16 substrate. 17 8. Material and Thickness: Multilayer, multicolor, plastic labels for mechanical 18 engraving, 1/16” thick for units up to 20in2 or 8” in length, or 1/8” thick for any 19 larger, and having predrilled holes for attachment hardware. 20 9. Letter Color: White unless otherwise noted. 21 10. Background Color: Black unless otherwise noted. 22 11. Maximum Temperature: Able to withstand temperatures up to 160 deg F. 23 12. Minimum Label Size: Length and width vary for required label content, but not 24 less than 2-1/2 by 3/4 inch. 25 13. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 26 24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately 27 larger lettering for greater viewing distances. Include secondary lettering two-28 thirds to three-quarters the size of principal lettering. 29 14. Fasteners: Stainless-steel self-tapping screws except contact-type permanent 30 adhesive where screws cannot or should not penetrate the substrate. 31 15. Adhesive: Contact-type permanent adhesive, compatible with label and with 32 substrate. 33 16. In "Label Content" Paragraph below, the objective of labeling equipment is to 34 coordinate it with Drawings, including plans, details, and schedules. This will 35 allow other information, such as capacities and operating characteristics, to be 36 obtained. 37 17. Label Content: Include equipment's Drawing designation or unique equipment 38 number, Drawing numbers where equipment is indicated (plans, details, and 39 schedules), and the Specification Section number and title where equipment is 40 specified. 41 18. Equipment Label Schedule: For each item of equipment to be labeled, on 8-1/2-42 by-11-inch bond paper. Tabulate equipment identification number, and identify 43 Drawing numbers where equipment is indicated (plans, details, and schedules) and 44 the Specification Section number and title where equipment is specified. 45 Equipment schedule shall be included in operation and maintenance data. 46 C. PIPE LABELS 47 23 05 53 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT Page 4 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1. General Requirements for Manufactured Pipe Labels: Preprinted, color-coded, with 1 lettering indicating service, and showing flow direction according to ASME A13.1. 2 2. Pretensioned Pipe Labels: Precoiled, semirigid plastic formed to cover full 3 circumference of pipe and to attach to pipe without fasteners or adhesive. 4 3. Self-Adhesive Pipe Labels: Printed plastic with contact-type, permanent-adhesive 5 backing. 6 4. Plastic Tape Pipe Markers: Flexible, vinyl film tape with pressure sensitive 7 adhesive backing and printed markings, minimum 3 mil thick. 8 5. Width: 1-1/2” for pipes less than 6” (including insulation), 2-1/2”for pipes 6” and 9 larger (including insulation). 10 6. Pipe Marker with Insulation: 1” thick molded fiberglass insulation with jacket for 11 each plastic pipe marker to be installed on uninsulated pipes subjected to fluid 12 temperatures of 125 degrees F or greater. Insulation shall extend 2” beyond each 13 end of plastic pipe marker. 14 7. Color: 15 a. Conform to ASME A13.1. 16 b. Heating, Cooling, and Boiler Feedwater: Green with white letters. 17 c. Toxic and Corrosive Fluids: Orange with black letters. 18 d. Compressed Air: Blue with white letters. 19 8. Pipe Label Contents: Include identification of piping service using same 20 designations or abbreviations as used on Drawings; also include pipe size and an 21 arrow indicating flow direction. 22 a. Flow-Direction Arrows: Integral with piping system service lettering to 23 accommodate both directions or as separate unit on each pipe label to indicate flow 24 direction. 25 a. Lettering Size: Size letters according to ASME A13.1 for piping. Minimum 26 1/2" for pipes up to 3”, minimum 1” for pipes larger than 3”. 27 D. DUCT LABELS 28 1. Material and Thickness: High gloss acrylic adhesive-backed vinyl film 0.0032 29 inch; printed with UV and chemical resistant inks. 30 2. Background & Letter Colors: Refer to Duct Label Installation section. Any 31 Hazardous Exhaust shall per colored and designed per ASME A13.1. 32 3. Nomenclature: Include air handling unit identification, duct size, service, and 33 directional arrows. Identify any specialty ductwork using the system 34 terminology such as (Grease, Dryer, etc). 35 4. Maximum Temperature: Able to withstand temperatures up to 160 deg F . 36 5. Minimum Label Size: Length and width vary for required label content, but not 37 less than 2-1/2 by 3/4 inch 38 6. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 39 24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately 40 larger lettering for greater viewing distances. Include secondary lettering two-41 thirds to three-quarters the size of principal lettering. 42 7. Adhesive: Contact-type permanent adhesive, compatible with label and with 43 substrate. 44 23 05 53 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT Page 5 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 8. Duct Label Contents: Include individual identification of duct service using 1 same designations or abbreviations as used on Drawings; also include duct size 2 and an arrow indicating flow direction. 3 a. Flow-Direction Arrows: Integral with duct system service lettering to 4 accommodate both directions or as separate unit on each duct label to 5 indicate flow direction. 6 F. STENCILS 7 1. Stencil Paint: Oil based, alkyd enamel, either brushing grade or pressurized spray-8 can form and grade, black color, except for piping. For piping systems use colors 9 conforming to ASME A13.1. 10 2. Stencils for Piping: 11 3. Lettering Size: Size letters according to ASME A13.1 for piping. 12 13 Outside Diameter of Insulation or Pipe (inch) Length of Color Field (inch) Height of Letters (inch) 3/4 to 1-1/4” 8” 1/2" 1/2 to 2” 8” 3/4" 2 to 6” 12” 1-1/4” 8 to 10” 24” 2-1/2” Over 10” 32” 3-1/2” 14 4. Stencils for Ductwork and Equipment: 15 a. Lettering Size: Minimum letter height of 2-1/2 inch minimum height 16 Outside Diameter of Insulation or Pipe (inch) Length of Color Field (inch) Height of Letters (inch) 3/4 to 1-1/4” 8” 1/2" 1/2 to 2” 8” 3/4" 2 to 6” 12” 1-1/4” 8 to 10” 24” 2-1/2” Over 10” 32” 3-1/2” 17 5. Stencils for Access Panels and Door Labels, Equipment Labels, and Similar 18 Operational Instructions: 19 6. Lettering Size: Minimum letter height of 3/4 inch minimum height 20 G. VALVE TAGS 21 1. Description: Stamped or engraved with 1/4-inch letters for piping system 22 abbreviation and 1/2-inch numbers. 23 2. Plastic Laminate Tags: Laminated three-layer plastic, minimum 3/32 inch thick, 24 with engraved black letters on light contrasting background color. Tag size 25 minimum 1-1/2 inch diameter and 5/32 inch hole for fastener. 26 3. Solid Plastic Tags: Solid plastic, minimum 3/32 inch thick, with printed black 27 letters on white color. Tag size minimum 1-1/2 inch diameter and 5/32 inch hole 28 for fastener. 29 23 05 53 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT Page 6 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 4. Metal Tags: Provide 19-gauge polished brass with stamped letters. Tag size 1 minimum 1-1/2 inch diameter with smooth edges and 5/32 inch hole for fastener. 2 Fill tag engraving with black enamel paint. 3 5. Accident Prevention Tags: Pre-printed or partially pre-printed, of plasticized card 4 stock with matte finish suitable for writing, minimum 3-1/4 inch x 5-5/8 inch size, 5 with brass grommet in hole for fastener. Order with appropriate pre-printed 6 wording (e.g., DANGER, CAUTION, DO NOT OPERATE, etc.). 7 6. Fasteners: Solid brass wire-link chain or beaded chain, or Solid brass S-hook; 8 manufactured specifically for that purpose. 9 7. Valve Schedules: For each piping system, on 8-1/2-by-11-inch bond paper. 10 Tabulate valve number, piping system, system abbreviation (as shown on valve 11 tag), location of valve (room or space), normal-operating position (open, closed, 12 or modulating), and variations for identification. Mark valves for emergency 13 shutoff and similar special uses. 14 8. Valve-tag schedule shall be included in operation and maintenance data. 15 2.3 ACCESSORIES [NOT USED] 16 2.4 SOURCE QUALITY CONTROL [NOT USED] 17 PART 3 - EXECUTION 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION 21 A. Clean piping and equipment surfaces of substances that could impair bond of 22 identification devices, including dirt, oil, grease, release agents, and incompatible 23 primers, paints, and encapsulants. 24 3.4 ERECTION / INSTALLATION / APPLICATION/ [USER-DEFINED PROCESS] 25 A. Coordinate installation of identifying devices with completion of covering and painting 26 of surfaces where devices are to be applied. 27 B. Coordinate installation of identifying devices with locations of access panels and doors. 28 C. Install identifying devices before installing acoustical ceilings and similar concealment. 29 D. Install or permanently fasten labels on each major item of mechanical equipment. 30 E. Locate equipment labels where accessible and visible. 31 F. Piping Color Coding: Painting of piping is specified in Section 09 91 00. 32 G. Stenciled Pipe Label Option: Stenciled labels may be provided instead of manufactured 33 pipe labels, at Installer's option. Install stenciled pipe labels, complying with 34 ASME A13.1, with painted, color-coded bands or rectangles on each piping system. 35 1. Identification Paint: Use for contrasting background. 36 23 05 53 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT Page 7 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 2. Stencil Paint: Use for pipe marking. 1 H. Pipe Label Locations: Locate pipe labels where piping is exposed or above accessible 2 ceilings in finished spaces; machine rooms; accessible maintenance spaces such as shafts, 3 tunnels, and plenums; and exterior exposed locations as follows: 4 1. Near each valve and control device. 5 2. Near each branch connection, excluding short takeoffs for fixtures and terminal 6 units. Where flow pattern is not obvious, mark each pipe at branch. 7 3. Near penetrations and on both sides of through walls, floors, ceilings, and 8 inaccessible enclosures. 9 4. At access doors, manholes, and similar access points that permit view of concealed 10 piping. 11 5. Near major equipment items and other points of origination and termination. 12 6. Spaced at maximum intervals of 50 feet along each run. Reduce intervals to 25 feet 13 in areas of congested piping and equipment. 14 7. On piping above removable acoustical ceilings. Omit intermediately spaced labels. 15 I. Directional Flow Arrows: Arrows shall be used to indicate direction of flow in pipes, 16 including pipes where flow is allowed in both directions. 17 J. Pipe Label Color Schedule: 18 1. Air Handling Units: Nameplates, stencils, or engraved plastic laminate signs. 19 2. Air Terminal Units: Tags, stencils, or engraved plastic laminate signs. 20 3. Automatic Controls: Tags, use the same naming convention coordinated with the 21 building automation system. 22 4. Control Panels: Nameplates. 23 5. Dampers: Ceiling tacks where located above lay-in ceiling. Do not use ceiling 24 tacks in a gyp ceiling. 25 6. Ductwork: Adhesive-backed duct markers. Stencils are only acceptable for 26 concealed ductwork, exterior ductwork, or in mechanical rooms. 27 7. Fans: Nameplates, stencils, or engraved plastic laminate signs. 28 8. Heat Transfer Equipment: Nameplates, stencils, or engraved plastic laminate 29 signs. 30 9. Humidifiers: Nameplates or engraved plastic laminate signs. 31 10. Instrumentation: Tags. 32 11. Major Control Components including Variable Frequency Drives: Nameplates or 33 engraved plastic laminate signs. 34 12. Piping: Pipe Labels. 35 13. Pumps: Nameplates or engraved plastic laminate signs. 36 14. Relays: Tags. 37 15. Small-sized Equipment: Tags. 38 16. Tanks: Nameplates or engraved plastic laminate signs. 39 17. Thermostats: Nameplates. 40 18. Valves: Tags. Ceiling tacks are acceptable where located above a lay-in ceiling. 41 Do not use ceiling tacks in a gyp ceiling. 42 19. Water Treatment Devices: Nameplates or engraved plastic laminate signs. 43 20. General Signs: Engraved plastic laminate signs. 44 K. Install self-adhesive duct labels with permanent adhesive on air ducts in the following 45 color codes: 46 23 05 53 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT Page 8 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1. Blue: For cold-air supply ducts. 1 2. Yellow: For hot-air supply ducts. 2 3. Green: For exhaust-, outside-, relief-, return-, and mixed-air ducts. 3 L. Stenciled Duct Label Option: Stenciled labels showing service and flow direction may 4 be provided instead of plastic-laminated duct labels, at Installer's option. 5 M. Locate labels near points where ducts enter into and exit from concealed spaces and at 6 maximum intervals of 50 feet in each space where ducts are exposed or concealed by 7 removable ceiling system. 8 N. Install tags on valves and control devices in piping systems, except check valves, valves 9 within factory-fabricated equipment units, shutoff valves, faucets, convenience and lawn-10 watering hose connections, and HVAC terminal devices and similar roughing-in 11 connections of end-use fixtures and units. List tagged valves in a valve schedule. 12 O. Valve-Tag Application Schedule: Tag valves according to size, shape, and color scheme 13 and with captions similar to those indicated in the following subparagraphs: 14 1. Valve-Tag Size and Shape: 15 a. Chilled Water, Condenser Water, Refrigerant, Hot Water, Gas: 1-1/2 inches 16 round 17 2. Valve-Tag Colors: 18 a. Toxic and Corrosive Fluids: Black letters on a safety-orange background. 19 b. Flammable Fluids: Black letters on a safety-yellow background. 20 c. Combustible Fluids: White letters on a safety-brown background. 21 d. Potable and Other Water: White letters on a safety-green background. 22 e. Compressed Air: White letters on a safety-blue background. 23 f. Defined by User: White letters on a safety-purple background, black letters 24 on a safety-white background, white letters on a safety-gray background, 25 and white letters on a safety-black background 26 P. Write required message on, and attach warning tags to, equipment and other items where 27 required. 28 23 05 53 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT Page 9 of 9 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 3.5 [REPAIR] / [RESTORATION] [NOT USED] 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 1 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 23 05 93 1 TESTING, ADJUSTING, AND BALANCING FOR HVAC 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Balancing Air Systems: 6 a. Constant-volume air systems. 7 b. Variable-air-volume systems. 8 2. Balancing steam systems. 9 3. Testing, Adjusting, and Balancing Equipment: 10 a. Condensing units. 11 b. Sound tests. 12 c. Vibration tests. 13 d. Duct leakage tests. 14 e. Control system verification. 15 B. Related Specification Sections include but are not limited to: 16 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 17 Contract. 18 2. Division 1 - General Requirements. 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is included in the total lump sum price. 22 1.3 REFERENCES 23 A. Abbreviations and Acronyms 24 a. AABC: Associated Air Balance Council. 25 b. BAS: Building automation systems. 26 c. NEBB: National Environmental Balancing Bureau. 27 d. TAB: Testing, adjusting, and balancing. 28 e. TABB: Testing, Adjusting, and Balancing Bureau. 29 f. TAB Specialist: An independent entity meeting qualifications to perform TAB 30 work. 31 g. TDH: Total dynamic head. 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section 01 33 00. 35 B. All submittals shall be approved by the City prior to delivery. 36 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 2 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 1 1. Sustainable Design Submittals: 2 a. TAB Report: Documentation indicating that Work complies with 3 ASHRAE/IES 90.1, Section 6.7.2.3 - "System Balancing." 4 b. Qualification Data: Within 30 days of Contractor's Notice to Proceed, submit 5 documentation that the TAB specialist and this Project's TAB team members meet 6 the qualifications specified in "Quality Assurance" Article. 7 c. Contract Documents Examination Report: Within 30 days of Contractor's Notice 8 to Proceed, submit the Contract Documents review report as specified in Part 3. 9 d. Strategies and Procedures Plan: Within 30 days of Contractor's Notice to Proceed, 10 submit TAB strategies and step-by-step procedures as specified in "Preparation" 11 Article. 12 e. System Readiness Checklists: Within 30 days of Contractor's Notice to Proceed, 13 submit system readiness checklists as specified in "Preparation" Article. 14 f. Examination Report: Submit a summary report of the examination review required 15 in "Examination" Article. 16 g. Certified TAB reports.8. Retain first paragraph below for verification purposes 17 unless standard report forms from AABC, NEBB, or TABB are acceptable. 18 h. Sample report forms. 19 i. Instrument calibration reports, to include the following: 20 a. Instrument type and make. 21 b. Serial number. 22 c. Application. 23 d. Dates of use. 24 e. Dates of calibration. 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE 28 1. TAB Specialists Qualifications: Certified by AABC. 29 a. TAB Field Supervisor: Employee of the TAB specialist and certified by AABC. 30 b. TAB Technician: Employee of the TAB specialist and certified by AABC as a 31 TAB technician. 32 2. TAB Specialists Qualifications: Certified by NEBB or TABB. 33 a. TAB Field Supervisor: Employee of the TAB specialist and certified by NEBB or 34 TABB. 35 b. TAB Technician: Employee of the TAB specialist and certified by NEBB or 36 TABB as a TAB technician. 37 3. Instrumentation Type, Quantity, Accuracy, and Calibration: Comply with requirements 38 in ASHRAE 111, Section 4, "Instrumentation." 39 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 3 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 4. ASHRAE/IES 90.1 Compliance: Applicable requirements in ASHRAE/IES 90.1, 1 Section 6.7.2.3 - "System Balancing." 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS 4 1. Full City Occupancy: City will occupy the site and existing building during entire TAB 5 period. Cooperate with City during TAB operations to minimize conflicts with City's 6 operations. 7 2. Partial City Occupancy: City may occupy completed areas of building before Substantial 8 Completion. Cooperate with City during TAB operations to minimize conflicts with 9 City's operations. 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 2.1 CITY-FURNISHED [OR] CITY-SUPPLIED PRODUCTS [NOT USED] 13 2.2 [SYSTEMS] / [ASSEMBLIES] /[MANUFACTURED UNITS] / [EQUIPMENT] 14 /[COMPONENTS] / [PRODUCT TYPES] /[MATERIALS] / [USER-DEFINED 15 HEADING] [NOT USED] 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3 - EXECUTION 19 3.1 INSTALLERS 20 1. TAB Conference: If requested by the City, conduct a TAB conference at Project site after 21 approval of the TAB strategies and procedures plan to develop a mutual understanding 22 of the details. Provide a minimum of 14 days' advance notice of scheduled meeting time 23 and location. 24 a. Minimum Agenda Items: 25 a. The Contract Documents examination report. 26 b. The TAB plan. 27 c. Needs for coordination and cooperation of trades and subcontractors. 28 d. Proposed procedures for documentation and communication flow. 29 3.2 EXAMINATION 30 1. Examine the Contract Documents to become familiar with Project requirements and to 31 discover conditions in systems designs that may preclude proper TAB of systems and 32 equipment. 33 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 4 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 2. Examine installed systems for balancing devices, such as test ports, gage cocks, 1 thermometer wells, flow-control devices, balancing valves and fittings, and manual 2 volume dampers. Verify that locations of these balancing devices are applicable for 3 intended purpose and are accessible. 4 3. Examine the approved submittals for HVAC systems and equipment. 5 4. Examine design data including HVAC system descriptions, statements of design 6 assumptions for environmental conditions and systems output, and statements of 7 philosophies and assumptions about HVAC system and equipment controls. 8 5. Examine ceiling plenums and underfloor air plenums used for supply, return, or relief air 9 to verify that they are properly separated from adjacent areas. Verify that penetrations in 10 plenum walls are sealed and fire-stopped if required. 11 6. Examine equipment performance data including fan curves. 12 a. Relate performance data to Project conditions and requirements, including system 13 effects that can create undesired or unpredicted conditions that cause reduced 14 capacities in all or part of a system. 15 b. Calculate system-effect factors to reduce performance ratings of HVAC equipment 16 when installed under conditions different from the conditions used to rate 17 equipment performance. To calculate system effects for air systems, use tables and 18 charts found in AMCA 201, "Fans and Systems," or in SMACNA's "HVAC 19 Systems - Duct Design." Compare results with the design data and installed 20 conditions. 21 7. Examine system and equipment installations and verify that field quality-control testing, 22 cleaning, and adjusting specified in individual Sections have been performed. 23 8. Examine test reports specified in individual system and equipment Sections. 24 9. Examine HVAC equipment and verify that bearings are greased, belts are aligned and 25 tight, filters are clean, and equipment with functioning controls is ready for operation. 26 10. Examine terminal units, such as variable-air-volume boxes, and verify that they are 27 accessible and their controls are connected and functioning. 28 11. Examine operating safety interlocks and controls on HVAC equipment. 29 12. Report deficiencies discovered before and during performance of TAB procedures. 30 Observe and record system reactions to changes in conditions. Record default set points 31 if different from indicated values. 32 3.3 PREPARATION 33 1. Prepare a TAB plan that includes the following: 34 a. Equipment and systems to be tested. 35 b. Strategies and step-by-step procedures for balancing the systems. 36 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 5 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 c. Instrumentation to be used. 1 d. Sample forms with specific identification for all equipment. 2 2. Perform system-readiness checks of HVAC systems and equipment to verify system 3 readiness for TAB work. Include, at a minimum, the following: 4 a. Airside: 5 a. Verify that leakage and pressure tests on air distribution systems have been 6 satisfactorily completed. 7 b. Duct systems are complete with terminals installed. 8 c. Volume, smoke, and fire dampers are open and functional. 9 d. Clean filters are installed. 10 e. Fans are operating, free of vibration, and rotating in correct direction. 11 f. Variable-frequency controllers' startup is complete and safeties are verified. 12 g. Automatic temperature-control systems are operational. 13 h. Ceilings are installed. 14 i. Windows and doors are installed. 15 j. Suitable access to balancing devices and equipment is provided. 16 3.4 ERECTION / INSTALLATION / APPLICATION/ [USER-DEFINED PROCESS] 17 1. Perform testing and balancing procedures on each system according to the procedures 18 contained in AABC's "National Standards for Total System Balance", ASHRAE 111, 19 NEBB's "Procedural Standards for Testing, Adjusting, and Balancing of Environmental 20 Systems" or SMACNA's "HVAC Systems - Testing, Adjusting, and Balancing" and in 21 this Section. 22 2. Cut insulation, ducts, pipes, and equipment cabinets for installation of test probes to the 23 minimum extent necessary for TAB procedures. 24 a. After testing and balancing, patch probe holes in ducts with same material and 25 thickness as used to construct ducts. 26 b. After testing and balancing, install test ports and duct access doors that comply 27 with requirements in Section 23 33 00 "Air Duct Accessories." 28 c. Install and join new insulation that matches removed materials. Restore insulation, 29 coverings, vapor barrier, and finish according to Section 23 07 13 "Duct 30 Insulation," Section 23 07 16 "HVAC Equipment Insulation," and Section 230719 31 "HVAC Piping Insulation." 32 3. Mark equipment and balancing devices, including damper-control positions, valve 33 position indicators, fan-speed-control levers, and similar controls and devices, with paint 34 or other suitable, permanent identification material to show final settings. 35 4. Take and report testing and balancing measurements in inch-pound (IP) units. 36 5. Prepare test reports for both fans and outlets. Obtain manufacturer's outlet factors and 37 recommended testing procedures. Cross-check the summation of required outlet volumes 38 with required fan volumes. 39 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 6 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 6. Prepare schematic diagrams of systems' "as-built" duct layouts. 1 7. For variable-air-volume systems, develop a plan to simulate diversity. 2 8. Determine the best locations in main and branch ducts for accurate duct -airflow 3 measurements. 4 9. Check airflow patterns from the outdoor-air louvers and dampers and the return- and 5 exhaust-air dampers through the supply-fan discharge and mixing dampers. 6 10. Locate start-stop and disconnect switches, electrical interlocks, and motor starters. 7 11. Verify that motor starters are equipped with properly sized thermal protection. 8 12. Check dampers for proper position to achieve desired airflow path. 9 13. Check for airflow blockages. 10 14. Check condensate drains for proper connections and functioning. 11 15. Check for proper sealing of air-handling-unit components. 12 16. Verify that air duct system is sealed. 13 17. Adjust fans to deliver total indicated airflows within the maximum allowable fan speed 14 listed by fan manufacturer. 15 a. Measure total airflow. 16 a. Set outside-air, return-air, and relief-air dampers for proper position that 17 simulates minimum outdoor-air conditions. 18 b. Where duct conditions allow, measure airflow by main Pitot-tube traverse. 19 If necessary, perform multiple Pitot-tube traverses, close to the fan and prior 20 to any outlets, to obtain total airflow. 21 c. Where duct conditions are not suitable for Pitot-tube traverse measurements, 22 a coil traverse may be acceptable. 23 b. Measure fan static pressures as follows: 24 a. Measure static pressure directly at the fan outlet or through the flexible 25 connection. 26 b. Measure static pressure directly at the fan inlet or through the flexible 27 connection. 28 c. Measure static pressure across each component that makes up the air-29 handling system. 30 d. Report artificial loading of filters at the time static pressures are measured. 31 c. Review Record Documents to determine variations in design static pressures 32 versus actual static pressures. Calculate actual system-effect factors. Recommend 33 adjustments to accommodate actual conditions. 34 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 7 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 d. Obtain approval from City or commissioning authority for adjustment of fan speed 1 higher or lower than indicated speed. Comply with requirements in HVAC 2 Sections for air-handling units for adjustment of fans, belts, and pulley sizes to 3 achieve indicated air-handling-unit performance. 4 e. Do not make fan-speed adjustments that result in motor overload. Consult 5 equipment manufacturers about fan-speed safety factors. Modulate dampers and 6 measure fan-motor amperage to ensure that no overload occurs. Measure amperage 7 in full-cooling, full-heating, economizer, and any other operating mode to 8 determine the maximum required brake horsepower. 9 18. Adjust volume dampers for main duct, submain ducts, and major branch ducts to 10 indicated airflows. 11 a. Measure airflow of submain and branch ducts. 12 b. Adjust submain and branch duct volume dampers for specified airflow. 13 c. Re-measure each submain and branch duct after all have been adjusted. 14 19. Adjust air inlets and outlets for each space to indicated airflows. 15 a. Set airflow patterns of adjustable outlets for proper distribution without drafts. 16 b. Measure inlets and outlets airflow. 17 c. Adjust each inlet and outlet for specified airflow. 18 d. Re-measure each inlet and outlet after they have been adjusted. 19 20. Verify final system conditions. 20 a. Re-measure and confirm that minimum outdoor, return, and relief airflows are 21 within design. Readjust to design if necessary. 22 b. Re-measure and confirm that total airflow is within design. 23 c. Re-measure all final fan operating data, rpms, volts, amps, and static profile. 24 d. Mark all final settings. 25 e. Test system in economizer mode. Verify proper operation and adjust if necessary. 26 f. Measure and record all operating data. 27 g. Record final fan-performance data. 28 21. Adjust the variable-air-volume systems as follows: 29 a. Verify that the system static pressure sensor is located two-thirds of the distance 30 down the duct from the fan discharge. 31 b. Verify that the system is under static pressure control. 32 c. Select the terminal unit that is most critical to the supply-fan airflow. Measure inlet 33 static pressure, and adjust system static pressure control set point so the entering 34 static pressure for the critical terminal unit is not less than the sum of the terminal-35 unit manufacturer's recommended minimum inlet static pressure plus the static 36 pressure needed to overcome terminal-unit discharge system losses. 37 d. Calibrate and balance each terminal unit for maximum and minimum design 38 airflow as follows: 39 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 8 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 a. Adjust controls so that terminal is calling for maximum airflow. Some 1 controllers require starting with minimum airflow. Verify calibration 2 procedure for specific project. 3 b. Measure airflow and adjust calibration factor as required for design 4 maximum airflow. Record calibration factor. 5 c. When maximum airflow is correct, balance the air outlets downstream from 6 terminal units. 7 d. Adjust controls so that terminal is calling for minimum airflow. 8 e. Measure airflow and adjust calibration factor as required for design 9 minimum airflow. Record calibration factor. If no minimum calibration is 10 available, note any deviation from design airflow. 11 f. When in full cooling or full heating, ensure that there is no mixing of hot-12 deck and cold-deck airstreams unless so designed. 13 g. On constant volume terminals, in critical areas where room pressure is to be 14 maintained, verify that the airflow remains constant over the full range of 15 full cooling to full heating. Note any deviation from design airflow or room 16 pressure. 17 e. After terminals have been calibrated and balanced, test and adjust system for total 18 airflow. Adjust fans to deliver total design airflows within the maximum allowable 19 fan speed listed by fan manufacturer. 20 a. Set outside-air, return-air, and relief-air dampers for proper position that 21 simulates minimum outdoor-air conditions. 22 b. Set terminals for maximum airflow. If system design includes diversity, 23 adjust terminals for maximum and minimum airflow so that connected total 24 matches fan selection and simulates actual load in the building. 25 c. Where duct conditions allow, measure airflow by Pitot-tube traverse. If 26 necessary, perform multiple Pitot-tube traverses to obtain total airflow. 27 d. Where duct conditions are not suitable for Pitot-tube traverse measurements, 28 a coil traverse may be acceptable. 29 e. If a reliable Pitot-tube traverse or coil traverse is not possible, measure 30 airflow at terminals and calculate the total airflow. 31 f. Measure fan static pressures as follows: 32 a. Measure static pressure directly at the fan outlet or through the flexible 33 connection. 34 b. Measure static pressure directly at the fan inlet or through the flexible 35 connection. 36 c. Measure static pressure across each component that makes up the air-37 handling system. 38 d. Report any artificial loading of filters at the time static pressures are 39 measured. 40 g. Set final return and outside airflow to the fan while operating at maximum return 41 airflow and minimum outdoor airflow. 42 a. Balance the return-air ducts and inlets the same as described for constant-43 volume air systems. 44 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 9 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 b. Verify that terminal units are meeting design airflow under system 1 maximum flow. 2 h. Re-measure the inlet static pressure at the most critical terminal unit and adjust the 3 system static pressure set point to the most energy-efficient set point to maintain 4 the optimum system static pressure. Record set point and give to controls 5 contractor. 6 i. Verify final system conditions as follows: 7 a. Re-measure and confirm that minimum outdoor, return, and relief airflows 8 are within design. Readjust to match design if necessary. 9 b. Re-measure and confirm that total airflow is within design. 10 c. Re-measure final fan operating data, rpms, volts, amps, and static profile. 11 d. Mark final settings. 12 e. Test system in economizer mode. Verify proper operation and adjust if 13 necessary. Measure and record all operating data. 14 f. Verify tracking between supply and return fans. 15 A. PROCEDURES FOR CONDENSING UNITS 16 1. Verify proper rotation of fans. 17 2. Measure entering- and leaving-air temperatures. 18 3. Record fan and motor operating data. 19 B. SOUND TESTS 20 1. After the systems are balanced and construction is Substantially Complete, measure and 21 record sound levels at 5 locations as designated by the Architect. 22 2. Instrumentation: 23 a. The sound-testing meter shall be a portable, general-purpose testing meter 24 consisting of a microphone, processing unit, and readout. 25 b. The sound-testing meter shall be capable of showing fluctuations at minimum and 26 maximum levels, and measuring the equivalent continuous sound pressure level 27 (LEQ). 28 c. The sound-testing meter must be capable of using 1/3 octave band filters to 29 measure mid-frequencies from 31.5 Hz to 8000 Hz. 30 d. The accuracy of the sound-testing meter shall be plus or minus one decibel. 31 3. Test Procedures: 32 a. Perform test at quietest background noise period. Note cause of unpreventable 33 sound that affects test outcome. 34 b. Equipment should be operating at design values. 35 c. Calibrate the sound-testing meter prior to taking measurements. 36 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 10 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 d. Use a microphone suitable for the type of noise levels measured that is compatible 1 with meter. Provide a windshield for outside or in-duct measurements. 2 e. Record a set of background measurements in dBA and sound pressure levels in the 3 eight un-weighted octave bands 63 Hz to 8000 Hz (NC) with the equipment off. 4 f. Take sound readings in dBA and sound pressure levels in the eight un-weighted 5 octave bands 63 Hz to 8000 Hz (NC) with the equipment operating. 6 g. Take readings no closer than 36 inches from a wall or from the operating 7 equipment and approximately 60 inches from the floor, with the meter held or 8 mounted on a tripod. 9 h. For outdoor measurements, move sound-testing meter slowly and scan area that 10 has the most exposure to noise source being tested. Use A-weighted scale for this 11 type of reading. 12 4. Reporting: 13 a. Report shall record the following: 14 1) Location. 15 2) System tested. 16 3) dBA reading. 17 4) Sound pressure level in each octave band with equipment on and off. 18 b. Plot sound pressure levels on NC worksheet with equipment on and off. 19 C. VIBRATION TESTS 20 1. After systems are balanced and construction is Substantially Complete, measure and 21 record vibration levels on equipment having motor horsepower equal to or greater than 22 10. 23 2. Instrumentation: 24 a. Use portable, battery-operated, and microprocessor-controlled vibration meter 25 with or without a built-in printer. 26 b. The meter shall automatically identify engineering units, filter bandwidth, 27 amplitude, and frequency scale values. 28 c. The meter shall be able to measure machine vibration displacement in mils of 29 deflection, velocity in inches per second, and acceleration in inches per second 30 squared. 31 d. Verify calibration date is current for vibration meter before taking readings. 32 3. Test Procedures: 33 a. To ensure accurate readings, verify that accelerometer has a clean, flat surface and 34 is mounted properly. 35 b. With the unit running, set up vibration meter in a safe, secure location. Connect 36 transducer to meter with proper cables. Hold magnetic tip of transducer on top of 37 the bearing, and measure unit in mils of deflection. Record measurement, then 38 move transducer to the side of the bearing and record in mils of deflection. Record 39 an axial reading in mils of deflection by holding nonmagnetic, pointed transducer 40 tip on end of shaft. 41 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 11 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 c. Change vibration meter to velocity (inches per second) measurements. Repeat and 1 record above measurements. 2 d. Record CPM or rpm. 3 e. Read each bearing on motor, and fan as required. Track and record vibration levels 4 from rotating component through casing to base. 5 4. Reporting: 6 a. Report shall record location and the system tested. 7 b. Include horizontal-vertical-axial measurements for tests. 8 c. Verify that vibration limits follow Specifications, or, if not specified, follow the 9 General Machinery Vibration Severity Chart or Vibration Acceleration General 10 Severity Chart from the AABC National Standards. Acceptable levels of vibration 11 are normally "smooth" to "good." 12 d. Include in report General Machinery Vibration Severity Chart, with conditions 13 plotted. 14 D. DUCT LEAKAGE TESTS 15 1. Witness the duct pressure testing performed by Installer. 16 2. Verify that proper test methods are used and that leakage rates are within specified 17 tolerances. 18 3. Report deficiencies observed. 19 E. CONTROLS VERIFICATION 20 1. In conjunction with system balancing, perform the following: 21 a. Verify temperature control system is operating within the design limitations. 22 b. Confirm that the sequences of operation are in compliance with Contract 23 Documents. 24 c. Verify that controllers are calibrated and function as intended. 25 d. Verify that controller set points are as indicated. 26 e. Verify the operation of lockout or interlock systems. 27 f. Verify the operation of valve and damper actuators. 28 g. Verify that controlled devices are properly installed and connected to correct 29 controller. 30 h. Verify that controlled devices travel freely and are in position indicated by 31 controller: open, closed, or modulating. 32 i. Verify location and installation of sensors to ensure that they sense only intended 33 temperature, humidity, or pressure. 34 2. Reporting: Include a summary of verifications performed, remaining deficiencies, and 35 variations from indicated conditions. 36 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 12 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 F. TOLERANCES 1 1. Set HVAC system's airflow rates within the following tolerances: 2 a. Supply, Return, and Exhaust Fans and Equipment with Fans: Plus or minus 10 3 percent 4 b. Air Outlets and Inlets: Plus or minus 10 percent 5 2. Maintaining pressure relationships as designed shall have priority over the tolerances 6 specified above. 7 G. PROGRESS REPORTING 8 1. Initial Construction-Phase Report: Based on examination of the Contract Documents as 9 specified in "Examination" Article, prepare a report on the adequacy of design for 10 systems balancing devices. Recommend changes and additions to systems balancing 11 devices to facilitate proper performance measuring and balancing. Recommend changes 12 and additions to HVAC systems and general construction to allow access for performance 13 measuring and balancing devices. 14 2. Status Reports: Prepare biweekly progress reports to describe completed procedures, 15 procedures in progress, and scheduled procedures. Include a list of deficiencies and 16 problems found in systems being tested and balanced. Prepare a separate report for each 17 system and each building floor for systems serving multiple floors. 18 H. FINAL REPORT 19 1. General: Prepare a certified written report; tabulate and divide the report into separate 20 sections for tested systems and balanced systems. 21 a. Include a certification sheet at the front of the report's binder, signed and sealed by 22 the certified testing and balancing engineer. 23 b. Include a list of instruments used for procedures, along with proof of calibration. 24 c. Certify validity and accuracy of field data. 25 2. Final Report Contents: In addition to certified field-report data, include the following: 26 27 a. Fan curves. 28 b. Manufacturers' test data. 29 c. Field test reports prepared by system and equipment installers. 30 d. Other information relative to equipment performance; do not include Shop 31 Drawings and Product Data. 32 3. General Report Data: In addition to form titles and entries, include the following data: 33 a. Title page. 34 b. Name and address of the TAB specialist. 35 c. Project name. 36 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 13 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 d. Project location. 1 e. Architect's name and address. 2 f. Engineer's name and address. 3 g. Contractor's name and address. 4 h. Report date. 5 i. Signature of TAB supervisor who certifies the report. 6 j. Table of Contents with the total number of pages defined for each section of the 7 report. Number each page in the report. 8 k. Summary of contents including the following: 9 i. Indicated versus final performance. 10 ii. Notable characteristics of systems. 11 iii. Description of system operation sequence if it varies from the Contract 12 Documents. 13 a. Nomenclature sheets for each item of equipment. 14 b. Data for terminal units, including manufacturer's name, type, size, and fittings. 15 c. Notes to explain why certain final data in the body of reports vary from indicated 16 values. 17 d. Test conditions for fans performance forms including the following: 18 a. Settings for outdoor-, return-, and exhaust-air dampers. 19 b. Conditions of filters. 20 c. Cooling coil, wet- and dry-bulb conditions. 21 d. Face and bypass damper settings at coils. 22 e. Fan drive settings including settings and percentage of maximum pitch 23 diameter. 24 f. Inlet vane settings for variable-air-volume systems. 25 g. Settings for supply-air, static-pressure controller. 26 h. Other system operating conditions that affect performance. 27 28 e. Air-Handling-Unit Test Reports: For air-handling units with coils, include the 29 following: 30 f. Unit Data: 31 a. Unit identification. 32 b. Location. 33 c. Make and type. 34 d. Model number and unit size. 35 e. Manufacturer's serial number. 36 f. Unit arrangement and class. 37 g. Discharge arrangement. 38 h. Sheave make, size in inches, and bore. 39 i. Center-to-center dimensions of sheave and amount of adjustments in inches. 40 j. Number, make, and size of belts. 41 k. Number, type, and size of filters. 42 g. Motor Data: 43 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 14 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 a. Motor make, and frame type and size. 1 b. Horsepower and rpm. 2 c. Volts, phase, and hertz. 3 d. Full-load amperage and service factor. 4 e. Sheave make, size in inches and bore. 5 f. Center-to-center dimensions of sheave and amount of adjustments in inches 6 h. Test Data (Indicated and Actual Values): 7 a. Total airflow rate in cfm 8 b. Total system static pressure in inches wg 9 c. Fan rpm. 10 d. Discharge static pressure in inches wg 11 e. Filter static-pressure differential in inches wg 12 f. Cooling-coil static-pressure differential in inches wg. 13 g. Outdoor airflow in cfm 14 h. Return airflow in cfm 15 i. Outdoor-air damper position. 16 j. Return-air damper position. 17 k. Vortex damper position. 18 i. Apparatus-Coil Test Reports: 19 a. Coil Data: 20 i. System identification. 21 ii. Location. 22 iii. Coil type. 23 iv. Number of rows. 24 v. Fin spacing in fins per inch o.c. 25 vi. Make and model number. 26 vii. Face area in sq. ft. 27 viii. Tube size in NPS 28 ix. Tube and fin materials. 29 x. Circuiting arrangement. 30 j. Test Data (Indicated and Actual Values): 31 a. Airflow rate in cfm 32 b. Average face velocity in fpm 33 c. Air pressure drop in inches wg 34 d. Outdoor-air, wet- and dry-bulb temperatures in deg F 35 e. Return-air, wet- and dry-bulb temperatures in deg F 36 f. Entering-air, wet- and dry-bulb temperatures in deg F 37 g. Leaving-air, wet- and dry-bulb temperatures in deg F 38 h. Refrigerant expansion valve and refrigerant types. 39 i. Refrigerant suction pressure in psig 40 j. Refrigerant suction temperature in deg F 41 k. Inlet steam pressure in psig 42 43 k. Electric-Coil Test Reports: For electric furnaces, duct coils, and electric coils 44 installed in central-station air-handling units, include the following: 45 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 15 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 l. Unit Data: 1 a. System identification. 2 b. Location. 3 c. Coil identification. 4 d. Capacity in Btu/h 5 e. Number of stages. 6 f. Connected volts, phase, and hertz. 7 g. Rated amperage. 8 h. Airflow rate in cfm 9 i. Face area in sq. ft. 10 j. Minimum face velocity in fpm 11 m. Test Data (Indicated and Actual Values): 12 a. Heat output in Btu/h 13 b. Airflow rate in cfm 14 c. Air velocity in fpm 15 d. Entering-air temperature in deg F 16 e. Leaving-air temperature in deg F 17 f. Voltage at each connection. 18 g. Amperage for each phase. 19 20 n. Fan Test Reports: For supply, return, and exhaust fans, include the following: 21 a. Fan Data: 22 i. System identification. 23 ii. Location. 24 iii. Make and type. 25 iv. Model number and size. 26 v. Manufacturer's serial number. 27 vi. Arrangement and class. 28 vii. Sheave make, size in inches and bore. 29 viii. Center-to-center dimensions of sheave and amount of adjustments in inches. 30 o. Motor Data: 31 a. Motor make, and frame type and size. 32 b. Horsepower and rpm. 33 c. Volts, phase, and hertz. 34 d. Full-load amperage and service factor. 35 e. Sheave make, size in inches, and bore. 36 f. Center-to-center dimensions of sheave, and amount of adjustments in inches 37 g. Number, make, and size of belts. 38 p. Test Data (Indicated and Actual Values): 39 a. Total airflow rate in cfm 40 b. Total system static pressure in inches wg 41 c. Fan rpm. 42 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 16 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 d. Discharge static pressure in inches wg 1 e. Suction static pressure in inches wg 2 3 q. Round and Rectangular Duct Traverse Reports: Include a diagram with a grid 4 representing the duct cross-section and record the following: 5 a. Report Data: 6 i. System and air-handling-unit number. 7 ii. Location and zone. 8 iii. Traverse air temperature in deg F 9 iv. Duct static pressure in inches wg 10 v. Duct size in inches 11 vi. Duct area in sq. ft. 12 vii. Indicated airflow rate in cfm 13 viii. Indicated velocity in fpm 14 ix. Actual airflow rate in cfm 15 x. Actual average velocity in fpm 16 xi. Barometric pressure in psig 17 r. Air-Terminal-Device Reports: 18 a. Unit Data: 19 i. System and air-handling unit identification. 20 ii. Location and zone. 21 iii. Apparatus used for test. 22 iv. Area served. 23 v. Make. 24 vi. Number from system diagram. 25 vii. Type and model number. 26 viii. Size. 27 ix. Effective area in sq. ft. 28 s. Test Data (Indicated and Actual Values): 29 a. Airflow rate in cfm 30 b. Air velocity in fpm 31 c. Preliminary airflow rate as needed in cfm 32 d. Preliminary velocity as needed in fpm 33 e. Final airflow rate in cfm 34 f. Final velocity in fpm 35 g. Space temperature in deg F 36 t. Instrument Calibration Reports: 37 a. Report Data: 38 i. Instrument type and make. 39 ii. Serial number. 40 iii. Application. 41 iv. Dates of use. 42 v. Dates of calibration. 43 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 17 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 I. VERIFICATION OF TAB REPORT 1 1. The TAB specialist's test and balance engineer shall conduct the inspection in the 2 presence of Engineer and City. 3 2. Engineer or City shall randomly select measurements, documented in the final report, to 4 be rechecked. Rechecking shall be limited to either 10 percent of the total measurements 5 recorded or the extent of measurements that can be accomplished in a normal 8-hour 6 business day. 7 3. If rechecks yield measurements that differ from the measurements documented in the 8 final report by more than the tolerances allowed, the measurements shall be noted as 9 "FAILED." 10 4. If the number of "FAILED" measurements is greater than 10 percent of the total 11 measurements checked during the final inspection, the testing and balancing shall be 12 considered incomplete and shall be rejected. 13 5. If TAB work fails, proceed as follows: 14 a. TAB specialists shall recheck all measurements and make adjustments. Revise the 15 final report and balancing device settings to include all changes; resubmit the final 16 report and request a second final inspection. 17 b. If the second final inspection also fails, City may contract the services of another 18 TAB specialist to complete TAB work according to the Contract Documents and 19 deduct the cost of the services from the original TAB specialist's final payment. 20 c. If the second verification also fails City may contact AABC Headquarters 21 regarding the AABC National Performance Guaranty. 22 6. Prepare test and inspection reports. 23 J. ADDITIONAL TESTS 24 1. Within 90 days of completing TAB, perform additional TAB to verify that balanced 25 conditions are being maintained throughout and to correct unusual conditions. 26 2. Seasonal Periods: If initial TAB procedures were not performed during near-peak 27 summer and winter conditions, perform additional TAB during near-peak summer and 28 winter conditions. 29 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 18 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 3.5 [REPAIR] / [RESTORATION] [NOT USED] 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 23 07 19 HVAC PIPING INSULATION Page 1 of 17 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 23 07 19 1 HVAC PIPING INSULATION 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Section includes insulation for HVAC piping systems. 6 B. Related Specification Sections include but are not limited to: 7 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 8 Contract. 9 2. Division 1 - General Requirements. 10 3. Section 23 05 29 – Hangers and Supports for HVAC Piping 11 4. Section 23 07 13 - Duct Insulation. 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is included in the total lump sum price. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A. Coordination 18 1. Coordinate sizes and locations of supports, hangers, and insulation shields 19 specified in Section 23 05 29 "Hangers and Supports for HVAC Piping and 20 Equipment." 21 2. Coordinate clearance requirements with piping Installer for piping insulation 22 application. Before preparing piping Shop Drawings, establish and maintain 23 clearance requirements for installation of insulation and field-applied jackets and 24 finishes and for space required for maintenance. 25 3. Coordinate installation and testing of heat tracing. 26 27 B. Scheduling 28 1. Schedule insulation application after pressure testing systems and, where required, 29 after installing and testing heat tracing. Insulation application may begin on 30 segments that have satisfactory test results. 31 2. Complete installation and concealment of plastic materials as rapidly as possible 32 in each area of construction. 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section 01 33 00. 35 B. All submittals shall be approved by the City prior to delivery. 36 23 07 19 HVAC PIPING INSULATION Page 2 of 17 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 1 A. Product Data: For each type of product. Include thermal conductivity, water -vapor 2 permeance thickness, and jackets (both factory and field applied if any). 3 B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other 4 work. 5 1. Detail application of protective shields, saddles, and inserts at hangers for each 6 type of insulation and hanger. 7 2. Detail attachment and covering of heat tracing inside insulation. 8 3. Detail insulation application at pipe expansion joints for each type of insulation. 9 4. Detail insulation application at elbows, fittings, flanges, valves, and specialties for 10 each type of insulation. 11 5. Detail removable insulation at piping specialties. 12 6. Detail application of field-applied jackets. 13 7. Detail application at linkages of control devices. 14 C. Samples: For each type of insulation and jacket indicated. Identify each Sample, 15 describing product and intended use. 16 1. Preformed Pipe Insulation Materials: 12 inches long by NPS 2. 17 2. Sheet Form Insulation Materials: 12 inches square. 18 3. Jacket Materials for Pipe: 12 inches long by NPS 2. 19 4. Sheet Jacket Materials: 12 inches square. 20 5. Manufacturer's Color Charts: For products where color is specified, show the full 21 range of colors available for each type of finish material. 22 D. Qualification Data: For qualified Installer. 23 E. Material Test Reports: From a qualified testing agency acceptable to authorities having 24 jurisdiction indicating, interpreting, and certifying test results for compliance of 25 insulation materials, sealers, attachments, cements, and jackets, with requirements 26 indicated. Include dates of tests and test methods employed. 27 F. Field quality-control reports. 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE 31 A. Installer Qualifications: Skilled mechanics who have successfully completed an 32 apprenticeship program or another craft training program certified by the Department of 33 Labor, Bureau of Apprenticeship and Training. 34 B. Surface-Burning Characteristics: For insulation and related materials, as determined by 35 testing identical products in accordance with ASTM E84, by a testing agency acceptable 36 to authorities having jurisdiction. Factory label insulation and jacket materials and 37 23 07 19 HVAC PIPING INSULATION Page 3 of 17 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 adhesive, mastic, tapes, and cement material containers, with appropriate markings of 1 applicable testing agency. 2 1. Insulation Installed Indoors: Flame-spread index of 25 or less, and smoke-3 developed index of 50 or less. 4 2. Insulation Installed Outdoors: Flame-spread index of 75 or less, and smoke-5 developed index of 150 or less. 6 C. Mockups: Before installing insulation, build mockups for each type of insulation and 7 finish listed below to demonstrate quality of insulation application and finishes. Build 8 mockups in the location indicated or, if not indicated, as directed by Architect. Use 9 materials indicated for the completed Work. 10 1. Piping Mockups: 11 a. One 10-foot section of NPS 2 straight pipe. 12 b. One each of a 90 degree threaded, welded, and flanged elbow. 13 c. One each of a threaded, welded, and flanged tee fitting. 14 d. One NPS 2 or smaller valve and one NPS 2-1/2 or larger valve. 15 e. Four support hangers, including hanger shield and insert. 16 f. One threaded strainer and one flanged strainer with removable portion of 17 insulation. 18 g. One threaded reducer and one welded reducer. 19 h. One pressure temperature tap. 20 i. One mechanical coupling. 21 j. One union. 22 1.10 DELIVERY, STORAGE, AND HANDLING 23 A. Packaging: Insulation material containers shall be marked by manufacturer with 24 appropriate ASTM standard designation, type and grade, and maximum use temperature. 25 B. Storage and Handling Requirements 26 1. Secure and maintain a location to store the material in accordance with Section 01 27 66 00. 28 1.11 FIELD [SITE] CONDITIONS [NOT USED] 29 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 CITY-FURNISHED [OR] CITY-SUPPLIED PRODUCTS [NOT USED] 32 2.2 PRODUCT TYPES 33 A. INSULATION MATERIALS 34 23 07 19 HVAC PIPING INSULATION Page 4 of 17 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1. Comply with requirements in "Piping Insulation Schedule, General," "Indoor Piping 1 Insulation Schedule," "Outdoor, Aboveground Piping Insulation Schedule," and 2 "Outdoor, Underground Piping Insulation Schedule" articles for where insulating 3 materials shall be applied. 4 2. Products shall not contain asbestos, lead, mercury, or mercury compounds. 5 3. Products that come into contact with stainless steel shall have a leachable chloride 6 content of less than 50 ppm when tested in accordance with ASTM C871. 7 4. Insulation materials for use on austenitic stainless steel shall be qualified as 8 acceptable in accordance with ASTM C795. 9 5. Foam insulation materials shall not use CFC or HCFC blowing agents in the 10 manufacturing process. 11 6. Flexible Elastomeric: Closed-cell, sponge- or expanded-rubber materials. Comply 12 with ASTM C534/C534M, Type I for tubular materials, Type II for sheet materials. 13 7. Mineral-Fiber, Preformed Pipe: Mineral or glass fibers bonded with a thermosetting 14 resin. Comply with ASTM C547. 15 a. Preformed Pipe Insulation: Type I, Grade A. 16 b. 850 deg F. 17 c. Factory fabricate shapes in accordance with ASTM C450 and ASTM C585. 18 d. Factory-applied jacket requirements are specified in "Factory-Applied Jackets" 19 Article. 20 8. Mineral-Fiber, Pipe and Tank: Mineral or glass fibers bonded with a thermosetting 21 resin. Comply with ASTM C1393. 22 a. Semirigid board material with factory-applied FSK jacket. 23 b. Nominal density is 2.5 lb/cu. ft. or more. 24 c. Thermal conductivity (k-value) at 100 deg F is 0.29 Btu x in./h x sq. ft. x deg F 25 or less. 26 d. Factory-applied jacket requirements are specified in "Factory-Applied Jackets" 27 Article. 28 9. Polyisocyanurate: Preformed, rigid cellular polyisocyanurate material intended for 29 use as thermal insulation. Comply with ASTM C591. 30 a. Preformed insulation. 31 b. Type IV, except thermal conductivity (k-value) shall not exceed 0.19 Btu x 32 in./h x sq. ft. x deg F at 75 deg F after 180 days of aging. 33 c. Flame-spread index shall be 25 or less, and smoke-developed index shall be 50 34 or less for thicknesses of up to 1 inch as tested in accordance with ASTM E84. 35 d. Fabricate shapes in accordance with ASTM C450 and ASTM C585. 36 e. Factory-applied jacket requirements are specified in "Factory-Applied Jackets" 37 Article. 38 B. INSULATING CEMENTS 39 1. Mineral-Fiber Insulating Cement: Comply with ASTM C195. 40 2. Expanded or Exfoliated Vermiculite Insulating Cement: Comply with ASTM C196. 41 3. Mineral-Fiber, Hydraulic-Setting Insulating and Finishing Cement: Comply with 42 ASTM C449. 43 C. ADHESIVES 44 23 07 19 HVAC PIPING INSULATION Page 5 of 17 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1. Materials shall be compatible with insulation materials, jackets, and substrates and 1 for bonding insulation to itself and to surfaces to be insulated unless otherwise 2 indicated. 3 2. Flexible Elastomeric and Polyolefin Adhesive: Solvent-based adhesive. 4 a. Flame-spread index shall be 25 or less and smoke-developed index shall be 50 5 or less as tested in accordance with ASTM E84. 6 b. Wet Flash Point: Below 0 deg F. 7 c. Service Temperature Range: 40 to 200 deg F. 8 d. Color: Black. 9 3. Mineral-Fiber Adhesive: Comply with MIL-A-3316C, Class 2, Grade A. 10 4. ASJ Adhesive and FSK and PVDC Jacket Adhesive: Comply with MIL-A-3316C, 11 Class 2, Grade A, for bonding insulation jacket lap seams and joints. 12 D. MASTICS AND COATINGS 13 1. Materials shall be compatible with insulation materials, jackets, and substrates. 14 2. Vapor-Retarder Mastic, Water Based: Suitable for indoor use on below-ambient 15 services. 16 a. Water-Vapor Permeance: Comply with ASTM E96/E96M or ASTM F1249. 17 b. Service Temperature Range: 0 to plus 180 deg F 18 c. Comply with MIL-PRF-19565C, Type II, for permeance requirements, with 19 supplier listing on DOD QPD - Qualified Products Database. 20 d. Color: White. 21 3. Vapor-Retarder Mastic, Solvent Based, Indoor Use: Suitable for indoor use on 22 below-ambient services. 23 a. Water-Vapor Permeance: Comply with ASTM E96/E96M or ASTM F1249. 24 b. Service Temperature Range: 0 to 180 deg F. 25 c. Color: White. 26 4. Vapor-Retarder Mastic, Solvent Based, Outdoor Use: Suitable for outdoor use on 27 below-ambient services. 28 a. Water-Vapor Permeance: Comply with ASTM E96/E96M or ASTM F1249. 29 b. Service Temperature Range: Minus 50 to plus 220 deg F. 30 c. Color: White. 31 5. Breather Mastic: Water based; suitable for indoor and outdoor use on above-32 ambient services. 33 a. Water-Vapor Permeance: ASTM E96/E96M, greater than 1.0 perm at 34 manufacturer's recommended dry film thickness. 35 b. Service Temperature Range: 0 to plus 180 deg F. 36 c. Color: White 37 E. SEALANTS 38 1. Materials shall be as recommended by the insulation manufacturer and shall be 39 compatible with insulation materials, jackets, and substrates. 40 2. Joint Sealants: 41 a. Permanently flexible, elastomeric sealant. 42 b. Service Temperature Range: Minus 150 to plus 250 deg F 43 c. Color: White or gray. 44 3. FSK and Metal Jacket Flashing Sealants: 45 a. Fire- and water-resistant, flexible, elastomeric sealant. 46 23 07 19 HVAC PIPING INSULATION Page 6 of 17 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 b. Service Temperature Range: Minus 40 to plus 250 deg F. 1 c. Color: Aluminum. 2 F. FIELD-APPLIED JACKETS 3 1. Field-applied jackets shall comply with ASTM C1136, Type I, unless otherwise 4 indicated. 5 2. FSK Jacket: Aluminum-foil-face, fiberglass-reinforced scrim with kraft-paper 6 backing. 7 3. Metal Jacket: 8 a. Aluminum Jacket: Comply with ASTM B209, Alloy 3003, 3005, 3105, or 9 5005, Temper H-14. 10 1) Sheet and roll stock ready for shop or field sizing 11 2) Finish and thickness are indicated in field-applied jacket schedules. 12 3) Moisture Barrier for Indoor Applications: 1-mil- thick, heat-bonded 13 polyethylene and kraft paper 14 4) Moisture Barrier for Outdoor Applications: 3-mil- thick, heat-bonded 15 polyethylene and kraft paper. 16 5) Factory-Fabricated Fitting Covers: 17 a) Same material, finish, and thickness as jacket. 18 b) Preformed two-piece or gore, 45- and 90-degree, short- and long-radius 19 elbows. 20 c) Tee covers. 21 d) Flange and union covers. 22 e) End caps. 23 f) Beveled collars. 24 g) Valve covers. 25 h) Field fabricate fitting covers only if factory-fabricated fitting covers are 26 not available. 27 4. Self-Adhesive Outdoor Jacket: 60-mil- thick, laminated vapor barrier and 28 waterproofing membrane for installation over insulation located aboveground 29 outdoors; consisting of a rubberized bituminous resin on a cross-laminated 30 polyethylene film covered with white stucco-embossed aluminum-foil facing. 31 G. TAPES 32 1. ASJ Tape: White vapor-retarder tape matching factory-applied jacket with acrylic 33 adhesive, complying with ASTM C1136. 34 a. Width: 3 inches. 35 b. Thickness: 11.5 mils. 36 c. Adhesion: 90 ounces force/inch in width. 37 d. Elongation: 2 percent. 38 e. Tensile Strength: 40 lbf/inch in width. 39 f. ASJ Tape Disks and Squares: Precut disks or squares of ASJ tape. 40 2. FSK Tape: Foil-face, vapor-retarder tape matching factory-applied jacket with 41 acrylic adhesive; complying with ASTM C1136. 42 a. Width: 3 inches 43 b. Thickness: 6.5 mils. 44 c. Adhesion: 90 ounces force/inch in width. 45 d. Elongation: 2 percent. 46 e. Tensile Strength: 40 lbf/inch in width. 47 23 07 19 HVAC PIPING INSULATION Page 7 of 17 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 f. FSK Tape Disks and Squares: Precut disks or squares of FSK tape. 1 3. PVC Tape: White vapor-retarder tape matching field-applied PVC jacket with 2 acrylic adhesive; suitable for indoor and outdoor applications. 3 a. Width: 2 inches. 4 b. Thickness: 6 mils 5 c. Adhesion: 64 ounces force/inch in width. 6 d. Elongation: 500 percent. 7 e. Tensile Strength: 18 lbf/inch in width. 8 4. Aluminum-Foil Tape: Vapor-retarder tape with acrylic adhesive. 9 a. Width: 2 inches. 10 b. Thickness: 3.7 mils. 11 c. Adhesion: 100 ounces force/inch in width. 12 d. Elongation: 5 percent. 13 e. Tensile Strength: 34 lbf/inch in width. 14 H. SECUREMENTS 15 1. Bands: 16 a. Stainless Steel: ASTM A240/A240M, [Type 304] [or] [Type 316]; 0.015 inch 17 thick, [1/2 inch] [3/4 inch] wide with [wing seal] [or] [closed seal]. 18 b. Aluminum: ASTM B209, Alloy 3003, 3005, 3105, or 5005; Temper H-14, 19 0.020 inch thick, [1/2 inch] [3/4 inch] wide with [wing seal] [or] [closed seal]. 20 c. Springs: Twin spring set constructed of stainless steel, with ends flat and slotted 21 to accept metal bands. Spring size is determined by manufacturer for 22 application. 23 2. Staples: Outward-clinching insulation staples, nominal 3/4 inch wide, stainless steel 24 or Monel. 25 3. Wire: 0.080-inch nickel-copper alloy. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION 31 A. Examine substrates and conditions for compliance with requirements for installation 32 tolerances and other conditions affecting performance of insulation application. 33 1. Verify that systems to be insulated have been tested and are free of defects. 34 2. Verify that surfaces to be insulated are clean and dry. 35 B. Proceed with installation only after unsatisfactory conditions have been corrected. 36 3.3 PREPARATION 37 A. Clean and dry surfaces to receive insulation. Remove materials that will adversely affect 38 insulation application. 39 23 07 19 HVAC PIPING INSULATION Page 8 of 17 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 B. Clean and prepare surfaces to be insulated. Before insulating, apply a corrosion coating 1 to insulated surfaces as follows: 2 1. Stainless Steel: Coat 300 series stainless steel with an epoxy primer 5 mils thick 3 and an epoxy finish 5 mils thick if operating in a temperature range between 140 4 and 300 deg F. Consult coating manufacturer for appropriate coating materials and 5 application methods for operating temperature range. 6 2. Carbon Steel: Coat carbon steel operating at a service temperature of between 32 7 and 300 deg F with an epoxy coating. Consult coating manufacturer for appropriate 8 coating materials and application methods for operating temperature range. 9 C. Coordinate insulation installation with the tradesman installing heat tracing. Comply with 10 requirements for heat tracing that apply to insulation. 11 D. Mix insulating cements with clean potable water; if insulating cements are to be in contact 12 with stainless steel surfaces, use demineralized water. 13 3.4 INSTALLATION 14 A. GENERAL INSTALLATION REQUIREMENTS 15 1. Install insulation materials, accessories, and finishes with smooth, straight, and 16 even surfaces; free of voids throughout the length of piping, including fittings, 17 valves, and specialties. 18 2. Install insulation materials, forms, vapor barriers or retarders, jackets, and of 19 thicknesses required for each item of pipe system, as specified in insulation system 20 schedules. 21 3. Install accessories compatible with insulation materials and suitable for the service. 22 Install accessories that do not corrode, soften, or otherwise attack insulation or 23 jacket in either wet or dry state. 24 4. Install insulation with longitudinal seams at top and bottom of horizontal runs. 25 5. Install multiple layers of insulation with longitudinal and end seams staggered. 26 6. Do not weld brackets, clips, or other attachment devices to piping, fittings, and 27 specialties. 28 7. Keep insulation materials dry during storage, application, and finishing. Replace 29 insulation materials that get wet. 30 8. Install insulation with tight longitudinal seams and end joints. Bond seams and 31 joints with adhesive recommended by insulation material manufacturer. 32 9. Install insulation with least number of joints practical. 33 10. Where vapor barrier is indicated, seal joints, seams, and penetrations in insulation at 34 hangers, supports, anchors, and other projections with vapor-barrier mastic. 35 a. Install insulation continuously through hangers and around anchor attachments. 36 b. For insulation application where vapor barriers are indicated, extend insulation 37 on anchor legs from point of attachment to supported item to point of 38 attachment to structure. Taper and seal ends attached to structure with vapor-39 barrier mastic. 40 c. Install insert materials and insulation to tightly join the insert. Seal insulation to 41 insulation inserts with adhesive or sealing compound recommended by 42 insulation material manufacturer. 43 23 07 19 HVAC PIPING INSULATION Page 9 of 17 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 d. Cover inserts with jacket material matching adjacent pipe insulation. Install 1 shields over jacket, arranged to protect jacket from tear or puncture by hanger, 2 support, and shield. 3 11. Apply adhesives, mastics, and sealants at manufacturer's recommended coverage 4 rate and wet and dry film thicknesses. 5 12. Cut insulation in a manner to avoid compressing insulation more than 25 percent of 6 its nominal thickness. 7 13. Finish installation with systems at operating conditions. Repair joint separations 8 and cracking due to thermal movement. 9 14. Repair damaged insulation facings by applying same facing material over damaged 10 areas. Extend patches at least 4 inches beyond damaged areas. Adhere, staple, and 11 seal patches in similar fashion to butt joints. 12 15. For above-ambient services, do not install insulation to the following: 13 a. Vibration-control devices. 14 b. Testing agency labels and stamps. 15 c. Nameplates and data plates. 16 B. PENETRATIONS 17 1. Insulation Installation at Roof Penetrations: Install insulation continuously through 18 roof penetrations. 19 a. Seal penetrations with flashing sealant. 20 b. For applications requiring only indoor insulation, terminate insulation above 21 roof surface and seal with joint sealant. For applications requiring indoor and 22 outdoor insulation, install insulation for outdoor applications tightly joined to 23 indoor insulation ends. Seal joint with joint sealant. 24 c. Extend jacket of outdoor insulation outside roof flashing at least 2 inches below 25 top of roof flashing. 26 d. Seal jacket to roof flashing with flashing sealant. 27 2. Insulation Installation at Underground Exterior Wall Penetrations: Terminate 28 insulation flush with sleeve seal. Seal terminations with flashing sealant. 29 3. Insulation Installation at Aboveground Exterior Wall Penetrations: Install insulation 30 continuously through wall penetrations. 31 a. Seal penetrations with flashing sealant. 32 b. For applications requiring only indoor insulation, terminate insulation inside 33 wall surface and seal with joint sealant. For applications requiring indoor and 34 outdoor insulation, install insulation for outdoor applications tightly joined to 35 indoor insulation ends. Seal joint with joint sealant. 36 c. Extend jacket of outdoor insulation outside wall flashing and overlap wall 37 flashing at least 2 inches. 38 d. Seal jacket to wall flashing with flashing sealant. 39 4. Insulation Installation at Interior Wall and Partition Penetrations (That Are Not Fire 40 Rated): Install insulation continuously through walls and partitions. 41 5. Insulation Installation at Fire-Rated Wall and Partition Penetrations: Install 42 insulation continuously through penetrations of fire-rated walls and partitions. 43 6. Insulation Installation at Floor Penetrations: 44 a. Pipe: Install insulation continuously through floor penetrations. 45 b. Seal penetrations through fire-rated assemblies. 46 23 07 19 HVAC PIPING INSULATION Page 10 of 17 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 C. GENERAL PIPE INSULATION INSTALLATION 1 1. Requirements in this article generally apply to all insulation materials, except where 2 more specific requirements are specified in various pipe insulation material 3 installation articles. 4 2. Insulation Installation on Fittings, Valves, Strainers, Flanges, Mechanical 5 Couplings, and Unions: 6 a. Install insulation over fittings, valves, strainers, flanges, mechanical couplings, 7 unions, and other specialties with continuous thermal and vapor-retarder 8 integrity unless otherwise indicated. 9 b. Insulate pipe elbows using preformed fitting insulation or sectional pipe 10 insulation made from same material and density as that of adjacent pipe 11 insulation. Each piece shall be butted tightly against adjoining piece and 12 bonded with adhesive. Fill joints, seams, voids, and irregular surfaces with 13 insulating cement finished to a smooth, hard, and uniform contour that is 14 uniform with adjoining pipe insulation. 15 c. Insulate tee fittings with preformed fitting insulation or sectional pipe insulation 16 of same material and thickness as that used for adjacent pipe. Cut sectional pipe 17 insulation to fit. Butt each section closely to the next and hold in place with tie 18 wire. Bond pieces with adhesive. 19 d. Insulate valves using preformed fitting insulation or sectional pipe insulation of 20 same material, density, and thickness as that used for adjacent pipe. Overlap 21 adjoining pipe insulation by not less than 2 times the thickness of pipe 22 insulation, or one pipe diameter, whichever is thicker. For valves, insulate up to 23 and including the bonnets, valve stuffing-box studs, bolts, and nuts. Fill joints, 24 seams, and irregular surfaces with insulating cement. 25 e. Insulate strainers using preformed fitting insulation or sectional pipe insulation 26 of same material, density, and thickness as that used for adjacent pipe. Overlap 27 adjoining pipe insulation by not less than 2 times the thickness of pipe 28 insulation, or one pipe diameter, whichever is thicker. Fill joints, seams, and 29 irregular surfaces with insulating cement. Insulate strainers, so strainer basket 30 flange or plug can be easily removed and replaced without damaging the 31 insulation and jacket. Provide a removable reusable insulation cover. For 32 below-ambient services, provide a design that maintains vapor barrier. 33 f. Insulate flanges, mechanical couplings, and unions using a section of oversized 34 preformed pipe insulation to fit. Overlap adjoining pipe insulation by not less 35 than 2 times the thickness of pipe insulation, or one pipe diameter, whichever is 36 thicker. Stencil or label the outside insulation jacket of each union with the 37 word "union" matching size and color of pipe labels. 38 g. Cover segmented insulated surfaces with a layer of finishing cement and coat 39 with a mastic. Install vapor-barrier mastic for below-ambient services and a 40 breather mastic for above-ambient services. Reinforce the mastic with fabric-41 reinforcing mesh. Trowel the mastic to a smooth and well-shaped contour. 42 h. For services not specified to receive a field-applied jacket, except for flexible 43 elastomeric and polyolefin, install fitted PVC cover over elbows, tees, strainers, 44 valves, flanges, and unions. Terminate ends with PVC end caps. Tape PVC 45 covers to adjoining insulation facing, using PVC tape. 46 23 07 19 HVAC PIPING INSULATION Page 11 of 17 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 3. Insulate instrument connections for thermometers, pressure gages, pressure 1 temperature taps, test connections, flow meters, sensors, switches, and transmitters 2 on insulated pipes. Shape insulation at these connections by tapering it to and 3 around the connection with insulating cement and finish with finishing cement, 4 mastic, and flashing sealant. 5 D. INSTALLATION OF FLEXIBLE ELASTOMERIC INSULATION 6 1. Seal longitudinal seams and end joints with manufacturer's recommended adhesive 7 to eliminate openings in insulation that allow passage of air to surface being 8 insulated. 9 2. Insulation Installation on Pipe Flanges: 10 a. Install pipe insulation to outer diameter of pipe flange. 11 b. Make width of insulation section same as overall width of flange and bolts, plus 12 twice the thickness of pipe insulation. 13 c. Fill voids between inner circumference of flange insulation and outer 14 circumference of adjacent straight pipe segments with cut sections of sheet 15 insulation of same thickness as that of pipe insulation. 16 d. Secure insulation to flanges and seal seams with manufacturer's recommended 17 adhesive to eliminate openings in insulation that allow passage of air to surface 18 being insulated. 19 3. Insulation Installation on Pipe Fittings and Elbows: 20 a. Install mitered sections of pipe insulation. 21 b. Secure insulation materials and seal seams with manufacturer's recommended 22 adhesive to eliminate openings in insulation that allow passage of air to surface 23 being insulated. 24 4. Insulation Installation on Valves and Pipe Specialties: 25 a. Install preformed valve covers manufactured of same material as that of pipe 26 insulation when available. 27 b. When preformed valve covers are not available, install cut sections of pipe and 28 sheet insulation to valve body. Arrange insulation to permit access to packing 29 and to allow valve operation without disturbing insulation. 30 c. Install insulation to flanges as specified for flange insulation application. 31 d. Secure insulation to valves and specialties, and seal seams with manufacturer's 32 recommended adhesive to eliminate openings in insulation that allow passage 33 of air to surface being insulated. 34 E. INSTALLATION OF MINERAL-FIBER INSULATION 35 1. Insulation Installation on Straight Pipes and Tubes: 36 a. Secure each layer of preformed pipe insulation to pipe with wire or bands, 37 and tighten bands without deforming insulation materials. 38 b. Where vapor barriers are indicated, seal longitudinal seams, end joints, and 39 protrusions with vapor-barrier mastic and joint sealant. 40 c. For insulation with factory-applied jackets on above-ambient surfaces, 41 secure laps with outward-clinched staples at 6 inches o.c. 42 d. For insulation with factory-applied jackets on below-ambient surfaces, do 43 not staple longitudinal tabs. Instead, secure tabs with additional adhesive, as 44 recommended by insulation material manufacturer, and seal with vapor-45 barrier mastic and flashing sealant. 46 2. Insulation Installation on Pipe Flanges: 47 23 07 19 HVAC PIPING INSULATION Page 12 of 17 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 a. Install preformed pipe insulation to outer diameter of pipe flange. 1 b. Make width of insulation section same as overall width of flange and bolts, 2 plus twice the thickness of pipe insulation. 3 c. Fill voids between inner circumference of flange insulation and outer 4 circumference of adjacent straight pipe segments with mineral-fiber blanket 5 insulation. 6 d. Install jacket material with manufacturer's recommended adhesive, overlap 7 seams at least 1 inch, and seal joints with flashing sealant. 8 3. Insulation Installation on Pipe Fittings and Elbows: 9 a. Install preformed sections of same material as that of straight segments of 10 pipe insulation when available. 11 b. When preformed insulation elbows and fittings are not available, install 12 mitered sections of pipe insulation, to a thickness equal to adjoining pipe 13 insulation. Secure insulation materials with wire or bands. 14 4. Insulation Installation on Valves and Pipe Specialties: 15 a. Install preformed sections of same material as that of straight segments of 16 pipe insulation when available. 17 b. When preformed sections are not available, install mitered sections of pipe 18 insulation to valve body. 19 c. Arrange insulation to permit access to packing and to allow valve operation 20 without disturbing insulation. 21 d. Install insulation to flanges as specified for flange insulation application. 22 F. INSTALLATION OF POLYISOCYANURATE INSULATION 23 1. Insulation Installation on Straight Pipes and Tubes: 24 a. Secure each layer of insulation to pipe with tape or bands and tighten 25 without deforming insulation materials. Orient longitudinal joints between 26 half sections in 3- and 9-o'clock positions on the pipe. 27 b. For insulation with factory-applied jackets with vapor barriers, do not staple 28 longitudinal tabs. Instead, secure tabs with additional adhesive or tape, as 29 recommended by insulation material manufacturer, and seal with vapor-30 barrier mastic. 31 c. All insulation shall be tightly butted and free of voids and gaps at all joints. 32 Vapor barrier must be continuous. Before installing jacket material, install 33 vapor-barrier system. 34 2. Insulation Installation on Pipe Flanges: 35 a. Install preformed pipe insulation to outer diameter of pipe flange. 36 b. Make width of insulation section same as overall width of flange and bolts, 37 and same thickness as that of adjacent pipe insulation, not to exceed 1-1/2-38 inch thickness. 39 c. Fill voids between inner circumference of flange insulation and outer 40 circumference of adjacent straight pipe segments with cut sections of 41 polyisocyanurate block insulation of same thickness as that of pipe 42 insulation. 43 3. Insulation Installation on Fittings and Elbows: 44 a. Install preformed sections of same material as that of straight segments of 45 pipe insulation. Secure according to manufacturer's written instructions. 46 4. Insulation Installation on Valves and Pipe Specialties: 47 a. Install preformed sections of polyisocyanurate insulation to valve body. 48 23 07 19 HVAC PIPING INSULATION Page 13 of 17 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 b. Arrange insulation to permit access to packing and to allow valve operation 1 without disturbing insulation. 2 c. Install insulation to flanges as specified for flange insulation application. 3 G. FIELD-APPLIED JACKET INSTALLATION 4 1. Where glass-cloth jackets are indicated, install directly over bare insulation or 5 insulation with factory-applied jackets. 6 a. Draw jacket smooth and tight to surface with 2-inch overlap at seams and 7 joints. 8 b. Embed glass cloth between two 0.062-inch- thick coats of lagging adhesive. 9 c. Completely encapsulate insulation with coating, leaving no exposed 10 insulation. 11 2. Where FSK jackets are indicated, install as follows: 12 a. Draw jacket material smooth and tight. 13 b. Install lap or joint strips with same material as jacket. 14 c. Secure jacket to insulation with manufacturer's recommended adhesive. 15 d. Install jacket with 1-1/2-inch laps at longitudinal seams and 3-inch- wide 16 joint strips at end joints. 17 e. Seal openings, punctures, and breaks in vapor-retarder jackets and exposed 18 insulation with vapor-barrier mastic. 19 3. Where PVC jackets are indicated and for horizontal applications, install with 1-20 inch overlap at longitudinal seams and end joints. Seal with manufacturer's 21 recommended adhesive. 22 a. Apply two continuous beads of adhesive to seams and joints, one bead under 23 lap and the finish bead along seam and joint edge. 24 4. Where metal jackets are indicated, install with 2-inch overlap at longitudinal seams 25 and end joints. Overlap longitudinal seams arranged to shed water. Seal end joints 26 with weatherproof sealant recommended by insulation manufacturer. Secure jacket 27 with stainless steel bands 12 inches o.c. and at end joints. 28 5. Where PVDC jackets are indicated, install as follows: 29 a. Apply three separate wraps of filament tape per insulation section to secure 30 pipe insulation to pipe prior to installation of PVDC jacket. 31 b. Wrap factory-presized jackets around individual pipe insulation sections, 32 with one end overlapping the previously installed sheet. Install presized 33 jacket with an approximate overlap at butt joint of 2 inches over the previous 34 section. Adhere lap seal using adhesive or SSL, and then apply 1-1/4 35 circumferences of appropriate PVDC tape around overlapped butt joint. 36 c. Continuous jacket can be spiral-wrapped around a length of pipe insulation. 37 Apply adhesive or PVDC tape at overlapped spiral edge. When electing to 38 use adhesives, refer to manufacturer's written instructions for application of 39 adhesives along this spiral edge to maintain a permanent bond. 40 d. Jacket can be wrapped in cigarette fashion along length of roll for insulation 41 systems with an outer circumference of 33-1/2 inches or less. The 33-1/2-42 inch- circumference limit allows for 2-inch- overlap seal. Using the length 43 of roll allows for longer sections of jacket to be installed at one time. Use 44 adhesive on the lap seal. Visually inspect lap seal for "fishmouthing," and 45 use PVDC tape along lap seal to secure joint. 46 e. Repair holes or tears in PVDC jacket by placing PVDC tape over the hole 47 or tear and wrapping a minimum of 1-1/4 circumferences to avoid damage 48 to tape edges. 49 23 07 19 HVAC PIPING INSULATION Page 14 of 17 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 H. FINISHES 1 1. Insulation with ASJ, Glass-Cloth, or Other Paintable Jacket Material: Paint jacket 2 with paint system identified below. 3 a. Flat Acrylic Finish: Two finish coats over a primer that is compatible with 4 jacket material and finish coat paint. Add fungicidal agent to render fabric 5 mildew proof. 6 1) Finish Coat Material: Interior, flat, latex-emulsion size. 7 2. Flexible Elastomeric Thermal Insulation: After adhesive has fully cured, apply two 8 coats of insulation manufacturer's recommended protective coating. 9 3. Color: Final color as selected by Architect. Vary first and second coats to allow 10 visual inspection of the completed Work. 11 4. Do not field paint aluminum or stainless steel jackets. 12 I. FIELD QUALITY CONTROL 13 1. Owner will engage a qualified testing agency to perform tests and inspections. 14 2. Engage a qualified testing agency to perform tests and inspections. 15 3. Manufacturer's Field Service: Engage a factory-authorized service representative 16 to test and inspect components, assemblies, and equipment installations, including 17 connections. 18 4. Perform tests and inspections with the assistance of a factory-authorized service 19 representative. 20 5. Tests and Inspections: Inspect pipe, fittings, strainers, and valves, randomly 21 selected by Architect, by removing field-applied jacket and insulation in layers in 22 reverse order of their installation. Extent of inspection shall be limited to three 23 locations of straight pipe, three locations of threaded fittings, three locations of 24 welded fittings, two locations of threaded strainers, two locations of welded 25 strainers, three locations of threaded valves, and three locations of flanged valves 26 for each pipe service defined in the "Piping Insulation Schedule, General" Article. 27 6. All insulation applications will be considered defective if they do not pass tests 28 and inspections. 29 7. Prepare test and inspection reports. 30 J. PIPING INSULATION SCHEDULE, GENERAL 31 1. Insulation conductivity and thickness per pipe size shall comply with schedules in 32 this Section or with requirements of authorities having jurisdiction, whichever is 33 more stringent. 34 2. Acceptable preformed pipe and tubular insulation materials and thicknesses are 35 identified for each piping system and pipe size range. If more than one material is 36 listed for a piping system, selection from materials listed is Contractor's option. 37 3. Items Not Insulated: Unless otherwise indicated, do not install insulation on the 38 following: 39 a. Underground piping. 40 b. Chrome-plated pipes and fittings unless there is a potential for personnel 41 injury. 42 K. INDOOR PIPING INSULATION SCHEDULE 43 1. Condensate and Equipment Drain Water below 60 Deg F: 44 a. All Pipe Sizes: Insulation shall be one of the following: 45 1) Flexible Elastomeric: 1 inch thick. 46 2) Mineral-Fiber, Preformed Pipe Insulation, Type I: 1 inch thick. 47 23 07 19 HVAC PIPING INSULATION Page 15 of 17 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 3) Polyisocyanurate: 1 inch thick. 1 2. Refrigerant Suction and Hot-Gas Piping: 2 a. All Pipe Sizes: Insulation shall be one of the following: 3 1) Flexible Elastomeric: 1 inch thick. 4 2) Mineral-Fiber, Preformed Pipe Insulation, Type I: 1 inch thick. 5 3) Polyisocyanurate: 1 inch thick. 6 3. Refrigerant Suction and Hot-Gas Flexible Tubing: 7 a. All Pipe Sizes: Insulation shall be one of the following: 8 1) Flexible Elastomeric: 2 inches thick. 9 4. Refrigerant Liquid Piping: 10 a. All Pipe Sizes: Insulation shall be one of the following: 11 1) Flexible Elastomeric: 1 inch thick. 12 2) Mineral-Fiber, Preformed Pipe Insulation, Type I: 1 inch thick. 13 3) Polyisocyanurate: 1 inch thick. 14 L. OUTDOOR, ABOVEGROUND PIPING INSULATION SCHEDULE 15 1. Refrigerant Suction and Hot-Gas Piping: 16 a. All Pipe Sizes: Insulation shall be one of the following: 17 1) Flexible Elastomeric: 2 inches thick. 18 2) Mineral-Fiber, Preformed Pipe Insulation, Type I: 2 inches thick. 19 3) Polyisocyanurate: 2 inches thick. 20 2. Refrigerant Suction and Hot-Gas Flexible Tubing: 21 a. All Pipe Sizes: Insulation shall be one of the following: 22 1) Flexible Elastomeric: 2 inches thick. 23 3. Refrigerant Liquid Piping: 24 a. All Pipe Sizes: Insulation shall be one of the following: 25 1) Flexible Elastomeric: 1 inch thick. 26 M. OUTDOOR, FIELD-APPLIED JACKET SCHEDULE 27 1. Install jacket over insulation material. For insulation with factory-applied jacket, 28 install the field-applied jacket over the factory-applied jacket. 29 2. If more than one material is listed, selection from materials listed is Contractor's 30 option. 31 3. Piping, Exposed: 32 a. Painted Aluminum, Stucco Embossed with Z-Shaped Locking Seam. 33 b. All Insulation except Flexible Elastomeric: Approved by the jacket 34 manufacturer for use with the specific insulation material that it covers. 35 c. Rigid aluminum shell and fitting covers conforming to ASTM C1729 with 36 weather-proof construction. Shell shall have the following minimum 37 thickness based on the outer insulation diameter: 38 39 40 41 Note 1: Use corrugated finish for non-rigid insulation. Use stucco finish for rigid insulation. 42 Outer Insulation Minimum Aluminum Jacket Thickness, (in) Diameter (in) Non-Rigid Insulation Rigid Insulation Finish ≤ 8 0.016 0.016 Stucco < 12 0.020 0.016 Stucco ≤ 24 0.024 0.016 Stucco ≤ 36 0.032 0.020 See Note 1 > 36 0.040 0.024 See Note 1 23 07 19 HVAC PIPING INSULATION Page 16 of 17 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 N. IECC – 2015 Requirements, Pipe Insulation 1 2 Notes: 3 1. For piping smaller than 1-1/2 inch and located in partitions within conditioned 4 spaces, reduction of these thicknesses by 1 inch shall be permitted (before 5 thickness adjustment required in footnote b) but not to a thickness less than 1 inch. 6 2. For insulation outside the stated conductivity range, the minimum thickness (T) 7 shall be determined as follows: T = r{(1 + t/r)^(K/k) – 1} where 8 a. T = minimum insulation thickness (in.), 9 b. r = actual outside radius of pipe (in.), 10 c. t = insulation thickness listed in this table for applicable fluid temperature 11 and pipe size, 12 d. K = conductivity of alternate material at mean rating temperature indicated 13 for the applicable fluid temperature (Btu·in./hr·ft²·°F); and 14 e. k = the upper value of the conductivity range listed in this table for the 15 applicable fluid temperature. 16 3. Insulation thicknesses are based on energy efficiency considerations only. Add 17 insulation where noted on the drawings. 18 4. The table is based on steel pipe. Non-metallic pipes schedule 80 thickness or less 19 shall use the table values. For other non-metallic pipes having thermal resistance 20 greater than that of steel pipe, reduced thicknesses are permitted if documentation 21 is provided showing that the pipe with the proposed insulation has no more heat 22 transfer per foot than a steel pipe of the same size with the insulation thickness 23 shown on the table. 24 Minimum Pipe Insulation Thickness Insulation Conductivity Nominal Pipe or Tube Size (in.) Fluid Operating Conductivity, Mean Rating <1 1 to 1-1/2 4 to ≥8 Temp. Range (°F) Btu·in./(hr·ft²·°F) Temp., °F. <1-1/2 to <4 <8 And Usage Insulation Thickness, in. >350°F 0.32–0.34 250 4.5 5.0 5.0 5.0 5.0 251°F–350°F 0.29–0.32 200 3.0 4.0 4.5 4.5 4.5 201°F–250°F 0.27–0.30 150 2.5 2.5 2.5 3.0 3.0 141°F–200°F 0.25–0.29 125 1.5 1.5 2.0 2.0 2.0 105°F–140°F 0.21–0.28 100 1.0 1.0 1.5 1.5 1.5 40°F–60°F 0.21–0.27 75 0.5 0.5 1.0 1.0 1.0 <40°F 0.20–0.26 50 0.5 1.0 1.0 1.0 1.5 23 07 19 HVAC PIPING INSULATION Page 17 of 17 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 3.5 [REPAIR] / [RESTORATION] [NOT USED] 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 23 23 00 REFRIGERANT PIPING Page 1 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 23 23 00 1 REFRIGERANT PIPING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Refrigerant pipes and fittings. 6 2. Refrigerant piping valves and specialties. 7 3. Refrigerants. 8 B. Related Specification Sections include but are not limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 10 Contract. 11 2. Division 1 - General Requirements. 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is included in the total lump sum price. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 17 1.5 SUBMITTALS 18 A. Submittals shall be in accordance with Section 01 33 00. 19 B. All submittals shall be approved by the City prior to delivery. 20 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 21 A. Product Data: For each type of valve, refrigerant piping, and piping specialty. 22 1. Include pressure drop, based on manufacturer's test data, for the following: 23 a. Thermostatic expansion valves. 24 b. Solenoid valves. 25 c. Hot-gas bypass valves. 26 d. Filter dryers. 27 e. Strainers. 28 f. Pressure-regulating valves. 29 B. Shop Drawings: 30 1. Show layout of refrigerant piping and specialties, including pipe, tube, and fitting 31 sizes; flow capacities; valve arrangements and locations; slopes of horizontal runs; 32 23 23 00 REFRIGERANT PIPING Page 2 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 oil traps; double risers; wall and floor penetrations; and equipment connection 1 details. 2 2. Show piping size and piping layout, including oil traps, double risers, specialties, 3 and pipe and tube sizes to accommodate, as a minimum, equipment provided, 4 elevation difference between compressor and evaporator, and length of piping to 5 ensure proper operation and compliance with warranties of connected equipment. 6 3. Show interface and spatial relationships between piping and equipment. 7 4. Shop Drawing Scale: minimum 1/4 inch equals 1 foot. 8 C. Welding certificates. 9 D. Field quality-control reports. 10 1.7 CLOSEOUT SUBMITTALS 11 A. Operation and Maintenance Data: For refrigerant valves and piping specialties to include 12 in maintenance manuals. 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE 15 A. Welding Qualifications: Qualify procedures and personnel according to ASME Boiler 16 and Pressure Vessel Code: Section IX, "Welding and Brazing Qualifications." 17 B. Comply with ASHRAE 15, "Safety Code for Refrigeration Systems." 18 C. Comply with ASME B31.5, "Refrigeration Piping and Heat Transfer Components." 19 1.10 DELIVERY, STORAGE, AND HANDLING 20 A. Store piping with end caps in place to ensure that piping interior and exterior are clean 21 when installed. 22 B. Storage and Handling Requirements 23 1. Secure and maintain a location to store the material in accordance with Section 01 24 66 00. 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS 28 2.1 CITY-FURNISHED [OR] CITY-SUPPLIED PRODUCTS [NOT USED] 29 2.2 MATERIALS 30 A. Above Grade: 31 1. Type L or Type ACR tubing. 32 23 23 00 REFRIGERANT PIPING Page 3 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 B. Below Grade and Within Slabs: 1 1. Use Type K tubing for 2 inch and smaller without joints. Mechanical fittings 2 (crimp or flare) are not permitted. 3 2. Install tubing in insulated PVC or HDPE protective conduit. Vent conduit to the 4 outdoors. 5 C. If other than Type ACR tubing is used, clean and protect inside of tubing as specified in 6 Article "CLEANING" below. 7 D. At contractor’s option, use refrigerant line kits for refrigerant systems of 5 tons and 8 smaller capacity. 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT USED] 11 PART 3 - EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION [NOT USED] 14 3.3 PREPARATION [NOT USED] 15 3.4 INSTALLATION 16 A. VALVE AND SPECIALTY APPLICATIONS 17 1. Install diaphragm packless or packed-angle valves in suction and discharge lines of 18 compressor. 19 2. Install service valves for gage taps at inlet and outlet of hot-gas bypass valves and 20 strainers if they are not an integral part of valves and strainers. 21 3. Retain first paragraph below if suction line will be exposed to air temperatures less 22 than 75 deg F (24 deg C) during compressor operation. 23 4. Install a check valve at the compressor discharge and a liquid accumulator at the 24 compressor suction connection. 25 5. Except as otherwise indicated, install diaphragm packless or packed-angle valves 26 on inlet and outlet side of filter dryers. 27 6. Retain first paragraph below only for systems that cannot be shut down for a short 28 time to replace the filter dryer. 29 7. Install a full-size, three-valve bypass around filter dryers. 30 8. Retain first paragraph below for solenoid valves on systems with multiple 31 thermostatic expansion valves. Retain for hot-gas bypass valve if not integral to the 32 valve. 33 9. Install solenoid valves upstream from each expansion valve and hot-gas bypass 34 valve. Install solenoid valves in horizontal lines with coil at top. 35 10. Install thermostatic expansion valves as close as possible to distributors on 36 evaporators. 37 a. Install valve so diaphragm case is warmer than bulb. 38 23 23 00 REFRIGERANT PIPING Page 4 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 b. In first subparagraph below, verify proper location for bulb with valve 1 manufacturer. 2 c. Secure bulb to clean, straight, horizontal section of suction line using two bulb 3 straps. Do not mount bulb in a trap or at bottom of the line. 4 d. If external equalizer lines are required, make connection where it will reflect 5 suction-line pressure at bulb location. 6 11. Install safety relief valves where required by ASME Boiler and Pressure Vessel 7 Code. Pipe safety-relief-valve discharge line to outside according to ASHRAE 15. 8 12. Install moisture/liquid indicators in liquid line at the inlet of the thermostatic 9 expansion valve or at the inlet of the evaporator coil capillary tube. 10 13. Install strainers upstream from and adjacent to the following unless they are 11 furnished as an integral assembly for the device being protected: 12 a. Edit list below for equipment required for Project. 13 b. Solenoid valves. 14 c. Thermostatic expansion valves. 15 d. Hot-gas bypass valves. 16 e. Compressor. 17 14. Install filter dryers in liquid line between compressor and thermostatic expansion 18 valve, and in the suction line at the compressor. 19 15. Consult refrigeration equipment manufacturer to determine the need for a receiver. 20 16. Install receivers sized to accommodate pump-down charge. 21 17. See the Evaluations for discussion of flexible connectors. 22 18. Install flexible connectors at compressors. 23 B. PIPING INSTALLATION 24 1. Drawing plans, schematics, and diagrams indicate general location and arrangement 25 of piping systems; indicated locations and arrangements were used to size pipe and 26 calculate friction loss, expansion, pump sizing, and other design considerations. 27 Install piping as indicated unless deviations to layout are approved on Shop 28 Drawings. 29 2. Install refrigerant piping according to ASHRAE 15 “The Safety Code for 30 Mechanical Refrigeration”. 31 3. Install piping in concealed locations unless otherwise indicated and except in 32 equipment rooms and service areas. 33 4. Install piping indicated to be exposed and piping in equipment rooms and service 34 areas at right angles or parallel to building walls. Diagonal runs are prohibited 35 unless specifically indicated otherwise. 36 5. Install piping above accessible ceilings to allow sufficient space for ceiling panel 37 removal. 38 6. Install piping adjacent to machines to allow service and maintenance. 39 7. Install piping free of sags and bends. 40 8. Install fittings for changes in direction and branch connections. 41 9. Select system components with pressure rating equal to or greater than system 42 operating pressure. 43 10. Install piping as short and direct as possible, with a minimum number of joints, 44 elbows, and fittings. 45 23 23 00 REFRIGERANT PIPING Page 5 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 11. Install refrigerant piping in protective conduit where installed belowground. 1 12. Install refrigerant piping in rigid or flexible conduit in locations where exposed to 2 mechanical injury. 3 13. Slope refrigerant piping as follows: 4 a. See the Evaluations for discussion of oil entrainment. Refer to the ASHRAE 5 HANDBOOK - "Refrigeration" for discussion of methods for managing oil 6 entrainment in refrigerant gas and liquid. 7 b. Install horizontal hot-gas discharge piping with a uniform slope downward 8 away from compressor. 9 c. Install horizontal suction lines with a uniform slope downward to compressor. 10 d. Use double-suction riser for maximum compressor efficiencies if load variation 11 is expected. 12 e. Install traps and double risers to entrain oil in vertical runs. 13 f. Liquid lines may be installed level. 14 14. When brazing or soldering, remove solenoid-valve coils and sight glasses; also 15 remove valve stems, seats, and packing, and accessible internal parts of refrigerant 16 specialties. Do not apply heat near expansion-valve bulb. 17 15. Retain first paragraph below for steel pipe. Review the cost of steel pipe using these 18 procedures versus the cost of copper piping. Also consider limiting the size of the 19 refrigerant system and its piping to avoid the use of steel pipe. 20 16. Install piping with adequate clearance between pipe and adjacent walls and hangers 21 or between pipes for insulation installation. 22 17. Identify refrigerant piping and valves according to Section 23 05 53 "Identification 23 for HVAC Piping and Equipment." 24 C. PIPE JOINT CONSTRUCTION 25 1. Ream ends of pipes and tubes and remove burrs. 26 2. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings 27 before assembly. 28 3. Retain first paragraph below for steel pipe. 29 4. Fill pipe and fittings with an inert gas (nitrogen or carbon dioxide), during brazing 30 or welding, to prevent scale formation. 31 5. Soldered Joints: Construct joints according to ASTM B 828 or CDA's "Copper 32 Tube Handbook." 33 6. Brazed Joints: Construct joints according to AWS's "Brazing Handbook," Chapter 34 "Pipe and Tube." 35 a. Use Type BCuP (copper-phosphorus) alloy for joining copper socket fittings 36 with copper pipe. 37 b. Use Type BAg (cadmium-free silver) alloy for joining copper with bronze or 38 steel. 39 7. Welded Joints: Construct joints according to AWS D10.12M/D10.12. 40 8. Flanged Joints: Select appropriate gasket material, size, type, and thickness for 41 service application. Install gasket concentrically positioned. Use suitable lubricants 42 on bolt threads. 43 44 D. INSTALLATION OF HANGERS AND SUPPORTS 45 23 23 00 REFRIGERANT PIPING Page 6 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1. Retain first paragraph below for projects in areas that require seismic restraints. 1 2. Comply with requirements for seismic restraints in Section 23 05 48 "Vibration and 2 Seismic Controls for HVAC." 3 3. Comply with Section 23 05 29 "Hangers and Supports for HVAC Piping and 4 Equipment" for hangers, supports, and anchor devices. 5 4. Install the following pipe attachments: 6 a. Adjustable steel clevis hangers for individual horizontal runs less than 20 7 feetlong. 8 b. Roller hangers and spring hangers for individual horizontal runs 20 feet or 9 longer. 10 c. Pipe Roller: MSS SP-58, Type 44 for multiple horizontal piping 20 feet or 11 longer, supported on a trapeze. 12 d. Spring hangers to support vertical runs. 13 e. Copper-clad hangers and supports for hangers and supports in direct contact 14 with copper pipe. 15 5. Install hangers for copper tubing, with maximum horizontal spacing and minimum 16 rod diameters, to comply with MSS-58, locally enforced codes, and authorities 17 having jurisdiction requirements, whichever are most stringent. 18 6. Support horizontal piping within 12 inches of each fitting. 19 7. Support vertical runs of copper tubing to comply with MSS-58, locally enforced 20 codes, and authorities having jurisdiction requirements, whichever are most 21 stringent. 22 23 24 25 3.5 [REPAIR] / [RESTORATION] [NOT USED] 26 3.6 RE-INSTALLATION [NOT USED] 27 3.7 FIELD [OR] SITE QUALITY CONTROL 28 A. FIELD QUALITY CONTROL 29 1. Perform the following tests and inspections: 30 a. Comply with ASME B31.5, Chapter VI. 31 b. Test refrigerant piping, specialties, and receivers. Isolate compressor, 32 condenser, evaporator, and safety devices from test pressure if they are not 33 rated above the test pressure. 34 c. Test high- and low-pressure side piping of each system separately at not less 35 than the pressures indicated in "Performance Requirements" Article. 36 1) Fill system with nitrogen to the required test pressure. 37 2) System shall maintain test pressure at the manifold gage throughout 38 duration of test. 39 3) Test joints and fittings with electronic leak detector or by brushing a small 40 amount of soap and glycerin solution over joints. 41 4) Remake leaking joints using new materials, and retest until satisfactory 42 results are achieved. 43 2. Prepare test and inspection reports. 44 23 23 00 REFRIGERANT PIPING Page 7 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 3.8 SYSTEM STARTUP 1 A. SYSTEM CHARGING 2 1. Charge system using the following procedures: 3 a. Install core in filter dryers after leak test but before evacuation. 4 b. Evacuate entire refrigerant system with a vacuum pump to 500 micrometers. If 5 vacuum holds for 12 hours, system is ready for charging. 6 c. Break vacuum with refrigerant gas, allowing pressure to build up to 2 psig. 7 d. Charge system with a new filter-dryer core in charging line. 8 3.9 ADJUSTING 9 A. Adjust thermostatic expansion valve to obtain proper evaporator superheat. 10 B. Adjust high- and low-pressure switch settings to avoid short cycling in response to 11 fluctuating suction pressure. 12 C. Adjust set-point temperature of air-conditioning or chilled-water controllers to the system 13 design temperature. 14 D. Perform the following adjustments before operating the refrigeration system, according 15 to manufacturer's written instructions: 16 1. Open shutoff valves in condenser water circuit. 17 2. Verify that compressor oil level is correct. 18 3. Open compressor suction and discharge valves. 19 4. Open refrigerant valves except bypass valves that are used for other purposes. 20 5. Check open compressor-motor alignment and verify lubrication for motors and 21 bearings. 22 E. Replace core of replaceable filter dryer after system has been adjusted and after design 23 flow rates and pressures are established. 24 3.10 CLEANING 25 A. Before installation of copper tubing other than Type ACR tubing, clean the tubing and 26 fitting using following cleaning procedure: 27 1. Remove coarse particles of dirt and dust by drawing a clean, lintless cloth through 28 the tubing by means of a wire or an electrician's tape. 29 2. Draw a clean, lintless cloth saturated with trichloroethylene through the tube or 30 pipe. Continue this procedure until cloth is not discolored by dirt. 31 3. Draw a clean, lintless cloth, saturated with compressor oil, squeezed dry, through 32 the tube or pipe to remove remaining lint. Inspect tube or pipe visually for 33 remaining dirt and lint. 34 4. Finally, draw a clean, dry, lintless cloth through the tube or pipe. 35 23 23 00 REFRIGERANT PIPING Page 8 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE [NOT USED] 3 3.14 ATTACHMENTS [NOT USED] 4 END OF SECTION 5 23 81 26 SPLIT-SYSTEM AIR-CONDITIONERS Page 1 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 23 81 23 1 SPLIT-SYSTEM AIR-CONDITIONERS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section includes split-system air-conditioning and heat-pump unites consisting of 5 separate evaporator-fan and compressor-condenser components. 6 B. Related Specification Sections include but are not limited to: 7 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 8 Contract. 9 2. Division 1 - General Requirements. 10 1.2 PRICE AND PAYMENT PROCEDURES 11 A. Measurement and Payment 12 1. Work associated with this Item is included in the total lump sum price. 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. Coordination 16 1. Coordinate sizes and locations of concrete bases with actual equipment provided. 17 Cast anchor-bolt inserts into bases. Concrete, reinforcement, and formwork are specified 18 in Section 03 30 00 "Cast-in-Place Concrete." 19 2. Coordinate sizes and locations of roof curbs, equipment supports, and roof 20 penetrations with actual equipment provided. 21 1.5 SUBMITTALS 22 A. Submittals shall be in accordance with Section 01 33 00. 23 B. All submittals shall be approved by the City prior to delivery. 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 25 A. ACTION SUBMITTALS 26 1. Product Data: For each type of product indicated. Include rated capacities, 27 operating characteristics, and furnished specialties and accessories. Include 28 performance data in terms of capacities, outlet velocities, static pressures, sound 29 power characteristics, motor requirements, and electrical characteristics. 30 2. Shop Drawings: Include plans, elevations, sections, details, and attachments to 31 other work. 32 a. Detail equipment assemblies and indicate dimensions, weights, loads, required 33 clearances, method of field assembly, components, and location and size of each 34 field connection. 35 b. Retain subparagraph below if equipment includes wiring. 36 23 81 26 SPLIT-SYSTEM AIR-CONDITIONERS Page 2 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 c. Wiring Diagrams: For power, signal, and control wiring. 1 3. Samples for Initial Selection: For units with factory-applied color finishes. 2 B. INFORMATIONAL SUBMITTALS 3 1. Field quality-control reports. 4 2. Warranty: Sample of special warranty. 5 1.7 CLOSEOUT SUBMITTALS 6 1. Operation and Maintenance Data: For split-system air-conditioning units to include in 7 emergency, operation, and maintenance manuals. 8 1.8 MAINTENANCE MATERIAL SUBMITTALS 9 1. Furnish extra materials that match products installed and that are packaged with 10 protective covering for storage and identified with labels describing contents. 11 1. Filters: One set(s) for each air-handling unit. 12 2. Gaskets: One set(s) for each access door. 13 3. Fan Belts: One set(s) for each air-handling unit fan. 14 1.9 QUALITY ASSURANCE 15 1. Electrical Components, Devices, and Accessories: Listed and labeled as defined in 16 NFPA 70, by a qualified testing agency, and marked for intended location and 17 application. 18 2. ASHRAE Compliance: Applicable requirements in ASHRAE 62.1, Section 4 - "Outdoor 19 Air Quality," Section 5 - "Systems and Equipment," Section 6 - " Procedures," and 20 Section 7 - "Construction and System Start-up." 21 3. ASHRAE/IES Compliance: Applicable requirements in ASHRAE/IES 90.1. 22 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY 26 A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair 27 or replace components of split-system air-conditioning units that fail in materials or 28 workmanship within specified warranty period. 29 1) Warranty Period: 30 a) For Compressor: One year(s) from date of Substantial Completion. 31 b) For Parts: One year(s) from date of Substantial Completion. 32 c) For Labor: One year(s) from date of Substantial Completion. 33 23 81 26 SPLIT-SYSTEM AIR-CONDITIONERS Page 3 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 PART 2 - PRODUCTS 1 2.1 CITY-FURNISHED [OR] CITY-SUPPLIED PRODUCTS [NOT USED] 2 2.2 PRODUCTS 3 A. MANUFACTURERS 4 1. Subject to compliance requirements, provide products by one of the following 5 approved manufacturers: 6 a. Trane. 7 b. Carrier. 8 c. Daikin US Corporation. 9 d. Lennox Industries, Inc.. 10 e. LG. 11 f. Mitsubishi Electric & Electronics USA, Inc. 12 g. Panasonic. 13 h. Samsung. 14 i. York. 15 B. INDOOR UNITS (6 TONS OR MORE) 16 1. Concealed Evaporator-Fan Components: 17 a. Chassis: Galvanized steel with flanged edges, removable panels for 18 servicing, and insulation on back of panel. 19 b. Insulation: Faced, glass-fiber duct liner. 20 c. Refrigerant Coil: Copper tube, with mechanically bonded aluminum fins 21 and thermal-expansion valve. Comply with ARI 206/110. 22 d. Electric Coil: Helical, nickel-chrome, resistance-wire heating elements; 23 with refractory ceramic support bushings, automatic-reset thermal cutout, 24 built-in magnetic contactors, manual-reset thermal cutout, airflow proving 25 device, and one-time fuses in terminal box for overcurrent protection. 26 e. Fan: Forward-curved, double-width wheel of galvanized steel; directly 27 connected to motor. 28 f. Fan Motors: 29 1) Comply with NEMA designation, temperature rating, service factor, 30 enclosure type, and efficiency requirements specified in Section 23 31 05 13 "Common Motor Requirements for HVAC Equipment." 32 2) Multitapped, multispeed with internal thermal protection and 33 permanent lubrication. 34 3) Three-phase, permanently lubricated, ball-bearing motors with built-35 in thermal-overload protection. 36 4) Wiring Terminations: Connect motor to chassis wiring with plug 37 connection. 38 g. Airstream Surfaces: Surfaces in contact with the airstream shall comply with 39 requirements in ASHRAE 62.1. 40 h. Filters: 2 inch thick, in fiberboard frames. 41 i. Condensate Drain Pans: 42 1) Fabricated with one percent slope in at least two planes to collect 43 condensate from cooling coils (including coil piping connections, coil 44 headers, and return bends) and humidifiers, and to direct water toward 45 drain connection. 46 23 81 26 SPLIT-SYSTEM AIR-CONDITIONERS Page 4 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 a) Length: Extend drain pan downstream from leaving face to 1 comply with ASHRAE 62.1. 2 b) Depth: A minimum of 2 inches deep. 3 2) Single-wall, stainless-steel sheet. 4 3) Drain Connection: Located at lowest point of pan and sized to prevent 5 overflow. Terminate with threaded nipple on one end of pan. 6 a) Minimum Connection Size: NPS 1 7 4) Pan-Top Surface Coating: Asphaltic waterproofing compound. 8 5) Units with stacked coils shall have an intermediate drain pan to 9 collect condensate from top coil. 10 C. OUTDOOR UNITS (6 TONS OR MORE) 11 1. Air-Cooled, Compressor-Condenser Components: 12 a. Casing: Steel, finished with baked enamel in color selected by Architect, 13 with removable panels for access to controls, weep holes for water drainage, 14 and mounting holes in base. Provide brass service valves, fittings, and gage 15 ports on exterior of casing. 16 b. Compressor: Hermetically sealed with crankcase heater and mounted on 17 vibration isolation device. Compressor motor shall have thermal - and 18 current-sensitive overload devices, start capacitor, relay, and contactor. 19 1) Compressor Type: Scroll. 20 2) Two-speed compressor motor with manual-reset high-pressure 21 switch and automatic-reset low-pressure switch. 22 3) Refrigerant: R-410A 23 4) Refrigerant Coil: Copper tube, with mechanically bonded aluminum 24 fins and liquid subcooler. Comply with ARI 206/110. 25 c. Heat-Pump Components: Reversing valve and low-temperature-air cutoff 26 thermostat. 27 d. Fan: Aluminum-propeller type, directly connected to motor. 28 e. Motor: Permanently lubricated, with integral thermal-overload protection. 29 f. Liquid line filter drier. 30 g. High pressure switch (manual reset). 31 h. Low pressure switch (automatic reset). 32 i. Service valve with gauge ports. 33 j. Thermometer well in liquid line. 34 k. Low-ambient kit where scheduled (as applicable). 35 l. Compressor short-cycling controls. 36 m. Reversing valve for heat pump units (as applicable). 37 n. Mounting Base: Polyethylene. 38 2.3 ACCESSORIES 39 A. Thermostat: Low voltage with subbase to control compressor and evaporator fan. 40 1. 24-hour time control of system stop and start. 41 2. Liquid-crystal display indicating temperature, set-point temperature, time setting, 42 operating mode, and fan speed. 43 3. Fan-speed selection including auto setting. 44 B. Automatic-reset timer to prevent rapid cycling of compressor. 45 23 81 26 SPLIT-SYSTEM AIR-CONDITIONERS Page 5 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 C. Refrigerant Line Kits: Soft-annealed copper suction and liquid lines factory cleaned, 1 dried, pressurized, and sealed; factory-insulated suction line with flared fittings at both 2 ends. 3 D. Drain Hose: For condensate. 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 A. GENERAL 11 1. Install all products in accordance with manufacturers instructions and requirements. 12 2. Install units level and plumb. 13 3. Install evaporator-fan components using manufacturer's standard mounting devices 14 securely fastened to building structure. 15 4. Equipment Mounting: 16 a. Install ground-mounted, compressor-condenser components on cast-in-place 17 concrete equipment base(s). Comply with requirements for equipment bases and 18 foundations specified in Section 03 30 00 "Cast-in-Place Concrete." 19 b. Install ground-mounted, compressor-condenser components on polyethylene 20 mounting base. 21 c. Comply with requirements for vibration isolation and seismic control devices 22 specified in Section 23 05 48 "Vibration and Seismic Controls for HVAC." 23 d. Comply with requirements for vibration isolation devices specified in Section 23 24 05 48.13 "Vibration Controls for HVAC." 25 5. Install and connect precharged refrigerant tubing to component's quick-connect 26 fittings. Install tubing to allow access to unit. 27 B. CONNECTIONS 28 1. Where piping is installed adjacent to unit, allow space for service and maintenance 29 of unit. 30 2. Duct Connections: Duct installation requirements are specified in Section 23 31 13 31 "Metal Ducts." Drawings indicate the general arrangement of ducts. Connect 32 supply[ and return] ducts to split-system air-conditioning units with flexible duct 33 connectors. Flexible duct connectors are specified in Section 23 33 00 "Air Duct 34 Accessories." 35 23 81 26 SPLIT-SYSTEM AIR-CONDITIONERS Page 6 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 3.5 [REPAIR] / [RESTORATION] [NOT USED] 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD [OR] SITE QUALITY CONTROL 3 A. Manufacturer's Field Service: Engage a factory-authorized service representative to 4 inspect, test, and adjust components, assemblies, and equipment installations, including 5 connections. 6 B. Perform tests and inspections. 7 4. Manufacturer's Field Service: Engage a factory-authorized service representative 8 to inspect components, assemblies, and equipment installations, including 9 connections, and to assist in testing. 10 C. Tests and Inspections: 11 5. Leak Test: After installation, charge system and test for leaks. Repair leaks and 12 retest until no leaks exist. 13 6. Operational Test: After electrical circuitry has been energized, start units to 14 confirm proper motor rotation and unit operation. 15 7. Test and adjust controls and safeties. Replace damaged and malfunctioning 16 controls and equipment. 17 D. Remove and replace malfunctioning units and retest as specified above. 18 E. Prepare test and inspection reports. 19 3.4 SYSTEM STARTUP 20 A. Final Checks Before Start-Up: Perform the following operations and checks before start-21 up: 22 1. Remove shipping, blocking, and bracing. 23 2. Verify unit is secure on mountings and supporting devices and that connections for 24 piping, ductwork, and electrical are complete. Verify proper thermal overload 25 protection is installed in motors, starters, and disconnects. Verify vibration 26 isolation and flexible connections are installed correctly. 27 3. Perform cleaning and adjusting specified in this Section. 28 4. Disconnect fan drive from motor and verify proper motor rotation direction and 29 verify fan wheel free rotation and smooth bearings operations. Reconnect fan drive 30 system, align belts, and install belt guards. 31 5. Lubricate bearings, pulleys, belts, and other moving parts with factory-32 recommended lubricants. 33 6. Set outside-air and return-air mixing dampers to minimum outside-air setting. 34 7. Comb coil fins for parallel orientation. 35 8. Install new filters at completion of installation and prior to testing, adjusting, and 36 balancing. Do not operate air handling unit without pre-filters installed. 37 9. Verify manual and automatic volume control, and fire and smoke dampers in 38 connected ductwork systems are in the full-open position. 39 10. Disable automatic temperature control operators. 40 23 81 26 SPLIT-SYSTEM AIR-CONDITIONERS Page 7 of 7 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 B. Start-Up Services: Start-up units in accordance with manufacturer's written start-up 1 instructions. Do not operate units without filters installed. Test controls and demonstrate 2 compliance with requirements. Replace damaged or malfunctioning controls and 3 equipment. 4 1. Energize motor, verify proper operation of motor, drive system, and fan wheel. 5 Adjust fan to indicated RPM. 6 2. Replace fan and motor pulleys as required to achieve design conditions. 7 3. Measure and record motor electrical values for voltage and amperage. 8 4. Shut unit down and reconnect automatic temperature control operators. 9 5. Refer to Division 23 Section 23 05 93 "Testing, Adjusting, and Balancing for 10 HVAC" for procedures for system testing, adjusting, and balancing. 11 3.8 ADJUSTING [NOT USED] 12 3.9 CLEANING [NOT USED] 13 3.10 CLOSEOUT ACTIVITIES [NOT USED] 14 3.11 PROTECTION [NOT USED] 15 3.12 MAINTENANCE [NOT USED] 16 3.13 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 23 82 39.19 WALL AND CEILING UNIT HEATERS Page 1 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 23 82 39.19 1 WALL AND CEILING UNIT HEATERS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Section includes wall and ceiling heaters with propeller fans and electric-resistance 6 heating coils. 7 B. Related Specification Sections include but are not limited to: 8 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 9 Contract. 10 2. Division 1 - General Requirements. 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is included in the total lump sum price. 14 1.3 REFERENCES [NOT USED] 15 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16 1.5 SUBMITTALS 17 A. Submittals shall be in accordance with Section 01 33 00. 18 B. All submittals shall be approved by the City prior to delivery. 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 20 A. Product Data: For each type of product. 21 1. Include rated capacities, operating characteristics, furnished specialties, and 22 accessories. 23 B. Shop Drawings: 24 1. Include plans, elevations, sections, and details. 25 2. Include details of equipment assemblies. Indicate dimensions, weights, loads, 26 required clearances, method of field assembly, components, and location and size 27 of each field connection. 28 3. Include details of anchorages and attachments to structure and to supported 29 equipment. 30 4. Include equipment schedules to indicate rated capacities, operating characteristics, 31 furnished specialties, and accessories. 32 5. Wiring Diagrams: Power, signal, and control wiring. 33 C. Samples: For each exposed product and for each color and texture specified. 34 23 82 39.19 WALL AND CEILING UNIT HEATERS Page 2 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1.7 CLOSEOUT SUBMITTALS 1 A. Operation and Maintenance Data: For wall and ceiling unit heaters to include in 2 emergency, operation, and maintenance manuals. 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 6 1.10 DELIVERY, STORAGE, AND HANDLING 7 A. Storage and Handling Requirements 8 1. Secure and maintain a location to store the material in accordance with Section 01 9 66 00. 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 CITY-FURNISHED [OR] CITY-SUPPLIED PRODUCTS [NOT USED] 14 2.2 PRODUCTS 15 A. MANUFACTURERS 16 1. Indeeco 17 2. Berko 18 3. Trane 19 4. Markel 20 B. DESCRIPTION 21 1. Assembly including chassis, electric heating coil, fan, motor, and controls. Comply 22 with UL 2021. 23 2. Electrical Components, Devices, and Accessories: Listed and labeled as defined in 24 NFPA 70, by a qualified testing agency, and marked for intended location and 25 application. 26 C. CABINET 27 1. Front Panel: Stamped-steel louver or Extruded-aluminum bar grille, with 28 removable panels fastened with tamperproof fasteners. 29 2. Finish: Baked enamel over baked-on primer with manufacturer's standard color 30 selected by Architect, applied to factory-assembled and -tested wall and ceiling 31 heaters before shipping. 32 3. Airstream Surfaces: Surfaces in contact with the airstream shall comply with 33 requirements in ASHRAE 62.1. 34 4. Surface-Mounted Cabinet Enclosure: Steel with finish to match cabinet. 35 23 82 39.19 WALL AND CEILING UNIT HEATERS Page 3 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 D. COIL 1 1. Electric-Resistance Heating Coil: Nickel-chromium heating wire, free from 2 expansion noise and 60-Hz hum, embedded in magnesium oxide refractory and 3 sealed in corrosion-resistant metallic sheath. Terminate elements in stainless-steel, 4 machine-staked terminals secured with stainless-steel hardware, and limit controls 5 for high-temperature protection. 6 E. FAN AND MOTOR 7 1. Fan: Aluminum propeller directly connected to motor. 8 2. Motor: Permanently lubricated, multispeed. Comply with requirements in 9 Section 23 05 13 "Common Motor Requirements for HVAC Equipment." 10 F. CONTROLS 11 1. Controls: Unit-mounted thermostat. 12 2. Electrical Connection: Factory wire motors and controls for a single field 13 connection with disconnect switch. Coordinate with Division 26. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION 19 A. Examine areas to receive wall and ceiling unit heaters for compliance with requirements 20 for installation tolerances and other conditions affecting performance of the Work. 21 B. Examine roughing-in for electrical connections to verify actual locations before unit -22 heater installation. 23 C. Proceed with installation only after unsatisfactory conditions have been corrected. 24 3.3 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 A. Install wall and ceiling unit heaters to comply with NFPA 90A. 27 B. Install wall and ceiling unit heaters level and plumb. 28 C. Install wall-mounted thermostats and switch controls in electrical outlet boxes at heights 29 to match lighting controls. Verify location of thermostats and other exposed control 30 sensors with Drawings and room details before installation. 31 23 82 39.19 WALL AND CEILING UNIT HEATERS Page 4 of 4 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 3.5 [REPAIR] / [RESTORATION] [NOT USED] 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 26 00 00 - 1 ELECTRICAL – GENERAL PROVISIONS Page 1 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 SECTION 26 00 00 2 ELECTRICAL - GENERAL PROVISIONS 3 PART 1 - GENERAL 4 1.1 SCOPE OF WORK 5 A. Furnish all labor, materials and equipment required to install, test and provide an 6 operational, electrical system as specified and as shown on the Drawings. 7 B. All equipment described herein shall be submitted and furnished as an integral part of 8 equipment specified elsewhere in these Specifications. 9 C. All electrical work provided under any Division of the Specifications shall fully comply 10 with the requirements of Division 26. 11 D. The work shall include furnishing, installing and testing the equipment and materials 12 detailed in each Section of Division 26. 13 E. The work shall include furnishing and installing the following: 14 1. Electrical service from the Oncor Electric. 15 2. Provide a complete raceway system, wire and field connections for all motors, 16 motor controllers, control devices, control panels and electrical equipment 17 furnished under other Divisions. Coordinate construction schedule and electrical 18 interface with the supplier of electrical equipment specified under other Divisions 19 as required by the Contract Documents. 20 3. Provide a complete raceway system, wiring and terminations for all field-mounted 21 instruments furnished and mounted under other Divisions, including process 22 instrumentation primary elements, transmitters, local indicators and control panels. 23 Lightning and surge protection equipment wiring at process instrumentation 24 transmitters. Install vendor furnished cables specified under other Divisions as 25 required by the Contract Documents. 26 4. Provide a complete raceway system for the Data Cables and specialty cable 27 systems, including those furnished under other Divisions. Install the Data Cables 28 and other specialty cable systems, in accordance with the system manufacturers' 29 installation instructions. Review the raceway layout, prior to installation, with the 30 Process Control System supplier and the cable manufacturer to ensure raceway 31 compatibility with the systems and materials being furnished. Where redundant 32 cables are furnished, install the cables in separate raceways as required by the 33 Contract Documents. 34 5. Furnish and install precast electrical and instrumentation manholes, hand holes and 35 light pole foundations as required by the Contract Documents. Pole foundations 36 shall be designed and installed in accordance with the structural Divisions of these 37 Specifications. 38 F. Provide all tools, equipment, supplies, and shall perform all labor required to install the 39 equipment specified in the Contract Documents to install, test, and place into 40 satisfactory operation in the time specified for completion in the Contract Documents. 41 Failure of any of the participants in executing the requirements of this Contract to 42 perform the work as specified shall not constitute an acceptable reason for the Owner to 43 grant any change in the Contract Price or additions to the Contract Time. 26 00 00 - 2 ELECTRICAL – GENERAL PROVISIONS Page 2 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 1.2 ELECTRICAL WORK REQUIRED IN OTHER DIVISIONS 2 A. No references are made to any other section which may contain work related to any 3 other section. The Contract Documents, which is defined to include both the Drawings 4 and the Specifications, shall be taken with every section related to every other section 5 as required to meet the requirements specified. The organization of the Contract 6 Documents into specification divisions and sections is for organization of the 7 documents themselves and does not relate to the division of suppliers or labor which the 8 Contractor may choose to employ in the execution of the Contract. Where references 9 are made to other Sections and other Divisions of the Specifications, provide such 10 information or additional work as may be required in those references, and include such 11 information or work as may be specified. Examine all Sections of the Specifications and 12 Drawings and determine the power and wiring requirements and provide external 13 wiring and raceways, as required to provide a fully functioning power, control and 14 process control systems. If the equipment requires more conductors and/or wiring, due 15 to different equipment being supplied, provide the additional conductors, raceways 16 and/or wiring, and include in the Contract Price and Schedule. 17 B. Process Divisions 18 1. Examine all Process Equipment Specifications and Drawings, determining power 19 and wiring requirements. Provide external wiring and raceways, as required to 20 provide a fully functioning Process Control System. If the equipment requires more 21 conductors and/or wiring, due to different equipment being supplied, furnish the 22 additional conductors, raceways and/or wiring, with no change in Contract Price or 23 Schedule. 24 C. Mechanical Divisions 25 1. Examine all Mechanical Equipment Specifications and Drawings, determining 26 power and wiring requirements. Provide external wiring and raceways, as required 27 to provide fully functioning Mechanical Equipment Control Systems. If the 28 equipment requires more conductors and/or wiring, due to different equipment 29 being supplied, furnish the additional conductors, raceways and/or wiring with no 30 change in Contract Price or Schedule. 31 D. Electric Valve Operator Divisions 32 1. Examine all Electric Valve Operator Equipment Specifications and Drawings, 33 determining power and wiring requirements. Provide external wiring and raceways, 34 as required to provide a fully functioning Electric Valve Operator Control System. 35 If the equipment requires more conductors and/or wiring due to different equipment 36 being supplied, furnish the additional conductors, raceways and/or wiring with no 37 change in Contract Price or Schedule. 38 1.3 SUBMITTALS 39 A. Submit Shop Drawings, in accordance with Division 1 requirements, for equipment, 40 materials and all other items furnished under each Section of Division 26, except where 41 specifically stated otherwise. An individually packaged submittal shall be made for 42 each Section and shall contain all the information required by the Section. Partial 43 submittals will not be accepted and will be returned without review. 44 B. Submittals will not be accepted for Section 26 00 00. 26 00 00 - 3 ELECTRICAL – GENERAL PROVISIONS Page 3 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 C. Each Section submittal shall be complete, contain all the items listed in the 2 Specification Section, and shall be clearly marked to indicate which items are 3 applicable on each cut sheet page. The Submittal shall list any exceptions to the 4 Specifications and Drawings, and the reason for such deviation. Shop drawings, not so 5 checked and noted, will be returned without review. 6 D. Check shop drawings for accuracy and contract requirements prior to submittal to the 7 Owner/Engineer. Errors and omissions on approved shop drawings shall not provide 8 relief from the responsibility of providing materials and workmanship required by the 9 Specifications and Drawings. Shop drawings shall be stamped with the date checked 10 and a statement indicating that the shop drawings conform to Specifications and 11 Drawings. Only one Specification Section may be made per transmittal. 12 E. Material shall not be ordered or shipped until the shop drawings have been approved. 13 No material shall be ordered, or shop work started if the related shop drawings are 14 marked "APPROVED AS NOTED CONFIRM", "APPROVED AS NOTED 15 RESUBMIT", “REVISE AND RESUBMIT”, “REJECTED”, or "NOT APPROVED". 16 F. All approved shop drawings shall be maintained on site for the Owner’s Inspector and 17 for the Owner’s Engineer to verify at the time of delivery of equipment to the job site. 18 G. Up-to-date Record Drawings shall be promptly furnished when the equipment 19 installation is complete. Payment will be withheld until Record Drawings have been 20 furnished and approved. 21 H. All shop drawing submittals and all O&M submittals shall be submitted in hard copy 22 format and in electronic format using PDF files including a Table of Contents which is 23 indexed on DVDs. Electronic submittals are mandatory and those which are received 24 not indexed as specified will be returned without review. Hard copy submittals may not 25 be required if so stipulated in the Contract Documents. No change in Contract Amount 26 or Contract Time will be allowed for delays due to unacceptable submittals. 27 1.4 REFERENCE CODES AND STANDARDS 28 A. Electric equipment, materials and installation shall comply with the National Electrical 29 Code (NEC) and with the latest edition of the following codes and standards: 30 1. National Electrical Safety Code (NESC) 31 2. Occupational Safety and Health Administration (OSHA) 32 3. National Fire Protection Association (NFPA) 33 4. National Electrical Manufacturers Association (NEMA) 34 5. American National Standards Institute (ANSI) 35 6. Insulated Cable Engineers Association (ICEA) 36 7. International Society of Automation (ISA) 37 8. Underwriters Laboratories (UL) 38 9. Factory Mutual (FM) 39 10. City of Fort Worth, Electrical Code 40 B. Where reference is made to one of the above standards, the revision in effect at the time 41 of bid opening shall apply. 42 C. All material and equipment, for which a UL standard exists, shall bear a UL label. No 43 such material or equipment shall be brought onsite without the UL label affixed. 26 00 00 - 4 ELECTRICAL – GENERAL PROVISIONS Page 4 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 D. If the issue of priority is due to a conflict or discrepancy between the provisions of the 2 Contract Documents and any referenced standard, or code of any technical society, 3 organization or association, the provisions of the Contract Documents will take 4 precedence if they are more stringent. If there is any conflict or discrepancy between 5 standard specifications, or codes of any technical society, organization or association, or 6 between Laws and Regulations, the higher performance requirement shall be binding, 7 unless otherwise directed by the Owner/Engineer. 8 E. In accordance with the intent of the Contract Documents, compliance with the priority 9 order specified shall not justify an increase in Contract Price or an extension in Contract 10 Time nor limit in any way, full compliance with all Laws and Regulations at all times. 11 1.5 SERVICE AND METERING 12 A. The power company serving this project is Oncor Electric. Service shall be obtained at 13 480 volts, 3 phase, 4 wire, 60 Hz from a pad mounted transformer provided by Oncor 14 Electric. The Owner has an existing FEA with Oncor for this project. 15 B. The power company will. be responsible for the following work: 16 1. Furnishing and installing the primary overhead conductors and pole line. 17 2. Furnishing and installing the riser pole, primary cutouts, lightning arresters and 18 grounding. 19 3. Furnishing and installing primary cables. 20 4. Furnishing and installing transformer. 21 5. Termination of underground primary cables at riser pole. 22 6. Termination of underground primary cables at the transformer. 23 7. Furnishing metering current transformers (CT's), meter and meter wiring. 24 8. Termination of secondary cables to the service transformer. 25 9. Furnishing meter base and enclosure. 26 C. Include the following work in the Contract Price and Schedule: 27 1. Furnish and install the primary conduits. 28 2. Furnish and install the service transformer pad. 29 3. Furnish and install secondary conduits in a steel reinforced concrete-encased duct 30 bank and cables. 31 4. Coordinate the electrical service installation with the Power Company. 32 D. Submit shop drawings for the following items to the power company for approval: 33 1. Transformer pad. 34 E. No power outages are allowed without notifying the Owner at least 14 calendar days 35 in advance using the Owner-provided shutdown forms. Total outages of more than 15 36 minutes at any facility are prohibited unless approved by the Owner. Standby 37 generation shall be provided for all outages longer than 15 minutes. Liquidated 38 Damages will be applied as specified for outages longer than 15 minutes when 39 caused by the Contractor’s construction activities. 40 1.6 HAZARDOUS AREAS 41 A. Equipment, materials and installation in areas designated as hazardous on the Drawings 42 shall comply with NEC Articles 500, 501, 502 and 503. NFPA 820 shall define 43 hazardous area classification for all areas whether indicated on Drawings or not. 26 00 00 - 5 ELECTRICAL – GENERAL PROVISIONS Page 5 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 B. Equipment and materials installed in hazardous areas shall be UL listed for the 2 appropriate hazardous area classification. 3 1.7 CODES, INSPECTION AND FEES 4 A. Equipment, materials and installation shall comply with the requirements of the local 5 authority having jurisdiction. 6 B. Obtain all necessary permits and pay all fees required for permits and inspections. 7 C. Make all arrangements with the power company for obtaining electrical service, include 8 all power company charges and all labor and material required for the electrical service 9 in the Contract Price and Schedule. 10 1.8 SIZE OF EQUIPMENT 11 A. Investigate each space in the structure through which equipment must pass to reach its 12 final location. Coordinate shipping splits with the manufacturer to permit safe handling 13 and passage through restricted areas in the structure. 14 B. The equipment shall be kept upright at all times during storage and handling. When 15 equipment must be tilted for passage through restricted areas, brace the equipment to 16 ensure that the tilting does not impair the functional integrity of the equipment. 17 1.9 RECORD DRAWINGS 18 A. As the work progresses, legibly record all field changes on a set of Project Contract 19 Drawings, hereinafter called the "Record Drawings". The Record Drawings and 20 Specifications shall be kept up to date throughout the project. 21 B. The Record Drawings shall be reviewed in a meeting with the Owner/Engineer 22 monthly. 23 C. Record Drawings shall accurately show the installed condition of the following items: 24 1. One-line Diagram(s). 25 2. Raceways and pull boxes. 26 3. Conductor sizes and conduit fills. 27 4. Panel Schedule(s). 28 5. Control Wiring Diagram(s). 29 6. Lighting Fixture Schedule(s). 30 7. Lighting fixture, receptacle and switch outlet locations. 31 8. Underground raceway and duct bank routing. The drawings shall include the 32 measured width and height of the ductbank and shall survey the elevation of the top 33 of the duct bank or record its depth of burial below grade at intervals not to exceed 34 50 feet along the entire length. Changes in direction between termination points 35 shall be surveyed and recorded on the record drawings. 36 9. Planview, measured dimensions and locations of switchgear, distribution 37 transformers, substations, motor control centers and panelboards. 38 D. Submit a typical example of a schedule of control wiring raceways and wire numbers, 39 including the following information: 40 1. Circuit origin, destination and wire numbers. 41 2. Field wiring terminal strip names and numbers. 26 00 00 - 6 ELECTRICAL – GENERAL PROVISIONS Page 6 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 E. As an alternate, submit a typical example of point-to-point connection diagrams 2 showing the same information, may be submitted in place of the schedule of control 3 wiring raceways and wire numbers. 4 F. Submit the record drawings and the schedule of control wiring raceways and wire 5 numbers (or the point-to-point connection diagram) to the Owner/Engineer. 6 G. Retainage will not be paid until the point-to-point connection diagrams have been 7 furnished to the Owner/Engineer. 8 1.10 EQUIPMENT INTERCONNECTIONS 9 A. Review shop drawings of equipment furnished under other related Divisions and 10 prepare coordinated wiring interconnection diagrams or wiring tables. Submit copies of 11 wiring diagrams or tables with Record Drawings. 12 B. Furnish and install all equipment interconnections. 13 1.11 MATERIALS AND EQUIPMENT 14 A. Materials and equipment shall be new, except where specifically identified on the 15 Drawings to be re-used. 16 B. Material or equipment from a manufacturer, not submitted and approved for this project 17 shall not be brought on site. Use of any such material or equipment, will be rejected, 18 and shall be removed and replaced, with the approved material and equipment, with no 19 change allowed in the Contract Price or Schedule. 20 C. Material and equipment shall be UL listed, where such listing exists. 21 D. All material, products, equipment and workmanship being furnished for the the project 22 shall be replaced if it does not meet the requirements of Contract Documents even if 23 installed, with no change in Contract Price or Schedule. 24 1.12 JOBSITE DELIVERY, STORAGE AND HANDLING 25 A. Prior to jobsite delivery, successfully complete all submittal requirements, and present 26 to the Owner/Engineer upon delivery of the equipment, an approved copy of all such 27 submittals. Delivery of incomplete constructed equipment, or equipment which failed 28 any factory tests, will be rejected and shall be removed and replaced with no change in 29 Contract Price or Schedule. 30 B. Equipment and materials shall be handled and stored in accordance with the 31 manufacturer’s instructions, and as specified in the individual Specification Sections. 32 1.13 WARRANTIES 33 A. Manufacturer’s warranties shall be provided as specified in each of the Specification 34 Sections. 35 1.14 EQUIPMENT IDENTIFICATION 36 A. Identify all equipment (disconnect switches, separately mounted motor starters, control 37 stations, etc.) furnished under Division 26 with the name of the equipment it serves. 38 Motor control centers, control panels, panelboards, switchboards, switchgear, junction 39 or terminal boxes, transfer switches, etc., shall have nameplate designations as shown 40 on the Drawings. 26 00 00 - 7 ELECTRICAL – GENERAL PROVISIONS Page 7 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 PART 2 - PRODUCTS (NOT USED) 2 PART 3 - EXECUTION 3 3.1 INTERPRETATION OF DRAWINGS 4 A. The Drawings do not show exact locations of conduit runs. Coordinate the conduit 5 installation with other trades and the actual supplied equipment. 6 B. Install each three-phase circuit in a separate conduit unless otherwise shown on the 7 Drawings. 8 C. Unless otherwise approved by the Owner/Engineer, conduit shown exposed shall be 9 installed exposed; conduit shown concealed shall be installed concealed. Submit a 10 Request for Information for any conduit route which is not clearly identified as 11 concealed or exposed in the Contract Documents prior to its installation. 12 D. Circuits are shown as "home-runs" shall be field routed. The raceway system provided 13 shall include all necessary fittings, supports and boxes for a complete code-compliant 14 raceway installation. Field routed raceway shall avoid blocking access to equipment 15 either existing or spaces planned for future equipment and shall avoid blocking 16 personnel egress through doors or access hatches. 17 E. Verify the exact locations and mounting heights of lighting fixtures, switches and 18 receptacles prior to installation. 19 F. Except where dimensions are shown, the locations of equipment, fixtures, outlets and 20 similar devices shown on the Drawings are approximate only. Determine exact 21 locations and obtain approval from the Owner/Engineer during construction. Obtain 22 information relevant to the placing of electrical work and in case of any interference 23 with other work, proceed as directed by the Owner/Engineer and furnish all labor and 24 materials necessary to complete the work in an approved manner. 25 G. Circuit layouts are not intended to show the number of fittings, or other installation 26 details. Furnish all labor and materials necessary to install and place in satisfactory 27 operation all power, lighting and other electrical systems shown. 28 H. Redesign of electrical or mechanical work, which is required due to the use of a pre- 29 approved alternate item shall include the arrangement of equipment and/or layout other 30 than that which is specified or shown herein. All additional work and materials required 31 shall be provided with no change in the contract price or schedule. Redesign and 32 detailed plans shall be submitted to the Owner/Engineer for approval. 33 I. Raceways and conductors for lighting, switches, receptacles and other miscellaneous 34 low voltage power and signal systems as specified are not shown on the Drawings. 35 Raceways and conductors shall be provided as required for a complete and operating 36 system. Refer to riser diagrams for signal system wiring. Homeruns, as shown on the 37 Drawings, identify raceways to be run exposed and raceways to be run concealed. 38 Raceways installed exposed shall be near the ceiling or along walls of the areas through 39 which they pass and shall be routed to avoid conflicts with HVAC ducts, cranes hoists, 40 monorails, equipment hatches, doors, windows, etc. Raceways installed concealed shall 41 be run in the center of concrete floor slabs, above suspended ceilings, or in partitions as 42 required. 26 00 00 - 8 ELECTRICAL – GENERAL PROVISIONS Page 8 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 J. Provide all conduit and conductors or data highway cables to RTU and/or PLC 2 termination cabinets, where designated on the Drawings or otherwise required by the 3 Specifications, the manufacture of the equipment, or submitted and approved systems. 4 The conduit and conductors or data highway cables as shown on the interface drawings 5 may not necessarily be shown on the floor plan. 6 K. Install conductors carrying low voltage signals (typically twisted shielded pair cables) 7 in raceways totally separate from all other raceways containing power or 120-Volt 8 control conductors. Do not combine conductors carrying low voltage signals in 9 wireways without barriers or NEC code-compliant separation for their entire length in 10 the wire way, and/or provide separate wireways to provide separation of the conductors. 11 Low voltage signal conductors routed through manholes or hand holes shall be bundled 12 and separated from other conductors. 13 L. Raceways and conductors for thermostats controlling HVAC unit heaters, exhaust fans 14 and similar equipment are not shown on the Drawings. Provide raceways and 15 conductors between the thermostats, the HVAC equipment and the motor starters for a 16 complete and operating system. All raceways and power conductors shall be in 17 accordance with Division 26. Raceways shall be installed concealed in all finished 18 space and may be installed concealed or exposed in process spaces. Refer to the HVAC 19 drawings for the locations of the thermostats and controls. 20 M. Raceways and conductors for the fire alarm, sound and page party systems are not 21 shown on the Drawings. Provide raceways and conductors as required by the system 22 manufacturer for a complete and operating system. All raceways and power conductors 23 shall be in accordance with Division 26. Raceways shall be installed concealed in all 24 finished spaces and may be installed exposed or concealed in process spaces. 25 3.2 EQUIPMENT PADS AND SUPPORTS 26 A. Electrical equipment pads and supports, of concrete or steel including structural 27 reinforcing and lighting pole foundations, are shown on the Structural Drawings. 28 B. Electrical equipment or raceways shall not be attached to or supported from, sheet metal 29 walls. 30 C. Electrical equipment pads shall be provided for all free-standing equipment. 31 Dimensions shall be 3-inches high. With 3-inch extension from front of equipment for 32 equipment mounted against the wall and 3-inch extension on front and rear sections 33 when equipment is rear accessible. 34 3.3 SLEEVES AND FORMS FOR OPENINGS 35 A. Provide and place all sleeves for conduits penetrating floors, walls, partitions, etc. 36 Locate all necessary slots for electrical work and form before concrete is poured. 37 B. Unless measurements are shown on the drawings, the locations for stubbing up and 38 terminating concealed conduits which are shown on the drawings are approximate. 39 Exact locations are required for stubbing-up and terminating concealed conduit. Obtain 40 shop drawings and templates from equipment vendors or other subcontractors and 41 locate the concealed conduit before the floor slab is poured. 42 C. Where setting drawings are not available in time to avoid delay in scheduled floor slab 43 pours, the Owner/Engineer may allow the installations of such conduit to be exposed. 44 Requests for this deviation must be submitted in writing. No change in Contract Price 45 or Schedule for such change will be allowed. 26 00 00 - 9 ELECTRICAL – GENERAL PROVISIONS Page 9 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 D. Seal all openings, sleeves, penetration and slots as specified in Section26 05 33. 2 3.4 CUTTING AND PATCHING 3 A. Coordinate with Divisions 2 and 3 for cutting and patching. 4 B. Core drill holes in concrete floors and walls as required. Obtain written permission from 5 the Owner/Engineer before core drilling any holes larger than two inches. 6 C. Schedule the installation of work to provide the minimum amount of cutting and 7 patching. 8 D. Cutting or drilling holes for the installation of raceway through joists, beams, girders, 9 columns or any other structural members is strictly prohibited. If a structural member is 10 cut or drilled, restore the structural member to its previous condition in complete 11 accordance with the instructions of the Structural Engineer, with no change in contract 12 price or schedule regardless of the extent of the repairs required to restore the member 13 to its previous condition. 14 E. Cut opening only large enough to allow easy installation of the conduit. 15 F. Patching shall be of the same kind and quality of material as was removed. 16 G. The completed patching work shall restore the surface to its original appearance or 17 better. 18 H. Patching of waterproofed surfaces shall render the area of the patching completely 19 waterproofed. 20 I. Remove rubble and excess patching materials from the premises. 21 J. Existing conduits are cut at the floor line of wall line, they shall be filled with grout of 22 suitable patching material approved by the Structural Engineer. 23 3.5 INSTALLATION 24 A. Any work not installed according to the Drawings and this Section shall be subject to 25 change as directed by the Owner/Engineer. No change in Contract Price or Schedule 26 will be allowed for making these changes. 27 B. All dimensions shall be field verified at the job site and coordinated with the work of all 28 other trades. 29 C. Electrical equipment shall always be protected against mechanical or water damage. 30 Electrical equipment shall not be stored outdoors. Electrical equipment shall be stored 31 in dry permanent shelters as required by each Specification Section. Do not install 32 electrical equipment in its permanent location until structures are weather-tight. If any 33 apparatus has been subject to possible injury by water, it shall be thoroughly dried out 34 and tested as directed by the Owner/Engineer or shall be replaced with no change in 35 Contract Price or Schedule, at the Owner/Engineer's discretion. 36 D. Equipment that has been damaged shall be replaced or repaired by the equipment 37 manufacturer, at the Owner/Engineer's discretion. 38 E. Repaint any damage to the factory applied paint finish using touch-up paint furnished 39 by the equipment manufacturer. If the metallic portion of the panel or section is 40 damaged, the entire panel or section shall be replaced, at no additional cost to the 41 Owner. 26 00 00 - 10 ELECTRICAL – GENERAL PROVISIONS Page 10 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 F. NEMA 3R, 4 or 4X enclosures shall not have raceways entering from the top if the 2 enclosure is installed in a damp or wet area. Should raceways be installed entering the 3 top, the enclosure shall be replaced, and raceways re-routed to enter the side or bottom. 4 Conductors, if installed, shall be removed and replaced. Correction of raceways 5 entering the top and conductor replacement shall be provided with no change in 6 Contract Price or Schedule. 7 G. Conduits exiting tray in airconditioned indoor electrical rooms will enter the top of 8 electrical enclosures. The location of these conduits shall be coordinated with the 9 HVAC duct vents such that cold air will not blow on the conduits causing condensation 10 which will enter the electrical enclosures. After installation, inspect the conduits while 11 the HVAC system is running to ensure no condensation is forming and entering any 12 electrical enclosure. Re-direct the air flow if possible or re-route the conduits to avoid 13 condensation. Conductors in re-routed conduits shall be replaced, re-terminated. 14 retested and the operation of the equipment retested with no change in the Contract 15 Price or Schedule. 16 3.6 PHASE BALANCING 17 A. The Drawings do not attempt to balance the electrical loads across the phases. Circuits 18 on motor control centers and panelboards shall be field connected to result in evenly 19 balanced loads across all phases. 20 B. Field balancing of circuits shall not alter the conductor color coding requirements as 21 specified in Section 26 05 19. 22 3.7 MANUFACTURER’S SERVICE 23 A. Provide manufacturer's services for testing and start-up of the equipment as listed in 24 each individual Specification Section. All settings, including those settings and arc flash 25 labels required by the Power System Study, shall be made to the equipment and 26 approved by the Owner/Engineer prior to energizing of the equipment. 27 B. Testing and startup shall not be combined with training. Testing and start-up time shall 28 not be used for manufacturer’s warranty repairs. 29 3.8 TESTS AND SETTINGS 30 A. Test systems and equipment furnished under Division26 and repair or replace all 31 defective work. Make adjustments to the systems as specified and/or required. 32 B. All tests required by the individual specification Sections shall be completed prior to 33 energizing electrical equipment. Submit a sample test form or procedure. and submit the 34 required test reports and data to the Owner/Engineer for approval at least two weeks 35 prior to the startup of the tested equipment. Include names of all test personnel and 36 initial each test. 37 C. Check motor nameplates for correct phase and voltage. Check bearings for proper 38 lubrication. 39 D. Check wire and cable terminations for tightness. 40 E. Check rotation of motors prior to energization. Disconnect driven equipment if damage 41 could occur due to wrong rotation. If the motor rotates in the wrong direction, the 42 rotation shall be immediately corrected, or tagged and locked out until rotation is 43 corrected. 26 00 00 - 11 ELECTRICAL – GENERAL PROVISIONS Page 11 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 F. Verify all terminations at transformers, equipment, capacitor connections, panels, and 2 enclosures by producing a 1 2 3 rotation on a phase sequenced motor when connected 3 to "A", "B" and "C" phases. 4 G. Provide mechanical inspection, testing and setting of circuit breakers, disconnect 5 switches, motor starters, control equipment, etc. for proper operation. 6 H. Check interlocking, control and instrument wiring for each system and/or part of a 7 system to prove that the system will function properly as indicated by schematic and 8 wiring diagrams. 9 I. Check the ampere rating of thermal overloads for motors and submit a typed record to 10 the Owner/Engineer of same, including MCC cubicle location and load designation, 11 motor service factor, horsepower, full load current and starting code letter. If 12 inconsistencies are found, new thermal elements shall be supplied and installed. 13 J. Verify motor power factor capacitor ratings. 14 K. Testing shall be scheduled and coordinated with the Owner/Engineer at least two weeks 15 in advance. Provide qualified test personnel, instruments and test equipment. 16 L. Refer to the individual equipment sections for additional specific testing requirements. 17 M. Make adjustments to the systems and instruct the Owner's personnel in the proper 18 operation of the systems. 19 3.9 TRAINING 20 A. Provide manufacturer’s training as specified in each individual section of the 21 Specifications. 22 END OF SECTION 23 26 00 00 - 12 ELECTRICAL – GENERAL PROVISIONS Page 12 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 THIS PAGE LEFT INTENTIONALLY BLANK 26 05 19 - 1 LOW-VOLTAGE WIRES AND CABLES Page 1 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 SECTION 26 05 19 2 LOW-VOLTAGE WIRES AND CABLES 3 PART 1 - GENERAL 4 1.1 SCOPE OF WORK 5 A. Furnish, install and test all wire, cable and appurtenances as shown on the Drawings 6 and as specified herein. 7 1.2 RELATED WORK 8 A. Refer to Division 26 and the Contract Drawings, for related work and electrical 9 coordination requirements. 10 1.3 SUBMITTALS 11 A. Shop Drawings 12 1. Submit catalog data of all wire and cable, connectors and accessories, specified 13 under this Section with all selections, options and exceptions clearly indicated. All 14 cut sheets shall be clearly marked to indicate which products are being submitted 15 for use on this project. Unmarked cut sheets will be a cause to reject the submittal 16 and return it for revision. 17 B. Certified Tests 18 1. Submit a test report of all installed wire insulation tests. 19 1.4 REFERENCE CODES AND STANDARDS 20 A. The equipment in this specification shall be designed and manufactured according to 21 latest revision of the following standards (unless otherwise noted): 22 1. NFPA 70 – National Electrical Code (NEC) 23 2. NEMA WC-5 – Thermoplastic-Insulated Wire and Cable for the Transmission and 24 Distribution of Electrical Energy 25 3. ANSI/TIA/EIA 606A – Standard for telecommunications Infrastructure 26 1.5 QUALITY ASSURANCE 27 A. The general construction of the wire, cables and the insulation material used shall be 28 similar to that used for cable of the same size and rating in continuous production for at 29 least 15 years and successfully operating in the field in substantial quantities. 30 B. Wire and cable with a manufacture date of greater than 12 months previous will not be 31 acceptable. 32 C. Wire and cable shall be in new condition, with the manufacturer’s packaging intact, 33 stored indoors since manufacture, and shall not have been subjected to the weather. 34 Date of manufacture shall be clearly visible on each reel. 35 D. The manufacturer of these materials shall have produced similar electrical materials for 36 a minimum period of five years. When requested by the Owner/Engineer, an acceptable 37 list of installations with similar equipment shall be provided demonstrating compliance 38 with this requirement. 26 05 19 - 2 LOW-VOLTAGE WIRES AND CABLES Page 2 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 2 A. Prior to jobsite delivery, complete all submittal requirements, and present to the 3 Owner/Engineer prior to delivery of the equipment, an approved copy of all such 4 submittals. Delivery of incomplete constructed equipment, or equipment which failed 5 any factory tests, will not be permitted., 6 B. Check for reels not completely restrained, reels with interlocking flanges or broken 7 flanges, damaged reel covering or any other indication of damage. Do not drop reels 8 from any height. 9 C. Unload reels using a sling and spreader bar. Roll reels in the direction of the arrows 10 shown on the reel and on surfaces free of obstructions that could damage the wire and 11 cable. 12 D. Store cable on a solid, well drained location. Cover cable reels with plastic sheeting or 13 tarpaulin. Do not lay reels flat. 14 1.7 WARRANTY 15 A. Provide warranties, including the manufacturer’s warrantee, for the equipment specified 16 and the proper installation thereof, to be free from defects in material and workmanship 17 for two years from date of final acceptance of the equipment and its installation. Within 18 such period of warranty, all material and labor necessary to return the equipment to new 19 operating condition shall be provided. Any warranty work requiring shipping or 20 transporting of the equipment shall be provided at no expense to the Owner. 21 PART 2 - PRODUCTS 22 2.1 GENERAL 23 A. Wires and cables shall be annealed, 98% conductivity, soft drawn tinned copper. 24 B. All conductors shall be Class B stranded. 25 C. Except for control, signal and instrumentation circuits, wire smaller than #12 AWG 26 shall not be used. 27 2.2 POWER & BUILDING WIRE 28 A. All building wire shall be tinned stranded copper conductors, Type XHHW-2 29 2.3 GROUNDING ELECTRODE CONDUCTOR 30 A. Grounding electrode conductor shall be tinned stranded copper conductor, Type 31 XHHW-2 with green insulation. 32 2.4 BONDING JUMPER 33 A. Bonding Jumper shall be bare tinned stranded copper conductor. 34 2.5 CONTROL WIRE AND CABLE 35 A. Control wire shall be NEC Type XHHW-2. 36 B. Multi-conductor control cable, shall be stranded tinned copper conductor, #14 AWG 37 600-volt, XHHW-2, insulated, PVC outer jacket overall, Type TC, UL rated for 38 underground wet location. 26 05 19 - 3 LOW-VOLTAGE WIRES AND CABLES Page 3 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 2.6 INSTRUMENTATION CABLE 2 A. Cables for 4-20 ma, RTD, potentiometer and similar signals shall be PLTC rated and 3 shall be: 4 1. Single pair cable: 5 a. Conductors: Two #16 AWG stranded, tinned and twisted on two-inch lay 6 b. Insulation: PVC with 600-volt, 90°C rating 7 c. Shield: 100% Mylar tape with drain wire 8 d. Jacket: PVC with manufacturer’s identification 9 e. UL1685 listed for underground wet location use 10 2. Three conductor (triad) cable: 11 a. Conductors: Three #16 AWG stranded, tinned and twisted on two-inch lay 12 b. Insulation: PVC with 600-volt, 90°C rating 13 c. Shield: 100% Mylar tape with drain wire 14 d. Jacket: PVC with manufacturer’s identification 15 e. UL1685 listed for underground wet location use 16 3. Multiple pair cables (where shown on the Drawings): 17 a. Conductor: Multiple pairs, #16 AWG stranded, tinned and twisted on a two- 18 inch lay 19 b. Insulation: PVC with 600-volt, 90°C rating 20 c. Shield: Individual pairs shielded with 100% Mylar tape and drain wire 21 d. Jacket: PVC with manufacturer’s identification 22 e. UL1685 listed for underground wet location use 23 2.7 COMMUNICATION CABLES 24 A. Cables for Ethernet and RS485 shall be rated and shall be: 25 1. Category 5e above Grade shielded Cable 26 a. Conductors: Four bonded pair #24 AWG Bare Copper 27 b. Insulation: Polyolefin 28 c. Shield: 100% aluminum foil polyester tape with drain wire 29 d. Jacket: PVC with 600-volt rated and manufacturer’s identification 30 e. UL21047 and UL1666 listed for indoor and dry locations use 31 2. Category 5e above Grade un-shielded Cable 32 a. Conductors: Four bonded pair #24 AWG Bare Copper 33 b. Insulation: Polyolefin 34 c. Jacket: PVC with 300-volt rated and manufacturer’s identification 35 d. NEC CMR 36 e. UL1666 listed for indoor and dry locations use 37 3. Category 6 above Grade shielded Cable 38 a. Conductors: Four bonded pair #23 AWG Bare Copper 39 b. Insulation: Polypropylene 40 c. Shield: 100% aluminum foil polyester tape with drain wire 41 d. Jacket: PVC with 600-volt rated and manufacturer’s identification 42 e. Transmission Standards: Category 6 - TIA 568.C.2 43 f. NEC CMR 44 g. Flame Test Method: UL1666 Vertical Riser listed for indoor and dry locations 45 use 46 4. Category 6 above Grade un-shielded Cable 47 a. Conductors: Four bonded pair #23 AWG Bare Copper 26 05 19 - 4 LOW-VOLTAGE WIRES AND CABLES Page 4 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 b. Insulation: Polyolefin 2 c. Jacket: PVC with 300-volt rated and manufacturer’s identification 3 d. Transmission Standards: Category 6 - TIA 568.C.2 4 e. Nominal Velocity of Propagation: 72% 5 f. Flame Test Method: UL1666 Vertical Riser listed for indoor and dry locations 6 use 7 5. Category 5e below Grade shielded Cable 8 a. Conductors: Four pair #24 AWG Bare Copper 9 b. Insulation: Polyolefin 10 c. Shield: 100% aluminum foil polyester tape with drain wire 11 d. Jacket: LLPE (Linear Low-Density Polyethylene) with 300-volt rated and 12 manufacturer’s identification 13 e. Misc.: NEMA WC-63.1, listed for outdoor and wet locations use 14 f. Water Blocking compound and listed for direct bury applications. 15 6. Category 5e below Grade unshielded Cable 16 a. Conductors: Four pair #24 AWG Bare Copper 17 b. Insulation: Polyolefin 18 c. Jacket: LLPE (Linear Low-Density Polyethylene) with 300-volt rated and 19 manufacturer’s identification 20 d. Misc.: NEMA WC-63.1, listed for outdoor and wet locations use. 21 e. TIA-568-C.2 Category 5e compliance 22 f. Water Blocking compound and listed for direct bury applications. 23 7. Category 6 below Grade Cable 24 a. Conductors: 4 pair 23AWG Bare Copper 25 b. Insulation: Polyolefin 26 c. Shield: 100 percent aluminum foil polyester tape with drain wire 27 d. Jacket: Polyethylene with 300 volts rated and manufacturer’s identification 28 e. Misc.: Gel filled and NEMA WC-63.1, listed for outdoor and wet locations 29 use 30 8. 485 Communications Cable 31 a. Conductors: One pair #24 AWG Tinned Copper 32 b. Insulation: Polyethylene 33 c. Shield: 100% aluminum foil polyester tape with tinned copper drain wire 34 d. Jacket: PVC with 300-volt rated and manufacturer’s identification 35 e. Misc.: UL2919 listed for indoor and dry locations use 36 2.8 TERMINATION MATERIALS 37 A. Power Conductors: Termination materials, of conductors at equipment, shall be as 38 specified in the relevant equipment Section. 39 B. Control and Instrumentation Conductors (including graphic panel, alarm, low- and 40 high-level signals): Termination connectors shall be DIN-rail-mounted one-piece 41 molded plastic blocks with tubular-clamp-screw type, with end barriers, dual side 42 terminal block numbers and terminal group identifiers. Terminals to be UL Listed for 43 stranded conductor terminations. Rated for a maximum of 2 #14 stranded conductors. 44 Color of terminals to comply with NFPA 79. 26 05 19 - 5 LOW-VOLTAGE WIRES AND CABLES Page 5 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 C. Motor Conductors: Motor connections with conductors #12 AWG up to #6 AWG shall 2 be ring type compression terminations on the motor leads and secured with bolt, nut and 3 spring washer. Connections shall be -30°C rubber insulated, half lap, and two layers 4 minimum of Scotch 33 or equal vinyl tape. Motor terminations for conductors #8 5 AWG and larger shall be in accordance with paragraph “Lugs and Connectors” below. 6 Motors provided on this project per specification 26 05 50 and / or 26 05 51 shall have 7 motor terminals enclosures with bus and NEMA one-hole or two-hole pads to 8 accommodate the conductor terminals specified herein. 9 D. Lugs and Connectors 10 1. All lugs and connectors shall be tin plated copper and shall be crimped type, 11 installed with standard industry tooling. Lugs and connectors shall match the wire 12 size where used and shall be clearly identified and color coded on the connector. 13 All connections shall be made for stranded wire and shall be made electrically and 14 mechanically secured. The lugs and connectors shall have a current carrying 15 capacity equal to the conductors for which they are rated and meet UL 486 16 requirements for 75°C. Lugs for #12 AWG up to #6 AWG shall be ring terminals. 17 Conductors #4 AWG and larger shall be two-hole long barrel lugs with NEMA 18 spacing. All lugs shall be the closed end construction to exclude moisture migration 19 into the cable conductor. 20 2.9 SPLICE MATERIALS 21 A. Power Conductors: Circuits shall be pulled from terminal to terminal, without splicing, 22 except where splicing is shown on the Drawings. No other splicing will be permitted. 23 For wires sizes #8 AWG and smaller, provide color coded wire nuts, with metal inserts, 24 3M or Ideal, rubber insulated with half lap and two layers minimum of Scotch 33 tape. 25 For wires greater than #8 AWG, provide a heat shrink insulated, color-coded, die- 26 crimped splice lug, T&B 54XXX, or equal, rubber insulated, with half lap and two 27 layers minimum of Scotch 33 tape. 28 B. Control and Instrumentation Conductors (including graphic panel, alarm, low- and 29 high-level signals): No splicing of control and instrumentation conductors will be 30 permitted. 31 2.10 WALL AND FLOOR SLAB OPENING SEALS 32 A. Wall and floor slab openings shall be sealed with "FLAME-SAFE" as manufactured by 33 the Thomas & Betts Corp. or equal. 34 2.11 WIRE AND CABLE TAGS 35 A. Wire tags for wire sizes, #2 AWG and smaller, shall be heat shrink type Raychem 36 TMS-SCE, or approved equal with the tag numbers typed with an indelible marking 37 process. Character size shall be a minimum of 1/8-inch in height. Hand written tags 38 shall not be acceptable. Where ends are not available, attach cable tags with nylon tie 39 cord. 40 B. Tags for wires larger than #2 AWG and all cables shall be thermally printed 41 polyethylene type, Brady TLS 2200 or approved equal, nylon zip tied in accordance 42 with the manufacturer’s instructions. 43 C. Tags relying on adhesives or taped-on markers are not acceptable. 44 D. Tagging shall be done in accordance with the execution portion of these Specifications. 26 05 19 - 6 LOW-VOLTAGE WIRES AND CABLES Page 6 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 2.12 WIRE COLOR CODE 2 A. All wire shall be color coded or coded using electrical tape in sizes #8 or greater, where 3 colored insulation is not available. Where tape is used as the identification system, it 4 shall be applied in all junction boxes, manholes and other accessible intermediate 5 locations as well as at each termination. 6 B. The following coding shall be used: System Wire Color 1-Phase, 3 Wire Phase A Phase B Neutral Black Blue White 208Y/120, Volts 3-Phase, 4 Wire Phase A Phase B Phase C Neutral Black Red Blue White 480/277, Volts 3-Phase, 4 Wire Phase A Phase B Phase C Neutral Brown Orange Yellow Gray/White with one or more colored stripes 7 2.13 CABLE TAG COLOR CODE 8 A. All cable tags shall be white in color with black printing. 9 PART 3 - EXECUTION 10 3.1 GENERAL 11 A. Do not install conductors until the raceway system is in place. No conductor shall be 12 installed between outlet points, junction points or splicing points, until raceway sections 13 have been completed, and raceway covers are installed for protection of conductors 14 from damage or exposure to the elements. Any conductor installed in an incomplete 15 raceway system shall be removed from the raceway system and from project site. A 16 complete inspection of such raceway sections shall be completed, before new 17 conductors are installed. 18 B. Installed unapproved wire shall be removed and replaced at no additional cost to the 19 Owner. 20 C. Completely swab raceway system before installing conductors. Do not use cleaning 21 agents and lubricants which have a deleterious effect on the conductors or their 22 insulation. 23 D. Pull all conductors into a raceway at one time, using wire pulling lubricant as needed to 24 protect the wire. 26 05 19 - 7 LOW-VOLTAGE WIRES AND CABLES Page 7 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 E. Except for hand-pulled conductors into raceways, all wire and cable installation shall be 2 installed with tension-monitoring equipment. Conductors which are found to have been 3 installed without tension–monitoring shall be immediately removed from the raceways, 4 permanently identified as rejected material, and removed from the jobsite. New 5 conductors and cables shall be reinstalled, tagged and raceways resealed, with no 6 change in the Contract Price or Schedule allowed. 7 F. Do not exceed cable manufacturer's recommendations for maximum pulling tensions 8 and minimum bending radii. Where pulling compound is used, use only UL listed 9 compound compatible with the cable outer jacket and with the raceway involved. 10 G. Tighten all screws and terminal bolts using torque type wrenches and/or drivers to 11 tighten to the inch-pound requirements of the NEC and UL. 12 H. Single conductors and cables in manholes, hand holes, vaults, cable trays, and other 13 indicated locations are not wrapped together by some other means such as arc and 14 fireproofing tapes, shall be bundled throughout their exposed length with nylon, self- 15 locking, releasable, cable ties placed at intervals not exceeding four inches on centers. 16 I. All wire and cable installed in cable trays shall be UL Listed as Type TC, for cable tray 17 use. 18 3.2 CONDUCTORS 1000 VOLTS AND BELOW 19 A. Provide conductor sizes indicated on Drawings, as a minimum. 20 B. Use crimp connectors on all stranded conductors. 21 C. Soldered mechanical joints insulated with tape will not be acceptable. 22 D. Arrange wiring in cabinets and panels neatly cut to proper length Surplus wire shall be 23 removed unless noted otherwise. Conductors shall be bridled or bundled and secured in 24 an acceptable manner. Identify all circuits entering motor control centers and all other 25 control enclosures in accordance with the conductor identification system specified 26 herein. 27 E. Terminate control and instrumentation wiring with methods consistent with terminals 28 provided, and in accordance with terminal manufacturer's instructions. 29 F. Attach compression lugs, larger than #6 AWG, with a tool specifically designed for that 30 purpose which provides a complete, controlled crimp where the tool will not release 31 until the crimp is complete. Use of plier type crimpers is not acceptable. 32 G. Cap spare conductors and conductors not terminated with the UL listed end caps. 33 H. Remove all burrs, chamfer all edges, and install bushings and protective strips of 34 insulating material to protect the conductors passing through holes or over edges in 35 sheet metal enclosures. 36 I. Provide at least 6 feet spare conductors in freestanding panels and at least two feet spare 37 in other assemblies for all conductors which are to be terminated by others. Provide 38 additional conductor length in any assembly where it is obvious that more conductor 39 will be needed to reach the termination point. 40 J. Do not combine power conductors in the same raceway unless shown on Drawings. Do 41 not run signal conductors carrying voltages less than 120 volts AC in the same raceway 42 as conductors carrying higher voltages regardless of the insulation rating of the 43 conductors. Do not share neutrals on branch circuits. 26 05 19 - 8 LOW-VOLTAGE WIRES AND CABLES Page 8 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 3.3 GROUNDING 2 A. Conduits and other raceways shall contain an equipment grounding conductor whether 3 the raceway is metallic or not. Conduits, motors, cabinets, outlets and other equipment 4 shall be properly grounded in accordance with NEC requirements and specification 26 5 05 26. Ground wires exposed to mechanical damage shall be installed in rigid 6 aluminum conduit. Make connections to equipment with solderless connections. 7 Connections to ground rods shall be of the fused type equal to the Cadweld process. 8 3.4 TERMINATIONS AND SPLICES 9 A. No splices of wire and cable will be permitted, except where specifically permitted by 10 the Owner/Engineer in writing, or as shown on the Drawings. 11 B. Power conductors: Terminations shall be made with connectors as specified. Splices, 12 where specifically allowed as stated above, shall be made in a Termination Cabinet 13 (TC). 14 C. Control Conductors: Splices of control conductors will not be permitted between 15 terminal points. Terminations shall be made with approved terminals as specified. 16 D. Instrumentation Signal Conductors (including graphic panel, alarm, low and high level 17 signals): Splices of Instrumentation conductors will not be permitted between terminal 18 points. Terminations shall be made with connectors as specified. The shield of pair 19 shielded and triad shielded shall be terminated on terminal strips. Provide dedicated 20 terminal block to every conductor including shields. Double lugging terminations is not 21 acceptable. 22 3.5 INSTRUMENTATION CABLES 23 A. Instrumentation cables shall be installed in raceways as specified. Unless specifically 24 shown on the Drawings, all instrumentation circuits shall be installed as single shielded 25 twisted pair cables or single shielded twisted triads. In no case shall a circuit be made 26 up using conductors from different pairs or triads. Triads shall be used wherever three 27 wire circuits are required. 28 B. Terminal blocks shall be provided at all instrument cable junction boxes, and all circuits 29 shall be identified at such junctions. 30 C. Shielded instrumentation wire, coaxial cable, data highway cable, discrete I/O, multiple 31 conductor cable, and fiber optic cables shall be run without splices between 32 instruments, terminal boxes, or panels. The shield shall be continuous for the entire run. 33 D. Shields shall be grounded at the PLC/RTU. Terminal blocks shall be provided for 34 inter-connecting shield drain wires at all junction boxes. Individual circuit shielding 35 shall be provided with its own block. 36 E. Shield wire shall be wrapped and taped at the transmitter end of the signal run. Before 37 termination, peel back the outer sheath, leaving the shield intact. Wrap the drain wire 38 around the conductors, leaving approximately two inches exposed. Wrap the drain wire 39 with two layers of Scotch 33 tape. 26 05 19 - 9 LOW-VOLTAGE WIRES AND CABLES Page 9 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 3.6 WIRE TAGGING 2 A. All wiring shall be tagged at all termination points and at all major access points in the 3 electrical raceways. A termination point is defined as any point or junction where a wire 4 or cable is physically connected. This includes terminal blocks and device terminals. A 5 major access point to a raceway is defined as any enclosure; box or space designed for 6 wire or cable pulling or inspection and includes pull boxes, manholes, and junction 7 boxes. 8 B. Wire tags shall show both origination and destination information to allow for a wire or 9 cable to be traced from point in the field. Information regarding its origination shall be 10 shown in parenthesis. 11 C. For multiconductor cables, both the individual conductors and the overall cable shall be 12 tagged. Conductors that are part of a multiconductor cable shall reference the cable 13 identification number that they are a part of, as well as a unique conductor number 14 within the cable. 15 3.7 CABLE TAGGING 16 A. All cables shall be tagged at all termination points and at all major access points in the 17 electrical raceways as defined in the wire tag section of this Specification. 18 B. The cable tag shall be installed where the cable enters and leaves each access point 19 (e.g., junction box, manhole, etc.). In cases of limited access space, a single tag may be 20 used that shows both equipment tag origination and destination. In the case where the 21 jacket is stripped for terminations, the tag shall be installed at the end of the jacket. 22 3.8 RACEWAY SEALING 23 A. Raceways entering junction boxes or control panels containing electrical or 24 instrumentation equipment shall be sealed with 3M 1000NS Watertight Sealant or 25 approved equal. 26 B. This requirement shall apply to for all raceways in the conduit system. 27 3.9 FIELD TESTS 28 A. Conductors under 600 volts 29 1. Perform insulation resistance testing of all power circuits below 1000 volts with a 30 1000-volt megger, in accordance with the recommendations of the wire 31 manufacturer. 32 2. Prepare a written test report of the results and submit to the Owner/Engineer prior 33 to final inspection. 34 3. Minimum acceptable value for insulation resistance is 100 megohms. Lower values 35 shall be acceptable only by the Owner/Engineer's specific written approval. 36 4. Disconnect equipment that might be damaged by this test. Perform tests with all 37 other equipment connected to the circuit. 38 B. Tests: After instrumentation cable installation and conductor termination by the 39 instrumentation and control supplier, perform tests to ensure that instrumentation cable 40 shields are isolated from ground, except at the grounding point in the instrumentation 41 control panel. Remove all improper grounds. 42 END OF SECTION 26 05 19 - 10 LOW-VOLTAGE WIRES AND CABLES Page 10 of 10 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 THIS PAGE LEFT INTENTIONALLY BLANK 26 05 26Section 16110 - Raceways, Boxes, Fittings and Supports - 1 GROUNDING AND BONDING SYSTEM Page 1 of 6. CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 SECTION 26 05 26 2 GROUNDING AND BONDING SYSTEM 3 PART 1 - GENERAL 4 1.1 SCOPE OF WORK 5 A. Furnish all labor, materials, equipment and incidentals required to install a complete 6 Grounding and Bonding System, in strict accordance with Article 250 of the National 7 Electrical Code (NEC), and as shown on the Drawings and specified herein. 8 B. The system shall include ground wires, ground rods, exothermic connections, 9 mechanical connectors, structural steel connections, all as shown on the Drawings, and 10 as specified herein, to provide a bonding to earth ground of all metallic materials likely 11 to become energized. 12 1.2 RELATED WORK 13 A. Refer to Division 26 and the Contract Drawings, for related work and electrical 14 coordination requirements. 15 1.3 SUBMITTALS 16 A. Submit to the Engineer, in accordance with Division 1 and Section 26 00 00, shop 17 drawings and product data, for the following: 18 1. Ground rods. 19 2. Grounding conduit hubs. 20 3. Waterpipe ground clamps. 21 4. Buried grounding connections. 22 5. Compression lugs. 23 6. Exothermic bonding system. 24 B. All shop drawing submittals and all O&M submittals shall be submitted in hard copy 25 format and in electronic format using PDF files [on a CD and/or a flash drive] [on a 26 flash drive] and shall include an indexed Table of Contents. Electronic submittals are 27 mandatory, and any submittal received not indexed as specified will be returned without 28 review. Hard copy submittals may not be required if so stipulated in the Contract 29 Documents. No change in Contract Price or Schedule will be allowed for delays due to 30 unacceptable submittals. 31 C. All cut sheets shall be clearly marked to indicate which products are being submitted 32 for use on this project. Unmarked cut sheets will cause the submittal to be rejected and 33 returned for revision. 34 1.4 REFERENCE CODES AND STANDARDS 35 A. All products and components shown on the Drawings and listed in this specification 36 shall be designed and manufactured according to latest revision of the following 37 standards (unless otherwise noted): 38 1. NFPA 70 – National Electrical Code (NEC) 39 2. UL 467-2007 --Grounding and Bonding Equipment 26 05 26Section 16110 - Raceways, Boxes, Fittings and Supports - 2 GROUNDING AND BONDING SYSTEM Page 2 of 6. CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 3. NFPA 70E – Standard for Electrical Safety in the Workplace 2 B. All equipment components and completed assemblies specified in this Section of the 3 Specifications shall bear the appropriate label of Underwriters Laboratories. 4 1.5 QUALITY ASSURANCE 5 A. The manufacturer of these materials shall have produced similar electrical materials and 6 equipment for a minimum period of five years. When requested by the Owner/Engineer, 7 an acceptable list of installations with similar equipment shall be provided 8 demonstrating compliance with this requirement. 9 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 10 A. Prior to jobsite delivery, complete all submittal requirements, and present to the 11 Owner/Engineer prior to delivery of the equipment, an approved copy of all such 12 submittals. Delivery of incomplete constructed equipment, onsite factory work, or 13 failed factory tests will not be permitted. 14 B. Protect equipment during shipment, handling, and storage by suitable complete 15 enclosures. Protect equipment from exposure to the elements and keep thoroughly dry. 16 1.7 WARRANTY 17 A. Provide warranties, including the manufacturer’s warrantee, for the equipment specified 18 and the proper installation thereof, to be free from defects in material and workmanship 19 for [two] years from date of final acceptance of the equipment and its installation. 20 Within such period of warranty, all material and labor necessary to return the equipment 21 to new operating condition shall be provided. Any warranty work requiring shipping or 22 transporting of the equipment shall be provided at no expense to the Owner 23 PART 2 - PRODUCTS 24 2.1 RACEWAYS 25 A. Conduit shall be as specified under Section 26 05 33. 26 B. All raceways, conduits and ducts shall contain equipment grounding conductors sized in 27 accordance with the NEC. Minimum sizes shall be #12 AWG unless otherwise 28 indicated on the drawings. 29 2.2 CONDUCTORS 30 A. Conductors shall be as specified under Section 26 05 19. 31 B. Equipment grounding conductors shall be tinned insulated XHHW-2 conductors. 32 Conductors shall be green where available from the wire manufacturers or marked with 33 green tape as specified under 26 05 19. 34 C. Grounding electrode conductors shall be bare tinned copper where direct buried, or 35 encased in concrete. Bare grounding electrode conductors or lightning protection 36 conductors where exposed to damage shall be installed in conduit. Grounding electrode 37 conductors or lightning protection down lead conductors shown, specified or required to 38 be installed in conduit per the NEC with no other conductors shall be bare tinned 39 copper. Bare conductors installed in metallic conduits shall be bonded to the metallic 40 conduit at both ends. 26 05 26Section 16110 - Raceways, Boxes, Fittings and Supports - 3 GROUNDING AND BONDING SYSTEM Page 3 of 6. CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 D. Grounding electrode conductors routed between concealed grounding electrodes or 2 interconnecting grounding electrode counterpoise loop conductors to exposed (IE 3 “Pigtails”) shall be bare tinned copper. 4 2.3 GROUNDING ELECTRODES 5 A. Ground rods shall be 3/4-inch by 10-foot copper-bonded steel and constructed in 6 accordance with UL 467. The minimum copper thickness shall be 10 mils. 7 B. Manufacturers for ground rods 8 1. ERICO 9 2. Copperweld 10 3. Approved equal. 11 2.4 CONNECTORS AND CONNECTIONS 12 A. Waterpipe ground clamps shall be cast bronze 13 1. Manufacturers 14 a. Thomas & Betts Co. Cat. JPT 15 b. Burndy 16 c. O.Z. Gedney Co. 17 d. Cooper Power Systems 18 e. Erico 19 f. Harger 20 g. Approved equal 21 h. Provide the correct size for the pipe. 22 B. Other grounding system clamps, where specified or shown shall be cast bronze 23 1. Manufacturers 24 a. Thomas & Betts Co. 25 b. Burndy 26 c. O.Z. Gedney Co. 27 d. Cooper Power Systems 28 e. Erico 29 f. Harger 30 g. Approved equal. 31 C. All concealed grounding system or lightning protection system connections shall be by 32 an exothermic weld process 33 1. Manufacturers 34 a. T&B Furseweld SCR1 35 b. Burndy Thermoweld 36 c. Cadweld 37 d. Approved equal. 38 2. Exothermic welded connections shall be used in exposed locations as specified 39 herein. 26 05 26Section 16110 - Raceways, Boxes, Fittings and Supports - 4 GROUNDING AND BONDING SYSTEM Page 4 of 6. CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 D.Provide a Burndy Hyground Irreversible Compression System or equal in areas where 2 the Owner’s operations prevent the use of an exothermic welded connection. The use 3 of a compression system ground connection is otherwise prohibited without written 4 approval on a case-by-case basis from the Owner or Engineer. Permission shall be 5 submitted through the RFI process. Compression connectors installed without 6 permission shall be removed and replaced with exothermic weld connections with no 7 change in the Contract Price or change in the Contract Schedule allowed. 8 E. All grounding connections which would require exothermic welding in a Class 1 9 Division 1 Area as determined by NFPA 820, or the Engineer, or the NEC Authority 10 Having Jurisdiction shall use a Burndy Hyground Irreversible Compression System, or 11 equal. 12 PART 3 - EXECUTION 13 3.1 INSTALLATION 14 A. Route exposed grounding electrode conductors in rigid aluminum conduits to protect 15 the conductors from damage. The rigid conduits shall be aluminum or PVC-coated 16 aluminum conduits as specified in 26 05 33. Bond the protecting conduits to the 17 grounding electrode conductors at both ends. Water pipe grounding connections shall 18 not be painted. Painted connections shall be disassembled, replaced and reconnected. 19 B. Install equipment grounding conductors in all raceways for the power, control and 20 instrumentation systems. Grounding conductors shall be independent conductors and 21 shall be separate from all shield drain wires. 22 C. Conduits and other raceways shall contain an equipment grounding conductor whether 23 the raceway is metallic or not. Conduits, motors, cabinets, outlets and other equipment 24 shall be properly bonded in accordance with NEC requirements. Where ground wire is 25 exposed to mechanical damage, install wire in rigid metallic conduit. 26 D. In NEC classified areas, connection of grounding electrode connections to structural 27 steel columns shall be made with long barrel type one-hole heavy duty copper 28 compression lugs, bolted through 1/2-inch maximum diameter holes drilled in the 29 column web, with stainless steel hex head cap screws and nuts. 30 E. In new construction, bond each building column to the grounding electrode 31 counterpoise system whether nor not specifically shown on the Drawings using 32 grounding electrode conductors. Grounding electrode conductors rising from the 33 counterpoise to bond to a column shall be made using an insulated conductor the same 34 size as the conductors used to form the counterpoise. Exposed grounding electrode 35 conductors shall be routed in rigid conduit. Bond metallic conduits as specified. 36 Grounding electrode conductor connections to structural steel columns shall be made 37 with as permitted by the Structural Engineer with Exothermic welds are acceptable in 38 non-classified areas if approved by the Structural Engineer. 39 F. Metal conduits stubbed into a motor control center shall be terminated with insulated 40 grounding bushings and connected to the motor control center ground bus. Bond boxes 41 mounted below motor control centers to the motor control center ground bus. Size the 42 grounding wire in accordance with NEC Table 250.122, except that a minimum #12 43 AWG shall be used. 26 05 26Section 16110 - Raceways, Boxes, Fittings and Supports - 5 GROUNDING AND BONDING SYSTEM Page 5 of 6. CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 G. Liquid tight flexible metal conduit in sizes 1-1/2-inch and larger shall have bonding 2 jumpers. Bonding jumpers shall be external, run parallel (not spiraled) and fastened 3 with plastic tie wraps. 4 H. Ground transformer neutrals to the nearest available grounding electrode with a 5 conductor sized as shown with a minimum size in accordance with NEC Article 250.66. 6 I. Provide power system grounding electrodes (ground rods) no closer than twice the 7 length of the ground rod. Where a lightning protection is specified to be provided, the 8 Contractor shall provide a dedicated lightning protection system grounding electrode 9 (ground rod) at the end of every down lead if no counterpoise is present or shall connect 10 directly to the power system counterpoise without driving a separate ground rod. Refer 11 to Section 26 41 00 for lightning protection system specifications. 12 J. Provide a #1/0 AWG bare tinned grounding conductor the full length of each cable tray 13 system, bond each section and tray fitting to the tray grounding conductor. Route the 14 tray grounding conductor along the outside of the cable tray. Install no grounding 15 clamps on the inside of the tray to avoid damage to tray conductors. Bond the tray 16 grounding conductor to the power system counterpoise grounding electrode system at 17 the end of the tray, or for tray systems installed in a loop configuration, bond in at least 18 two locations at opposite sides of the tray loop. Bond every enclosure to which tray 19 conductors are routed to the tray grounding conductor. Bond every conduit or raceway 20 routing tray conductors away from or to the tray system to the cable tray and to the 21 cable tray grounding conductor. 22 K. All equipment enclosures, motor and transformer frames, conduits systems, cable tray, 23 cable armor, exposed structural steel and all other equipment and materials required by 24 the NEC to be grounded, shall be grounded and bonded in accordance with the NEC. 25 L. Seal exposed connections between different metals with no-oxide paint, Grade A or 26 equal. 27 M. Lay all underground grounding conductors’ slack and, where exposed to mechanical 28 injury, protect by pipes or other substantial guards. If guards are iron pipe, or other 29 magnetic material, electrically connect conductors to both ends of the guard. Make 30 connections as specified herein. 31 N. Care shall be taken to ensure good ground continuity, between the conduit system and 32 equipment frames and enclosures. Where necessary, bonding jumper conductors shall 33 be provided. 34 O. Ground all grounding type receptacles to the outlet boxes with a minimum, #12 AWG 35 XHHW-2 stranded green conductor, connected to the ground terminal of the receptacle 36 and bonded to the outlet box by means of a grounding screw. 37 3.2 INSPECTION AND TESTING 38 A. Inspect the grounding and bonding system conductors and connections for tightness and 39 proper installation. 40 B. Use Biddle Direct Reading Earth Resistance Tester or equivalent test instrument to 41 measure resistance to ground of the system. Perform testing in accordance with test 42 instrument manufacturer's recommendations using the fall-of-potential method. 43 C. All test equipment shall be provided under this Section and approved by the 44 Owner/Engineer. 26 05 26Section 16110 - Raceways, Boxes, Fittings and Supports - 6 GROUNDING AND BONDING SYSTEM Page 6 of 6. CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 D. Resistance to ground testing shall be preceded by no precipitation for a minimum of 2 five days. Submit test results in the form of a graph showing the number of points 3 measured (12 minimum) and the numerical resistance to ground. 4 E. Testing shall be performed before energizing the electrical distribution system. 5 F. A separate test shall be conducted for each building or system. 6 G. Notify the Engineer immediately if the resistance to ground for any building or system 7 is greater than five ohms. 8 END OF SECTION 26 05 29 - 1 ELECTRICAL SUPPORT HARDWARE Page 1 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 SECTION 26 05 29 2 ELECTRICAL SUPPORT HARDWARE 3 PART 1 - GENERAL 4 1.1 SCOPE OF WORK 5 A. Furnish and install electrical support hardware, as shown on the Drawings and as 6 specified herein. 7 B. Hardware shall include anchor systems, adhesive anchor systems, metal framing 8 systems, and other electrical support systems, as shown on the Drawings and specified 9 herein. 10 1.2 RELATED WORK 11 A. Refer to Division 26 and the Contract Drawings, for related work and electrical 12 coordination requirements. 13 1.3 SUBMITTALS 14 A. Submit to the Owner/Engineer, in accordance with Division 1, the manufacturers' 15 names and product designation or catalog numbers for the types of materials specified 16 or shown on the Drawings. All cut sheets shall be clearly marked to indicate which 17 products are being submitted for use on this project. Unmarked cut sheets will cause 18 the submittal to be rejected and returned for revision. 19 B. The submittal information, for anchor systems, shall contain manufacturer's 20 specifications and technical data including; 21 1. Acceptable base material conditions (i.e. cracked, un-cracked concrete) 22 2. Acceptable drilling methods 23 3. Acceptable bore hole conditions (dry, water saturated, water filled, under water) 24 4. Manufacturer's installation instructions including bore hole cleaning procedures and 25 adhesive injection. 26 5. Cure and gel timetables 27 6. Temperature ranges (storage, installation and in-service). 28 C. All shop drawing submittals and all O&M submittals shall be submitted in hard copy 29 format and in electronic format using PDF filesand shall include an indexed Table of 30 Contents. Electronic submittals are mandatory, and any submittal received not indexed 31 as specified will be returned without review. Hard copy submittals may not be required 32 if so stipulated in the Contract Documents. No change in Contract Price or Schedule 33 will be allowed for delays due to unacceptable submittals. 34 D. Submittals shall also contain information on related equipment to be furnished under 35 this Specification. Incomplete submittals not containing the required information on the 36 related equipment will also be returned without review. 26 05 29 - 2 ELECTRICAL SUPPORT HARDWARE Page 2 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 1.4 REFERENCE CODES AND STANDARDS 2 A. All products and components shown on the Drawings and listed in this specification 3 shall be designed and manufactured according to latest revision of the following 4 standards (unless otherwise noted): 5 1. NFPA 70 National Electrical Code (NEC) 6 2. NFPA 70E Standard for Electrical Safety in the Workplace 7 3. ASTM E 488-96 (2003); Standard Test Method for Strength of Anchors in 8 Concrete and Masonry Elements, ASTM International. 9 4. ASTM E 1512-93, Standard Test Methods for Testing Bond Performance of 10 Adhesive-Bonded Anchors, ASTM International 11 5. AC308; Acceptance Criteria for Post-Installed Anchors in Concrete Elements, 12 Latest revision. 13 6. SAE 316 Stainless Steel Grades 14 B. All equipment components and completed assemblies having a UL standard specified in 15 this Section of the Specifications, shall bear the appropriate label of Underwriters 16 Laboratories. 17 1.5 QUALITY ASSURANCE 18 A. The manufacturer of these materials shall have produced similar electrical materials and 19 equipment for a minimum period of five years. When requested by the Owner/Engineer, 20 a list of installations with similar equipment shall be provided demonstrating 21 compliance with this requirement. 22 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 23 A. Prior to jobsite delivery, all submittal requirements must be complete, and an approved 24 copy of all such submittals shall be available to the Owner/Engineer prior to delivery of 25 the equipment. Delivery of equipment not completely constructed, onsite factory work, 26 or failed factory tests will not be permitted. 27 B. Materials shall be handled and stored in accordance with manufacturer's instructions. 28 C. Adhesive Anchor Systems. 29 1. Deliver materials undamaged in Manufacturer's clearly labeled, unopened 30 containers, identified with brand, type, and ICC-ES Evaluation Report number. 31 2. Coordinate delivery of materials with scheduled installation date, minimizing 32 storage time at jobsite. 33 3. Store materials under cover and protect from weather and damage in compliance 34 with Manufacturer's requirements, including temperature restrictions. 35 4. Comply with recommended procedures, precautions or remedies described in 36 material safety data sheets as applicable. 37 5. Do not use damaged or expired materials. 38 6. Storage restrictions (temperature range) and expiration date must be supplied with 39 product 40 D. Metal Framing Systems 41 1. Material shall be new and unused, with no signs of damage from handling. 26 05 29 - 3 ELECTRICAL SUPPORT HARDWARE Page 3 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 1.7 WARRANTY 2 A. Provide warranties, including the manufacturer’s warrantee, for the equipment specified 3 and the proper installation thereof, to be free from defects in material and workmanship 4 for two years from date of final acceptance of the equipment and its installation. Within 5 such period of warranty, all material and labor necessary to return the equipment to new 6 operating condition shall be provided. Any warranty work requiring shipping or 7 transporting of the equipment shall be provided at no expense to the Owner. 8 PART 2 - PRODUCTS 9 2.1 ANCHORING SYSTEMS 10 A. Acceptable Manufacturers 11 1. Subject to compliance with the Contract Documents, the following Manufacturers 12 are acceptable: 13 a. HILTI Kwik Bolt 3 14 b. Approved equal 15 2. The listing of specific manufacturers above does not imply acceptance of their 16 products that do not meet the specified ratings, features and functions. 17 Manufacturers listed above are not relieved from meeting these specifications in 18 their entirety. 19 B. Product Description 20 1. Torque controlled expansion anchor consisting of anchor body, expansion element 21 (wedges), washer and nut. Anchor shall be used for anchor sizes less than 3/8 inch. 22 2. All parts shall be 316 stainless steel materials conforming to SAE 316. 23 3. UL 203 Rated. 24 2.2 ADHESIVE ANCHORING SYSTEMS 25 A. Acceptable Manufacturers 26 1. Subject to compliance with the Contract Documents, the following Manufacturers 27 are acceptable: 28 a. HILTI HIT-RTZ with HIT-HY 200 MAX. 29 b. Approved equal 30 2. The listing of specific manufacturers above does not imply acceptance of their 31 products that do not meet the specified ratings, features and functions. 32 Manufacturers listed above are not relieved from meeting these specifications in 33 their entirety. 34 B. Product Description 35 1. Anchor body with helical cone shaped thread on the embedded end and standard 36 threads on the exposed end, with washer and nut, inserted into Injection adhesive. 37 Anchor shall be used for anchor sizes 3/8 inch and larger. 38 2. All parts shall be 316 stainless steel materials conforming to SAE 316 standards. 39 2.3 STRUT SUPPORT SYSTEMS 40 A. Acceptable Manufacturers 26 05 29 - 4 ELECTRICAL SUPPORT HARDWARE Page 4 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 1. Subject to compliance with the Contract Documents, the following Manufacturers 2 are acceptable: 3 a. Tyco Unistrut 4 b. B-Line 5 c. Super-Strut 6 d. Approved equal 7 2. The listing of specific manufacturers above does not imply acceptance of their 8 products that do not meet the specified ratings, features and functions. 9 Manufacturers listed above are not relieved from meeting these specifications in 10 their entirety. 11 B. Product Description 12 1. Metal framing system for use in the mounting or support of electrical systems, 13 panels and enclosures, and including lighting fixture supports, trapeze hangers and 14 conduit supports. 15 2. Components shall consist of telescoping channels, slotted back-to-back channels, 16 end clamps all threads and conduit clamps. 17 3. Minimum sizes shall be 13/16-inch through 3-1/4 inch. 18 4. Components shall be assembled by means of flat plate fittings, 90-degree angle 19 fittings, braces, clevis fittings, U-fittings, Z-fittings, Wing-fittings, Post Bases, 20 channel nuts, washers, etc. 21 5. Field welding of components will not be permitted. 22 6. Unless otherwise specified or shown on the Drawings, all parts shall be 316 23 stainless steel material conforming to SAE 316. 24 7. Framing systems for chlorine and ammonia rooms shall be manufactured of 25 structural fiberglass. 26 2.4 STAINLESS TIES 27 A. Acceptable Manufacturers 28 1. Subject to compliance with the Contract Documents, the following Manufacturers 29 are acceptable: 30 a. PANDUIT 31 b. PHONIX CONTACT 32 c. Gardner Bender 33 d. Approved Equal 34 2. The listing of specific manufacturers above does not imply acceptance of their 35 products that do not meet the specified ratings, features and functions. 36 Manufacturers listed above are not relieved from meeting these specifications in 37 their entirety. 38 B. Product Description 39 1. Cable Ties for securing and supporting of flexible raceway and conductors. 40 2. Self-locking mechanism. 41 3. Material shall be 304 Stainless Steel unless otherwise directed as shown on the 42 drawings. 43 C. Locations for Use 44 1. Cable Ties of stainless steel to be used in wet environments, where exposed to 45 process, or when exposed to sunlight 26 05 29 - 5 ELECTRICAL SUPPORT HARDWARE Page 5 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 2. Self-locking mechanism. 2 PART 3 - EXECUTION 3 3.1 GENERAL 4 A. Install all equipment strictly in accordance with the manufacturer's instructions and the 5 Contract Drawings. 6 B. The locations of devices are shown as general on the Drawings and may be varied 7 within reasonable limits as to avoid any piping or other obstruction without change in 8 the Contract Price or Schedule, subject to the approval of the Owner and Engineer. 9 Coordinate the installation of the devices for piping and equipment clearance. 10 C. No electrical equipment or raceways shall be attached to or supported from, sheet metal 11 walls. 12 D. Install required safety labels. 13 E. Electrical support channel shall be used to construct support assemblies as shown on the 14 drawings. Horizontal braces attached to concrete or CMU walls or structural building 15 steel are permitted if the space between the back of the support structures and the 16 attachment points are too small to permit a walk space. No attachments to sheet metal 17 are permitted as specified above. Incorporate additional channel materials and/or 18 provide assemblies of double channel with enough vertical and horizontal members to 19 from a rigid structure whether or not such additional materials or the use of double 20 channel materials are shown or specified. Support structures shall be rigid without the 21 use of channels to from angle supports between the back or front of the assembly and 22 the ground. Angle supports are strictly prohibited because they provide tripping 23 hazards. Outdoor supports structures shall be able to support the equipment with the 24 structural strength to withstand wind gusts up to 90 mph without damage. 25 3.2 FIELD QUALITY CONTROL 26 A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. 27 B. Check tightness of all accessible electrical connections. Minimum acceptable values are 28 specified in manufacturer's instructions. 29 3.3 POST INSTALLED ANCHOR SYSTEMS 30 A. Prior to installation of the anchor systems, the hole shall be clean and dry in accordance 31 with the manufacturer’s instructions. 32 3.4 CLEANING 33 A. Remove all rubbish and debris from inside and around the installation. Remove dirt, 34 dust, or concrete spatter from the interior and exterior of the equipment using brushes, 35 vacuum cleaner, or clean, lint free rags. Do not use compressed air. 36 END OF SECTION 37 26 05 29 - 6 ELECTRICAL SUPPORT HARDWARE Page 6 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 THIS PAGE LEFT INTENTIONALLY BLANK 26 05 33 - 1 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 1 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 SECTION 26 05 33 2 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS 3 PART 1 - GENERAL 4 1.1 SCOPE OF WORK 5 A. Furnish and install complete raceway systems as shown on the Drawings and as 6 specified herein. A raceway system shall consist of materials designed expressly for 7 containing wires and cables, including but not limited to, conduit, device bodies, 8 conduit bodies, raceway boxes, enclosures containing electrical devices, controls and 9 related materials. 10 B. Raceways and conductors that are listed on the raceway and conductor schedules are 11 generally not shown on the Drawings, except where they are required to pass through a 12 restricted or designated space. Raceways indicated to be run "exposed" on the schedules 13 shall be run near the ceilings or along the walls of the areas through which they pass 14 and shall be routed to avoid conflicts with HVAC ducts, cranes and hoists, lighting 15 fixtures, doors and hatches, etc. Raceways indicated to be run concealed shall be run in 16 the center of concrete floor slabs, in partitions, or above hung ceilings, as required. 17 1.2 RELATED WORK 18 A. Refer to Division 26 00 00 and the Contract Drawings, for related work and electrical 19 coordination requirements. 20 1.3 SUBMITTALS 21 A. Submit to the Owner/Engineer, in accordance with Division 1, the manufacturers' 22 names and product designation or catalog numbers of all materials specified. 23 1. Cut sheets for each individual item shall be submitted. 24 2. Each cut sheet shall be clearly marked to indicate the item submitted and/or mark 25 out items which are not being submitted for approval. Submittals not clearly 26 marked will be returned with the indication REVISE AND RESUBMIT as a 27 minimum or other indication per the specifications as warranted. 28 B. Submit to the Owner/Engineer, certification that the electricians installing the PVC 29 coated conduit have a five-year minimum experience, in the installation of the product. 30 C. All shop drawing submittals and all O&M submittals shall be submitted in hard copy 31 format and in electronic format using PDF files] and shall include an indexed Table of 32 Contents. Electronic submittals are mandatory, and any submittal received not indexed 33 as specified will be returned without review. Hard copy submittals may not be required 34 if so stipulated in the Contract Documents. No change in Contract Price or Schedule 35 will be allowed for delays due to unacceptable submittals. 36 D. Submittals shall also contain information on related equipment to be furnished under 37 this Specification. Incomplete submittals not containing the required information on the 38 related equipment will also be returned without review. 39 1.4 REFERENCE CODES AND STANDARDS 26 05 33 - 2 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 2 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 A. All products and components shown on the Drawings and listed in this specification 2 shall be designed and manufactured according to latest revision of the following 3 standards (unless otherwise noted): 4 1. NFPA 70 – National Electrical Code (NEC) 5 2. NFPA 70E – Standard For Electrical Safety in the Workplace 6 3. UL 6A – Electrical Rigid Metal Conduit 7 4. ANSI C80.5 – Electrical Rigid Aluminum Conduit 8 5. UL 514B – Outlet Bodies 9 B. All equipment components and completed assemblies specified in this Section of the 10 Specifications shall bear the appropriate label of Underwriters Laboratories. 11 1.5 QUALITY ASSURANCE 12 A. The manufacturer of these materials shall have produced similar electrical materials and 13 equipment for a minimum period of five years. When requested by the Owner/Engineer, 14 an acceptable list of installations with similar equipment shall be provided 15 demonstrating compliance with this requirement. 16 B. The manufacturer of the assembly shall be the manufacturer of the major components 17 within the assembly. All assemblies shall be of the same manufacturer. 18 C. The installer of materials specified herein, shall have a minimum of five years’ 19 experience in the installation of each type of material. Proof of experience shall be 20 submitted, upon request of the Owner/Engineer, prior to installation. 21 D. Used materials are unacceptable, will be rejected and shall be removed from the job 22 site. Used materials, if installed, shall be removed and replaced with new materials. If 23 new materials are installed with used materials, and the removal of the used materials 24 renders the new materials in an unacceptable condition, such as new conductors 25 installed in used raceway components, (determined by the Engineer/Owner alone) then 26 the new materials shall be removed along with the used materials and replaced. No 27 increase in the Contract Price nor in Contract Schedule will be allowed. 28 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 29 A. Prior to jobsite delivery, complete all submittal requirements, and present to the 30 Owner/Engineer prior to delivery of the equipment, an approved copy of all such 31 submittals. Delivery of incomplete constructed equipment, or equipment which failed 32 any factory tests, will not be permitted. 33 B. Materials shall be handled and stored in accordance with manufacturer's instructions. 34 C. Materials shall not be stored exposed to sunlight. Such materials shall be completely 35 covered. 36 D. Materials showing signs of previous use, jobsite storage at another location, or exposure 37 to the elements or other damage will be rejected. 38 1.7 WARRANTY 26 05 33 - 3 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 3 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 A. Provide warranties, including the manufacturer’s warrantee, for the equipment specified 2 and the proper installation thereof, to be free from defects in material and workmanship 3 for two years from date of final acceptance of the equipment and its installation. Within 4 such period of warranty, all material and labor necessary to return the equipment to new 5 operating condition shall be provided. Any warranty work requiring shipping or 6 transporting of the equipment shall be provided at no expense to the Owner. 7 PART 2 - PRODUCTS 8 2.1 GENERAL 9 A. Raceways and fittings shall be as shown on the Drawings, with a minimum 3/4-inch 10 trade size. 11 B. Device entries less than 3/4 inch shall be provided with an adaptor to connect ¾-inch or 12 larger conduit. The following adaptors are acceptable: 13 1. REA12SA, Cooper Crouse Hinds or equal, for aluminum 14 2. ADAPT ADU302930, REDAPT or equal, for 316 stainless. 15 3. Approved equal 16 2.2 CONDUIT RACEWAY 17 A. PVC Coated Rigid Aluminum Conduit (CRMC) 18 1. PVC coated rigid aluminum conduit shall have a minimum 0.040-inch thick, 19 polyvinyl chloride coating permanently bonded to rigid aluminum conduit and an 20 internal chemically cured urethane or enamel coating. 21 2. Rigid Aluminum conduit shall be extruded from AA 6063 alloy in temper 22 designation T-1 and shall conform to FED Spec WW-C-540C, ANSI C80.5 and UL 23 6A. 24 3. The ends of all couplings, fittings, etc. shall have a minimum of one pipe diameter 25 in length of PVC overlap. 26 4. Elbows and couplings shall be PVC coated by the same manufacturer supplying the 27 conduit PVC coating system. Elbows and couplings used with PVC coated conduit 28 shall be furnished with a PVC coating bonded to the aluminum, the same thickness 29 as used on the coated aluminum conduit. 30 B. Liquid tight Aluminum Flexible Metal Conduit (LFMC) 31 1. Liquid tight aluminum flexible metal conduit shall have an interlocked aluminum 32 core, PVC jacket rated for 60 degrees C,. and meeting NEC Article 351. 33 2. Fittings used with liquid tight flexible aluminum conduit shall be copper-free 34 aluminum and shall conform to FEDSPEC AA50552, and UL-514B. 35 C. Rigid Aluminum Conduit (RMC) 36 1. Rigid Aluminum conduit shall be extruded from AA 6063 alloy in temper 37 designation T-1 and shall conform to FED Spec WW-C-540C, ANSI C80.5 and UL 38 6A. 39 D. Rigid PVC Schedule 40 Conduit (RNC} 26 05 33 - 4 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 4 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 1. Schedule 40 PVC Rigid Nonmetallic Conduit (RNC) shall be designed for use 2 underground as described in the NEC, resistant to sunlight. The conduits and 3 fittings shall be manufactured to NEMA TC-2, Federal Specification WC1094A 4 and UL 651 specifications. Fittings shall be manufactured to NEMA TC-3, Federal 5 Specification WC1094A and UL 514B. Conduit shall have a UL Label. 6 2. Manufacturers 7 2.3 WIREWAYS 8 A. All wireways shall be NEMA 4X 316 stainless steel, with gasketed hinged covers and 9 stainless steel quick-release type latches. Wireway shall have two Breather/Drains for 10 each ten feet of wireway. Breather/Drain shall be in the bottom, near the ends of the 11 wireway. Wireways shall have integral welded mounting lugs. Bolted-on mounting 12 lugs are unacceptable 13 B. Manufacturers 14 1. Industrial Enclosure Corporation 15 2. Cooper B Line 16 a. Approved equal 17 C. Breather/Drains 18 1. Eaton Crouse-Hinds 316 stainless steel 19 a. Approved equal 20 2.4 RACEWAY BOXES AND EQUIPMENT ENCLOSURES 21 A. The term box and enclosure are synonymous for this specification. Boxes and 22 enclosures specified herein, include terminal boxes, junction boxes pull boxes, and 23 boxes for switch, receptacles and lighting. Enclosures used for electrical and 24 instrumentation equipment, other than terminal boxes, shall be provided as described in 25 this section with references to this specification in other specification sections. All 26 raceway boxes and equipment enclosures shall be provided with a common ground 27 point and shall be UL rated. 28 B. NEMA Type 4X boxes shall be 316 stainless steel or aluminum only as otherwise 29 specified or shown with mounting lugs or brackets welded on the box, suitable for wall 30 mounting, or have mounting feet where self-standing. Boxes for wall-mounting shall 31 have integral welded-on mounting lugs. Enclosures with mounting feet shall have the 32 mounting feet brackets for the attachment of mounting feet welded on. Boxes 33 manufactured with holes intended for mounting using bolted-on mounting lugs or feet 34 are not acceptable. Drilling through the back of the box to mount is strictly prohibited. 35 Drilled boxes shall be removed and replaced. All boxes shall have continuously welded 36 seams ground smooth, and shall have continuous hinged, gasketed doors. Box bodies 37 shall not be less than 16 gauge. Boxes larger than 24 inches X 20 inches shall have a 38 three-point type latch with handle. Boxes 24 inches X 20 inches or smaller shall have 39 316 stainless steel luggage type quick release latches, or three-point latch system with 40 all components 316 stainless steel. Latch systems requiring tools to open or close are 41 unacceptable. 42 C. NEMA 4X 316 Stainless Steel enclosures 43 1. Use for all locations unless otherwise shown or specified 44 2. Type 316 stainless steel, body and door 45 3. Stainless steel continuous hinge 26 05 33 - 5 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 5 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 4. Foam in-place gasket 2 5. Single point quarter turn latches (20-inch X 24-inch and smaller). All others shall 3 have three-point 4 6. Manufacturers 5 a. Enclosures housing electrical equipment may be constructed by the 6 manufacturer of that equipment but shall meet the all the physical requirements 7 specified herein. 8 b. Eaton Crouse Hinds 9 c. Hoffman 10 d. Appleton Electric 11 e. EMF Company 12 f. NEMA Enclosures Company 13 g. Cooper B Line 14 h. Rittal 15 i. Approved equal 16 D. Classified Areas, NEMA 7/4X boxes (Class 1, Division 1, Groups A, B, C, and D, or as 17 defined in NFPA 70) shall be constructed as follows: 18 1. Copper free cast aluminum body and cover 19 2. Stainless steel hinges 20 3. Watertight neoprene gasket 21 4. Stainless steel quarter turn cover bolts with metallic handles 22 5. Manufacturers 23 a. Enclosures housing electrical equipment may be constructed by the 24 manufacturer of that equipment but shall meet the all the physical requirements 25 specified herein. 26 b. Eaton Crouse-Hinds 27 c. Appleton Electric 28 d. Approved equal 29 E. NEMA 12 boxes where shown on the Drawings shall be constructed as follows: 30 1. Type 5052 aluminum, body and door 31 2. Stainless steel continuous hinge 32 3. Foam in-place gasket 33 4. Single point quarter turn latches (20-inch X 24-inch and below). All others three- 34 point latch 35 5. Manufacturers 36 a. Enclosures housing electrical equipment may be constructed by the 37 manufacturer of that equipment but shall meet the all the physical requirements 38 specified herein. 39 b. Hoffman 40 c. EMF Company 41 d. NEMA Enclosures Company 42 e. Cooper 43 f. Approved equal 44 F. NEMA 1 or NEMA 1A boxes shall not be used. 45 G. Malleable iron boxes shall not be used. 46 2.5 DEVICE BOXES 26 05 33 - 6 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 6 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 A. Device boxes installed in aluminum raceway systems for switches and receptacle, etc., 2 shall be copper free cast aluminum, and shall have tapered, threaded, hubs, with integral 3 bushings. Boxes shall have internal grounding screw, and a minimum of two mounting 4 feet. Boxes shall be type FD. 5 B. Manufacturers 6 1. Eaton Crouse-Hinds 7 2. Appleton 8 3. Approved equal 9 2.6 CONDUIT OUTLET BODIES 10 A. Conduit outlet bodies and covers shall be Form 7, copper-free aluminum, with captive 11 screw-clamp cover, neoprene gasket and stainless-steel screws and clamps for conduits 12 up to and including 2-1/2 inches. 13 B. Manufacturers 14 1. Eaton Crouse-Hinds Form 7 with Mark 7 wedge-nut cover 15 2. Appleton 16 3. Approved equal 17 C. Provide junction boxes for conduits larger than 2-1/2 inches. 18 D. All outlet boxes and covers for Class 1 Division 2 areas shall be rated NEMA 4X. 19 1. Manufacturers 20 a. Eaton Crouse-Hinds EA Series 21 b. Approved equal 22 2.7 CONDUIT HUBS 23 A. Conduit hubs for use on raceway system pull and junction boxes shall be watertight, 24 threaded aluminum, insulated throat, stainless steel grounding screw 25 B. Manufacturers 26 1. T&B H150GRA Series 27 2. Approved equal 28 2.8 GROUNDING BUSHINGS 29 A. Grounding bushings shall be insulated lay-in lug grounding bushings with tin-plated 30 copper grounding path. Bushings shall have integrally molded noncombustible phenolic 31 insulated surfaces rated 150°C. Each bushing shall be furnished with a plastic insert 32 cap. The size of the lug shall be sufficient to accommodate the maximum ground wire 33 size required by the NEC for the application. 34 B. Manufacturers 35 1. O-Z/Gedney Type ABLG 36 2. Approved equal 37 2.9 RACEWAY SEALANT 38 A. Raceway sealant for use in the sealing of raceway hubs, entering or terminating in 39 boxes or enclosures where such sealing is shown or specified, shall be 3M 1000NS 40 Watertight Sealant, or approved equal. 26 05 33 - 7 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 7 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 2.10 CONDUIT PENETRATION SEALS 2 A. Conduit wall and floor seals 3 1. O.Z./Gedney Co. Series CSM 4 a. Type CSML-XXXP shall be used for all applications that do not require a 5 recessed sealing bushing. 6 b. Type CSMI-XXXP shall be used for all applications that require a recessed 7 sealing bushing. 8 2. Approved equal 9 2.11 EXPANSION-DEFLECTION COUPLING 10 A. Combination expansion-deflection fittings with 3/4-inch axial expansion and 11 contraction movement, 3/4-inch parallel misalignment movement, and up to 30 degrees 12 of angular movement in any direction. It shall be copper-free aluminum, with exterior 13 tinned copper braid bonding jumper and 316 stainless grounding straps 14 B. Manufacturers 15 1. Eaton Crouse-Hinds Model XD 16 2. Approved equal 17 2.12 EXPANSION FITTINGS 18 A. Expansion fittings shall provide eight-inch movement, shall be made of copper-free 19 aluminum, with exterior tinned copper braid bonding jumper and 316 stainless 20 grounding straps. Provide internal grounding. Nylon tie wraps are not acceptable. 21 B. Manufacturers 22 1. Eaton Crouse-Hinds Co. Type XJGSA 23 2. Approved equal 24 2.13 EXPLOSION-PROOF SEALS, BREATHERS AND DRAINS 25 A. Explosion proof fittings shall be designed for Class 1 Division 1, Group D, hazardous 26 locations. Fittings shall be copper-free aluminum, with seals, breathers and drains. 27 Provide type ED, or as required for the application. 28 B. Manufacturers 29 1. Eaton Crouse-Hinds Co. 30 2. Appleton Electric Co. 31 3. O.Z./Gedney Co. 32 4. Approved equal 33 2.14 KELLEMS GRIPS 34 A. Kellems grips cables supports shall be 316 stainless steel. 35 2.15 CONDUIT MOUNTING EQUIPMENT 36 A. Pull and junction box supports, spacers, conduit support rods, clamps, hangers, channel, 37 nut, bolts, washers, etc. and shall be 316 stainless steel. Nylon tie wraps are not 38 acceptable. 39 2.16 CONDUIT IDENTIFICATION TAGGING 26 05 33 - 8 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 8 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 A. Use the tagging formats for conduits as shown on the Drawings. 2 B. Conduit identification plates shall be embossed stainless steel with stainless steel band, 3 permanently secured to the conduit without screws. Nylon tie wraps are not acceptable. 4 C. Identification plates shall be as manufactured by the Panduit Corp. or equal. 5 PART 3 - EXECUTION 6 3.1 RACEWAY APPLICATIONS 7 A. Unless exact locations are shown on the Drawings, coordinate the placement of 8 raceway systems and related components with other trades and existing installations. 9 B. Raceway Systems for the installation of Fiber Optic Cables shall not contain conduit 10 bodies, device boxes, or raceway boxes containing less than twelve inches of bend 11 radius. 12 C. Unless shown on the Drawings or specified otherwise, the raceway type installed with 13 respect to the location shall be as follows, including all materials: Raceway System Location 2. PVC Coated Aluminum (CRMC) Type All embedded raceway bends, underground duct bank bends of more than 20 degrees, and all raceway stub-ups to a minimum of six inches above finished floor or grade and in Chlorine and Caustic rooms. 3. Liquidtight Flexible Aluminum (LFMC) Type Raceway connection to vibrating equipment, and as shown on the Drawings in all areas. 4. Rigid Non-metallic, Schedule 40 PVC (RNC) Type Underground encased in red dyed reinforced concrete. 14 D. All conduit of a given type shall be the product of one manufacturer. 15 3.2 BOX APPLICATIONS 16 A. All raceway junction pull and terminal boxes and electrical equipment enclosures shall 17 have NEMA ratings for the location in which they are installed, and as specified herein. 18 B. The distance between each raceway entry inside the box and the opposite wall of the 19 box shall not be less than eight times the metric designator (trade size) of the largest 20 raceway in a row. This distance shall be increased for additional entries by the amount 21 of the sum of the diameters of all other raceway entries in the same row on the same 22 wall of the box. Each row shall be calculated individually, and the single row that 23 provides the maximum distance shall be used. 24 C. Provide cast aluminum conduit fittings for exposed switch, receptacle and lighting 25 outlet boxes. 26 05 33 - 9 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 9 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 D. All raceway boxes and wall – mounted electrical equipment enclosures shall be 2 provided with factory mounting integral welded mounting lugs. Bolt-on gasketed 3 mounting lugs attached through factory-drilled holes are not acceptable for any raceway 4 box or electrical equipment enclosure. Drilling through the back of any box or 5 enclosure is prohibited, and if so installed, shall be removed and replaced, with no 6 increase in the Contract Price or Construction Schedule. 7 E. No penetrations shall be made in the top of boxes or electrical equipment enclosures in 8 wet locations. 9 3.3 DEVICE BOX APPLICATIONS 10 A. Device boxes shall be used for mounting wiring devices such as receptacles, switches, 11 thermostats, lighting and other permanently mounted devices. All device boxes shall be 12 installed with a minimum of 1/4-inch air space between the back of the box and the wall 13 or back panel on which it is installed. The space may be created with enough 316 14 stainless steel washers to provide the required air space or may be mounted using 316 15 stainless steel slotted channel. 16 3.4 CONDUIT OUTLET BODIES APPLICATIONS 17 A. Conduit outlet bodies may be used on conduits up to and including 2-1/2 inches, except 18 where junction boxes are shown or otherwise specified. For conduits larger than 2-1/2 19 inches, junction boxes shall be provided. 20 3.5 CONDUIT HUB APPLICATIONS 21 A. Unless specifically stated herein or described on the Drawings, all raceways shall 22 terminate at an outlet with a conduit hub. Locknut or double locknut terminations will 23 not be permitted. 24 B. When conduits contain equipment grounding conductors the wire shall be grounded to 25 the hub(s) associated with that grounding conductor. 26 3.6 INSULATED GROUNDING BUSHING APPLICATIONS 27 A. Insulated grounding bushings shall be provided and used to terminate raceways where 28 the raceways enter pad-mounted electrical equipment or switchgear from the bottom 29 where there is no wall or floor pan on which to anchor or terminate the raceway. 30 B. All other raceways shall terminate on enclosures with a conduit hub, except for NEMA 31 7/4X areas. 32 C. Grounding bushing caps shall remain on the bushing until the wire is ready to be pulled. 33 3.7 CONDUIT FITTINGS APPLICATIONS 34 A. Combination expansion-deflection fittings shall be installed where conduits cross 35 structure expansion joints, and where installed in exposed conduit runs such that the 36 distance between expansion-deflection fittings does not exceed 150 feet of conduit run. 37 Expansion-deflection fittings are acceptable in indoor locations out of exposure to 38 direct sunlight or other outdoor locations which are shaded. 26 05 33 - 10 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 10 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 B. Expansion-deflection fittings are not acceptable for use outdoors unless approved in 2 writing on a case-by-case basis from the Engineer/Owner. Where combination 3 expansion-deflection fittings with exposed non-metallic sections, are approved by the 4 Engineer/Owner for use where exposed to sunlight or other outdoor locations which are 5 shaded, an aluminum wrap shall be installed loosely over the non-metallic portion, 6 extending at least two inches beyond the ends. The wrap shall be loosely secured, to 7 permit movement, with at least two 316 SS fasteners. Nylon tie-wraps are not 8 acceptable. 9 C. Provide an expansion fitting with a minimum of six inches available movement shall be 10 installed on the exposed side of under to above grade conduit transitions. Expansion- 11 deflection fittings shall not be provided unless approved and protected as specified 12 above. 13 3.8 CONDUIT PENETRATION SEALS APPLICATIONS 14 A. Conduit wall seals shall be used where underground conduits penetrate walls or at other 15 locations shown on the Drawings. 16 B. Conduit sealing bushings shall be used to seal conduit ends exposed to the weather and 17 at other locations shown on the Drawings. 18 3.9 EXPLOSION-PROOF SEALS, BREATHERS AND DRAINS APPLICATIONS 19 A. Fittings consisting of sealing fittings, breathers, drains, with sealing compound and 20 fiber, as specified herein, shall be used as required to meet all the requirements of the 21 National Electrical Code. 22 3.10 CONDUIT TAG APPLICATIONS 23 A. All conduits shall be tagged within one foot of the entry of equipment, and wall and 24 floor penetrations. 25 B. Tag all underground conduits and ducts at all locations, exiting and entering from 26 underground, including manholes and handholes. 27 3.11 RACEWAY SEALING 28 A. All raceways entering junction boxes, terminal junction boxes, electrical equipment 29 enclosures or control panels containing electrical or instrumentation equipment shall be 30 connected to the box, enclosure or panel using conduit hubs and shall be sealed with 31 Raceway Sealant, as specified herein. 32 3.12 PVC RACEWAY TO PVC COATED ALUMINUM RACEWAY TRANSITIONS IN 33 CONCRETE ENCASEMENT 34 A. Transitions from PVC raceway to PVC coated aluminum raceway in concrete 35 encasements shall be made as follows: 36 1. Terminate the PVC conduit in a threaded PVC female adapter. 37 2. Terminate the PVC coated aluminum conduit in a threaded male adaptor. 38 3. Thread the male PVC-coated aluminum conduit adaptor into the female threaded 39 PVC adapter. 40 B. Tighten the joint securely, then double layer wrap the joint with two-inch vinyl 41 electrical tape for a distance of two inches each side of the threaded joint to prevent any 42 contact between any exposed aluminum threads and concrete. 26 05 33 - 11 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 11 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 3.13 RACEWAY INSTALLATION 2 A. Do not install pull wires and conductors until the raceway system is in place. No wire 3 shall be installed between outlet points, junction points or splicing points, until all 4 raceway sections are complete, and all raceway covers are installed for protection of 5 conductors from damage or exposure to the elements. Conductors installed into 6 incomplete raceway systems are considered improperly installed and are in violation of 7 the NEC. The occurrence of wire installed in an incomplete installation, shall require 8 the removal of such conductors from the project site, and replacement of the conductors 9 at with no increase in Contract Price or Schedule. The raceway system shall be 10 completed and inspected by the Engineer/Owner, before new conductors are installed. 11 B. No conduit smaller than 3/4-inch electrical trade size, shall be used, nor shall any have 12 more than the equivalent of three 90-degree bends in any one run. Pull boxes shall be 13 provided as necessary. Conduit reducers which are the same type of the raceway shall 14 be installed where manufacturer-provided enclosures are not available with conduit 15 hubs larger than 1/2-inch at the enclosure to terminate 3/4-inch conduit. The raceway 16 fill shall be adjusted to accommodate the smaller opening in the manufacturer-provided 17 enclosure. Notify the Engineer/Owner prior to the installation of the raceway into 18 enclosures with openings smaller than the specified minimum. Raceways installed 19 without notice are considered unacceptable and may be required to be removed at the 20 Engineer’s/Owner’s discretion with no increase in the Contract Price or Schedule 21 allowed. 22 C. All raceways, installed underground, shall be installed in accordance with Section 26 23 05 43 Underground System, and be a minimum size of two-inch trade size unless 24 otherwise shown in the plans. 25 D. Raceways entering or leaving the raceway system, which could be subjected to the 26 entry of moisture, rain or liquid of any type, shall be tightly sealed, using 3M 1000NS 27 Watertight Sealant, or approved equal at any possible moisture entry point both before 28 and after the installation of cables to prevent the entry of water or moisture to the 29 Raceway System at any time. Any damage to new or existing equipment, due to the 30 entrance of moisture from unsealed raceways, shall be corrected by complete 31 replacement of such equipment. No increase in the Contract Price or Schedule will be 32 allowed. Cleaning or drying of such damaged equipment will not be acceptable. 33 E. Conduit supports, other than for underground raceways, shall be spaced at intervals of 34 eight feet or less, as required by the NEC and as required to obtain rigid construction. 35 Conduits shall be supported near the entry into any enclosure in accordance with the 36 NEC. Conduits shall not be used to support other conduits, nor shall conduits be 37 supported from cable tray. 38 F. Single conduits shall be supported by means of one-hole pipe clamps in combination 39 with one-screw back plates, to raise conduits from the surface. 40 G. Multiple runs of conduits shall be supported on trapeze type hangers with horizontal 41 members and threaded hanger rods. The rods shall be not less than 3/8-inch diameter. 42 Multiple conduits mounted on walls shall be supported using strut and 316 stainless 43 steel conduit clamps, screws, nuts and washers. 44 H. Surface mounted panel boxes, junction boxes, conduit, etc. shall be supported as 45 specified herein. 26 05 33 - 12 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 12 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 I. Conduit hangers shall be attached to structural steel by means of beam or channel 2 clamps. Where attached to concrete surfaces, anchors shall be as specified in Section 26 3 05 29 Electrical Support Hardware. 4 J. No electrical equipment enclosures, boxes, terminal junction boxes or raceways shall be 5 attached to or supported from, sheet metal walls. 6 K. All conduits on exposed work shall be run at right angles to and parallel with the 7 surrounding wall and shall conform to the form of the ceiling. No diagonal runs will be 8 allowed. Bends in parallel conduit runs shall be concentric. Offsets in conduit runs shall 9 all be done at the same point and shall all be the same angle, so the entire installation 10 appears to be parallel or concentric at every point. All conduits shall be run perfectly 11 straight and true. 12 L. Conduits terminated into enclosures shall be perpendicular to the walls where flexible 13 liquid tight or rigid conduits are required. The use of short seal tight elbow fittings for 14 such terminations will not be permitted, except for connections to instrumentation 15 transmitters, where multiple penetrations are required. 16 M. Conduits containing equipment grounding conductors and terminating in boxes shall 17 have insulated throat grounding bushings. The grounding conductor shall be grounded 18 to the box. 19 N. Conduits shall be installed using threaded fittings. Running threads will not be 20 permitted. 21 O. Provide glued type conduit fittings on PVC conduit. 22 P. Conduits installed which are not in compliance with these requirements shall be 23 removed and reinstalled at the Engineer’s/Owner’s discretion. If conductors are 24 installed when the improper installation is discovered, the conductors shall be removed 25 from the raceway, discarded and removed them from the job site, replaced, re- 26 terminated, retagged, and retested in accordance with the specifications. The function 27 of the system shall be retested in its entirety. No increase in Contract Time or Schedule 28 will be allowed. 29 Q. Liquid tight flexible metallic conduit shall be used for the primary and secondary of 30 transformers, generator terminations and other equipment where vibration is present. 31 Use in other locations is not permitted, except for connections to instrumentation 32 transmitters, where multiple penetrations are required. Liquid tight flexible metallic 33 conduit shall have a maximum length not greater than that of a factory manufactured 34 elbow of the conduit size being used. The maximum bending radius shall not be less 35 than that shown in the NEC Chapter 9, Table 2, “Other Bends”. BX or AC type 36 prefabricated cables will not be permitted. 37 R. Seal the remaining openings or spaces of conduits passing through openings in walls or 38 floor slabs to prevent the passage of flame or smoke where additional openings or space 39 around the conduits are present. 40 S. Conduit ends exposed to the weather or corrosive gases shall be sealed with conduit 41 sealing bushings. 26 05 33 - 13 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 13 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 T. Raceways terminating in Control Panels or enclosures outdoors or any wet or damp 2 location or any location where plant process equipment is located, or any location not 3 otherwise specifically designated as a dry electrical room, control room or office space, 4 which contain electrical equipment or terminal blocks, shall not enter from the top of 5 the enclosure. The raceways shall be sealed with a watertight sealant as specified 6 herein. Enclosures entered from the top where top entry is prohibited, will be rejected 7 and shall be removed and replaced regardless of the Division which contains the 8 specification for the enclosure. The use of UL Listed conduit closures to restore the 9 NEMA rating of the enclosure will not be accepted. Conduit entering the top of the 10 enclosures shall be removed and re-routed to enter the enclosure from the side or 11 bottom. Conductors installed in top entering conduits shall be pulled back to the 12 nearest conduit body or junction box and re-routed with the conduit, provided the 13 conductors are long enough to be re-terminated. Conductors found to be insufficient in 14 length to be re-terminated shall be completely removed and replaced, re-tested, re- 15 tagged, re-tested and the control function of the panel shall be re-tested. If the 16 enclosure is provided by an OEM, the enclosure and its contents shall be returned to the 17 OEM for a new enclosure. No increase in Contract Price nor increase in Contract Time 18 will be allowed the Contractor for making these corrections. 19 U. All conduits from external sources entering or leaving a multiple compartment 20 enclosure shall be stubbed up into the bottom horizontal wire way or other 21 manufacturer designated area, directly below the vertical section in which the 22 conductors are to be terminated. Conduits entering from cable tray shall be stubbed into 23 the upper section. 24 V. Conduit sealing and drain fittings shall be installed in areas designated as NEMA 4X or 25 7 and all wet locations. 26 W. A conduit identification plate shall be installed on all power, instrumentation, alarm and 27 control conduits at each end of the run and at intermediate junction boxes, manholes, 28 etc. Conduit plates shall be installed before conductors are pulled into conduits. Exact 29 identification plate location shall be coordinated with the Owner/Engineer at the time of 30 installation to provide uniformity of placement and ease of reading. Conduit numbers 31 shall be exactly as shown on the Drawings. 32 X. Mandrels shall be pulled through all existing conduits that will be reused and through 33 all new conduits two inches in diameter and larger prior to installing conductors. 34 Y. 3/16-inch polypropylene pull lines shall be installed in all new conduits noted as spares 35 or designated for future equipment. 36 Z. All conduit that may under any circumstance contain liquids such as water, 37 condensation, liquid chemicals, etc. shall be arranged to drain away from the equipment 38 served. If conduit drainage is not possible, conduit seals shall be used to plug the 39 conduits at the point of attachment to the equipment. 40 AA. Conduits shall not cross pipe shafts, access hatches or vent duct openings. They shall 41 be routed to avoid such present or future openings in floor or ceiling construction. 42 BB.The use of running threads is prohibited. Where such threads are necessary, a 43 three-piece union shall be used. 44 CC.Conduits passing from heated to unheated spaces, exterior spaces, refrigerated spaces, 45 cold air plenums, etc. shall be sealed with Watertight Sealant as specified herein. 26 05 33 - 14 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 14 of 14 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 DD. Conduits shall be located a minimum of three inches from steam or hot water piping. 2 Where crossings are unavoidable, the conduit shall be kept at least one inch from the 3 covering of the pipe crossed. 4 EE.Conduits terminating at a cable tray shall be supported independently from the cable 5 tray. Provide a conduit support within one foot of the cable tray. The weight of the 6 conduit shall not bear on the cable tray. 7 FF. Conduits entering the top of electrical equipment enclosures from cable tray or 8 otherwise routed from above the equipment in airconditioned dry indoor spaces shall 9 coordinate their placement with the HVAC duct vents such that cold air from the 10 HVAC system will not blow directly on the vertical conduits causing condensation. 11 Conduits which cannot be located away from direct exposure to cold air from the 12 HVAC system shall be insulated to prevent condensation from forming inside the 13 conduits or shall be re-routed. In all cases, condensation caused by cold air from the 14 HVAC system shall be prevented from entering electrical enclosures. Equipment 15 damaged by water from condensation shall be removed, replaced, conductors re- 16 terminated, and its operation retested with no change in the contract price or schedule. 17 GG. All changes of direction on PVC coated conduit greater than 20 degrees shall be 18 accomplished using long radius bends. Any field bends shall be made using equipment 19 designed to prevent damage to the PVC coating. 20 END OF SECTION 26 05 43 - 1 UNDERGROUND SYSTEM Page 1 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 SECTION 26 05 43 2 UNDERGROUND SYSTEM 3 PART 1 - GENERAL 4 1.1 SCOPE OF WORK 5 A. Furnish and install a complete underground system of raceways, manholes and 6 handholes as shown on the Drawings and as specified herein. 7 B. Raceways for use in structural concrete is specified in Section 26 05 33 Raceways, 8 Boxes and Fittings. 9 1.2 RELATED WORK 10 A. No references are made to any other section which may contain work related to any 11 other section. The Contract Documents shall be taken as a whole with every section 12 related to every other section as required to meet the requirements specified. The 13 organization of the Contract Documents into specification divisions and sections is for 14 organization of the documents themselves and does not relate to the division of 15 suppliers or labor which the Contractor may choose to employ in the execution of the 16 Contract. Where references are made to other Sections and other Divisions of the 17 Specifications, the Contractor shall provide such information or additional work as may 18 be required in those references and include such information or work as may be 19 specified. 20 B. Other Divisions 21 1. The Contractor shall be responsible for examining all Sections of the Specifications 22 and Drawings and shall determine the power and wiring requirements and shall 23 provide external wiring and raceways, as required to provide a fully functioning 24 power, control and process control systems. If the equipment requires more 25 conductors and/or wiring, due to different equipment being supplied, the Contractor 26 shall furnish the additional conductors, raceways and/or wiring, with no change in 27 the Contract Price, and with no increase in Contract Time. 28 1.3 SUBMITTALS 29 A. Submit to the Engineer, in accordance with Division 1 and Section 26 00 00, shop 30 drawings and product data, for the following: 31 1. Manholes, handholes and associated hardware. 32 2. Plastic duct spacers 33 B. Submittals shall also contain information on related equipment to be furnished under 34 this Specification but described in the related Sections listed in the Related Work 35 paragraph above. Incomplete submittals not containing the required information on the 36 related equipment will be returned unreviewed. 37 1.4 REFERENCE CODES AND STANDARDS 38 A. All products and components shown on the Drawings and listed in this specification 39 shall be designed and manufactured according to latest revision of the following 40 standards (unless otherwise noted): 26 05 43 - 2 UNDERGROUND SYSTEM Page 2 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 1. NFPA 70 – National Electrical Code (NEC) 2 2. NFPA 70E – Standard for Electrical Safety in the Workplace 3 3. ASTM A615/A615M-06a – Standard Specification for Deformed and Plain 4 Carbon-Steel Bars for concrete Reinforcement 5 4. ASTM A48 – Standard Specification for Gray Iron Castings 6 5. ASTM A536 - Standard Specification for Ductile Iron Castings 7 6. AASHTO M306-04/ ASTM A48 – Drainage Structure Castings, Section 7.0 Proof 8 Load Testing 9 7. ASTM C-850- Specifications for underground precast concrete utility structures 10 B. All excavation, trenching, and related sheeting, bracing, etc., as shown on the Drawings 11 and listed in these Specifications, shall comply with the following standards (unless 12 otherwise noted): 13 1. Occupational Safety and Health Administration (OSHA) 14 a. Excavation safety standards (29 CFR Part 1926.650 Subpart P) - Excavation. 15 2. American Society for Testing and Materials (ASTM) 16 a. ASTM D 698a – Standard Test Methods for Laboratory Compaction 17 Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3 (600kN-m/m3)). 18 C. All equipment components and completed assemblies specified in this Section of the 19 Specifications shall bear the appropriate label of Underwriters Laboratories. 20 1.5 QUALITY ASSURANCE 21 A. The manufacturer of these materials shall have produced similar electrical materials and 22 equipment for a minimum period of five years. When requested by the Owner/Engineer, 23 an acceptable list of installations with similar equipment shall be provided 24 demonstrating compliance with this requirement. 25 B. The precast manholes shall be manufactured in a NPCA (National Precast Concrete 26 Association) Certified Plant. 27 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 28 A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal 29 requirements, and present to the Owner/Engineer upon delivery of the equipment, an 30 approved copy of all such submittals. Delivery of incomplete constructed equipment, 31 onsite factory work, or failed factory tests will not be permitted. 32 B. Materials shall be handled and stored in accordance with manufacturer's instructions. 33 C. Materials shall not be stored exposed to sunlight. Such materials shall be completely 34 covered. 35 D. Materials showing signs of previous or jobsite exposure will be rejected. 36 1.7 WARRANTY 37 A. The Manufacturer shall warrant the equipment to be free from defects in material and 38 workmanship for one year from date of final acceptance of the equipment. Within such 39 period of warranty, the Manufacturer shall promptly furnish all material and labor 40 necessary to return the equipment to new operating condition. Any warranty work 41 requiring shipping or transporting of the equipment, or materials shall be performed by 42 the Contractor at no expense to the Owner. 26 05 43 - 3 UNDERGROUND SYSTEM Page 3 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 PART 2 - PRODUCTS 2 2.1 MATERIALS 3 A. Raceway System 4 1. Raceway system shall be Schedule 40PVC Rigid Nonmetallic Conduit (RNC), 5 designed for use aboveground and underground as described in the NEC, resistant 6 to sunlight. The conduits and fittings shall be manufactured to NEMA TC-2, 7 Federal Specification WC1094A and UL 651 specifications. Minimum raceway 8 size shall be 2 inch. Fittings shall be manufactured to NEMA TC-3, Federal 9 Specification WC1094A and UL 514B. Conduit shall have a UL Label. Conduit 10 shall be Carlon, Kraloy, or approved equal. 11 2. PVC coated rigid aluminum conduit shall have a minimum 0.040-inch thick, 12 polyvinyl chloride coating permanently bonded to rigid aluminum conduit and an 13 internal chemically cured urethane or enamel coating. The ends of all couplings, 14 fittings, etc. shall have a minimum of one pipe diameter in length of PVC overlap. 15 PVC coated conduit and fittings shall be as manufactured by Perma-Cote, Robroy 16 Industries, Calbond or Ocal. Any field bends shall be made using equipment 17 designed to prevent damage to the PVC coating. 18 3. All underground raceways of the underground system, terminating in manholes or 19 handholes shall use terminators of the same size and type as the raceway 20 4. Blank Duct Plugs shall be sized for the duct installed on, and shall be TYCO Type 21 JM-BLA-XXDXXXCR, with rubber gasket, or approved equal. 22 5. Duct spacers shall be as manufactured by Carlon or equal. 23 6. Where raceways terminate into existing and new manholes, handholes or structures, 24 the duct bank steel shall be anchored into the manhole, handhole or structure with a 25 Hilti HIT 150 MAX epoxy anchoring system. The termination of the duct bank 26 steel shall utilize a minimum 24-inch length of reinforcing bar anchored not less 27 than four inches into the manhole, handhole or structure wall, and lapped into each 28 reinforcing bar in the duct bank. 29 7. Concrete encasement for raceways and duct banks shall be normal weight concrete 30 weighing not more than 145 pounds per cubic foot with compressive strength, a 31 minimum of 3000 pounds per square inch, or greater if required by other Divisions 32 of the Specifications, at 28 days, Concrete shall have crushed aggregate with a 33 maximum size of 3/4-inch, a slump of four to six inches and flow freely without the 34 use of vibrators. Install red dye of 40 pounds per 10 cubic yards. of concrete, 35 installed in the truck at the concrete plant. 36 8. Reinforcing steel shall comply with ASTM A615 Grade 60 and of a size and 37 installation as shown on the Drawings. 38 B. Manholes and Handholes 39 1. General 40 a. Manholes and handholes shall be of the precast concrete type, designed for a 41 Class H20 load with sizes as shown on the Drawings, and as manufactured by 42 Oldcastle Precast, Mansfield, TX, or approved equal. 43 2. Construction 26 05 43 - 4 UNDERGROUND SYSTEM Page 4 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 a. Concrete for manholes and handholes shall have a 28-day compressive strength 2 of 5000 PSI. Cement shall be Type 1 or III. Reinforcing steel shall be Grade 60 3 with minimum yield strength of 60,000 PSI. Design loadings shall be H-20-44 4 w/impact. 5 b. The top of all manholes shall be field removable and have stainless steel lifting 6 eyes. 7 c. Duct bank entries into the manhole or handhole shall be centered on the 8 entering wall and shall contain the appropriate number and size of duct 9 terminators to match the corresponding duct bank. 10 d. Each manhole and handhole shall have a minimum size of 1 inches by 12 11 inches by 2 inches deep concrete sump in the middle of the floor of the 12 manhole or handhole, or as shown on the Drawings. 13 3. Manhole Covers 14 a. Unless otherwise shown on the Drawings, manhole and handhole covers shall 15 be heavy duty 36-inch machined gray iron, and AASHTO M306-04/ ASTM 16 A48 CL35B Minimum, 40,000-pound proof load value (Class H20 X 2.5) 17 “True Traffic” load covers, complete with frame, and “Electric” or 18 “Communication” raised lettering recessed flush, as required, on the cover. 19 Covers shall be V-1600-5, with drop handles as manufactured by East Jordan 20 Iron Works, Ardmore, OK 21 b. All castings shall be made in the USA, cast with the foundry’s name, part 22 number, “Made in USA”, and production date (example: mm/dd/yyyy). 23 Castings without proper markings will be rejected. Manufacturer shall certify 24 that all castings conform to the ASTM and AASHTO Designations as specified 25 herein. All casting shall be true to pattern in form and dimension, free from 26 pouring faults, sponginess, cracks, blow holes and other defects in positions 27 affecting strength and value for the service intended. Angles shall be filleted 28 and arises shall be sharp and true. 29 4. Access Hatch 30 a. Where access hatches are shown on the Drawings, hatches shall be heavy duty 31 aluminum, for H-20 load rating, sized as shown on the Drawings. Hatches shall 32 be CHS Series as manufactured by East Jordan Iron Works, Ardmore, OK. 33 b. Material shall be 6061-T6 aluminum for bars, angle and extrusions. 1/4-inch 34 diamond plate shall be 5066 aluminum. 35 c. Unit shall have a heavy-duty pneumatic spring, for ease of operation when 36 opening cover. Cover shall be counter-balanced so that one person can easily 37 open the hatch door. 38 d. Frame shall be of extruded aluminum with a continuous 1-1/4 inch anchor 39 flange. A dovetail groove shall be extruded into the seat of the frame with a 40 1/8” silicone gasket. 41 e. Hinges shall be of heavy-duty design, the material shall be grade 316 stainless 42 steel, with a 3/8-inch grade 316 stainless steel pin. Hinge shall be bolted to the 43 channel frame and diamond plate with grade 316 stainless steel bolts and nylon 44 lock nuts. Aluminum shall be supplied with mill finish. Exterior of frame 45 which comes in contact with concrete shall have one coat black primer. 46 f. Each hatch shall be supplied with a stainless-steel slam lock, with the keyway 47 protected by a threaded aluminum plug. The plug shall be flush with the top of 48 the 1/4-inch diamond plate. The slam lock shall be fastened with grade 316 49 stainless steel bolts and washers. 26 05 43 - 5 UNDERGROUND SYSTEM Page 5 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 g. Each hatch shall be equipped with a stainless-steel lift handle. Lift handles 2 shall be flush with top of 1/4-inch diamond plate. 3 h. Each hatch shall be supplied with a 1-1/2-inch threaded drain coupler on 4 underside of channel frame for pipe connection. 5 5. Hardware 6 a. Cable racks shall be of the heavy-duty non-metallic type with arm lengths of 8 7 inches, 14 inches, and 20 inches, each supporting a load of not less than 250 8 pounds at the outer end. Racks shall be molded in one piece of U.L. listed glass 9 reinforced nylon, Catalog CR36N with RA08N, RA14N and RA20N arms as 10 manufactured by Underground Devices Inc. Northbrook, IL. Cable racks shall 11 be secured to the manhole and walls by drilled, Hilti HIT-HY 150 MAX epoxy 12 anchoring system, with Hilti 316 stainless steel bolts. Arms for racks shall be 13 vertically spaced not greater than 24 inches on centers. 14 b. Pulling irons shall be of copolymer polypropylene coated 1/2-inch diameter 15 cable, with a rated pulling strength of 7500 pounds and a polyethylene pulling 16 iron pocket, all recessed in the manhole wall opposite each duct entry. Pulling 17 irons for handholes shall have the pulling iron located in the floor of the 18 handhole near the center of the handhole opposite the duct entry. Pulling irons 19 shall be as manufactured by M.A. Industries, Inc. Peachtree, GA. or Bowco 20 Industries, Portland OR. 21 c. Manhole and handhole ladders shall be constructed of fiberglass reinforced 22 plastic, safety yellow, 18-inch rung width with 12-inch rung spacing, Safrail as 23 manufactured by Strongwell Corp., Bristol, VA. Furnish a total of two ladders, 24 each of a length four feet greater than the deepest manhole in the underground 25 system. 26 C. Polyethylene Warning Tape 27 1. Subject to compliance with the Contract Documents, the following Manufacturers 28 are acceptable: 29 a. Brady Detectable Identoline 30 b. Approved Equal 31 2. The listing of specific manufacturers above does not imply acceptance of their 32 products that do not meet the specified ratings, features and functions. 33 Manufacturers listed above are not relieved from meeting these specifications in 34 their entirety. 35 3. Warning tape shall be metal detectable polyester with subsurface graphics, black 36 letters on red tape. The tape shall meet the OSHA 1926.956(c)(1), two-inch 37 minimum width, for location tracing. 38 PART 3 - EXECUTION 39 3.1 GENERAL 40 A. The Contractor shall field verify the routing of all underground duct banks before 41 placement. He shall modify the routing as necessary to avoid underground utilities or 42 above ground objects. Modification or rerouting for the convenience of the Contractor, 43 or to reduce the length of duct run as designed, will not be permitted. The Contractor 44 shall provide any alternate routing of the duct banks to the Owner/Engineer and, after 45 approval, shall proceed with the installation. 26 05 43 - 6 UNDERGROUND SYSTEM Page 6 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 B. All changes of direction, less than 20 degrees, shall be made using a hotbox, strictly in 2 conformance with the conduit manufacturer’s instructions. Changes of direction greater 3 than 20 degrees shall be accomplished using long radius bends of PVC coated rigid 4 aluminum conduit. 5 C. The Contractor shall saw cut and repair existing pavements above new and modified 6 existing duct banks. The Contractor shall provide the alternate routing of the duct banks 7 to the Owner/Engineer and after approval shall proceed with the installation. 8 D. Install raceways to drain away from buildings. Raceways between manholes or 9 handholes shall drain toward the manholes or handholes. Raceway slopes shall not be 10 less than 3 inches per 100 feet. 11 E. Reinforce raceway banks as shown on the Drawings. 12 F. A #4/0 stranded bare tinned copper ground conductor shall be installed along the top of 13 the rebar cage, as shown on the Drawings, for the full length of each duct run between 14 manholes and handholes and bonded to a ground rod in the vicinity of each manhole 15 and handhole. 16 G. Lay raceway lines in trenches on compacted earth as specified herein. 17 H. Use plastic spacers located not more than four feet apart to hold raceways in place. 18 Spacers shall provide not less than two-inch clearance between raceways. 19 I. The minimum cover for raceway banks shall be 24 inches unless otherwise permitted 20 by the Owner/Engineer. 21 J. Raceway terminations at all manholes, existing and new, shall be with terminator for 22 PVC conduit. 23 K. Blank duct plugs shall be used to seal the ends of all unused ducts in the duct system. 24 Plugs shall be installed at all locations where the ducts enter and leave the manholes or 25 handholes, and all entrances and exits to the underground system. 26 L. Where raceways enter or exit the Underground System, and the raceways rise to a 27 higher elevation upon entering or leaving the System, such raceways shall be tightly 28 sealed at the higher elevation, both before and after the installation of cables, such that 29 there shall be no entry of water or moisture to the Underground System at any time. 30 Raceways shall be sealed with 3M 1000NS Watertight Sealant, or approved equal. 31 M. No wire shall be pulled until the duct system has been completed in every detail. 32 N. Swab all raceways clean before installing cable. 33 O. Train cables in manholes and handholes and support and restrain them on cable racks. 34 All cables passing manhole duct entrances in the manhole or handhole shall pass above 35 all duct entrances. No cable shall pass in front of or below duct bank entrances. 36 P. Polyethylene Warning Tape shall be installed in the trench above each raceway or duct 37 bank and located at the elevations shown on the Drawings. 38 Q. The Contractor shall tag all underground conduits at all locations, exiting and entering 39 from underground, including manholes and handholes. 40 R. The minimum raceway size shall be 2-inch unless otherwise shown on the plans. 26 05 43 - 7 UNDERGROUND SYSTEM Page 7 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 3.2 TRENCH EXCAVATION 2 A. The excavation shall extend to the width and depth as shown on the Drawings, or as 3 specified, and shall provide suitable room for installing manholes, handholes, ducts and 4 appurtenances. 5 B. Furnish and place all sheeting, bracing and supports. 6 C. Excavation shall include material of every description and of whatever substance 7 encountered, regardless of the methods or equipment required to remove the material. 8 Pavement shall be cut with a saw, wheel or pneumatic chisel along straight lines before 9 excavating. 10 D. The Contractor shall strip and stockpile topsoil from grassed areas crossed by trenches. 11 At the Contractor’s option, topsoil may be otherwise disposed of and replaced, when 12 required, with approved topsoil of equal quality. 13 E. While excavating and backfilling is in progress, traffic shall be maintained, and all 14 utilities and other property protected, as provided for in the Contract Documents. 15 F. Materials shall be excavated to the depth indicated on the Drawings and in widths 16 sufficient for installing manholes and laying the ducts. Coordinate the trench width the 17 Details shown on the Drawings. The bottom of the excavations shall be firm and dry in 18 all respects acceptable to the Owner/Engineer. Trench width shall be a practical 19 minimum, but not less than 6 inches greater on each side, than the total duct section 20 arrangement, including reinforcing steel. 21 G. Excavation and dewatering shall be accomplished by methods which preserve the 22 undisturbed state of sub grade soils. The trench may be excavated by machinery to, or 23 just below, the designated sub grade, provided that material remaining in the bottom of 24 the trench is no more than slightly disturbed. Sub grade soils which become soft, lose or 25 otherwise unsatisfactory as a result of inadequate excavation, dewatering or other 26 construction methods, shall be removed and replaced by gravel fill, of aggregate as 27 specified herein, as required by the Owner/Engineer at the Contractor’s expense. 28 3.3 EXCAVATION BELOW GRADE AND REFILL 29 A. Regardless of the nature of unstable material encountered, or the groundwater 30 conditions, trench and excavation drainage shall be complete and effective. 31 B. If deemed necessary by the Owner/Engineer, or as shown on the Drawings, the 32 Contractor shall be required to deposit pea gravel for duct bedding or gravel refill for 33 excavation below grade, directly on the bottom of the trench immediately after 34 excavation has reached the proper depth and before the bottom of the trench has 35 become softened or disturbed by any cause whatsoever. All excavation shall be made in 36 open trenches. Gravel used for this purpose, shall be aggregate, as specified that is no 37 larger than one-half the minimum clear spacing between electrical ducts, and a 38 maximum coarse aggregate size of 3/4-inch. 39 3.4 BACKFILLING 40 A. Remove from the excavation all materials which the Owner/Engineer may deem 41 unsuitable for backfilling. 42 B. Backfilling shall not commence until, not less than 48 hours after placing of any 43 concrete embedment, have lapsed. 26 05 43 - 8 UNDERGROUND SYSTEM Page 8 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 C. Where the duct banks are laid in the yard, the remainder of the trench, after concrete 2 encasement, shall be filled with common fill material, void of rock or other non-porous 3 material, in layers not to exceed eight inches in loose measure and compacted to 90% 4 standard Proctor density at optimum moisture content of +/- 4%. The backfill shall be 5 mounded six inches above the existing grade or as directed by the Owner/Engineer. 6 Where a grass, loam or gravel surface exists prior to excavations in the yard, it shall be 7 removed, conserved and replaced to the full original depth as part of the work under the 8 duct items. In some areas, it may be necessary to remove excess material during the 9 cleanup process, so that the ground may be restored to its original level and condition. 10 D. Where the duct banks are laid in paved areas or designated future paved areas, existing 11 or designated future structures, or other existing or future utilities, the remainder of the 12 trench above the encasement, shall be backfilled with select common fill or select fill 13 material in layers not to exceed eight inches loose measure and compacted at optimum 14 moisture content (+/- 3%) to 95% standard Proctor density. 15 E. Compaction shall be by use of hand or pneumatic tamping with tools weighing at least 16 20 pounds. The material being spread and compacted shall be placed in layers not over 17 eight inches loose thick. If necessary, sprinkling shall be employed in conjunction with 18 rolling or ramming. 19 F. Bituminous paving shall not be placed in backfill. 20 G. Water jetting will not be accepted as a means of consolidating or compacting backfill. 21 H. All road surfaces shall be broom finished and hose-cleaned immediately after 22 backfilling. Dust control measures shall be employed at all times. 23 3.5 RESTORING TRENCH AND ADJACENT SURFACES 24 A. In paved areas, the edge of the existing pavement to be removed shall be cut along 25 straight lines, and the pavement replaced with the same type and quality of the existing 26 paving. 27 B. In sections where the duct bank passes through grassed areas, the Contractor shall, at 28 his own expense, remove and replace the sod, or shall loam and reseed the surface to 29 the satisfaction of the Owner/Engineer. 30 3.6 CLEANING 31 A. Remove all rubbish and debris from inside and around the underground system. 32 Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, 33 handholes and structures, using brushes, vacuum cleaner, or clean, lint free rags. Do not 34 use compressed air. 35 END OF SECTION 26 05 73 - 1 POWER SYSTEM STUDY Page 1 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 SECTION 26 05 73 2 POWER SYSTEM STUDY 3 PART 1 - GENERAL 4 1.1 SCOPE OF WORK 5 A. Provide a Power System Study for the electrical power system, including a Short 6 Circuit Study, Coordination Study, Arc Flash Hazard Study, and additional studies as 7 listed below. 8 B. The electrical power system shall be deemed to include the utility company’s 9 transformer, the Owner’s entire power distribution system, all new system components, 10 including any on-site standby generation. The short circuit and coordination study 11 reports shall provide an evaluation of the electrical power systems and the model 12 numbers and settings of the protective relays or devices and metering or motor 13 monitoring devices for setting by the Contractor. The Study shall include settings for all 14 motor protective relays and electric system monitoring devices. 15 C. The Study shall model all electrical equipment down to and including 480-Volt 16 utilization equipment. All motors shall be modeled individually, including disconnect 17 switches, if present. 18 D. Additional Studies 19 1. Motor Starting Voltage Drop Study 20 E. Obtain and provide all pertinent data necessary for the successful completion of the 21 Power System Studies, including information on all new equipment and wiring 22 pertinent to the Study. This includes all cable and raceway data, data for new motors, 23 data from all new switchgear, motor control centers, panel boards, and separately 24 mounted fuses, starters and circuit breakers. Obtain all new protective device 25 information to include all present settings. Obtain any needed data or information from 26 Contract Documents, various suppliers, the Electric Utility and from conducting his 27 own field investigations. If during field investigations conflicts between the Contract 28 Documents and the field conditions are encountered, immediately notify the 29 Owner/Engineer for a resolution to the conflict. Copies of the data obtained, shall be 30 organized and submitted to the Owner/Engineer at the same time of transmittal to the 31 Study Engineer, to show that all the requested data gathering work has been completed. 32 1.2 RELATED WORK 33 A. Refer to Division 26 00 00 and the Contract Drawings, for related work and electrical 34 coordination requirements. 26 05 73 - 2 POWER SYSTEM STUDY Page 2 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 B. Provide all the information required, to the Study Engineer in a timely manner. 2 1.3 SUBMITTALS 3 A. No later than four weeks after Contract Award, provide a submittal of the name and 4 qualifications of the Study Engineer, for approval. No submittals required under this 5 section will be accepted until this requirement is met, and if submitted will be returned 6 without review. 7 B. Provide the following additional submittals: 8 1. Preliminary Study: The first submittal shall consist only of the Short Circuit Study 9 results and equipment evaluation, based upon sound engineering reasonable 10 assumptions, where known values are not available. This submittal shall be used by 11 the Study Engineer to ascertain the short circuit current rating of the related 12 equipment. This submittal shall be made and approved prior to any shop drawing 13 submittal being reviewed for electrical equipment for which the results of this 14 preliminary study are required. The submittal and approval of the Preliminary 15 Study is a critical milestone in the Construction Schedule. Failure to submit an 16 acceptable study in a timely manner may delay the Project Schedule. No 17 exceptions will be made for the specified sequence of the submittal of the Study 18 prior to the submittal of shop drawings, and any delays caused by a late submittal of 19 the Study will not be a cause for the Engineer / Owner to allow any extension of the 20 Contract Time or Contract Price. 21 2. Final Study: The final submittal shall be the Final Study and shall include all items 22 listed under “Scope of Work” in this Section. No electrical equipment for which the 23 results of the final study are required, shall be energized until such results have 24 been reviewed and approved by the Engineer / Owner, and applied to such electrical 25 equipment, and certified as Settings Complete by the manufacturer’s field 26 representative. This submittal is required to include a PDF of the study and a copy 27 of the SKM raw data input files on a CD and/or a flash drive. 28 C. Upon completion of the studies, submit the studies for approval to the Owner/Engineer. 29 The study submittal shall include all the input and output data files in electronic format 30 for use directly with the specified study software. The Study shall include an actual size 31 sample of an Arc Flash and Shock Hazard label with typical information shown. Allow 32 not less than three calendar weeks for review of the both the Preliminary and Final 33 Studies by the Owner/Engineer. The submittal shall not contain unresolved questions, 34 conflicts or selective device coordination conflicts. A submittal containing such 35 questions or conflicts will be returned unreviewed and shall not be resubmitted until 36 such questions or conflicts have been resolved. Delays in the Construction Schedule 37 due to the submittal of unacceptable Power System Studies will not be a cause for the 38 Engineer / Owner to approve any changes in the Contract Time or Contract Price. 26 05 73 - 3 POWER SYSTEM STUDY Page 3 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 D. The completed, sealed, and signed studies, with all known issues resolved, shall be 2 submitted to the Owner/Engineer for approval, not less than 30 days prior to site 3 delivery of any equipment containing protective devices requiring selections and 4 settings for certification by the manufacturer. Final copies shall be in electronic form 5 (Adobe PDF formatted files). SKM data files, including any custom forms, labels, 6 formats, and libraries, shall be provided at the same time in electronic format as 7 specified herein. All individual arc flash labels, ready for installation, shall be provided 8 with this submittal. 9 E. Submit for approval, a manufacturer’s conducted training agenda for all training 10 specified herein. Training agenda shall not be submitted until final approval of the 11 Operation and Maintenance Manual 12 1.4 REFERENCE CODES AND STANDARDS 13 A. The specified studies shall be in accordance with the latest versions of the following 14 codes and standards. 15 1. IEEE Standard 1584 – IEEE Guide for Performing Arc-Flash Hazard Calculations, 16 Including Amendment 1584a. 17 2. NFPA-70E - Standard for Electrical Safety Requirements for Employee 18 Workplaces. 19 3. ANSI/NFPA 70 – National Electrical Code 20 B. The studies shall be performed using SKM Power Tools Electrical Engineering 21 Analysis Software for Windows. 22 1.5 QUALITY ASSURANCE 23 A. The studies shall be performed by an Electrical Engineering Services firm, who is 24 regularly engaged in power system studies. The studies shall be performed by a 25 Licensed Professional Electrical Engineer (PE) in the regular employment of the firm 26 with proficiency in electrical power systems engineering and shall seal and sign the 27 final completed power system studies. The Study Engineer shall be licensed to practice 28 engineering in the State of Texas. 29 B. The PE shall comply with the State PE Law in the submittal of the Preliminary and 30 Final Studies. The Preliminary Study shall bear the name and registration number of 31 the PE who will be sealing the work along with the statement acceptable to the State PE 32 Board which indicates the work is “Preliminary, Not for Construction” and is “Issued 33 for Review”. The final report shall bear the Engineer’s Seal, Registration Number, 34 Original Signature and Date in accordance with the State PE Laws. 26 05 73 - 4 POWER SYSTEM STUDY Page 4 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 1.6 SCHEDULE OF WORK 2 A. The selection of the Study Engineer shall be submitted to the Owner/Engineer for 3 approval in a timely manner, in accordance with the time specified. The Study shall be 4 completed and submitted in the phases as specified above. 5 B. The completed studies, with all known issues resolved, shall be submitted to the 6 Owner/Engineer for approval, as specified above. 7 PART 2 - STUDIES 8 2.1 ELECTRICAL ENGINEERING SERVICES FIRMS 9 A. The work experience resume of the Study Engineers who will be doing the work and 10 the Professional Engineer who will be sealing the Final Study shall be submitted along 11 with his / her PE registration number in the State where the equipment is to be installed. 12 Subject to compliance with the Contract Documents, the following services firms are 13 acceptable: 14 1. Cutler Hammer Engineering Services 15 2. General Electric Co. Engineering Services 16 3. Schneider Electric Engineering Services 17 4. Allen Bradley Co. Engineering Services 18 5. Strategic Engineering 19 6. K&A Engineering 20 7. Approved Equal 26 05 73 - 5 POWER SYSTEM STUDY Page 5 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 2.2 SHORT CIRCUIT AND COORDINATION STUDY 2 A. Provide a complete short circuit study. Include three phase, phase-to-ground 3 calculations and X/R ratios. Provide an equipment interrupting or withstand evaluation 4 based on the actual equipment and model numbers provided on this project including 5 any existing equipment modified in any way under this project. The Contractor shall 6 field verify the name plate data of all existing transformers, protective device 7 equipment and the size and length of any existing conductors in series with the new or 8 modified equipment in the Contract. Conductor lengths in concealed conduit shall be 9 estimated to the best of the Contractor’s ability from field observations and any 10 available existing conformed to construction record drawings. Generic devices or 11 values are not acceptable. Normal system operating method, alternate operation, and 12 operations that could result in maximum fault conditions, shall be thoroughly addressed 13 in the study. Provide single phase to ground and three phase to ground fault 14 information. The study shall assume all motors are operating at rated voltage with the 15 exception that motors, clearly identified as "standby," shall not be included. Electrical 16 equipment bus impedances shall be assumed as zero. Short circuit momentary duties 17 and interrupting duties shall be calculated on the basis of maximum available fault 18 current at the switchgear busses, switchboard busses, motor control centers and 19 panelboards. The study shall be performed using actual available short circuit currents 20 as obtained from the Electric Utility. An assumption of infinite bus for the purposes of 21 the Preliminary or Final study is not acceptable. 22 B. Provide an equipment evaluation study to determine the adequacy of the fault bracing 23 of all bus from the panel board level up to the main switchgear or protective device. 24 Include circuit breakers, controllers, surge arresters, busway, switches, and fuses by 25 tabulating and comparing the short circuit ratings of these devices with the available 26 fault currents. 26 05 73 - 6 POWER SYSTEM STUDY Page 6 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 C. Provide a protective device coordination study. The study shall include all electrical 2 equipment provided under this Contract, including Control Panels containing power and 3 protection equipment lighting panels and power panels. The Study shall include any 4 upstream or downstream equipment that has an impact on the Coordination Study. The 5 study shall show transformer damage curves, cable short circuit-withstand curves and 6 motor starting curves. The phase overcurrent and ground fault protection shall be 7 included, as well as settings for all other adjustable protective devices. All motor 8 monitoring relays and protective or monitoring devices that are a part of a supplier’s 9 equipment, such as soft starters or adjustable frequency drives shall be included. 10 Include the last protective device in the Electric Utilities’ system feeding each facility 11 being considered. Include all medium voltage switchgear, distribution switchboards, 12 motor control centers and 480 Volt panelboard main circuit breakers. Complete the 13 short circuit study down to the main breaker or largest feeder on all on all 480 Volt 14 panelboards. Panelboard branch circuit devices need not be considered. The phase 15 overcurrent and ground-fault protection shall be included, as well as settings for all 16 other adjustable protective devices. All motor monitoring relays and protective or 17 monitoring devices that are a part of a supplier’s equipment, such as soft starters or 18 adjustable frequency drives, shall be included. Include the last protective device in the 19 Electric Utilities system feeding each facility being considered. 20 D. Selective device coordination is required between protective devices in equipment 21 specified in each Section of the Electrical Specifications, and between each piece of 22 electrical equipment supplied for this project. Include settings for the protective devices 23 in existing equipment feeding any piece of new equipment. . If the Study Engineer, 24 during his work, determines that selective coordination cannot be obtained in or 25 between pieces of new equipment as specified, the Owner/Engineer shall immediately 26 be notified, Provide the supporting information to the Owner/Engineer for resolution of 27 the problem. 28 E. As a minimum, each short circuit study shall include the following: 29 1. One-Line Diagram: The presentation of the One Line Diagram shall be on one or 30 more 22 x 34-inch drawings with match lines if on multiple sheets, using font sizes 31 which are easily readable. Include the following information and activities listed 32 below: 33 a. Location and function of each protective device in the system, such as relays, 34 direct-acting trips, fuses, etc. 35 b. Type designation, current rating, range or adjustment, manufacturer's style and 36 catalog number for all protective devices. 26 05 73 - 7 POWER SYSTEM STUDY Page 7 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 c. Power and voltage ratings, impedance, primary and secondary connections 2 (Delta, Wye, Grounded Wye, Zig-Zag, etc.) of all transformers. Use the ratings 3 of the actual transformers being provided where available. The Final Study 4 shall use the name plate information on the transformers provided. Use the 5 actual name plate information on all existing transformers. Generic transformer 6 data on new or existing transformers are not acceptable. 7 d. The type, manufacturer, and ratio of all instrument transformers energizing 8 each relay shall be included new instrument transformers+. Field verify this 9 information on all existing protective devices which are in series with the new 10 equipment provided under this Contract. 11 e. Nameplate ratings of all motors and generators with their sub transient 12 reactance. Field verify the name plate information of all existing generator 13 providing power to the new equipment, and field verify the name plate motor 14 information on all motors connected to the bus of existing equipment which is 15 in series with the new equipment. 16 f. Sources of short circuit currents such as utility ties, generators, synchronous 17 motors, and induction motors. Provide short circuit studies using each source 18 of power separately. The study shall determine if there is sufficient short 19 circuit current to adequately cause interruption of a protective device using the 20 weaker power source (typically local generation) and shall determine if the 21 equipment can safely interrupt the fault if the greater power source is 22 connected. Additional short circuit calculations shall include emergency as well 23 as normal switching conditions as well as normal and emergency power sources 24 described here in. 25 g. All significant circuit elements such as transformers, cables, breakers, fuses, 26 reactors, etc. shall be included. 27 h. The time-current setting of existing adjustable relays and direct-acting trips, if 28 applicable. The Contractor shall field verify the information as specified 29 herein. 30 i. Arrange for the shutdown of the equipment requiring field verification with the 31 Owner, Investigations shall be done at a time, including after hours if 32 necessary, which do not significantly interrupt the Owner’s process operations. 33 2. Impedance Diagram: The presentation of the Impedance Diagram shall be on one or 34 more 22 x 34-inch drawings with match lines if on multiple sheets, using font sizes 35 which are easily readable. Include the following: 36 a. Available fault current or impedance from the utility company. 37 b. Local generated capacity impedance. 38 c. Transformer and/or reactor impedances. 39 d. Cable impedances. 26 05 73 - 8 POWER SYSTEM STUDY Page 8 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 e. System voltages. 2 f. Grounding scheme (resistance grounding, solid grounding, or no grounding). 3 3. Calculations: Include the following: 4 a. Determine the paths and situations where short circuit currents are the greatest. 5 Assume bolted faults and calculate the three-phase and line-to-ground short 6 circuits of each case. 7 b. Calculate the maximum and minimum fault currents. 8 F. Provide Time-Current Curves (TCC) on 8-1/2 x 11 log-log paper. 9 1. The Time Current Curves shall be presented in series only. Parallel branches shall 10 not appear on the same TCC presentation. 11 2. Do not put more than one branch of protective devices on any one coordination 12 curve. 13 3. Show a maximum of five devices in series on one TCC. Include a one-line diagram 14 and the names of each protective device in the branch on the coordination curve 15 drawing. Use the same color for the same protective device appearing on different 16 TCC presentations. 17 4. Provide separate drawings for ground fault coordination curves. 18 5. Use the names designated in the Contract Documents. 19 6. Include motor starting curves and transformer inrush and damage curves, and cable 20 short circuit withstand curves. 21 2.3 ARC FLASH HAZARD STUDY 22 A. The Power System Study shall include an Arc Flash Hazard Study that shall present the 23 level of arc flash hazard for each item of electrical equipment, and the appropriate level 24 of protection required per OSHA standards. 25 B. The analysis shall be performed with the aid of computer software intended for the 26 purpose, to calculate Arc-Flash Incident Energy (AFIE) levels and flash protection 27 boundary distances. 28 C. The analysis shall be performed under each possible condition and shall identify the 29 worst-case Arc-Flash condition. The preliminary report shall describe, when applicable, 30 how these conditions differ from worst-case bolted fault conditions. 31 D. The calculations shall be performed in accordance with IEEE 1584 and safe approach 32 requirements determined in accordance with NFPA-70E. (Latest versions) 26 05 73 - 9 POWER SYSTEM STUDY Page 9 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 E. Results of the Analysis shall be submitted in tabular form on an Excel spread sheet, and 2 shall include, device or bus name, bolted fault and arcing fault current levels, flash 3 protection boundary distances, personal-protective equipment and AFIE levels. The 4 analysis shall be presented on paper and included with the specified electronic format 5 files. 6 F. After approval of the Study, provide the Arc Flash Hazard Warning Labels. The Study 7 Engineer shall oversee the installation of the required labels for each item of electrical 8 equipment furnished on the project and for each item of existing equipment for which 9 the arc flash hazard has changed. A typical warning label shall be submitted with the 10 Study for approval, and shall include the information listed below, at minimum. 11 1. Flash Hazard Protection Boundary. 12 2. Limited Approach Boundary. 13 3. Restricted Boundary. 14 4. Incident Energy Level. 15 5. Required Personal Protective Equipment Rating. 16 6. Type of Fire Rated Clothing. 17 G. Labels shall be affixed to the enclosures, in a readily visible location, for all power- 18 handling equipment as follows. 19 1. Switchgear 20 a. One label for the line side of the main breaker 21 b. One label for the load side of the main breaker (switchgear bus) 22 c. One label on each vertical section, indicating the data for the switchgear bus 23 2. MCCs 24 a. One label for the line side of the main breaker 25 b. One label for the load side of the main breaker (MCC bus) 26 c. One label on each vertical section, indicating the data for the MCC bus 27 3. Switchboards 28 a. One label for each switchboard operated at 480 Volts or above 29 b. Label to indicate data for line side of the main breaker 30 4. Panelboards 31 a. One label for each panelboard operated at 480 Volts or above 26 05 73 - 10 POWER SYSTEM STUDY Page 10 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 b. Label to indicate data for line side of the main breaker 2 5. Control panels, including combination starters 3 a. Single label at each unit operated at 480 Volts or above. 4 b. Label to indicate data for the line side of the disconnect device. 5 6. Disconnect switches 6 a. Single label at each disconnect switch operated at 480 Volts or above. 7 b. Label to indicate data for the line side of the switch 8 H. Size of each label shall be not less than 4 inches wide and 3 inches tall. 9 2.4 MOTOR STARTING VOLTAGE DROP STUDY 10 A. The motor starting study shall be provided for low voltage motors over 100 HP, full 11 voltage across-the-line started, and for low voltage motors 300 HP and up which are 12 reduced voltage started. 13 B. The study shall select the largest motor on a bus and shall assume all other motors on 14 that bus are running. Where a Main-Tie-Main bus configuration is present, the study 15 shall be done with both Main breakers closed and the Tie breaker open, and with one 16 Main open and the Tie breaker closed. 17 C. Where the Utility feeders are feeding the switchgear, the study shall be done for each 18 feeder based on the actual system impedance for each utility feeder. 19 D. A motor starting analysis shall be made where on-site standby generation is available to 20 power the MCC using only the available power from the generator. If the generator has 21 been sized to run only part of the load, then the system shall be modeled with only that 22 part of the load running. The generator voltage drops and frequency drop during motor 23 starting shall be modeled and included in the study report. 24 PART 3 - EXECUTION 25 3.1 FIELD SERVICES 26 A. Label Installation Certification 27 1. When the label installation is complete, the Contractor, the Contractor’s Study 28 Engineer and the Owner/Engineer shall jointly inspect each location and show to 29 the Owner/Engineer’s satisfaction that labels are installed in all the specified 30 locations, and in any additional recommended locations indicated in the Study. 31 B. Training 26 05 73 - 11 POWER SYSTEM STUDY Page 11 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 1. Provide the services of the Arc-Flash Training Engineer to conduct a training 2 program for the Owner’s personnel. The class shall include the following: 3 a. The class shall be held for not less than one eight-hour day for each shift of 4 maintenance and operational personnel. 5 b. The care, application and use of protective personal equipment described by the 6 warning signs installed on the project. 7 c. Conduct training at a location onsite to be designated d by the Owner. Include 8 class sessions in the field at equipment locations as may be required for 9 instruction. 10 d. Applicable information from the Power System Study shall be provided to the 11 attendees. 12 e. Submit a detailed class syllabus to the Engineer/Owner for review and approval 13 prior to holding the training class. 14 2. Provide the services of the Power System Study Engineer to conduct power system 15 operation training for the Owner’s personnel. The class shall include the following: 16 a. The class shall be held for not less than one eight-hour day for each shift of 17 maintenance and operational personnel. 18 b. Instruction in the safe operation of the power system for both new electrical 19 power distribution equipment included in the study and existing power 20 distribution equipment which is in series with the new equipment. 21 c. The safe operation of electrical equipment Kirk Key interlocks. 22 d. Power system switching which avoids configurations that may exceed 23 equipment short circuit ratings, or that may cause other undesirable or danger if 24 certain circuits are paralleled. 25 e. Provide handout materials including one-line diagrams and O&M information 26 for each person in attendance. 27 f. Submit a detailed class syllabus to the Engineer/Owner for review and approval 28 prior to holding the training class. 29 C. The cost of Field Services shall be included in the Contract Price and the schedule for 30 training shall be included in the Contract Schedule. 31 D. The Owner reserves the right to videotape the training for the Owner’s use. 32 END OF SECTION 33 26 05 73 - 12 POWER SYSTEM STUDY Page 12 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 THIS PAGE INTENTIONALLY LEFT BLANK 26 22 13 - 1 DISTRIBUTION DRY-TYPE TRANSFORMERS Page 1 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 SECTION 26 22 13 2 DISTRIBUTION DRY-TYPE TRANSFORMERs 3 PART 1 - GENERAL 4 1.1 SCOPE OF WORK 5 A. Furnish and install single-phase and three-phase general purpose individually mounted 6 dry-type transformers of the two-windings type, self-cooled as specified herein, and as 7 shown on the Drawings. 8 B. The provisions of this Section shall apply to all dry-type distribution transformers, 9 except as indicated otherwise. 10 1.2 RELATED WORK 11 A. Refer to Division 26 00 00 and the Contract Drawings, for related work and electrical 12 coordination requirements. 13 1.3 SUBMITTALS 14 A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 15 00 00, the Contract Documents and as specified herein the following: 16 1. The manufacturers' names and product designation or catalog numbers for the types 17 of materials specified or shown on the Drawings. 18 2. Cut sheets for each individual item shall be submitted. 19 3. All cut sheets shall be clearly marked to indicate which products are being 20 submitted for use on this project. 21 4. Unmarked cut sheets will cause the submittal to be rejected and returned for 22 revision. 23 B. All shop drawing submittals and all O&M submittals shall be submitted Division 1. No 24 change in Contract Price or Schedule will be allowed for delays due to unacceptable 25 submittals. 26 C. Submittals shall also contain information on related equipment to be furnished under 27 this Specification. Incomplete submittals not containing the required information on the 28 related equipment will also be returned without review 29 D. Submittals shall be made in accordance with the requirements of the process equipment 30 division of these Specifications, and as specified herein. 31 E. Submittals for equipment specified herein shall be made as a part of equipment 32 furnished under other Sections. Individual submittals for equipment specified herein 33 will not be accepted and will be returned without review. 34 F. The original equipment manufacturer, (OEM) shall create all equipment shop drawings, 35 including all wiring diagrams, in the manufacturer’s Engineering department. All 36 equipment shop drawings shall bear the original equipment manufacturer’s logo, 37 drawing file numbers, and shall be maintained on file in the OEM’s archive file system. 38 Photocopies of the Engineer’s ladder schematics are unacceptable as shop drawings. 26 22 13 - 2 DISTRIBUTION DRY-TYPE TRANSFORMERS Page 2 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 G. Submit for approval, a manufacturer’s conducted training agenda for all training 2 specified herein. Training agenda shall not be submitted until final approval of the 3 Operation and Maintenance Manual. Shop Drawings and Product Data. 4 H. The following information shall be submitted to the Engineer: 5 1. Outline dimensions and weights 6 2. Typical/Design test data 7 3. Transformer ratings including: 8 a. kVA 9 b. Primary and secondary voltage 10 c. Taps 11 d. Basic impulse level (BIL) for equipment over 600 volts 12 e. Design impedance 13 f. Insulation class and temperature rise 14 g. Sound level. 15 4. Product data sheets 16 5. Connection diagrams 17 6. Installation information 18 7. Date of manufacture for each transformer 19 I. Operation and Maintenance Manuals. 20 1. Operation and Maintenance Manuals shall include the following information: 21 a. Manufacturer’s contact address and telephone number for parts and service. 22 b. Instruction books and/or leaflets 23 c. Recommended renewal parts list 24 d. Record Drawings of information required by the Submittals part of this Section. 25 e. Project record drawings clearly indicating operating features and including as- 26 built shop drawings, outline drawings, and schematic and wiring diagrams. 27 1.4 REFERENCE STANDARDS 28 A. The dry-type transformer(s) and all components shall be designed, manufactured and 29 tested in accordance with the latest applicable NEMA and ANSI standards as follows; 30 1. DOE 2016 Energy Efficiency Standards, 10 CFR Part 431 31 2. ANSI C57.96 2004 Guide for Loading Dry-Type Distribution and Power 32 Transformers 33 3. ASTM D635 – Standard Test Method for Insulation Materials 34 4. NEMA ST20 35 5. UL 1561 36 6. IEEE-519 37 7. IEEE-597 38 8. NFPA 70 – National Electrical Code 39 1.5 QUALITY ASSURANCE 40 A. The manufacturer of this equipment shall have produced similar equipment for a 41 minimum period of ten years. When requested by the Engineer, an acceptable list of 42 installations with similar equipment shall be provided demonstrating compliance with 43 this requirement. 26 22 13 - 3 DISTRIBUTION DRY-TYPE TRANSFORMERS Page 3 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 B. The manufacturer of the assembly shall be the manufacturer of the major components 2 within the assembly. All assemblies shall be of the same manufacturer. Equipment that 3 is manufactured by a third party and “brand labeled” shall not be acceptable. 4 C. All components and material shall be new and of the latest field proven design and in 5 current production. Obsolete components or components scheduled for immediate 6 discontinuation shall not be used. 7 D. Equipment submitted shall fit within the space shown on the Drawings. Equipment 8 which does not fit within the space is not acceptable. 9 E. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 10 F. Transformers manufactured more than 24 months prior to the date of this Contract will 11 not be acceptable. 12 G. Transformers shall meet the US Department of Energy (DOE) 2016 Energy Efficiency 13 Standards 10 CFR Part 421. 14 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 15 A. Prior to jobsite delivery complete all submittal requirements, and present to the 16 Owner/Engineer upon delivery of the equipment, an approved copy of all such 17 submittals. Delivery of incomplete constructed equipment, or equipment which failed 18 any factory tests, will not be permitted., 19 B. Equipment shall be handled and stored in accordance with manufacturer's instructions. 20 Two copies of these instructions shall be included with the equipment at time of 21 shipment, and shall be made available to the Contractor and Owner/Engineer 22 C. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups 23 shall be bolted to skids. Breakers and accessories shall be packaged and shipped 24 separately. 25 D. Equipment shall be equipped to be handled by crane. Where cranes are not available, 26 equipment shall be suitable for skidding in place on rollers using jacks to raise and 27 lower the groups. 28 E. Equipment shall be installed in its permanent finished location shown on the Drawings 29 within seven calendar days of arriving onsite. If the equipment cannot be installed 30 within seven calendar days, the equipment shall not be delivered to the site, but stored 31 offsite, until such time that the site is ready for permanent installation of the equipment. 32 No change in the Contract Price will be allowed for storage or transportation. 33 F. Where space heaters are provided in equipment, provide temporary electrical power and 34 operate space heaters during jobsite storage, and after equipment is installed in 35 permanent location, until equipment is placed in service. 36 1.7 WARRANTY 37 A. Provide warrantees, including the manufacturer’s warrantee, for the equipment 38 specified and the proper installation thereof, to be free from defects in material and 39 workmanship for two years [except for variable frequency drives which shall be for two 40 years, from date of final acceptance of the equipment and its installation. Within such 41 period of warranty, all material and labor necessary to return the equipment to new 42 operating condition shall be provided. Any warranty work requiring shipping or 43 transporting of the equipment shall be provided at no expense to the Owner. 26 22 13 - 4 DISTRIBUTION DRY-TYPE TRANSFORMERS Page 4 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 PART 2 - PRODUCTS 2 2.1 MANUFACTURERS 3 A. Subject to compliance with the Contract Documents, the following Manufacturers are 4 acceptable: 5 1. ABB 6 2. Eaton 7 3. Schneider Electric Company 8 B. The listing of specific manufacturers above does not imply acceptance of their products 9 that do not meet the specified ratings, features and functions. Manufacturers listed 10 above are not relieved from meeting these specifications in their entirety. 11 2.2 RATINGS 12 A. The ratings of the transformer shall be as follows: 13 1. kVA Rating: As shown on the Drawings. 14 2. Winding configuration As shown on the Drawings 15 3. Impedance: ANSI Standard Tolerance 16 4. HV: As shown on the Drawings. 17 5. LV: As shown on the Drawings. 18 2.3 CONSTRUCTION 19 A. Insulation Systems 20 1. Transformer insulation system shall be as follows: 21 a. Up to 15 kVA, three-phase and single-phase: UL recognized 180°C rated 22 insulation system, encapsulated with 115°C rise. 23 b. 15 kVA, and above, three-phase and single-phase: UL recognized 200°C rated 24 insulation system, ventilated, with 115°C rise. 25 2. Required performance shall be obtained without exceeding the above indicated 26 temperature rise in a 40°C maximum ambient, and a 24-hour average ambient of 27 30°C 28 3. All insulation materials shall be flame-retardant and shall not support combustion 29 as defined in ASTM Standard Test Method D635. 30 4. Windings shall have a BIL of 10 kV minimum. 31 B. Core and Coil Assemblies 32 1. Transformer core shall be constructed with high-grade, non-aging, silicon steel with 33 high magnetic permeability, and low hysteresis and eddy current losses. Maximum 34 magnetic flux densities shall be substantially below the saturation point. The 35 transformer core volume shall allow efficient transformer operation at 10% above 36 the nominal tap voltage. The core laminations shall be tightly clamped and 37 compressed. Coils shall be wound of electrical grade copper with continuous 38 wound construction. 26 22 13 - 5 DISTRIBUTION DRY-TYPE TRANSFORMERS Page 5 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 2. Transformer coil assembly shall be impregnated with non-hydroscopic, 2 thermosetting varnish and cured to reduce hot spots and seal out moisture; the core 3 shall be coated with HAPs (Hazardous Air Pollutants) free water reducible 4 electrical varnish to give good corrosion resistance. The assembly shall be installed 5 on vibration-absorbing pads. 6 3. On single and three-phase units rated 15 kVA and below, the core and coil 7 assembly shall encapsulation system shall minimize the sound level. Enclosure 8 construction shall be encapsulated, non-ventilated steel enclosure, with lifting eyes. 9 4. On single and three-phase units, rated above 15 kVA, the core and coil assembly 10 shall be ventilated, weatherproof steel enclosure. All ventilation openings shall be 11 protected against falling dirt. The assembly shall be installed on vibration-absorbing 12 pads. 13 5. Terminals shall be welded to the leads of the coils for better conductivity, less 14 maintenance and lower risk of hot spots. Terminals shall not be spot welded or 15 bolted to the coil leads. 16 6. The neutral bus shall be configured to accommodate 200% of the rated current. 17 C. Taps 18 1. Three-phase transformers rated 15 through 500 kVA shall be provided with six 2- 19 1/2% taps, two above and four below rated primary voltage 20 2. All single-phase transformers, and three-phase transformers rated below 15 kVA 21 and above 500 kVA, shall be provided with the manufacturer’s standard tap 22 configuration. 23 D. Isolation Pad 24 1. Each transformer, pad-mounted, bracket-mounted, or suspended, shall utilize 25 double deflecting neoprene mounting vibration isolators as manufactured by Mason 26 Industries Type ND, sized according to rated capacities. 27 E. Finish 28 1. Enclosures, other than stainless steel, shall be finished with ANSI Gray color, 29 weather-resistant enamel. 30 F. Accessories 31 1. On ventilated outdoor units provide suitable weather shields over ventilation 32 openings. 33 2. Lug kits shall be provided by the Manufacturer of the transformer. 34 2.4 FACTORY TESTING 35 A. The following standard factory tests shall be performed on the equipment provided 36 under this section. All tests shall be in accordance with the latest applicable ANSI and 37 NEMA standards. 38 1. Ratio tests at the rated voltage connection and at all tap connections 39 2. Polarity and phase relation tests on the rated voltage connection 40 3. Applied potential tests 41 4. Induced potential test 42 5. No-load and excitation current at rated voltage on the rated voltage connection 43 PART 3 - EXECUTION 26 22 13 - 6 DISTRIBUTION DRY-TYPE TRANSFORMERS Page 6 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 3.1 INSTALLATION 2 A. Install all equipment per the manufacturer's recommendations and the contract 3 drawings. 4 B. Securely connect all neutrals and transformer enclosures to ground. 5 3.2 FIELD ADJUSTMENTS 6 A. Adjust taps to deliver appropriate secondary voltage. 7 3.3 FIELD TESTING 8 A. Measure primary and secondary voltages for proper tap settings. 9 END OF SECTION 26 24 16Section 16000 Electrical - General Provisions - 1 PANELBOARDS Page 1 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 SECTION 26 24 16 2 PANELBOARDS 3 PART 1 - GENERAL 4 1.1 SCOPE OF WORK 5 A. Furnish and install panelboard(s) as specified herein and as shown on the Drawings. 6 B. The provisions of this Section shall apply to all panelboards, except as indicated 7 otherwise. 8 1.2 RELATED WORK 9 A. No references are made to any other section which may contain work related to any 10 other section. The Contract Documents shall be taken as a whole with every section 11 related to every other section as required to meet the requirements specified. The 12 organization of the Contract Documents into specification divisions and sections is for 13 organization of the documents themselves and does not relate to the division of 14 suppliers or labor which the Contractor may choose to employ in the execution of the 15 Contract. Where references are made to other Sections and other Divisions of the 16 Specifications, the Contractor shall provide such information or additional work as may 17 be required in those references and include such information or work as may be 18 specified. 19 B. Other Divisions 20 1. The Contractor shall be responsible for examining all Sections of the Specifications 21 and Drawings and shall determine the power and wiring requirements and shall 22 provide external wiring and raceways, as required to provide a fully functioning 23 power, control and process control systems. If the equipment requires more 24 conductors and/or wiring, due to different equipment being supplied, the Contractor 25 shall furnish the additional conductors, raceways and/or wiring, with no change in 26 the Contract Price, and with no increase in Contract Time. 27 1.3 SUBMITTALS 28 A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 29 00 00 and as specified herein. 30 B. Provide systems engineering to produce coordination curves, showing coordination 31 between breakers and/or fuses submitted, such that protective device coordination is 32 accomplished. Such curves and settings shall be included as a part of these submittals. 33 C. Submittals shall also contain information on related equipment to be furnished under 34 this Specification but described in the related Sections listed in the Related Work 35 paragraph above. Incomplete submittals not containing the required information on the 36 related equipment will also be returned without review. All cut sheets shall be clearly 37 marked to indicate which products are being submitted for use on this project. 38 Unmarked cut sheets will be cause to reject the submittal and return it for revision 39 without review. 40 D. Shop Drawings and Product Data. The following information shall be submitted to the 41 Engineer: 26 24 16Section 16000 Electrical - General Provisions - 2 PANELBOARDS Page 2 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 1. Master drawing index 2 2. Front view elevation 3 3. Top view 4 4. Nameplate schedule 5 5. UL Listing of the completed assembly 6 6. Conduit entry/exit locations 7 7. Assembly ratings including: 8 a. Short-circuit rating 9 b. Voltage 10 c. Continuous current 11 8. Major component ratings including: 12 a. Voltage 13 b. Continuous current 14 c. Interrupting ratings 15 9. Descriptive bulletins 16 10. Product data sheets. 17 11. Cable terminal sizes. 18 E. Operation and Maintenance Manuals. 19 1. Operation and maintenance manuals shall include the following information: 20 a. Manufacturer’s contact address and telephone number for parts and service. 21 b. Instruction books and/or leaflets 22 c. Recommended renewal parts list 23 d. Record Documents for the information required by the Submittals paragraph 24 above. 25 1.4 REFERENCE CODES AND STANDARDS 26 A. The low voltage panelboard assembly and all components in this specification shall be 27 designed and manufactured according to latest revision of the following standards 28 (unless otherwise noted): 29 1. UL 67 - Panelboards 30 2. UL 50 - Cabinets and Boxes 31 3. NEMA PB-1 2006 - Panelboards 32 4. Fed. Spec. W-P-115C 33 1.5 QUALITY ASSURANCE 34 A. The manufacturer of this equipment shall have produced similar equipment for a 35 minimum period of ten years. When requested by the Engineer, an acceptable list of 36 installations with similar equipment shall be provided demonstrating compliance with 37 this requirement. 38 B. The manufacturer of the assembly shall be the manufacturer of the major components 39 within the assembly. All assemblies shall be of the same manufacturer. Equipment that 40 is manufactured by a third party and “brand labeled” shall not be acceptable. 41 C. All components and material shall be new and of the latest field proven design and in 42 current production. Obsolete components or components scheduled for immediate 43 discontinuation shall not be used. 26 24 16Section 16000 Electrical - General Provisions - 3 PANELBOARDS Page 3 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 D. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 2 E. Equipment submitted shall fit within the space shown on the Drawings. Equipment 3 which does not fit within the space is not acceptable. 4 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 5 A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal 6 requirements, and present to the Owner/Engineer upon delivery of the equipment, an 7 approved copy of all such submittals. Delivery of incomplete constructed equipment, 8 onsite factory work, or failed factory tests will not be permitted. 9 B. Equipment shall be handled and stored in accordance with manufacturer's instructions. 10 Two copies of these instructions shall be included with the equipment at time of 11 shipment and shall be made available to the Contractor and Owner. The instructions 12 shall include detailed assembly instructions including but not limited to wiring 13 interconnection diagrams, rigging for lifting, skidding, jacking and moving using 14 rolling equipment to place the equipment, bolt torqueing requirements for bus and all 15 other components which require the installation of bolted connections, and instructions 16 for storing the equipment prior to energizing. 17 C. Equipment shall be stored indoors and protected from moisture, dust and other 18 contaminants. 19 D. Equipment shall not be installed until the location is finished and protected from the 20 elements. 21 1.7 WARRANTY 22 A. The Manufacturer shall warrant the equipment to be free from defects in material and 23 workmanship for one year from date of final acceptance of the equipment. Within such 24 period of warranty the Manufacturer shall promptly furnish all material and labor 25 necessary to return the equipment to new operating condition. Any warranty work 26 requiring shipping or transporting of the equipment shall be performed by the 27 Contractor at no expense to the Owner. 28 PART 2 - PRODUCTS 29 2.1 MANUFACTURERS 30 A. Subject to compliance with the Contract Documents, the following Manufacturers are 31 acceptable. 32 1. General Electric 33 2. Eaton 34 3. Square D 35 4. Approved equal 36 B. The listing of specific manufacturers above does not imply acceptance of their products 37 that do not meet the specified ratings, features and functions. Manufacturers listed 38 above are not relieved from meeting these specifications in their entirety. 26 24 16Section 16000 Electrical - General Provisions - 4 PANELBOARDS Page 4 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 2.2 RATINGS 2 A. The service voltage, overall short circuit withstand, and interrupting rating of the 3 equipment and components shall be as shown on the Drawings, except that the 4 minimum interrupting rating shall be 22,000 amperes RMS symmetrical for 240/120 5 volt single- phase or 208Y/120 volt three-phase. The minimum interrupting for 6 480Y/277 volt three-phase shall be 65,000 amperes RMS symmetrical. Panelboards 7 employing series connected ratings for main, feeder and branch devices are not 8 acceptable and shall not be provided. 9 B. Panelboards shall be UL listed and labeled as suitable for use as service equipment. 10 C. Where the panelboard is shown or specified to contain a surge protective device (SPD), 11 the complete panelboard, including the SPD, shall be UL67 listed. 12 D. Panelboards shall be designed for continuous operation, at rated current, in a 40°C 13 ambient. 14 E. For additional ratings and construction notes, refer to the Drawings. 15 2.3 CONSTRUCTION 16 A. General 17 1. Refer to the Drawings for actual layout and location of equipment and components, 18 and other required details. 19 2. A nameplate shall be provided listing manufacturer's name, panel type and rating. 20 Nameplates shall be engraved, laminated impact acrylic, matte finish, not less than 21 1/16-inch thick by 3/4-inch by 2-1/2-inch, Rowmark 322402, or equal. Nameplates 22 shall be 316 SS screw mounted to all enclosures except for NEMA 4 and 4X. 23 Nameplates for NEMA 4 and 4X enclosures shall be attached with double faced 24 adhesive strips, TESA TUFF TAPE 4970, .009 X 1/2 inch, or equal. Prior to 25 installing the nameplates, the metal surface shall be thoroughly cleaned with 70% 26 alcohol until all residues has been removed. Epoxy adhesive or foam tape is not 27 acceptable. 28 B. Enclosures 29 1. General 30 a. Each enclosure shall be provided with a legend pocket on the inner door. 31 b. Enclosures shall not have holes or knockouts. 32 2. ALUMINUM 33 a. NEMA 4X Aluminum 34 1) Type 5052 aluminum, body and door 35 2) Stainless steel hinge pins 36 3) Foam in-place gasket 37 3. NEMA 12 38 a. NEMA 12 Steel 39 1) Mild Steel body and door 40 2) Stainless steel hinge Pins 41 4. Not otherwise Defined 42 a. Where an enclosure is not otherwise defined or shown on the Drawing 43 1) NEMA 4X Stainless Steel 44 2) Type 316 stainless steel, body and door 45 3) Stainless steel hinges 26 24 16Section 16000 Electrical - General Provisions - 5 PANELBOARDS Page 5 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 4) Foam in-place gasket 2 5. NEMA 1 or NEMA 1A boxes shall not be used. 3 C. Surge Protective Devices (SPDs) 4 1. Where panelboards are shown or specified to include an SPD, the panelboard 5 manufacturer shall be the manufacturer of the Type 2 SPD, and the SPD shall be 6 located within the panelboard, unless otherwise shown on the Drawings. Refer to 7 Section 26 43 13 for specifications of the SPDs, and the required submittals to be 8 included under this Section. Submittals not containing the required information in 9 Section 26 43 13 will be returned un-reviewed. 10 2. The SPD shall be installed immediately following the load side of the main breaker. 11 SPDs installed in main lug only panelboards shall be installed immediately 12 following the incoming main lugs. The SPD shall be interfaced to the panelboard 13 via a direct bus bar connection. The SPD shall not limit the use of through-feed 14 lugs, sub-feed lugs, and sub-feed breaker options. See Section 26 43 13 for 15 additional requirements. 16 D. Exteriors 17 1. Unless otherwise noted, all panels shall be designed for surface mounting. 18 2. Hinged doors covering all circuit breaker handles shall be provided on all panels. 19 3. Doors shall have semi flush type cylinder lock and catch, except that doors over 48 20 inches in height shall have a vault handle and three-point latch, complete with lock, 21 arranged to fasten door at top, bottom and center. Door hinges shall be concealed. 22 Furnish two keys for each lock. All locks shall be keyed alike; directory frame and 23 card having a transparent cover shall be furnished on each door. 24 E. Interiors 25 1. At least four studs for mounting the panelboard interior shall be furnished. 26 2. Interiors shall be so designed that circuit breakers can be replaced without 27 disturbing adjacent units and without removing the main bus connectors and shall 28 be so designed that circuits may be changed without machining, drilling or tapping. 29 3. All interiors shall be completely factory assembled with circuit breakers, wire 30 connectors, etc. All wire connectors, except screw terminals, shall be of the anti- 31 turn solderless type and all shall be suitable for copper wire of the sizes indicated. 32 F. Busses 33 1. All busses, including neutral busses and ground bars, shall be of tin-plated copper. 34 Neutral busses shall be full size. Phase bussing shall be full height without 35 reduction. Cross connectors shall be tin plated copper. 36 2. Neutral bussing shall have a suitable lug for each outgoing feeder requiring a 37 neutral connection. 38 3. Spaces for future circuit breakers shall be bussed for the maximum device that can 39 be fitted into them. 40 4. Equipment ground bars, of tin-plated copper, shall be furnished. 41 5. Branch circuits shall be arranged using double row construction except when 42 narrow column panels are indicated. Branch circuits shall be numbered by the 43 manufacturer. 26 24 16Section 16000 Electrical - General Provisions - 6 PANELBOARDS Page 6 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 2.4 CIRCUIT BREAKERS 2 A. Panelboards shall be equipped with circuit breakers with frame size and trip settings as 3 shown on the Drawings. 4 B. Circuit breakers shall be molded case, bolt-on type. 5 C. Each circuit breaker used in 208Y/120-volt, three phase, or 120/240-volt single phase, 6 panelboards shall have an interrupting capacity of not less than 22,000 amperes, RMS 7 symmetrical. 8 D. Each circuit breaker used in 480Y/277 volt and 480-volt panelboards shall have an 9 interrupting capacity of not less than 65,000 amperes, RMS symmetrical. 10 E. Circuit breakers shall be as manufactured by the panelboard manufacturer. 11 PART 3 - EXECUTION 12 3.1 INSTALLATION 13 A. Mount boxes for surface mounted panelboards so there is at least 1/2-inch air space 14 between the box and the wall. 15 B. Connect panelboard branch circuit loads so that the load is distributed as equally as 16 possible between the phase busses. 17 C. Type circuit directories giving location and nature of load served. Install circuit 18 directories in each panelboard. 19 END OF SECTION 26 24 19 - 1 LOW VOLTAGE MOTOR CONTROL CENTERS Page 1 of 22 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 SECTION 26 24 19 2 LOW VOLTAGE MOTOR CONTROL CENTERS 3 PART 1 - GENERAL 4 1.1 SCOPE OF WORK 5 A. Furnish and install assemblies of low voltage motor control centers (MCCs), together 6 with appurtenances, complete and operable, as specified herein and as shown on the 7 Contract Drawings. 8 B. Automatic transfer schemes, RVSS Starters, SPDs and programmable controllers shall 9 be factory installed by the motor control center manufacturer as shown on the Contract 10 Drawings. 11 C. Motor control centers shall be sized to include all equipment, spares and spaces shown 12 on the Drawings. 13 D. Coordinate with the manufacturer of each submersible pump and submit a letter of 14 certification verifying each RVSS Starter provided is suitable for the application. 15 1.2 RELATED WORK 16 A. Refer to Division 26 00 00 and the Contract Drawings, for related work and electrical 17 coordination requirements. 18 1.3 SUBMITTALS 19 A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 20 00 00, the Contract Documents and as specified herein the following: 21 1. The manufacturers' names and product designation or catalog numbers for the types 22 of materials specified or shown on the Drawings. 23 2. Cut sheets for each individual item shall be submitted. 24 3. All cut sheets shall be clearly marked to indicate which products are being 25 submitted for use on this project. 26 4. Unmarked cut sheets will cause the submittal to be rejected and returned for 27 revision. 28 B. All shop drawing submittals and all O&M submittals shall be submitted in accordance 29 with the requirements listed in Division 1. No change in Contract Price or Schedule will 30 be allowed for delays due to unacceptable submittals. 31 C. Submittals shall also contain information on related equipment to be furnished under 32 this Specification. Incomplete submittals not containing the required information on the 33 related equipment will also be returned without review. 34 D. Submittals shall be made in accordance with the requirements of the process equipment 35 division of these Specifications, and as specified herein. 36 E. The original equipment manufacturer, (OEM) shall create all equipment shop drawings, 37 including all wiring diagrams, in the manufacturer’s Engineering department. All 38 equipment shop drawings shall bear the original equipment manufacturer’s logo, 39 drawing file numbers, and shall be maintained on file in the OEM’s archive file system. 40 Photocopies of the Engineer’s ladder schematics are unacceptable as shop drawings. 26 24 19 - 2 LOW VOLTAGE MOTOR CONTROL CENTERS Page 2 of 22 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 F. Time-current coordination curves for protective device relays, circuit breakers, and 2 fuses submitted shall be included as a part of these submittals. 3 G. Submit for approval the Contractor’s certification of extended warranty in the shop 4 drawing submitted to the Engineer for approval. 5 H. Submit for approval, a manufacturer’s conducted training agenda for all training 6 specified herein. Training agenda shall not be submitted until final approval of the 7 Operation and Maintenance Manual. Shop Drawings and Product Data. 8 I. The following information shall be submitted to the Engineer: 9 1. Submit a letter or letters of certification verifying each RVSS provided is suitable 10 for the application. 11 2. Equipment outline drawings showing elevation and plan views, dimensions, weight, 12 shipping splits and metering layouts. Indicate all options, special features, ratings 13 and deviations from the Specifications. 14 3. Conduit entrance drawings, including floor penetrations. 15 4. Bus arrangement drawings. 16 5. Summary tables showing detailed equipment description and nameplate data for 17 each compartment. 18 6. Product data sheets and catalog numbers for overcurrent protective devices, motor 19 starters, control relays, control stations, meters, pilot lights, etc. 20 a. List all options, trip adjustments and accessories furnished specifically for this 21 project. 22 b. Cut sheets for each individual item shall be submitted. 23 c. Clearly mark each sheet to indicate which items apply and/or those items that 24 do not apply. 25 d. Unmarked cut sheets will cause rejection of the submittal and its return for 26 revision. 27 7. Provide control systems engineering to produce custom elementary drawings 28 showing interwiring and internal interlocking and interlocking to remotely mounted 29 devices. 30 a. Show wire and terminal numbers. 31 b. Indicate special identifications for electrical devices per the Drawings. 32 8. Master drawing index 33 9. Front view elevation 34 10. Floor plan 35 11. Top view 36 12. Single line 37 13. Schematic diagram, including manufacturer’s selections of component ratings, and 38 CT and PT ratios. 39 14. Complete submittals for each Point of Utilization Device (SPD) installed in the 40 MCC. 41 15. Nameplate schedule 42 16. UL Listing of the completed assembly. 43 17. Component list with detailed component information, including original 44 manufacturer’s part number. 45 18. Conduit entry/exit locations 26 24 19 - 3 LOW VOLTAGE MOTOR CONTROL CENTERS Page 3 of 22 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 19. Assembly ratings including: 2 a. Short-circuit rating 3 b. Voltage 4 c. Continuous current 5 20. Major component ratings including: 6 a. Voltage 7 b. Continuous current 8 c. Interrupting ratings 9 21. Descriptive bulletins 10 22. Product data sheets. 11 23. Number and size of cables per phase, neutral if present, ground and all cable 12 terminal sizes. 13 24. Instruction and renewal parts books. 14 25. Itemized list of spare parts furnished specifically for this project, including 15 quantities, description and part numbers. 16 J. Factory Tests. Submittals shall be made for factory tests specified herein. 17 K. Field Test Reports. Submittals shall be made for field tests specified herein. 18 L. Operation and Maintenance Manuals. 19 1. Operation and maintenance manuals shall include the following information: 20 a. Manufacturer’s contact address and telephone number for parts and service. 21 b. Instruction books and/or leaflets 22 c. Recommended renewal parts list 23 d. Record Documents for all the information required by the Submittals paragraph 24 above. 25 e. Include the following: 26 1) Component list / bill of material including part numbers. 27 2) Marked product data and catalog cut sheets. 28 3) Performance specifications / equipment ratings. 29 4) Factory drawings and schematics. 30 5) Trip curves for breakers and fuses 31 6) Specified certifications. 32 7) Factory test reports 33 8) Field test reports. 34 1.4 REFERENCE CODES AND STANDARDS 35 A. The low voltage motor control centers and all components in this specification shall be 36 designed and manufactured according to latest revision of the following standards 37 (unless otherwise noted): 38 1. NEMA Standard ICS 2 – 2000 Industrial Control and Systems 39 2. UL 845 – Electric Motor Control Centers 40 3. NEMA Standard SG-3 – Low Voltage Power Circuit Breakers 41 4. NFPA 70 – National Electrical Code (NEC) 42 5. NFPA 70E – Standard for Electrical Safety in the Workplace 43 6. UL 1008 – Transfer Switches 44 7. UL 991 - Tests for Safety-Related Controls Employing Solid-State Devices 45 8. NFPA 110 – Emergency and Standby Power Systems 26 24 19 - 4 LOW VOLTAGE MOTOR CONTROL CENTERS Page 4 of 22 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 9. NEMA ICS 10 – AC Transfer Switch Equipment 2 10. IEEE 446 – Recommended Practice for Emergency and Standby Power Systems 3 B. All equipment components and completed assemblies specified in this Section of the 4 Specifications shall bear the appropriate label of Underwriters Laboratories. 5 C. Where reference is made to one of the above standards, the revision in effect at the time 6 of bid opening shall apply. 7 1.5 QUALITY ASSURANCE 8 A. The manufacturer of the equipment provided shall have produced similar equipment for 9 a minimum period of ten years. When requested by the Engineer, an acceptable list of 10 installations with similar equipment shall be provided demonstrating compliance with 11 this requirement. 12 B. The manufacturer of the assembly provided shall be the manufacturer of the major 13 components within the assembly. All assemblies provided shall be manufactured by the 14 same manufacturer. Equipment that is manufactured by a third party and “brand 15 labeled” will not be acceptable. 16 C. All components and material shall be new and of the latest field proven design and in 17 current production. Obsolete components or components scheduled for immediate 18 discontinuation shall not be used. 19 D. Equipment submitted shall fit within the space shown on the Drawings. Equipment 20 which does not fit within the space is not acceptable. 21 E. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 22 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 23 A. Prior to jobsite delivery, complete all submittal requirements, and present to the 24 Owner/Engineer upon delivery of the equipment, an approved copy of all such 25 submittals. Delivery of incomplete constructed equipment, onsite factory work, or 26 failed factory tests will not be permitted. 27 B. Equipment shall be handled and stored in accordance with manufacturer's instructions. 28 Two copies of these instructions shall be included with the equipment at the time of 29 shipment and shall be made available to the Contractor and Owner/Engineer. 30 C. The instructions shall include the following: 31 1. Detailed assembly instructions including but not limited to wiring interconnection 32 diagrams. 33 2. Rigging for lifting, skidding, jacking, and moving using rolling equipment to place 34 the equipment. 35 3. Bolt torquing requirements for bus and all other components which require the 36 installation of bolted connections. 37 4. Instructions for storing the equipment prior to energizing. 38 D. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups 39 shall be bolted to skids. Breakers and accessories shall be packaged and shipped 40 separately. 26 24 19 - 5 LOW VOLTAGE MOTOR CONTROL CENTERS Page 5 of 22 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 E. Equipment shall be equipped to be handled by crane. Where cranes are not available, 2 equipment shall be suitable for skidding in place on rollers using jacks to raise and 3 lower the groups. 4 F. Equipment shall be installed in its permanent finished location shown on the Drawings 5 within seven calendar days of arriving onsite. If the equipment cannot be installed 6 within seven calendar days, the equipment shall not be delivered to the site, but stored 7 offsite, until such time that the site is ready for permanent installation of the equipment 8 with no change in Contract Price or Schedule. 9 G. Space heaters provided in equipment shall be provided with temporary electrical power 10 to operate during jobsite storage and after equipment is installed in permanent location. 11 Space heater operation shall be continuous until equipment is powered and placed in 12 service. 13 1.7 WARRANTY 14 A. Provide warranties, including the manufacturer’s warranty to be free from defects in 15 material and workmanship from date of delivery, for the equipment specified. Provide 16 additional warranty time to extend the manufacturer’s warranty from the date of 17 delivery for the proper installation thereof, to be free from defects in material and 18 workmanship for a total time of two years from date of final acceptance of the 19 equipment and its installation. 20 B. Include the Contractor’s certification of extended warranty in the shop drawing 21 submitted to the Engineer for approval. Omission of the Contractor’s certification will 22 cause the submittal to be rejected and returned for revision. 23 C. Within such period of warranty, all material and labor necessary to return the equipment 24 to new operating condition shall be provided. Any warranty work requiring shipping or 25 transporting of the equipment shall be provided at no expense to the Owner. 26 PART 2 - PRODUCTS 27 2.1 MANUFACTURERS 28 A. Subject to compliance with the Contract Documents, the following Manufacturers are 29 acceptable: 30 1. ABB 31 2. Eaton 32 3. Rockwell Automation 33 4. Schneider Electric 34 5. Siemens 35 6. No equal 36 B. The listing of specific manufacturers above does not imply acceptance of their products 37 that do not meet the specified ratings, features and functions. Manufacturers listed 38 above are not relieved from meeting these specifications in their entirety. 39 2.2 RATINGS 40 A. The service voltage, overall short circuit withstand, and interrupting rating of the 41 equipment and devices shall be as shown on the Drawings. 26 24 19 - 6 LOW VOLTAGE MOTOR CONTROL CENTERS Page 6 of 22 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 B. Main and feeder circuit protective devices shall be fully rated for the specified short 2 circuit duty. Systems employing series connected ratings for main and feeder devices 3 shall not be used. 4 C. Motor starters shall be tested, and UL labeled for the specified short circuit duty in 5 combination with the motor branch circuit protective device. 6 D. The continuous current rating of the main horizontal bus shall be as shown on the 7 Drawings. 8 E. Vertical busses shall be sized for the structure load and shall have a minimum rating of 9 300 amperes. 10 F. Motor control centers, including devices, shall be designed for continuous operation at 11 rated current in a 40°C ambient temperature. 12 G. For additional ratings and construction notes, refer to the Drawings. 13 2.3 NEMA 1A ENCLOSURES 14 A. Provide NEMA Type 1A unless noted otherwise on the Drawings. 15 B. General Construction 16 1. Provide motor control centers (MCCs) consisting of a series of metal enclosed, free 17 standing, dead front vertical sections bolted together to form double wall 18 construction between sections. 19 2. Furnished the MCC as a completely factory assembled unit where transportation 20 facilities and installation requirements permit. 21 3. Minimize required shipping splits. 22 4. Provide individual vertical sections nominally 90 inches high, 20 inches wide and 23 20 inches deep unless otherwise shown on the Drawings or required because of 24 required components. 25 5. Mount vertical sections on steel channel sills. 26 6. Mount with front and rear bottom channel sills of the vertical sections extending the 27 full width of each shipping split. 28 7. Provide a removable top of each section with lifting angles. 29 8. Constructed MCCs to allow field installation of additional sections to each end. 30 9. Provide MCCs with full depth cover plates (rodent barriers) at each end of the 31 motor control center channel sills. 32 10. Design MCCs for mounting against the wall. 33 11. All wiring, bus joints and other mechanical parts requiring tightening or other 34 maintenance shall be accessible from the front or top. 35 12. Each vertical section shall be divided into no more than six compartments which 36 shall contain a feeder breaker, combination motor control units, or other control 37 assemblies connected to a common vertical power bus. 38 C. Cable entry: 39 1. Provide conductor entry locations as shown on the drawings. 40 D. Doors and openings 41 1. Provide wireways or other metal member’s openings with rolled edges or protective 42 grommets. 26 24 19 - 7 LOW VOLTAGE MOTOR CONTROL CENTERS Page 7 of 22 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 2. Provide individual, flange formed, pan type door with concealed hinges and quarter 2 turn latches for each device compartment and future space. 3 3. Doors shall be removable. Door removal shall not be required to withdraw starter 4 units or feeder tap devices. 5 E. Horizontal wireways 6 1. Provide vertical sections each with a horizontal wire way located at the top and 7 bottom of the structure. 8 2. Design horizontal wireways to permit a continuous wiring trough from end to end 9 of the entire width of the motor control center. 10 3. Provide the end vertical sections with easily removable cover plates to allow 11 continuation of wire ways. 12 4. Provide horizontal bus extensions for future addition of vertical sections at both 13 ends of the MCC. 14 F. Vertical wireways 15 1. Provide each vertical section with a continuous vertical raceway extending the full 16 height of the structure that intersects with the top and bottom horizontal raceways. 17 2. Provide the vertical wireway with barriers that completely isolates the wire way 18 from the bus compartment, the controller compartment, and the adjacent vertical 19 units. 20 3. Provide a separate hinged door on each vertical wireway. 21 G. Starters and Breakers 22 1. Combination motor control units (Size 5 and smaller), as well as other electrical 23 assemblies, including feeder tap units (225 ampere and smaller), shall be provided 24 with appropriately rated stab assemblies for draw out (plug-in) type construction. 25 2. Provide plug in construction as follows: 26 a. Provide a positive guide rail system and stab shrouds to insure alignment of 27 stabs with the vertical bus. 28 b. Design the stab to increase bus contact pressure during a fault. 29 c. Design the stab design to provide a consistent low-resistance contact with the 30 vertical bus, even after repeated insertions and removals. 31 d. Provide the unit a lockout mechanism to lock the drawer in an extended or 32 stabbed position for maintenance and testing. 33 e. Provide each draw out compartment shall have a separate hinged removable 34 door. 35 3. Required interlocks: 36 a. Interlock motor control and feeder units mechanically with a unit disconnect 37 device to prevent unintentional opening of the door while unit is energized. 38 b. Provide an interlock between the unit disconnect and the structure that prevents 39 the removal or reinsertion of the unit when the unit is in the "ON" position. 40 c. Provide means for releasing the interlock for intentional access and/or 41 application of power. 42 d. Provide pad locking arrangements to permit locking the disconnect device in 43 the "OFF" position. 44 H. Painting 45 1. Treat all painted steel work with a primer coat and a finish coat or provide a 46 bonderized finish with a coat of baked enamel at the factory 26 24 19 - 8 LOW VOLTAGE MOTOR CONTROL CENTERS Page 8 of 22 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 2. Field painting is not acceptable except for "touching up" of damaged areas. 2 3. Color: 3 a. Provide the manufacturer’s standard color unless otherwise specified or noted 4 on the Drawings. 5 2.4 BUS CONSTRUCTION 6 A. Main horizontal bus: 7 1. Tin plated copper, bolted joints, accessible from the front of the structure, fully 8 rated throughout the lineup, and factory insulated by taping. 9 B. Vertical section bus: 10 1. Tin plated copper, full height, totally insulated and isolated by labyrinth design 11 barrier of glass-reinforced polyester, or sandwich insulated/isolated busses, with 12 shutters to cover stab openings when units are withdrawn. 13 2. Provide fish tape barriers to isolate bottom wireways from lower ends of vertical 14 bus. Bus shall be provided in each vertical draw out section. 15 3. Vertical busses used for a tie circuit breaker or tie feeder lugs shall be rated for a 16 continuous capacity equivalent to the main horizontal bus rating. 17 C. Horizontal ground bus: 18 1. Provide a 300A minimum, continuous tin-plated copper ground bus in each section 19 equipped with lugs for termination of feeder and branch circuit ground conductors. 20 Connect to ground bus in adjacent sections with splice plates. 21 2. Provide ground bolted connectors for 2/0 AWG minimum wire at each end of the 22 bus. 23 2.5 WIRING 24 A. Wiring: 25 1. Stranded tinned copper, minimum size #14 AWG, with 600-volt, 90°C, flame 26 retardant, Type SIS cross-lined polyethylene insulation, NEMA Class II, Type B. 27 2. Line side power wiring shall be sized for the full rating or frame size of the 28 connected device. 29 3. Terminate all conductors #1/0 AWG and larger with long barrel NEMA two-hole 30 lugs. 31 B. Wire identification: 32 1. Tag and code all field wiring and all field-installed internal wiring with an 33 identification number as shown on the Drawings. 34 2. Type coding a heat shrinkable sleeves and attach to each end and at each 35 termination point, showing origination and destination of each wire. 36 3. Provide color coding per NEMA standards and the NEC. 37 4. Provide yellow insulated wire for wires that carry foreign voltage control voltages. 38 5. The marking shall be permanent, non-smearing, solvent-resistant type Raychem 39 TMS-SCE, or acceptable equal. 40 C. Control wiring 41 1. Install all control wiring connected to draw out units through split type terminal 42 blocks (draw out) which can be split to allow easy unit removal. 26 24 19 - 9 LOW VOLTAGE MOTOR CONTROL CENTERS Page 9 of 22 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 2. Terminal blocks shall be of the fully shielded, tubular screw clamp type, resilient 2 collar design to eliminate loose connections. 3 3. Terminal blocks shall be nickel or tin plated and have exposed wire numbering 4 corresponding to the connected wires. 5 4. Terminals shall have a maximum of two wires per terminal. 6 5. All wiring shall be neatly bundled with ty-raps and supported to wire way supports. 7 6. Control wiring shall be bundled separately from power wiring. In addition, low 8 signal wiring (millivolt and milliamp) shall be bundled separately from the rest of 9 the control wiring. 10 7. Where “shipping splits” are required between the control compartments and the 11 starter cubicles, interconnecting jumper wires shall be provided for field re- 12 connection. 13 8. Field installed interior wiring shall be neatly grouped by circuit and bound by 14 plastic tie wraps. 15 9. Circuit groups shall be supported so that circuit terminations are not stressed. 16 10. In addition, low signal wiring (millivolt and milliamp) shall be bundled separately 17 from the rest of the control wiring. 18 D. Power wiring 19 1. Connect motor “T” leads directly to the starter or overloads 20 2. Connect non-motor load power leads directly to the circuit breaker. 21 3. Split type terminal blocks are not acceptable for power or motor wiring. 22 E. Conduit entry 23 1. Stub up all conduit entering or leaving a motor control center shall be stubbed up as 24 shown on the drawing directly in line with the vertical section in which the 25 conductors are to be terminated. 26 2. Entering the motor control center from the side is prohibited unless approved in 27 writing by the Owner/Engineer. 28 2.6 GENERAL MISCELLANEOUS COMPONENTS 29 A. General 30 1. Refer to Drawings for: 31 a. Layout 32 b. Location of equipment and components 33 c. Current ratings of devices, bus bars, components 34 d. Protective relays 35 e. Voltage ratings of devices 36 f. Components and assemblies 37 g. Other required details. 38 h. Furnish documentation with the equipment as follows: 39 1) Compartments containing panel boards shall have a card holder on the 40 inside of the door with the branch circuits clearly identified. 41 2) Compartments containing motor starters shall each have an overload heater 42 section table posted inside the door. 43 3) All control compartments shall have a pocket on the inside of the door with 44 a copy of the appropriate schematic and wiring diagram. 26 24 19 - 10 LOW VOLTAGE MOTOR CONTROL CENTERS Page 10 of 22 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 B. Surge Protection: Provide a factory-installed dedicated Point of Utilization Device 2 (SPD) for any of the following: 3 1. Equipment containing a programmable logic controller (PLC 4 2. Equipment containing an uninterruptible power supply (UPS) 5 a. Equipment containing Protective Relay devices 6 3. Where shown to be required on the drawings. 7 4. Provide SPDs meeting the requirements of Section 26 43 13, Low Voltage AC 8 Surge Protective Devices (SPDs). 9 C. Nameplates 10 1. General 11 a. Furnish nameplates for each device. 12 b. Provide engraved laminated impact acrylic nameplates with a matte finish, not 13 less than 1/16-inch thick by 3/4-inch by 2-1/2-inch, Rowmark 322402 or 14 acceptable equal. 15 c. Provide nameplates with the lamination white on the outside with a black 16 internal layer. Engrave the letting through the white outer layer so the letters 17 appear black. 18 d. Attach nameplates with stainless steel screws unless otherwise specified. 19 e. Device mounted nameplates are not acceptable. 20 f. Reuse, alteration, or replacement of original equipment nameplates tags 21 associated with equipment or components supplied by the manufacturer’s 22 suppliers and sub-suppliers is prohibited. 23 2. Exterior 24 a. Furnish nameplates for each device as specified herein and as indicated on the 25 Drawings. 26 b. Provide black lettering on a white background 27 c. Attach nameplates with stainless steel screws on NEMA 1, 1A or 12 rated 28 enclosures. 29 d. Attach nameplates for NEMA 4 and 4X enclosures as follows: 30 1) Provide double faced adhesive strips, TESA TUFF TAPE 4970, 0.009 X 31 1/2 inch, or acceptable equal. 32 2) Prior to installing the nameplates, thoroughly clean the metal surface with 33 70% alcohol until all residue has been removed. 34 3) Epoxy adhesive or foam tape means of attachment are not acceptable. 35 e. Provide a master nameplate that indicates equipment ratings, manufacturer's 36 name, shop order number and general information. 37 1) Mount cubicle nameplates on the front face of each cubicle. 38 3. Internal 39 a. Mark for identification control components mounted within the assembly as 40 follows: 41 1) Provide nameplates corresponding to appropriate designations on 42 manufacturer's wiring diagrams including but not limited to fuse blocks, 43 relays, pushbuttons, switches, etc. 44 2) Provide identification nameplates with a white background and black 45 letters. 46 3) Attach with stainless steel screws. 47 4. Special nameplates 48 a. Provide caution nameplates as follows: 26 24 19 - 11 LOW VOLTAGE MOTOR CONTROL CENTERS Page 11 of 22 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 1) Laminated plastic nameplates, yellow background and black letters 2 b. Provide red warning nameplates as follows: 3 1) Laminated plastic nameplates, red background and white letters 4 D. Controls 5 1. Provide controls as specified herein, as shown on the drawings and as required by 6 the detailed mechanical and electrical equipment requirements. 7 E. Relays 8 1. Provide auxiliary contacts for remote run indication and indication of each status 9 and alarm condition. 10 F. Control Devices and Indicators 11 1. Mount all operating control devices, indicators, and instruments on the cubicle 12 door. 13 2. Provide 30-millimeter, corrosion resistant, NEMA 4X/13, anodized aluminum or 14 reinforced plastic controls and indicators. Booted control devices are not 15 acceptable. 16 3. Indicator lights 17 a. Provide LED push-to-test type indicator lamps. 18 b. Provide lens colors as follows: 19 1) Red for ON, Valve OPEN, and Breaker CLOSED. 20 2) Green for OFF, Valve CLOSED and Breaker OPEN. 21 3) Amber for FAIL. 22 4) Blue for READY 23 5) White for POWER ON. 24 4. Selector Switches 25 a. Provide mode selector switches (HAND-OFF-AUTO, LOCAL-OFF- 26 REMOTE, etc.) as shown on the Drawings. 27 b. Switches shall have the number of positions and contact arrangements, as 28 required. Each switch shall have an extra dry contact for remote monitoring. 29 5. Pushbuttons 30 a. Provide pushbuttons as follows: 31 1) Red for STOP, Valve OPEN, Breaker OPEN 32 2) Red with mushroom head operator for EMERGENCY STOP. 33 3) START-STOP control station with MAINTAINED LOCKOUT-STOP: 34 Red for STOP and black for reset 35 4) Green for START, Valve CLOSE and Breaker CLOSE. 36 5) Black for RESET. 37 G. Potential voltage transformers (PT) and control power transformers (CPT) 38 1. Provide transformers as follows: 39 a. Provide primary and secondary voltage ratings as shown on the Drawings. 40 b. Provide BIL rating equal to the motor control center 41 c. Rated for the full voltage of the motor control center 42 d. Provide current-limiting fuses 43 e. Provide metering accuracy instrument transformers for power quality meters. 44 f. Provide vacuum cast transformers using polyurethane resin. 45 g. Secondary conductors 26 24 19 - 12 LOW VOLTAGE MOTOR CONTROL CENTERS Page 12 of 22 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 1) #14 AWG minimum, extra flexible, stranded, tin-plated copper control 2 wire, Type SIS cross-linked polyethylene, rated 600 volts, except for 3 specific circuits requiring larger wire. 4 2) Crimp-type, uninsulated spade terminals shall be furnished on all control 5 wire ends. 6 3) Provide non-insulated ring terminals to connect to fuse blocks, and 7 instrument transformer studs. 8 4) Provide secondary control wires with armor where they pass through 9 primary compartments. 10 5) Provide control wiring UL listed with a VW-1 flame retardant rating. 11 6) Conductor supports: 12 a) Provide spot welded cable support studs or other support means from 13 which nylon cable ties and conductors are supported. 14 b) Adhesive type conductor supports are unacceptable. 15 h. Additional CPT requirements: 16 1) Size CPTs providing power to motor space heaters to accommodate the full 17 load of the motor space heater. 18 2) Field verify the motor space heater rating on existing motors 19 3) Coordinate with the motor manufacturer for new motors to provide 20 sufficient capacity in the CPT to power the space heater and all other 21 internal motor control center auxiliary loads. 22 4) Increase CPT secondary conductors to accommodate the full load output 23 current of the CPT if its full load current exceeds the capacity of the #14 24 AWG conductors specified herein. 25 2. Current Transformers 26 a. Provide as indicated on the contract drawings. 27 b. Provide with the thermal and mechanical ratings of the CTs coordinated with 28 the circuit breakers’ current rating. 29 c. Provide multi-ratio CTs unless specified otherwise. 30 d. CT used with protective devices for fixed loads or to meter fixed loads (such as 31 a single motor, transformer, or a generator) shall have a ratio which is no more 32 than 150% of the rated full load current of the load. 33 e. Provide CTs connected to protective relays with an accuracy rating equal to or 34 higher than ANSI standard requirements. 35 f. Provide instrument accuracy current transformers used for metering. 36 g. Provide separate CTs for meters. Do not series meters on the same CT circuit 37 with protective relays. 38 h. Provide a separate, independent set of CTs for differential protection where 39 shown or specified. 40 i. Location requirements: 41 1) Locate current transformers on the bus side and/or line side of the breaker 42 units. 43 2) Provide front accessibility to permit adding or changing current 44 transformers without removing high-voltage insulation connections. 45 j. Terminal blocks: 46 1) Provide shorting terminal blocks (SCTB) on the secondary of all the current 47 transformers. 48 2) Locate SHTB as close to the CT as possible. 49 3) Connect the secondary leads from the CT to the SCTB before connecting to 50 any other device. 26 24 19 - 13 LOW VOLTAGE MOTOR CONTROL CENTERS Page 13 of 22 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 k. Secondary Conductors 2 1) Provide #12 AWG, extra flexible, stranded, tin-plated copper control wire, 3 Type SIS cross-linked polyethylene, rated 600 volts, minimum. 4 2) Provide larger conductors for circuits requiring larger wire. 5 3) Provide crimp-type, uninsulated spade terminals on all wire ends except as 6 noted below. 7 4) Provide non-insulated ring terminals to connect to current transformer 8 studs. 9 5) Provide armor for secondary control wires where they pass through primary 10 compartments. 11 6) Provide control wiring UL listed with a VW-1 flame retardant rating. 12 7) Conductor supports: 13 a) Provide spot welded cable support studs or other support means from 14 which nylon cable ties and conductors are supported. 15 b) Adhesive type conductor supports are unacceptable. 16 2.7 MAIN SECTION 17 A. The MCC main sections shall include the main and tie breakers, metering and power 18 feeder entrance to the MCC. 19 B. MCC shall be listed as suitable for use as service equipment. 20 C. Provide bus extensions and compression lugs for number and size of incoming cables as 21 shown on the Drawings. 22 D. Provide lugs to terminate all incoming conductors shown on the Drawings. 23 1. Size lugs to match the incoming conductors 24 2. Allow adequate clearance for bending and terminating of cable size and type 25 specified. 26 E. Provide electrical interlocking between main and generator breakers. Provide lockable 27 cover plate to prevent manual closing of breakers to prevent paralleling of sources. 28 F. Surge Protective Devices 29 1. Furnish where shown on the Drawings, or specified herein, a manufacturer 30 provided and installed, Low Voltage Surge Protective Devices (SPD) (Type 2), as 31 specified in Section 26 43 13 Low Voltage AC Surge Protective Devices. 32 2. Provide SPD connection to the MCC with a manufacturer’s sized circuit breaker or 33 disconnect. 34 3. Mount the SPD and disconnect integral to the MCC. Externally mounted SPDs are 35 not acceptable. 36 G. Main Circuit Protective Devices 37 1. Provide main and generator circuit breakers configured as shown on the drawings 38 2. Provide an insulated frame breaker (ICCB) for breakers with a rating larger than 39 1200 amps with the following features: 40 a. 3 Pole, 600 Volt, fixed type. 41 b. Provide electrically operated breakers where shown as (EO) on the Drawings. 42 c. Provide a solid-state trip device with adjustable long time, short time with short 43 time i2t switch, adjustable instantaneous settings, and adjustable ground fault 44 settings with i2t switch. 45 d. Provide overload, short circuit, and ground fault indicator lights. 26 24 19 - 14 LOW VOLTAGE MOTOR CONTROL CENTERS Page 14 of 22 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 e. Provide a remote energy-reduction maintenance switch with local indication 2 connected to the instantaneous setting to reduce the setting to minimum to 3 reduce arc flash during equipment maintenance. 4 f. Modular type trip units for easy changing of trip range. 5 g. Pad lockable in the OFF position. 6 h. Provide breakers with a UL 489 listing. 7 H. Automatic Transfer Scheme (ATSC) 8 1. Provide automatic transfer schemes for switching of normal / standby electrically 9 operated circuit breaker arrangements where shown on the Drawings as follows: 10 a. Provide as an integral part of the Switchboard 11 b. Provide the voltage and rating shown. 12 c. ATSC’s shall be 3 pole for 3 phase 3 wire systems and 4-pole for 3 phase 4 13 wire separately derived systems. 14 d. Provide programmable logic controller (PLC) type ATSC 15 e. Provide a factory installed 1-hour uninterruptible power supply (UPS) 16 2. Provide a dedicated Point of Utilization Device (SPD) (Type 3), as specified in 17 Section 26 43 13, Individual Control Panel and Related Equipment Protection. 18 3. Transfer scheme requirements: 19 a. Initiate transfer of the load to the emergency source when any phase of the 20 normal source drops below 80 percent of normal voltage. 21 b. Constructed to carry full rated current on a continuous 24-hour basis in all 22 approved enclosures and shall not show excessive heating or be subject to 23 derating. 24 c. Capable of withstanding all available system fault currents without parting of 25 or damage to contacts during the fault clearing time of the system over 26 current device. 27 d. Provide double throw construction with shall have three positions operation: 28 closed to normal source, open, closed to emergency source. 29 e. Time delay between opening of the closed contacts and closing of the open 30 contacts shall be a minimum of 30 seconds to allow for load stabilization 31 before transfer is complete. 32 4. The following accessories shall be furnished: 33 a. Close differential adjustable phase sensing relay set to drop out at 80% of 34 rated voltage and pick up at 90% of rated voltage. 35 b. Adjustable 0.5 to 6.0 second time delay to override normal source power 36 outages (set at 2 seconds). 37 c. Two auxiliary contacts to close on normal source failure for remote alarm. 38 and engine start. 39 d. Neutral (off) position adjustable time delay 0.1 to 60 seconds. 40 e. Adjustable time delay on retransfer to normal (1 to 300 seconds). with 0-to- 41 25-minute adjustable unloaded engine running time after retransfer. 42 5. Withstand ratings shall be the same rating as for the switchboard but shall not be 43 less than 65,000 amps AIC. 44 6. A maintained contact test auto switch and normal/emergency pilot lights shall be 45 mounted on the door. 46 I. Feeder Protective Devices (Non-Motor Loads) 47 1. Provide all circuit breakers with the following features: 48 a. Three-pole, 600-volt 49 b. Fixed type 50 c. Manually operated with stored energy closing mechanism. 26 24 19 - 15 LOW VOLTAGE MOTOR CONTROL CENTERS Page 15 of 22 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 d. Modular type trip units for easy changing of trip range. 2 e. Pad lockable in the OFF position. 3 f. UL 489 listing. 4 2. For breakers with a frame size rated 1200 amperes and higher provide the 5 following: 6 a. Insulated case (ICCB) 7 b. 3 Pole, 600 Volt, fixed type 8 c. Provide electrically operated breakers where shown as (EO) on the Drawings. 9 d. Provide a solid-state trip device with adjustable long time, short time with short 10 time i2t switch, adjustable instantaneous settings, and adjustable ground fault 11 settings with i2t switch. 12 e. Provide overload, short circuit, and ground fault indicator lights. 13 f. Remote energy-reduction maintenance switch with local indication connected 14 to the instantaneous setting to reduce the setting to minimum to reduce arc flash 15 during equipment maintenance 16 3. For breakers with a frame rating of 1200 amps down to 250 amps, provide the 17 following: 18 a. Molded case (MCCB) 19 b. Solid-state trip device with adjustable long-time pickup, adjustable 20 instantaneous, adjustable ground fault pickup and delay. 21 c. Provide overload, short circuit and ground fault indicator lights. 22 4. For circuit breakers with a frame size less than 250 ampere- frame provide the 23 following: 24 a. Molded case (MCCB) 25 b. Three-pole, 600-volt 26 c. Fixed type 27 d. Over-center toggle mechanism. 28 2.8 MOTOR CONTROLLERS 29 A. General 30 1. Starter size: 31 a. The Drawings indicate the approximate horsepower and intended control 32 scheme of the motor driven equipment. 33 b. Provide the NEMA size starter, circuit breaker trip ratings, control power 34 transformers and thermal overload heater element ratings matched to the motors 35 and control equipment supplied. 36 c. Provide starters sized in compliance with the NEC and the manufacturer’s 37 overload heater selection tables. 38 d. Provide larger starter sizes to accommodate the motor where the motor 39 submitted and approved is larger than that shown on the Drawings. 40 e. Provide all required changes necessary to accommodate the motors and controls 41 submitted and approved, which may include but not be limited to the following: 42 1) Starter size 43 2) Overload relay 44 3) Control power transformer 45 4) Raceway size 46 5) Power conductor size 47 6) Controls including relays, switches, pushbuttons and indicator lights 48 7) Control conductors 26 24 19 - 16 LOW VOLTAGE MOTOR CONTROL CENTERS Page 16 of 22 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 f. No change in the Contract Price or Schedule will be allowed for changes to 2 accommodate equipment selected and approved. 3 2. Starter type 4 a. Provide motor starters as shown on the Drawings. 5 b. Provide full voltage non-reversing (FVNR) combination starters, with 6 adjustable instantaneous trip magnetic only circuit breakers, or motor circuit 7 protectors (MCP), unless otherwise specified or shown on the Drawings. 8 c. Provide NEMA starter sizes and breaker trip ratings shall be as required for the 9 horsepower indicated 10 d. Minimum allowable starter size: NEMA Size 1. Smaller starter sizes are not 11 acceptable. 12 e. International (IEC) starters are not acceptable. 13 3. Starter features 14 a. 120-volt operating coil unless otherwise noted. 15 b. Draw out design with stab-on connectors engaging the vertical buses for 16 NEMA Size 5 and smaller. 17 c. Fixed bolt-in design for Size 6 and larger starters. 18 d. Built in control stations and indicating lights shall be furnished where shown on 19 the Drawings. 20 e. Terminate all field wires on terminal blocks 21 f. Tag all wires. 22 g. Provide a laminated copy of the appropriate schematic and wiring diagram in 23 the starter cubicle attached to the door of the cubicle. 24 4. Overload relays: 25 a. Class 20 26 b. Ambient compensated 27 c. Manually reset by pushbutton located on front of the compartment door. 28 d. Provide normally closed contact wired in the start circuit without using an 29 interposing relay. 30 e. Normally open contact shall be wire to a terminal block for overload alarm. 31 5. Control power transformer: 32 a. 120-volt grounded secondary 33 b. Primary fused with slow blow fuses in each phase. 34 c. Provide secondary with one leg fused and the other leg solidly grounded. 35 d. Oversize the transformer for auxiliary loads as indicated on drawings 36 e. Minimum acceptable size is 100 VA. 37 6. Starter protective devices: 38 a. Provide an MCP in all combination starters connected in series with a motor 39 controller. 40 b. Provide the MCP with the following features: 41 1) Adjustable magnetic trip range in percent of rated continuous current 42 2) Trip test feature. 43 3) Labeled in accordance with UL489. 44 c. Provide motor overload protective device. 26 24 19 - 17 LOW VOLTAGE MOTOR CONTROL CENTERS Page 17 of 22 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 B. Solid State Reduced Voltage Starters (SSRV). 2 1. Provide the following: 3 a. Integrated unit with power SCRs, logic board, paralleling bypass and output 4 contactors, and electronic overload relay enclosed in a single molded 5 housing. 6 b. Six back-to-back SCRs for the SCR-based power section rated for a 7 minimum peak inverse voltage rating of 1500 volts PIV. 8 c. Units using triacs or SCR/diode combinations shall not be acceptable. 9 d. Provide resistor/capacitor snubber networks to prevent false firing of SCRs 10 due to dV/dT effects. 11 e. Accessible for testing, service and replacement. 12 f. Identical logic boards for all ampere ratings and voltage classes. 13 g. Conformal coated logic boards. 14 h. Provide fans as required by the manufacturer, to provide air circulation and 15 cooling and shall be as follows: 16 1) Operate only when the drive is “ON” and for a cool-down period after 17 the drive has stopped. 18 2) Off when the drive is “OFF”. 19 3) Provide metallic washable externally removable filters for louvers. 20 4) Obtain fan power from a tap on the control power transformer. 21 5) Provide a “loss of cooling” fault. 22 6) Provide an alarm to indicate a clogged filters or fan failure. After an 23 adjustable delay time, initiate a safe shut down to prevent electronic 24 component failure. 25 2. Provide the following operational features 26 a. Energize the paralleling run bypass contactor when the motor reaches 90% of 27 full speed and close/open under one times motor current. 28 b. Provide an intelligent coil controller to limit paralleling bypass contactor 29 contact bounce and to optimize coil voltage during varying system conditions 30 c. Overload protection: 31 1) Provide electronic overload protection as standard and shall be based on 32 inverse time-current algorithm. 33 2) Provide overload protection disable feature that can be applied during 34 ramp start for long acceleration loads. 35 3) Provide adjustable overload protection which is adjustable via the device 36 keypad. 37 4) Provide a motor full load ampere adjustable range from 30 to 100% of 38 the maximum continuous ampere rating of the starter. 39 5) Provide selectable overload class setting of 5, 10, 20 or 30. 40 6) Provide either an electronic or mechanical reset after a fault 41 7) Units using bimetal overload relays are not acceptable 42 d. Additional protective features 43 1) Provide over temperature protection (on heat sink) shall be provided. 44 2) Provide starter shutdown for if a line-side phase rotation other than A-B- 45 C exists. Include a provision for disabling phase rotation failure 46 protection. 47 3) Provide starter shut down for a 50% current differential between any two 48 phases which indicates a phase loss or unbalance. Include a provision for 49 disabling phase loss or failure protection. 50 4) Provide protection against a motor stall condition. Include a provision for 51 disabling motor stall protection. 26 24 19 - 18 LOW VOLTAGE MOTOR CONTROL CENTERS Page 18 of 22 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 5) Provide protection against a motor jam condition. Include a provision for 2 disabling motor stall protection. 3 e. Fault condition contacts and fault condition indication: 4 1) Provide form C normally open, normally closed contact that shall change 5 state when a fault condition exists. 6 2) Contacts shall be rated 60 VA (resistive load) and 20 VA (inductive 7 load). 8 3) Provide LED displays on the device keypad to indicate type of fault 9 (Overtemperature, Phase Loss, Jam, Stall, Phase Reversal and Overload) 10 f. The following control function adjustments on the device keypad are 11 required: 12 1) Selectable Torque Ramp Start or Current Limit Start 13 2) Adjustable Kick Start Time: 0–2 seconds 14 3) Adjustable Kick Start Torque: 0–85% 15 4) Adjustable Ramp Start Time: 0.5–180 seconds 16 5) Adjustable Initial Starting Ramp Torque: 0–85% 17 6) Adjustable Smooth Stop Ramp Time: 0–60 seconds. 18 g. Provide 115% of continuous ampere rating maximum continuous operation 19 capability. 20 h. Pump Control Option. 21 1) Provide a factory installed pump control option. 22 2) Provide control algorithm for pump start-up and shut down sequences. 23 3) Provide adjustable control algorithm to reduce the potential for water 24 hammer in a centrifugal pump system. 25 4) Upon a start command, provide a gentle start by increasing using the soft 26 starter microprocessor to increase the speed of the motor. 27 5) After the speed has reached its nominal value, close the bypass 28 contactors to run the pump at design speed. 29 6) Upon a stop command, the bypass contactors shall open, and provide a 30 tapered decrease in the motor speed decreased to gradually slow the flow 31 until the motor is brought to a stop. 32 7) Provide adjustable start and stop ramp times for the application 33 requirements. 34 C. Combination Contactors 35 1. Combination contactors shall be a circuit breaker and contactor, 600 Volt, three- 36 pole, 60 Hertz, magnetically operated. NEMA size shall be as required for the 37 kilowatt ratings shown on the Drawings, but shall be not less than NEMA size 1. 38 2. Contactors shall have a 120-volt operating coil and control power transformer. 39 Furnish the control power transformer with extra capacity for the unit heater fan. 40 3. Combination Contactors used for lighting control shall be as specified herein, 41 magnetically operated, with the number of channels and poles as shown on the 42 Drawings. 43 4. Each contactor shall be controlled by an Astronomic Time Clock Tyco Model TC- 44 100, or approved equal. 45 D. Control Relays 46 1. Control relays shall be 300-volt, industrial rated, plug-in socket type, housed in a 47 transparent polycarbonate dust cover, designed in accordance with UL Standard 48 508 for motor controller duty. 26 24 19 - 19 LOW VOLTAGE MOTOR CONTROL CENTERS Page 19 of 22 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 2. Continuous contact rating shall be 10 amperes resistive, 1/4 HP at 120 volts AC, 2 operating temperature minus 10 to plus 55°C. 3 3. Provide spare normally open and normally closed contacts. 4 4. Relays shall be Potter & Brumfield KRP Series or equal with neon coil indicator 5 light. 6 5. Timing relays shall be 300-volt, solid state type, with rotary switch to select the 7 timing range. 8 6. Pneumatic timing relays are unacceptable. 9 2.9 METERING AND PROTECTIVE RELAYS 10 A. Where an elapsed time meter is specified or shown on the Drawings, a six digit, non- 11 resettable elapsed time meter shall be installed on the face of each motor starter. Meter 12 shall be as specified in Section 26 27 13. 13 B. A 100VA minimum UPS shall be provided, powered from the control power 14 transformer to provide control power to the feeder management relays and power 15 quality meters. 16 C. Furnish where shown on the Drawings, a Power Quality Meter (PM1), for each Main or 17 Feeder Breaker, as shown on the Drawings and as specified in Section 26 27 13 Power 18 Metering and Protective Relays. 19 D. A 100 VA minimum UPS shall be provided, powered from the control power 20 transformer to provide control power to the power quality meters. The UPS shall meet 21 the requirements of Section 26 33 53 Single Phase Uninterruptible Power Supply 22 System. 23 E. MCC manufacturer shall install and wire the pump protection relay supplied by the 24 submersible pump manufacturer integral to the RVSS unit as shown on Drawings. 25 2.10 REMOTE MONITORING INTERFACE 26 A. General: 27 1. See Section 26 27 13 Power Metering and Protective Relays paragraph 28 PROTOCOL CONVERTER for communications protocol requirements. 29 2.11 SPARE PARTS 30 A. Provide the following spare parts: 31 1. Three – Control fuses of type used. 32 2. One dozen each of cover bolts, spring nuts and door fasteners. 33 3. One quart or 12 aerosol cans of touch-up paint. 34 4. Spare touch panel for transfer scheme. 35 B. Spare parts shall be boxed or packaged for long term storage and clearly identified on 36 the exterior of package. Identify each item with manufacturer’s name, description and 37 part number 38 2.12 FACTORY TESTING 39 A. The Motor Control Center shall be completely assembled, wired, and adjusted at the 40 factory and shall be given the manufacturer’s routine shop tests and any other additional 41 operational test to insure the workability and reliable operation of the equipment. 26 24 19 - 20 LOW VOLTAGE MOTOR CONTROL CENTERS Page 20 of 22 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 B. Prior to factory testing, the manufacturer shall check to see that all selections and 2 settings required by the Power System Study Engineer have been performed. 3 C. Factory test equipment and test methods shall conform with the latest applicable 4 requirements of ANSI, IEEE, UL, and NEMA standards. 5 D. The operational test shall include the proper connection of supply and control voltage 6 and, as far as practical, a mockup of simulated control signals and control devices shall 7 be fed into the boards to check for proper operation. 8 E. The manufacturer shall provide three certified copies of factory test reports as specified 9 in Paragraph 1.3J. 10 PART 3 - EXECUTION 11 3.1 MANUFACTURER’S REPRESENTATIVE 12 A. Provide the services of a qualified factory-trained manufacturer's field representative to 13 perform the following services for the time required: 14 1. Assist in installation and start-up of the equipment specified under this Section. 15 2. Provide technical direction and assistance in general assembly of the equipment, 16 connections and adjustments, and testing of the assembly and components 17 contained therein. 18 3. Provide three copies of the manufacturer's field-testing report. 19 3.2 INSTALLER’S QUALIFICATIONS 20 A. Provide an installer who shall be specialized in installing low voltage motor control 21 centers with minimum five years documented experience. Experience documentation 22 shall be submitted for approval prior to beginning work on this project. 23 3.3 EXAMINATION 24 A. Examine installation area to assure there is enough clearance to install the equipment. 25 B. Housekeeping pads shall be included for the motor control centers as detailed on the 26 Drawings except for motor control centers which are to be installed adjacent to an 27 existing equipment. Housekeeping pads for these (if used) shall match the existing 28 installation. 29 C. Check concrete pads and baseplates for uniformity and level surface. 30 D. Verify that the equipment is ready to install. 31 E. Verify field measurements are as submitted by the manufacturer. 32 3.4 INSTALLATION 33 A. Install all equipment per the manufacturer's recommendations and Contract Drawings. 34 B. Install required safety labels. 35 C. Install floor mat as specified in Section 26 05 00 Common Work Results for Electrical. 36 3.5 FIELD QUALITY CONTROL 37 A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. 26 24 19 - 21 LOW VOLTAGE MOTOR CONTROL CENTERS Page 21 of 22 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 B. Check tightness of all accessible electrical connections. Minimum acceptable values are 2 specified in manufacturer's instructions. 3 3.6 FIELD ADJUSTING 4 A. Adjust all circuit breakers, switches, access doors, operating handles for free 5 mechanical and electrical operation as described in manufacturer's instructions. 6 B. The Power Monitoring and Protective Relays shall be set in the field by a qualified 7 representative of the manufacturer, in accordance with settings designated in a 8 coordinated study of the system. 9 1. Provide settings as provided by the Engineer. 10 2. All such settings, including the application of arc flash labels, shall have been made 11 and Approved by the Owner/Engineer, prior to energizing of the equipment. 12 3.7 FIELD TESTING 13 A. Provide a manufacturer’s field engineer who shall make all electrical field tests 14 recommended by the manufacturer. Disconnect all connections to solid-state equipment 15 prior to testing. 16 B. Include the following tests: 17 1. Verify tightness of all bolted connections by calibrated torque-wrench in 18 accordance with manufacturer’s published data. 19 2. Megger and record phase to phase and phase to ground insulation resistance of each 20 bus section. 21 3. Megger and record phase to phase and phase to ground insulation resistance of each 22 bus section. Megger, for one minute, at minimum voltage of 1000 volts DC. 23 Measured Insulation resistance shall be at least 100 megohms. In no case shall the 24 manufacturer’s maximum test voltages be exceeded. 25 4. Test each key interlock system for proper functioning. 26 5. Submit the results of all specified tests to the Engineer/Owner within five business 27 days for approval and for their permanent records. 28 B. Complete the following test forms: 29 1. Motor Control Center Test Report: 30 a. Before energizing the motor control center, perform megohm meter tests. 31 b. The measurements shall be made on all phase busing and the data checked for 32 conformance with typical manufacturer’s data. 33 c. The tests shall adhere to manufacturer’s testing recommendations for the proper 34 testing methods and test voltage levels for each piece of equipment. 35 d. Readings that fall below manufacturer’s recommended values will not be 36 acceptable. 37 e. Provide any necessary remedial action before the busing is energized. 38 f. A data sheet and test report shall be submitted to the Owner/Engineer for each 39 MCC and shall be reviewed and approved prior to energization of the MCC. 40 2. The test report shall include the following equipment information: 41 a. MCC (SB or PNL) Name and number: 42 b. MCC (SB or PNL) manufacturer 43 c. MCC (SB or PNL) Nameplate data: 44 1) Volts: 45 2) Horizontal bus amps: 26 24 19 - 22 LOW VOLTAGE MOTOR CONTROL CENTERS Page 22 of 22 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 3) Main breaker amps: 2 d. Insulation test (measured): 3 1) Phase A-B: 4 2) Phase B-C: 5 3) Phase C-A: 6 4) Phase A-G: 7 5) Phase B-G: 8 6) Phase C-G: 9 e. Equipment disconnected during test: 10 1) Date of test: 11 2) Tested by: 12 D. Test reports showing unsatisfactory results may require the removal of all defective or 13 suspected materials, equipment and/or apparatus, and their replacement with new items 14 as determined by the Owner/Engineer. No change in the Contract Price or Schedule 15 allowed. 16 E. Retesting, if required by the Owner/Engineer shall be done with no change in Contract 17 Price or Schedule. 18 3.8 CLEANING 19 A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, 20 dust, or concrete spatter from the interior and exterior of the equipment using brushes, 21 vacuum cleaner, or clean, lint free rags. Do not use compressed air. 22 3.9 EQUIPMENT PROTECTION AND RESTORATION 23 A. Touch-up and restore damaged surfaces to factory finish, as approved by the 24 manufacturer. If the damaged surface cannot be returned to factory specification, the 25 surface shall be replaced. 26 3.10 MANUFACTURER’S CERTIFICATION 27 A. A qualified factory-trained manufacturer's representative shall provide the following: 28 1. Personally inspect the equipment at the jobsite. 29 2. Certify in writing that the equipment has been installed, adjusted, and tested, in 30 accordance with the manufacturer’s recommendations, including all settings 31 designated in the Power System Study. 32 3. Submit three copies of the manufacturer's representative's certification. 33 END OF SECTION 26 27 26 - 1 LIGHT SWITCHES AND RECEPTACLES Page 1 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 SECTION 26 27 26 2 LIGHT SWITCHES AND RECEPTACLES 3 PART 1 - GENERAL 4 1.1 SCOPE OF WORK 5 A. Furnish all labor, materials, equipment, and install wiring devices as shown on the 6 Drawings and as specified herein. 7 B. Provide all interconnecting conduit and branch circuit wiring for receptacle circuits in 8 accordance with the NEC. 9 1.2 RELATED WORK 10 A. Refer to Division 26 and the Contract Drawings, for related work and electrical 11 coordination requirements. 12 1.3 SUBMITTALS 13 A. Shop Drawings 14 1. Submit catalog data of all switches, receptacles and other specified items under this 15 Section, with all options, application locations and exceptions clearly indicated. All 16 cut sheets shall be clearly marked to indicate which products are being submitted 17 for use on this project. Unmarked cut sheets will be cause to reject the submittal 18 and return it for revision. 19 1.4 REFERENCE STANDARDS 20 A. Wiring devices shall comply with the requirements of the National Electrical Code 21 (NEC) and shall be Underwriters Laboratories (UL) labeled. 22 1.5 QUALITY ASSURANCE 23 A. The manufacturer of these materials shall have produced similar electrical materials and 24 equipment for a minimum period of five years. When requested by the Owner/Engineer, 25 an acceptable list of installations with similar equipment shall be provided 26 demonstrating compliance with this requirement. 27 B. The manufacturer of the assembly shall be the manufacturer of the major components 28 within the assembly. All assemblies shall be of the same manufacturer. 29 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 30 A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal 31 requirements, and present to the Owner/Engineer upon delivery of the equipment, an 32 approved copy of all such submittals. Delivery of incomplete constructed equipment, or 33 equipment which failed any factory tests, will not be permitted., 34 B. Equipment shall be handled and stored in accordance with manufacturer's instructions. 35 C. Equipment shall be stored indoors and protected from moisture, dust and other 36 contaminants. 37 D. Equipment shall not be installed until the location is finished and protected from the 38 elements. 26 27 26 - 2 LIGHT SWITCHES AND RECEPTACLES Page 2 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 1.7 WARRANTY 2 A. The Manufacturer shall warrant the equipment to be free from defects in material and 3 workmanship for one year from date of final acceptance of the equipment. Within such 4 period of warranty, the Manufacturer shall promptly furnish all material and labor 5 necessary to return the equipment to new operating condition. 6 PART 2 - PRODUCTS 7 2.1 MANUFACTURERS 8 A. Subject to compliance with the Contract Documents, the Manufacturers listed in each 9 product category are acceptable. 10 B. The listing of specific manufacturers does not imply acceptance of their products that 11 do not meet the specified ratings, features and functions. Manufacturers listed are not 12 relieved from meeting these specifications in their entirety. 13 2.2 RATINGS 14 A. The service voltage, shall be as shown on the Drawings. The overall short circuit 15 withstand and interrupting rating of the equipment and devices shall be equal to or 16 greater than the overall short circuit withstand and interrupting rating of the feeder 17 device immediately upstream of the equipment. 18 2.3 MATERIALS 19 A. Wall switches shall be heavy duty, industrial specification grade, toggle action, flush 20 mounting quiet type. All switches shall conform to the latest revision of Federal 21 Specification WS 896. 22 1. Manufacturer 23 a. Cooper (catalog number as listed) 24 b. Hubbell, Inc. 25 c. Pass & Seymour, Inc. 26 d. Approved equal 27 2. Single pole, 20 Amp, 120/277 Volt – (Cooper 2221V) 28 3. Double pole, 20 Amp, 120/277 Volt – (Cooper. 2222V) 29 4. Three way, 20 Amp, 120/277 Volt – (Cooper 2223V) 30 5. Four way, 20 Amp, 120/277 Volt – (Cooper 2224V) 31 6. Single pole, 20 Amp, 120/277 Volt - key operated - (Cooper AH1191N) 32 7. Single pole, 20 Amp, 120 Volt - red pilot-lighted handle – (Cooper 2221PL) 33 8. Single pole, 20 Amp, 120 Volt, clear lighted handle – (Cooper 2221LTV) 34 9. Momentary contact, three position, 2 circuit, center off – (Cooper 1995V) 35 B. Fluorescent wall box dimmer switch for 120/277 Volt control of rapid start fluorescent 36 lamps with a dimming range of 100% to 0.5% light for 120-volt and 100% to 1% light 37 for 277-volt. 38 1. Manufacturers 39 a. Lutron Electronics Co., Inc. 40 b. Lithonia Control Systems 41 c. Valmont Electric, Inc. 26 27 26 - 3 LIGHT SWITCHES AND RECEPTACLES Page 3 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 d. Approved equal. 2 C. Explosion-proof single pole factory sealed switches shall be for 20 Amps, 120/277 3 volts, mounted in copper free aluminum boxes. 4 1. Manufacturers 5 a. Crouse-Hinds EDS Series 6 b. Appleton Electric Co. 7 c. Killark 8 d. Approved equal. 9 D. Receptacles shall be heavy duty, corrosion resistant, specification grade of the 10 following types and manufacturer or equal. Receptacles shall conform to Fed Spec 11 WC596. 12 1. Manufacturers 13 a. Cooper (catalog numbers as listed) 14 b. Hubbell, Inc. 15 c. Pass & Seymour, Inc. 16 d. Approved equal 17 2. Duplex, 20 Amp, 125 Volt, 2 Pole, 3 Wire Grounding, high impact, arc and 18 moisture resistant yellow nylon construction, heavy nickel plating on metal parts; 19 (Cooper 5362CRY 20 3. Single, 20 Amp, 250 Volt, 2 Pole, 3 Wire; (Cooper 5461GY) 21 E. Weatherproof covers 22 1. Die cast aluminum. Plastic or other non-metallic in-use covers are not acceptable. 23 2. Weatherproof while-in-use rating 24 3. Manufacturers 25 a. Eaton Catalog No. WIUMH/V 26 b. Thomas & Betts 27 c. Approved equal 28 F. Special purpose 29 1. Manufacturers 30 a. Cooper (catalog number as listed) 31 b. Hubbell 32 c. Pass & Seymour 33 d. Approved equal 34 2. Clock hanger single, 15 Amp, 125 Volt, 2 Pole, 3 Wire, with hanging hook on 35 device plate. (Cooper 452) 36 3. Single, corrosion resistant locking, 20 Amp, 125 Volt, 2 Pole, 3 Wire; Cooper, 37 Catalog No. CRL520R and plug (Cooper CRL520P) 38 4. Single twist-lock, 30 Amp, 125 Volt, 1 Phase, 3 Wire; Cooper, Catalog No. 39 CRL530R; plug. (Cooper CRL530P) 40 5. Single twist-lock, 20 Amp, 250 Volt, 1 Phase, 3 Wire; Cooper, Catalog No. 41 CRL620R; plug. (Cooper CRL620P) similar by Hubbell, Inc.; Pass & Seymour, 42 Inc. or equal. 43 6. Single twist-lock, 30 Amp, 250 Volt, 1 Phase, 3 Wire; Cooper, Catalog No. 44 CRL630R; plug. (Cooper CRL630P) 45 G. Explosion-proof receptacles and plugs 26 27 26 - 4 LIGHT SWITCHES AND RECEPTACLES Page 4 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 1. Manufacturers 2 a. Appleton Electric (Catalog number as listed) 3 b. Crouse-Hinds 4 c. Hubbell Inc. 5 d. Approved equal. 6 2. Single, 20 Amp, 125 Volt, 1 Phase, 3 Wire. (Appleton EFSC175-2023 and plug 7 ECP-2023) 8 3. Duplex, 20 Amp, 125 Volt, 1 Phase, 3 Wire. (Appleton EFSC275-2023 and plug, 9 ECP-2023) 10 4. Single, 20 Amp, 250 Volt, 1 Phase, 3 Wire. (Appleton EFSC175-20232 and plug 11 ECP-20232) 12 5. Duplex, 20 Amp, 250 Volt, 1 Phase, 3 Wire. (Appleton EFSC275-20232 and plug 13 ECP-20232) 14 H. Device Plates 15 1. Plates for indoor flush mounted devices shall be of the required number of gangs 16 for the application involved and shall be as follows: 17 a. Administration type buildings: Smooth, high impact nylon of the same 18 manufacturer and color as the device. Final color to be as selected by the 19 Architect. 20 b. Where permitted in other areas of the plant, flush mounted devices in cement 21 block construction shall be Type 302 high nickel (18-8) stainless steel of the 22 same manufacturer as the devices. 23 2. Plates for indoor surface mounted device boxes shall be cast metal of the same 24 material as the box, Crouse-Hinds No. DS23G and DS32G, or equal. 25 3. Oversized plates shall be installed where standard plates do not fully cover the wall 26 opening. 27 4. Device plates for switches mounted outdoors or indicated as weatherproof shall be 28 gasketed, cast aluminum with provisions for padlocking switches "On" and "Off", 29 Crouse Hinds No. DS185, or equal. 30 5. Multiple surface mounted devices shall be ganged in a single, common box and 31 provided with an adapter, if necessary, to allow mounting of single gang device 32 plates on multi-gang cast boxes. 33 6. Engraved device plates shall be provided where required. 34 7. Weatherproof, gasketed cover for GFI receptacle mounted in a FS/FD box 35 a. Manufacturers 36 1) Cooper, Catalog No. 4501-FS 37 2) Hubbell, Inc. 38 3) Pass & Seymour, Inc. 39 4) Approved equal. 40 I. Three Phase Power Receptacles 41 1. Three phase power receptacles and plugs shall be rated for the voltage and current 42 ratings of the connected load unless otherwise shown on the Drawings. 43 2. Receptacles and plug housings shall be constructed of copper free aluminum listed 44 to UL standard 498 for watertight construction. Hardware shall be stainless steel. 45 3. Performance 46 a. Maximum working voltage: 600 volts RMS. 26 27 26 - 5 LIGHT SWITCHES AND RECEPTACLES Page 5 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 b. Dielectric withstand voltage: 3000 volts. 2 c. Full load break capability at rated current. 3 d. 5000 connect/disconnect cycles at rated voltage and current. 4 4. Furnish and install one mating plug with each receptacle. 5 5. Provide the following features: 6 a. Color coded by voltage. 7 b. One-piece housing/angled back box 8 c. Shrouded pins 9 d. Self-closing gasketed cover. 10 e. Watertight cable entrances/stress relief grips. 11 f. Mating keys. 12 6. Acceptable manufacturers: 13 a. Hubbell (North American Rated Series II) 14 b. General Electric 15 c. Cooper 16 d. Meltric 17 J. Interlocked Three Phase Power Receptacles 18 1. Interlocked three phase power receptacles shall include a combination receptacle 19 and a mechanically interlocked disconnect switch. The two units shall be 20 interlocked to prevent removal or insertion of the plug unless the switch is in the 21 OFF position. The receptacle shall meet the requirements of Power Receptacles 22 specified herein. 23 2. Provide a matching plug for every unit furnished. 24 3. Switch, power receptacle and mating plug shall be constructed of copper free 25 aluminum. 26 4. Assembly shall be listed to UL Standard 498 for watertight- construction. 27 5. Hardware shall be stainless steel. 28 6. Performance: 29 a. Maximum working voltage: 600 volts RMS. 30 b. Dielectric withstand voltage: 3000 volts. 31 c. Full load break capability at rated current. 32 d. 5000 connect/disconnect cycles at rated voltage and current. 33 7. Provide the following features: 34 a. Color coded by voltage. 35 b. One-piece housing/angled back box 36 c. Shrouded pins 37 d. Self-closing gasketed cover. 38 e. Watertight cable entrances/stress relief grips. 39 f. Mating keys. 40 8. The disconnect switch shall be unfused or fused, as shown on the Drawings, or 41 otherwise specified herein or if required by the NEC, with ratings as hereinbefore 42 specified. Provide lockout provisions on the disconnect switch handle. 43 9. Manufacturers 44 a. Crouse-Hinds 45 b. Appleton 46 c. Killark 47 d. Hubbell 26 27 26 - 6 LIGHT SWITCHES AND RECEPTACLES Page 6 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 K. 30 Amp, 480 volt Receptacles 2 1. 30 Amp, 480 Volt receptacles shall be 3 Pole, 4 Wire, grounding pin and sleeve 3 type, with circuit breaking capability. The receptacle shall meet the requirements of 4 Power Receptacles specified herein. 5 2. Manufacturers 6 a. Crouse Hinds Arktite style 2, Catalog No. ARE 3423 7 b. Approved equal 8 3. The listing of specific manufacturers above does not imply acceptance of their 9 products that do not meet the specified ratings, features and functions. 10 Manufacturers listed above are not relieved from meeting these specifications in 11 their entirety. 12 4. Furnish and install one matching plug for each receptacle shown on the Drawings. 13 L. Welding Receptacles and Disconnect Switches 14 1. Manufacturers: 15 a. Crouse Hinds Arktite Receptacles with Enclosed Safety Switches", Catalog No. 16 WSR103542. 17 b. Approved equal 18 2. The listing of specific manufacturers above does not imply acceptance of their 19 products that do not meet the specified ratings, features and functions. 20 Manufacturers listed above are not relieved from meeting these specifications in 21 their entirety. 22 3. Welding receptacles and disconnect switches shall be rated 600 Volts, 100 Amp, 3- 23 pole, 4-wire, 60 Hz. Receptacle shall be mechanically interlocked with its 24 disconnect switch to prevent breaking the circuit with the receptacle and plug. 25 Ground wire shall be bonded to the plug and receptacle housings. Enclosure type 26 shall be NEMA 4. The receptacle shall meet the requirements of Power Receptacles 27 specified herein. 28 4. Furnish and install one matching plug for the welder. 29 M. Portable Generator Input Receptacle 30 1. Portable generator input receptacle shall be weatherproof, rated for 600 Volts, 100 31 Amp, 3 Phase, 4 Wire grounding pin and sleeve type with a 15 degree mounting 32 adapter, spring door cover. 33 2. Manufacturers 34 a. Crouse Hinds Catalog No. 1042S22 with plug, Crouse Hinds Catalog No. APJ 35 10487S22 36 3. The listing of specific manufacturers above does not imply acceptance of their 37 products that do not meet the specified ratings, features and functions. 38 Manufacturers listed above are not relieved from meeting these specifications in 39 their entirety. 40 4. Both receptacle and plug shall have reversed contacts. 41 N. Poke-Through Service Fittings 42 1. Poke-through service fittings shall be installed in a two-inch core drilled hole, fit 43 floor thicknesses of 2-1/2 inches to 7 inches and be fire rated. 44 2. Poke-through service fittings shall be provided with barriers to handle both high 45 and low tension services and be designed for both new construction and building 46 retrofit. 26 27 26 - 7 LIGHT SWITCHES AND RECEPTACLES Page 7 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 3. Service fitting heads shall each contain a 20 Amp, 125-volt, 2-pole, 3-wire duplex 2 receptacle on one side and provisions for up to two-25 pair telephone cables on the 3 remaining side. 4 4. Manufacturers 5 a. Raceway Components 6 b. Walker 7 c. Square D 8 d. Approved equal. 9 PART 3 - EXECUTION 10 3.1 INSTALLATION 11 A. Switches and receptacles shall be installed flush with the finished wall surfaces in areas 12 with stud frame and gypsum board construction, in dry areas with cement block 13 construction or when raceways are shown as concealed on the Drawings. 14 B. Do not install flush mounted devices in areas designated DAMP, WET or 15 WET/CORROSIVE on the Drawings. Provide surface mounted devices in these areas. 16 C. Provide weatherproof devices covers in areas designated WET or WET/CORROSIVE 17 on the Drawings. 18 D. Unless otherwise shown on the Drawings, wall switches and other wall mounted 19 controls shall be installed at 54 inches AFF. 20 E. Convenience receptacles shall be 36 inches above the floor unless otherwise shown. 21 F. Convenience receptacles installed outdoors and in rooms where equipment may be 22 hosed down shall be 36 inches above floor or grade. Switches shall be ganged together 23 under one cover plate. 24 G. The location of all devices is shown, in general, on the Drawings and may be varied 25 within reasonable limits so as to avoid any piping or other obstruction without extra 26 cost, subject to the approval of the Owner. Coordinate the installation of the devices for 27 piping and equipment clearance. 28 H. Convenience receptacles and light switches shall be connected using stranded pig tails 29 and spring fork insulated lugs. Feed-through wiring of receptacles is prohibited. 30 3.2 FIELD QUALITY CONTROL 31 A. Test wiring devices to ensure electrical continuity of grounding. Energize the circuit to 32 demonstrate compliance with the requirements. 33 END OF SECTION 34 26 27 26 - 8 LIGHT SWITCHES AND RECEPTACLES Page 8 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 THIS PAGE INTENTIONALLY LEFT BLANK 26 28 16 - 1 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 1 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 SECTION 26 28 16 1 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES 2 PART 1 - GENERAL 3 1.1 SCOPE OF WORK 4 A. The Contractor shall furnish and install low voltage enclosed circuit breakers and 5 disconnect switches, together with appurtenances, complete and operable, as specified 6 herein and as shown on the Contract Drawings. 7 B. All equipment specified in this Section of the Specifications shall be the product of one 8 manufacturer and shall be factory constructed and assembled by that manufacturer. 9 1.2 RELATED WORK 10 A. No references are made to any other section which may contain work related to any 11 other section. The Contract Documents shall be taken as a whole with every section 12 related to every other section as required to meet the requirements specified. The 13 organization of the Contract Documents into specification divisions and sections is for 14 organization of the documents themselves and does not relate to the division of 15 suppliers or labor which the Contractor may choose to employ in the execution of the 16 Contract. Where references are made to other Sections and other Divisions of the 17 Specifications, the Contractor shall provide such information or additional work as may 18 be required in those references and include such information or work as may be 19 specified. 20 B. Other Divisions 21 1. The Contractor shall be responsible for examining all Sections of the Specifications 22 and Drawings and shall determine the power and wiring requirements and shall 23 provide external wiring and raceways, as required to provide a fully functioning 24 power, control and process control systems. If the equipment requires more 25 conductors and/or wiring, due to different equipment being supplied, the Contractor 26 shall furnish the additional conductors, raceways and/or wiring, with no change in 27 the Contract Price, and with no increase in Contract Time. 28 1.3 SUBMITTALS 29 A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 30 00 00 and as specified herein. 31 B. Submittals for equipment and materials, furnished under this Section of the 32 Specifications, will not be accepted prior to approval of the Power System Study 33 specified under Section 26 05 73. Submittals made prior to such approval will be 34 returned unreviewed. 35 C. Submittals shall also contain information on related equipment to be furnished under 36 this Specification but described in the related Sections listed in the Related Work 37 paragraph above. Incomplete submittals not containing the required information on the 38 related equipment will also be returned without review. All cut sheets shall be clearly 39 marked to indicate which products are being submitted for use on this project. 40 Unmarked cut sheets will be a cause to reject the submittal and return it for revision 41 without review. 42 26 28 16 - 2 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 2 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 D. The original equipment manufacturer shall create all equipment shop drawings, 1 including all wiring diagrams, in the manufacturer’s Engineering department. All 2 equipment shop drawings shall bear the original equipment manufacturers logo, 3 drawing file numbers, and shall be maintained on file in the original equipment 4 manufacturer’s archive file system. Photocopies of the Engineer’s ladder schematics 5 are unacceptable as shop drawings. 6 E. Submit to the Owner/Engineer, shop drawings and product data, for the following: 7 1. Product data sheets and catalog numbers for overcurrent protective trip devices on 8 circuit breakers and switches, relaying, meters, pilot lights, etc. The manufacturer’s 9 name shall be clearly visible on each cut sheet submitted. List all options, trip 10 adjustments and accessories furnished specifically for this project. 11 2. Provide control systems engineering to produce custom unit elementary drawings 12 showing internal wiring and interlocking between components and to remotely 13 mounted devices. Include and identify all connecting equipment and remote devices 14 on the schematics. The notation “Remote Device” will not be acceptable. Show 15 wire and terminal numbers. Indicate special identifications for electrical devices 16 per the Drawings. 17 3. Provide plan and elevation drawings of each controller or enclosure, with 18 dimensions, exterior and interior views, showing component layouts, controls, 19 terminal blocks, etc. 20 4. Schematic diagram 21 5. Nameplate schedule 22 6. UL Listing of the completed assembly. 23 7. Component list with detailed component information, including original 24 manufacturer’s part number. 25 8. Conduit entry/exit locations 26 9. Assembly ratings including: 27 a. Short-circuit rating 28 b. Voltage 29 c. Continuous current 30 10. Major component ratings including: 31 a. Voltage 32 b. Continuous current 33 c. Interrupting ratings 34 11. Number and size of cables per phase, neutral if present, ground and all cable 35 terminal sizes. 36 12. Busway connection and amperage rating. 37 13. Instruction and renewal parts books. 38 F. Factory Tests. Submittals shall be made for factory tests specified herein. 39 G. Field Test Reports. Submittals shall be made for field tests specified herein. 40 H. Operation and Maintenance Manuals. 41 1. Operation and maintenance manuals shall include the following information: 42 a. Manufacturer’s contact address and telephone number for parts and service. 43 b. Instruction books and/or leaflets 44 c. Recommended renewal parts list 45 26 28 16 - 3 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 3 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 d. Record Documents for the information required by the Submittals paragraph 1 above. 2 I. The manufacturer shall submit for approval, a training agenda for all training specified 3 herein. Training agenda shall not be submitted until final approval of the Operation and 4 Maintenance Manual. 5 1.4 REFERENCE CODES AND STANDARDS 6 A. All products and components shown on the Drawings and listed in this specification 7 shall be designed and manufactured according to latest revision of the following 8 standards (unless otherwise noted): 9 1. NEMA Standard AB1 – Molded Case Circuit Breakers, Molded Case Switches and 10 Circuit Breaker Enclosures 11 2. NFPA 70 – National Electrical Code (NEC) 12 3. NFPA 70E – Standard for Electrical Safety in the Workplace 13 4. IEEE 242 – Protection and Coordination of Industrial and Commercial Power 14 Systems 15 5. IEEE 399 – Power Systems Analysis 16 6. UL 489 – Molded Case Circuit Breakers and Circuit Breaker Enclosures 17 7. UL 1066 – Low Voltage AC and DC Power Circuit Breakers Used in Enclosures. 18 B. All equipment components and completed assemblies specified in this Section of the 19 Specifications shall bear the appropriate label of Underwriters Laboratories. 20 1.5 QUALITY ASSURANCE 21 A. The manufacturer of this equipment shall have produced similar equipment for a 22 minimum period of ten years. When requested by the Engineer, an acceptable list of 23 installations with similar equipment shall be provided demonstrating compliance with 24 this requirement. 25 B. The manufacturer of the assembly shall be the manufacturer of the major components 26 within the assembly. All assemblies shall be of the same manufacturer. Equipment that 27 is manufactured by a third party and “brand labeled” shall not be acceptable. 28 C. All components and material shall be new and of the latest field proven design and in 29 current production. Obsolete components or components scheduled for immediate 30 discontinuation shall not be used. 31 D. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 32 E. Equipment submitted shall fit within the space shown on the Drawings. Equipment 33 which does not fit within the space is not acceptable. 34 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 35 A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal 36 requirements, and present to the Owner/Engineer upon delivery of the equipment, an 37 approved copy of all such submittals. Delivery of incomplete constructed equipment, or 38 equipment which failed any factory tests, will not be permitted. 39 26 28 16 - 4 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 4 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 B. Equipment shall be handled and stored in accordance with manufacturer's instructions. 1 Two copies of these instructions shall be included with the equipment at time of 2 shipment and shall be made available to the Contractor and Owner. The instructions 3 shall include detailed assembly instructions including but not limited to wiring 4 interconnection diagrams, rigging for lifting, skidding, jacking and moving using 5 rolling equipment to place the equipment, bolt torqueing requirements for bus and all 6 other components which require the installation of bolted connections, and instructions 7 for storing the equipment prior to energizing. 8 C. Equipment shall be stored indoors and protected from moisture, dust and other 9 contaminants. 10 D. Equipment shall not be installed until the location is finished and protected from the 11 elements. 12 1.7 WARRANTY 13 A. The Manufacturer shall warrant the equipment to be free from defects in material and 14 workmanship for one year from date of final acceptance of the equipment. Within such 15 period of warranty, the Manufacturer shall promptly furnish all material and labor 16 necessary to return the equipment to new operating condition. Any warranty work 17 requiring shipping or transporting of the equipment or components shall be performed 18 by the Contractor at no expense to the Owner. 19 PART 2 - PRODUCTS 20 2.1 MANUFACTURERS 21 A. Subject to compliance with the Contract Documents, the following Manufacturers are 22 acceptable: 23 1. ABB. 24 2. Eaton 25 3. Siemens 26 4. Square D 27 B. The listing of specific manufacturers above does not imply acceptance of their products 28 that do not meet the specified ratings, features and functions. Manufacturers listed 29 above are not relieved from meeting these specifications in their entirety. 30 C. All equipment furnished under this Section shall be of the same manufacturer. 31 2.2 RATINGS 32 A. The service voltage shall be as shown on the Drawings. The overall short circuit 33 withstand, and interrupting rating of the equipment and devices shall be equal to or 34 greater than the overall short circuit withstand and interrupting rating of the feeder 35 device immediately upstream of the circuit breaker or switch. Systems employing series 36 connected ratings for main and feeder devices shall not be used. 37 B. Circuit breakers, safety switches and associated devices shall be designed for 38 continuous operation at rated current in a 40°C ambient temperature. 39 C. Furnish heavy duty Mill rated devices. 40 D. For additional ratings and construction notes, refer to the Drawings. 41 26 28 16 - 5 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 5 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 2.3 CONSTRUCTION 1 A. General 2 1. Refer to Drawings for: actual layout and location of equipment and components; 3 current ratings of devices, components; protective relays, voltage ratings of devices, 4 components and assemblies; and other required details. 5 2. Furnish lugs for incoming wiring, sizes as shown on the Drawings. Allow adequate 6 clearance for bending and terminating of cable size and type specified, Lugs for #12 7 AWG up to #6 AWG shall be ring terminals. Conductors #4 AWG and larger shall 8 be two-hole long barrel lugs with NEMA spacing. All lugs shall be the closed end 9 construction to exclude moisture migration into the cable conductor. See also 10 Section 26 05 19Wires and Cables (1000 Volt Maximum) for additional 11 requirements. 12 3. Built in control stations and indicating lights shall be furnished where shown on the 13 Drawings. 14 4. Furnish nameplates for each device as indicated in Drawings. Nameplates shall be 15 engraved, laminated impact acrylic, matte finish, not less than 1/16-inch thick by 16 3/4-inch by 2-1/2-inch, Rowmark 322402. Nameplates shall be 316 SS screw 17 mounted to all enclosures except for NEMA 4 and 4X. Nameplates for NEMA 4 18 and 4X enclosures shall be attached with double faced adhesive strips, TESA TUFF 19 TAPE 4970, .009 X 1/2 inch, or equal. Prior to installing the nameplates, the metal 20 surface shall be thoroughly cleaned with 70% alcohol until all residue has been 21 removed. Epoxy adhesive or foam tape is not acceptable. 22 B. Enclosures 23 1. General 24 a. Provide 316 SS hardware for all enclosures. 25 b. All enclosure doors shall have bonding studs. The enclosure interior shall have 26 a bonding stud. 27 c. Enclosures shall not have holes or knockouts for conduit entry. 28 d. All panels installed outdoors shall have a factory applied, suitable primer and 29 final coat of weatherproof white paint. 30 e. All enclosures shall be provisioned with hardware for a padlock. 31 f. All enclosures shall have integral welded mounting lugs. 32 g. See Section 26 05 33 Raceways, Boxes and Fittings for additional 33 requirements. 34 2. NEMA 4X Stainless Steel were not otherwise Defined 35 a. Where an enclosure is not otherwise defined or shown on the Drawing 36 1) NEMA 4X Stainless Steel 37 2) Type 316 stainless steel, body and door 38 3) Stainless steel hinge 39 4) Foam in-place gasket 40 5) Single point quarter turn latches 41 3. NEMA 1 or NEMA 1A boxes shall not be used. 42 4. Malleable iron boxes shall not be used. 43 26 28 16 - 6 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 6 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 5. Provide a flange mounted, or through the door, disconnect operating handle with 1 mechanical interlock having a bypass that will allow the enclosure door to open 2 only when the circuit breaker or switch is in the OFF position. The circuit breaker 3 or switch shall have the capability of being bypassed after the door has been 4 opened. 5 C. Internal Wiring 6 1. Wiring: Stranded tinned copper, minimum size No. 12 AWG, with 600 Volt, 90°C, 7 flame retardant, Type SIS thermosetting 600-volt insulation, NEMA Class II, Type 8 B wiring. Line side power wiring shall be sized for the full rating or frame size of 9 the connected device. 10 2. All wiring shall be tagged and coded with an identification number as shown on the 11 Drawings. Coding shall be typed on a heat shrinkable tube applied to each end 12 showing origination and destination of each wire. The marking shall be permanent, 13 non-smearing, solvent-resistant type similar to Raychem TMS-SCE, or equal. Wire 14 tags shall be machine printed. Wire tags relying on adhesives of any type are 15 unacceptable. 16 3. All wiring shall be neatly bundled with tie wraps and supported to wire way 17 supports. Control wiring shall be bundled separately from power wiring. In 18 addition, low signal wiring (millivolt and milliamp) shall be bundle separately from 19 the rest of the control wiring. 20 D. Field Installed Internal Wiring 21 1. Field installed interior wiring shall be neatly grouped by circuit and bound by 22 plastic tie wraps. Circuit groups shall be supported so that circuit terminations are 23 not stressed. In addition, low signal wiring (millivolt and milliamp) shall be bundle 24 separately from the rest of the control wiring. Wiring shall not be supported using 25 adhesive supports. Adhesive wire supports are unacceptable, and if installed shall 26 be removed and replaced with a non-adhesive support with no increase in Contract 27 Price or Time. 28 2. All field wiring shall be tagged and coded with an identification number. Coding 29 shall be typed on a heat shrinkable tube applied to each end of the wire. The 30 marking shall be a permanent, non-smearing, solvent-resistant type similar to 31 Raychem TMS-SCE, or equal. Wire tags shall be machine printed. Wire tags 32 relying on adhesives of any type are unacceptable. 33 3. In general, all conduit entering or leaving equipment shall be stubbed up into the 34 bottom of the enclosure directly below the area in which the conductors are to be 35 terminated, or from the top if shown on the Drawings and not located in a wet, 36 damp or any process area. Conduits shall not enter the side unless approved in 37 writing by the Owner/Engineer. 38 2.4 DISCONNECT SWITCHES 39 A. Disconnect switches shall be heavy duty, quick make, quick break, visible blades, 600-40 volt, three-pole with full cover interlock, interlock defeat and flange mounted operating 41 handle. 42 2.5 FUSED DISCONNECT SWITCHES 43 A. Fused disconnect switches shall be heavy duty, quick make, quick break, visible blades, 44 600 volt, three-pole with full cover interlock, interlock defeat and flange mounted 45 operating handle. 46 26 28 16 - 7 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 7 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 B. Fuses shall be rejection type, 600 volts, 200,000 A.I.C., dual element, time delay, 1 Bussman Fusetron, Class RK 5 or equal. 2 2.6 SPARE PARTS 3 A. Provide the following spare parts: 4 1. Three – Fuses of each type used. 5 B. Spare parts shall be boxed or packaged for long term storage and clearly identified on 6 the exterior of package. Identify each item with manufacturers name, description and 7 part number 8 2.7 FACTORY TESTING 9 A. The circuit breakers and disconnects shall be completely assembled, wired, and 10 adjusted at the factory and shall be given the manufacturer’s routine shop tests and any 11 other additional operational test to insure the workability and reliable operation of the 12 equipment. 13 B. Factory test equipment and test methods shall conform with the latest applicable 14 requirements of ANSI, IEEE, UL, and NEMA standards, and shall be subject to the 15 Owner/Engineer’s approval. 16 PART 3 - EXECUTION 17 3.1 INSTALLER’S QUALIFICATIONS 18 A. Installer shall be specialized in installing low voltage circuit breakers and disconnect 19 switches with minimum five years documented experience. Experience documentation 20 shall be submitted for approval prior to beginning work on this project. 21 3.2 EXAMINATION 22 A. Examine installation area to assure there is enough clearance to install the equipment. 23 B. Verify that the equipment is ready to install. 24 C. Verify field measurements are as instructed by manufacturer. 25 3.3 INSTALLATION 26 A. The Contractor shall install all equipment per the manufacturer's recommendations and 27 Contract Drawings. 28 B. Install required safety labels. 29 C. Conduit entry into the top of any NEMA 4/4X rated enclosure in any outdoor, damp, 30 wet or process area is strictly prohibited. Any enclosure entered from the top will be 31 removed, the conduit and conductors re-routed, or conductors replaced if too short. No 32 increase in Contract Price or Contract Time will be allowed. 33 3.4 FIELD QUALITY CONTROL 34 A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. 35 B. Check tightness of all accessible electrical connections. Minimum acceptable values are 36 specified in manufacturer's instructions. 37 26 28 16 - 8 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 8 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 3.5 FIELD ADJUSTING 1 A. Adjust all circuit breakers, switches, access doors, operating handles for free 2 mechanical and electrical operation as described in manufacturer's instructions. 3 B. The Power Monitoring and Protective Devices shall be set in the field by a qualified 4 representative of the manufacturer, retained by the Contractor, in accordance with 5 settings designated in a coordinated study of the system as required in Section 26 05 73 6 Power System Study. All such settings, including the application of arc flash labels, 7 shall have been made and Approved by the Owner/Engineer, prior to energizing of the 8 equipment. 9 3.6 FIELD TESTING 10 A. Perform all electrical field tests recommended by the manufacturer. Disconnect all 11 connections to solid-state equipment prior to testing. 12 B. Megger and record phase to phase and phase to ground insulation resistance. Megger, 13 for one minute, at minimum voltage of 1000 volts DC. Measured Insulation resistance 14 shall be at least 100 megohms. In no case shall the manufacturer’s maximum test 15 voltages be exceeded. 16 C. Test the ground fault protection system using a high current injection method. 17 D. Test the rating plug for correct rating. 18 3.7 CLEANING 19 A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, 20 dust, or concrete spatter from the interior and exterior of the equipment using brushes, 21 vacuum cleaner, or clean, lint free rags. Do not use compressed air. 22 3.8 EQUIPMENT PROTECTION AND RESTORATION 23 A. Touch-up and restore damaged surfaces to factory finish, as approved by the 24 manufacturer. If the damaged surface cannot be returned to factory specification, the 25 surface shall be replaced. 26 END OF SECTION 27 26 29 87 - 1 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPs) Page 1 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 SECTION 26 29 87 2 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPs) 3 PART 1 - GENERAL 4 1.1 SCOPE OF WORK 5 A. Furnish and install functional control panels to manually or automatically operate 6 control systems as specified in the detailed requirements of this Section, and logic and 7 schematics as shown on the Electrical Drawings. 8 B. Submittals for Electrical Control Panels, not clearly specified as Control Panels by the 9 Electrical Contractor, shall be submitted under the Section of the Specifications 10 specified in the Process Equipment Division or Mechanical Equipment Division, and 11 shall not be submitted under this Section. Control Panels for those Divisions shall meet 12 the requirements of Section 26 29 86 Mechanical Equipment Manufacturer’s Control 13 Panels and shall be submitted as a part of the Mechanical Equipment manufacturer’s 14 submittals or Process Equipment Division Submittals. Control panels specified within 15 the Instrumentation Sections of Division 40shall be submitted as a part of the 16 Instrumentation submittals. 17 1.2 RELATED WORK 18 A. No references are made to any other section which may contain work related to any 19 other section. The Contract Documents shall be taken as a whole with every section 20 related to every other section as required to meet the requirements specified. The 21 organization of the Contract Documents into specification divisions and sections is for 22 organization of the documents themselves and does not relate to the division of 23 suppliers or labor which the Contractor may choose to employ in the execution of the 24 Contract. Where references are made to other Sections and other Divisions of the 25 Specifications, the Contractor shall provide such information or additional work as may 26 be required in those references and include such information or work as may be 27 specified. 28 B. Other Divisions 29 1. The Contractor shall be responsible for examining all Sections of the Specifications 30 and Drawings and shall determine the power and wiring requirements and shall 31 provide external wiring and raceways, as required to provide a fully functioning 32 power, control and process control systems. If the equipment requires more 33 conductors and/or wiring, due to different equipment being supplied, the Contractor 34 shall furnish the additional conductors, raceways and/or wiring, with no change in 35 the Contract Price, and with no increase in Contract Time. 36 1.3 SUBMITTALS 37 A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 38 00 00 and as specified herein. 39 B. Provide systems engineering to produce coordination curves, showing coordination 40 between breakers and/or fuses submitted, such that protective device coordination is 41 accomplished. Such curves and settings shall be included as a part of these submittals. 26 29 87 - 2 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPs) Page 2 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 C. Submittals shall also contain information on related equipment to be furnished under 2 this Specification but described in the related Sections listed in the Related Work 3 paragraph above. Incomplete submittals not containing the required information on the 4 related equipment will also be returned unreviewed. 5 D. The original equipment manufacturer shall create all equipment shop drawings, 6 including all wiring diagrams, in the manufacturer’s Engineering department. All 7 equipment shop drawings shall bear the original equipment manufacturers logo, 8 drawing file numbers, and shall be maintained on file in the original equipment 9 manufacturer’s archive file system. Photocopies of the Engineer’s ladder schematics are 10 unacceptable as shop drawings. 11 E. Submit to the Owner/Engineer, shop drawings and product data, for the following: 12 1. Product data sheets and catalog numbers for overcurrent protective devices, motor 13 starters, control relays, control stations, meters, pilot lights, etc. The 14 manufacturer’s name shall be clearly visible on each cut sheet submitted. List all 15 options, trip adjustments and accessories furnished specifically for this project. 16 Clearly mark each sheet to indicate which items apply and/or those items that do 17 not apply. 18 2. Provide control systems engineering to produce custom unit elementary drawings 19 showing inter-wiring and interlocking between components and to remotely 20 mounted devices. Include and identify all connecting equipment and remote devices 21 on the schematics. The notation “Remote Device” will not be acceptable. Show 22 wire and terminal numbers. Indicate special identifications for electrical devices 23 per the Drawings. 24 3. Equipment outline drawings showing elevation, plan and interior views, front panel 25 arrangement, dimensions, weight, shipping splits, conduit entrances and anchor bolt 26 pattern. Indicate all options, special features, ratings and deviations from this 27 Section. 28 4. Schematic diagram, including manufacturer’s selections of component ratings, and 29 CT and PT ratios. 30 5. Power and control schematics including external connections. Show wire and 31 terminal numbers, and color-coding. 32 6. Instruction and replacement parts books. 33 7. As-built final drawings. 34 8. Documentation that the panel assembly facility is a UL-508 certified panel shop. 35 9. Facsimile of the UL label that is to be applied to the completed panel. 36 10. Furnish complete Bill of Materials indicating manufacturer's name and part 37 numbers. 38 11. Manufacturer’s cut sheets for every component used in the panel assembly 39 adequately marked to show the items being included. The manufacturer’s name 40 shall be clearly visible on each cut sheet submitted. 41 12. Assembly ratings including: 42 a. Short-circuit rating 43 b. Voltage 44 c. Continuous current 45 13. Major component ratings including: 46 a. Voltage 47 b. Continuous current 26 29 87 - 3 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPs) Page 3 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 c. Interrupting ratings 2 14. Cable terminal sizes. 3 15. Instruction and renewal parts books. 4 F. Factory Tests. Submittals shall be made for factory tests specified herein. 5 G. Field Test Reports. Submittals shall be made for field tests specified herein. 6 H. Operation and Maintenance Manuals. 7 1. Operation and maintenance manuals shall include the following information: 8 a. Manufacturer’s contact address and telephone number for parts and service. 9 b. Instruction books and/or leaflets 10 c. Recommended renewal parts list 11 d. Record Documents for the information required by the Submittals paragraph 12 above. 13 I. The manufacturer shall submit for approval, a training agenda for all training specified 14 herein. Training agenda shall not be submitted until final approval of the Operation and 15 Maintenance Manual. 16 1.4 REFERENCE CODES AND STANDARDS 17 A. All products and components shown on the Drawings and listed in this specification 18 shall be designed and manufactured according to latest revision of the following 19 standards (unless otherwise noted): 20 1. NEMA Standard ICS 2 – 2000 Industrial Control and Systems 21 2. NFPA 70 – National Electrical Code (NEC) 22 3. NFPA 70E – Standard for Electrical Safety in the Workplace 23 4. NFPA 79 – Electrical Standard for Industrial Machinery 24 5. UL 508/508A – Industrial Control Enclosures 25 B. All equipment specified in this Section of the Specifications shall bear the appropriate 26 label of Underwriters Laboratories. 27 1.5 QUALITY ASSURANCE 28 A. The manufacturer of this equipment shall have produced similar equipment for a 29 minimum period of five years. When requested by the Owner/Engineer, an acceptable 30 list of installations with similar equipment shall be provided demonstrating compliance 31 with this requirement. 32 B. The control panels shall be assembled in a UL-508 certified facility. A submittal of 33 documentation certifying that the panel fabrication facility is a UL-508 certified facility, 34 is required. A UL label shall be affixed to the inside of the external door by the panel 35 fabrication assembly. Submit a facsimile of the UL label in the submittal information. 36 C. All components and material shall be new and of the latest field proven design and in 37 current production. Obsolete components or components scheduled for immediate 38 discontinuation shall not be used. 39 D. Control Panels submitted shall fit within the space shown on the Drawings. Equipment 40 which does not fit within the space is not acceptable. 41 E. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 26 29 87 - 4 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPs) Page 4 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 F. Equipment components and devices shall be UL labeled wherever UL standards exist 2 for such equipment. The completed control panel shall be UL Labeled in accordance 3 with UL 508 and 508A and other applicable UL standards. The panel shall also be UL 4 labeled for the environment in which it is to be placed. A UL label shall be affixed to 5 the inside of the external door by the panel fabrication assembly. Submit a facsimile of 6 the UL label in the submittal information. 7 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 8 A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal 9 requirements, and present to the Owner/Engineer upon delivery of the equipment, an 10 approved copy of all such submittals. Delivery of incomplete constructed equipment, 11 onsite factory work, or failed factory tests will not be permitted. 12 B. Equipment shall be handled and stored in accordance with manufacturer's instructions. 13 Two copies of these instructions shall be included with the equipment at time of 14 shipment and shall be made available to the Contractor and Owner/Engineer. 15 C. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups 16 shall be bolted to skids. Breakers and accessories shall be packaged and shipped 17 separately. 18 D. Equipment shall be installed in its permanent finished location shown on the Drawings 19 within seven calendar days of arriving onsite. If the equipment cannot be installed 20 within seven calendar days, the equipment shall not be delivered to the site, but stored 21 offsite, at the Contractor’s expense, until such time that the site is ready for permanent 22 installation of the equipment. 23 E. Where space heaters are provided in equipment, provide temporary electrical power and 24 operate space heaters during storage, and after equipment is installed in permanent 25 location, until equipment is placed in service. 26 1.7 WARRANTY 27 A. The Manufacturer shall warrant the equipment to be free from defects in material and 28 workmanship for one year from date of final acceptance of the equipment. Within such 29 period of warranty, the Manufacturer shall promptly furnish all material and labor 30 necessary to return the equipment to new operating condition. Any warranty work 31 requiring shipping or transporting of the equipment shall be performed by the 32 Manufacturer, at no expense to the Owner. 33 PART 2 - PRODUCTS 34 2.1 MATERIAL MANUFACTURERS 35 A. Subject to compliance with the Contract Documents, the following material 36 Manufacturers are acceptable for items not specifically specified else ware: 37 1. General Electric Co. 38 2. Eaton / Cutler-Hammer 39 3. Square D Co. 40 4. Allen Bradley 26 29 87 - 5 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPs) Page 5 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 B. The listing of specific manufacturers above does not imply acceptance of their products 2 that do not meet the specified ratings, features and functions. Materials listed above are 3 not relieved from meeting these Specifications in their entirety. 4 2.2 RATINGS 5 A. The service voltage shall be as specified and as shown on the Drawings. The overall 6 short circuit withstand and interrupting rating of the equipment and devices shall be 7 equal to or greater than the overall short circuit withstand and interrupting rating of the 8 feeder device immediately upstream of the Control Panel, but not less than 22,000 9 amperes RMS symmetrical at 480/277 volts, this includes all circuit breakers and 10 combination motor starters. Systems of motor controllers employing series connected 11 ratings for main and feeder devices shall not be used. Motor starter units shall be tested 12 and UL 508A labeled for the specified short circuit duty in combination with the motor 13 branch circuit protective device. 14 B. There shall be selective device coordination between the Main Breaker, Feeder 15 Breakers and control circuit protective devices. When using a circuit breaker or fuses as 16 a main protective device, the instantaneous trip levels of the main protective device 17 shall be higher than the available fault current to the control panel. If fuses are utilized 18 in the control panel design, the protective devices for three-phase loads shall contain 19 single phase protection of such equipment. If a fault occurs in the circuit of one load of 20 a design with a backup load, the feeder protective device shall not remove both loads 21 from the control system. 22 C. Use ground fault sensing on grounded wye systems. 23 D. The complete control panel assembly shall be UL certified or carry a UL listing for 24 "Industrial Control Panels". 25 E. The control panel shall meet all applicable requirements of the National Electrical 26 Code. 27 F. Motor controllers, including associated devices, shall be designed for continuous 28 operation at rated current in a 40°C ambient temperature. 29 G. For additional ratings and construction notes, refer to the Drawings. 30 H. The Manufacturer shall produce and install on each panel, an Arc Flash Warning Label 31 listing the various Flash Hazard Protection Boundaries, calculated from NFPA 70E, 32 Annexes, as listed below: 33 1. Flash Hazard Protection Boundary. 34 2. Limited Approach Boundary. 35 3. Restricted Boundary. 36 4. Incident Energy Level. 37 5. Required Personal Protective Equipment Class. 38 6. Type of Fire Rated Clothing. 39 I. Provide an Arc Flash Warning Label, printed in color and affixed to the front of each 40 panel provided. 41 J. Shown below is a typical label. Size of each label shall be not less than 6 inches wide 42 and 4 inches tall. 43 26 29 87 - 6 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPs) Page 6 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 2 2.3 CONSTRUCTION 3 A. General 4 1. Refer to Drawings for: actual layout and location of equipment and components; 5 current ratings of devices, bus bars, components; protective relays, voltage ratings 6 of devices, components and assemblies; and other required details. 7 2. Control units shall be arranged as shown on the Drawings. 8 3. Except for VFD equipment, where the equipment contains a programmable logic 9 controller (PLC) or a uninterruptible power supply (UPS), the equipment 10 manufacturer shall furnish factory installed, a dedicated Point of Utilization Device 11 (SPD), as specified in Section 26 43 13, Individual Control Panel and Related 12 Equipment Protection (Type 3). 13 4. Where Kirk-Key arrangements are used, the Kirk keyed interlocks shall be Kirk HD 14 Series (Heavy Duty) 316 Series, made of 316 stainless steel, or approved equal. 15 5. Nameplates 16 a. External 17 1) Nameplates shall be engraved, laminated impact acrylic, matte finish, not 18 less than 1/16-inch thick by 3/4-inch by 2-1/2-inch, Rowmark 322402. 19 Nameplates shall be 316 SS screw mounted to all enclosures except for 20 NEMA 4 and 4X. Nameplates for NEMA 4 and 4X enclosures shall be 21 attached with double faced adhesive strips, TESA TUFF TAPE 4970, .009 22 X 1/2 inches, or equal. Prior to installing the adhesive nameplates, the 23 metal surface shall be thoroughly cleaned with 70% alcohol until all residue 24 has been removed. Epoxy adhesive or foam tape is not acceptable. 25 2) There shall be a master nameplate that indicates supply voltage equipment 26 ratings, short circuit current rating, manufacturer's name, shop order 27 number and general information. Cubicle nameplates shall be mounted on 28 the front face, on the rear panel and inside the assembly, visible when the 29 rear panel is removed. 30 3) Provide permanent warning signs as follows: 31 a) "Danger- High Voltage- Keep Out" on all doors. 32 b) "Warning- Hazard of Electric Shock - Disconnect Power Before 33 Opening or Working On This Unit" on main power disconnect or 34 disconnects. 35 b. Internal 26 29 87 - 7 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPs) Page 7 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 1) Provide the panel with a UL 508A label. 2 2) Control components mounted within the assembly, such as fuse blocks, 3 relays, pushbuttons, switches, etc., shall be suitably marked for 4 identification, corresponding to appropriate designations on manufacturer's 5 wiring diagrams. 6 c. Special 7 1) Identification nameplates shall be white with black letters, caution 8 nameplates shall be yellow with black letters, and warning nameplates shall 9 be red with white letters. 10 6. Control Devices and Indicators 11 a. All operating control devices, indicators, and instruments shall be securely 12 mounted on the panel door. All controls and indicators shall be 30-millimeter, 13 corrosion resistant, NEMA 4X/13, anodized aluminum or reinforced plastic. 14 Booted control devices are not acceptable. Auxiliary contacts shall be provided 15 for remote run indication and indication of each status and alarm condition. 16 Additional controls shall be provided as specified herein and as required by the 17 detailed mechanical and electrical equipment requirements. 18 b. Indicator lamps shall be LED type. For all control applications, indicator lamps 19 shall incorporate a push-to-test feature. Lens colors shall be as follows: 20 1) Red for ON, Valve OPEN, and Breaker CLOSED. 21 2) Green for OFF, Valve CLOSED and Breaker OPEN. 22 3) Amber for FAIL. 23 4) Blue for READY 24 5) White for POWER ON. 25 c. Mode selector switches (HAND-OFF-AUTO, LOCAL-OFF-REMOTE, etc.) 26 shall be as shown on the Drawings. Units shall have the number of positions 27 and contact arrangements, as required. Each switch shall have an extra dry 28 contact for remote monitoring. 29 d. Pushbuttons, shall be as follows: 30 1) Red for STOP, Valve OPEN, Breaker CLOSE and mushroom Red for 31 EMERGENCY STOP. 32 2) Green for START, Valve CLOSE and Breaker OPEN. 33 3) Black for RESET. 34 e. Furnish nameplates for each device. All nameplates shall be laminated plastic, 35 black lettering on a white background, attached with stainless steel screws. 36 Device mounted nameplates are not acceptable. 37 7. Control and Instrument Power Transformers 38 a. Control power transformers shall be provided where shown on the Drawings. 39 Transformer shall be sized for the entire load, including space heaters, plus 40 25% spare capacity, and shall be not less than 100 VA. 41 b. Control power transformers shall be 120 volt grounded secondary. Primary 42 side of the transformer shall be fused in both legs. One leg of the transformer 43 secondary shall be solidly grounded while the other leg shall be fused. 44 8. A failure alarm with horn and beacon light shall be provided when required or 45 specified. Silence and reset buttons shall be furnished. Alarm horn and beacon shall 46 be by Federal Signal; Crouse-Hinds, or equal, NEMA 4X for all areas except for 47 NEMA 7 areas, which shall be NEMA 7/4X cast aluminum. 48 9. Where specified or shown on the Drawings, a six-digit, non-resettable elapsed time 49 meter shall be installed on the face of each motor starter. Meter shall be as specified 50 in Section 26 27 13. 26 29 87 - 8 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPs) Page 8 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 B. Enclosures 2 1. General 3 a. Each enclosure shall incorporate a removable back panel, and side panels, on 4 which control components shall be mounted. Back panel shall be secured to the 5 enclosure with collar studs for wall mounted enclosures, and 316 SS hardware 6 for free standing enclosures. 7 b. All free-standing enclosures shall be provided with feet of the same 8 construction as the enclosure. 9 c. The enclosure door shall be interlocked with the main circuit breaker by a panel 10 mounted cable driven operating mechanism. 11 d. Back panel shall be tapped to accept all mounting screws. Self-tapping screws 12 shall not be used to mount any components. 13 e. All enclosure doors shall have bonding studs. The enclosure interior shall have 14 a bonding stud. 15 f. Each enclosure shall be provided with a documentation pocket on the inner 16 door. 17 g. Enclosures shall not have holes or knockouts. 18 h. Provide manufacturer’s window kits where shown on the Drawings. 19 i. All panels installed outdoors shall have a factory applied, suitable primer and 20 final coat of weatherproof white paint. 21 j. All enclosures shall be padlock provisioned. 22 2. ALUMINUM 23 a. NEMA 4X Aluminum 24 1) Type 5052 aluminum, body and door 25 2) Stainless steel continuous hinge 26 3) Foam in-place gasket 27 4) Single point quarter turn latches (20 inches X 24 inches and below). All 28 others three-point latch 29 b. Manufacturers 30 1) Hoffman Comline 31 2) EMF Company 32 3) NEMA Enclosures Company 33 4) Hammond Company 34 5) Approved Equal 35 3. NEMA 12 36 a. NEMA 12 Aluminum 37 1) Type 5052 aluminum, body and door 38 2) Stainless steel continuous hinge 39 3) Foam in-place gasket 40 4) Single point quarter turn latches (20 inches X 24 inches and below). All 41 others three-point latch 42 b. Manufacturers 43 1) Hoffman Comline 44 2) EMF Company 45 3) NEMA Enclosures Company 46 4) Hammond Company 47 5) Approved Equal 48 4. NEMA 12 49 a. NEMA 12 Mild Steel 50 1) Mild Steel, body and door painted ANSI 61 Gray 26 29 87 - 9 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPs) Page 9 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 2) Stainless steel continuous hinge pin 2 3) Foam in-place gasket 3 4) Single point quarter turn latches (20-inches x 24-inches and below). All 4 others three-point latch 5 b. Manufacturers 6 1) Hoffman 7 2) EMF Company 8 3) NEMA Enclosures Company 9 4) Hammond Company 10 5) Approved Equal 11 5. Otherwise Not Defined NEMA 4X Stainless Steel 12 a. Where an enclosure is not otherwise defined or shown on the Drawing 13 1) NEMA 4X 316 Stainless Steel 14 2) Type 316 stainless steel, body and door 15 3) Stainless steel continuous hinge 16 4) Foam in-place gasket 17 5) Single point quarter turn latches (20-inches x 24-inches and below). All 18 others three-point latch 19 b. Manufacturers 20 1) EMF Company 21 2) NEMA Enclosures Company 22 3) Hammond Company 23 4) Rittal 24 5) Approved Equal 25 6. NEMA 1 or NEMA 1A boxes shall not be used. 26 7. Malleable iron boxes shall not be used. 27 C. Environmental Conditioning 28 1. Condensation Control 29 a. A self-contained enclosure condensation heater with thermostat and fan shall be 30 mounted inside the control panel, if panel is mounted outdoors or in a non-air- 31 conditioned space. 32 1) Enclosure heaters shall be energized from 120-volt, single-phase power 33 supply and sized to prevent condensation within the enclosure. 34 2) Locate enclosure heaters to avoid overheating electronic hardware or 35 producing large temperature fluctuations on the hardware. 36 3) Enclosure heaters shall have an internal fan for heat distribution and shall 37 be controlled with adjustable thermostats. The thermostat shall have an 38 adjustment range of 40°F to 90°F. Provide a circuit breaker or fused 39 disconnect switch within the enclosure. 40 4) Enclosure heaters shall be Hoffman type DAH or equal. 41 b. Strip heaters may be provided if they are 240-volt rated, powered at 120 volts 42 AC and do not have a surface temperature higher than 60°C. Strip heaters and 43 thermostats shall be as manufactured by Chromalox or equal. 44 1) Strip heaters shall be Chromalox, Type OT, 1.5-inches wide, 240 volts, 45 single phase, 150 watts, energized at 120 volts, with rust resisting iron 46 sheath, Catalog No. OT-715, Product Code No. 129314, or equal. Provide 47 sufficient wattage in heaters to prevent condensation should the interior 48 temperature of the enclosure drop below the dew point. 26 29 87 - 10 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPs) Page 10 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 2) A control thermostat mounted inside the control Panel shall be Chromalox, 2 Type WR, single stage, Catalog No. WR-80, Product Code No.263177, or 3 equal. 4 3) The strip heater terminals shall be guarded by a protective terminal cover. 5 4) High temperature connecting lead wire shall be used between the 6 thermostat and the heater terminals. Wire shall be #12 AWG stranded, 7 nickel-plated copper with Teflon glass insulation and shall be the product 8 of Chromalox, Catalog No. 6-CFI-12, Product Code No. 263783, or equal. 9 c. Each panel shall have a 1/2-inch stainless steel condensate drain, installed on a 10 stainless-steel conduit hub, HGTZ Series, T&B or equal, in the bottom of the 11 enclosure. Drain shall be O-Z GedneyDBB-50SS, or equal. 12 2. Corrosion Control 13 a. Provide corrosion protection in each control panel with a corrosion-inhibiting 14 vapor capsule 15 b. Manufacturers 16 1) Northern Instruments; Model Zerust VC 17 2) Hoffman Engineering; Model A-HCI 18 3) Approved equal. 19 3. Panel Interior Ambient Control 20 a. The manufacturer shall provide ambient temperature control within the panel to 21 maintain internal temperatures below the maximum operating temperatures of 22 the panel components. an ambient temperature range of -20° C to 40°C. 23 b. The manufacturer shall provide panel internal heat rise calculations to show that 24 the panel internal temperatures will be maintained below the maximum 25 operating temperatures of the panel components. 26 c. The calculation shall show all the internal and external heat gain loads, the 27 expected internal temperature rise in degrees C above the specified ambient, If 28 the specified temperature range cannot be met, an air conditioning system shall 29 be provided with sufficient capacity to maintain the temperature within the 30 specified limits. Panels, for which the calculated heat rise exceeds 40°C., shall 31 have an air conditioning system, sized as required to reduce the heat rise to 32 40°C. or less, without violating the NEMA rating of the enclosure. 33 d. The air conditioner shall have the following features: 34 1) Use CFC-free R134a refrigerant. 35 2) Have fully gasketed flanges on all four mounting edges for a watertight seal 36 that maintains NEMA 4X rating of the panel. 37 3) Thermostatic low temperature control to provide energy efficient operation 38 and prevents over-cooling. 39 4) EMI/RFI suppressor to minimize transient spikes during compressor on/off 40 cycling. 41 5) Separated blower-driven evaporator and condenser air systems for closed 42 loop cooling. 43 6) UL listed. 44 7) Stainless steel enclosure. 45 8) Internal corrosion resistant coating. 46 9) Low ambient kit. 47 10) Short cycle protector. 48 11) Manufacturers 49 a) Hoffman 50 b) Thermo Electric 26 29 87 - 11 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPs) Page 11 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 c) Approved equal. 2 4. Enclosure Fans 3 a. Fans shall be furnished for soft start starters and VFDs, as required by the 4 manufacturer, to provide air circulation and cooling. Fans shall be controlled by 5 a temperature switch. The fan shall operate only when the drive is “ON” and for 6 a cool-down period after the drive has stopped Otherwise the fan shall not run 7 when the drive is “OFF”. Louvers, if provided, shall have externally removable 8 filters. The filter shall be metallic and washable. 9 b. Fan motors shall be protected by an input circuit breaker. Metal squirrel cage 10 ball bearing, three phase fan motors with 10-year design life shall be used in the 11 drive design. Plastic muffin fans are not acceptable. Fan power shall be 12 obtained from a tap on the main control power transformer. 13 c. A “loss of cooling” fault shall be furnished. In the event of clogged filters or 14 fan failure, the drive shall produce an alarm and then, in a predetermined time, 15 be shut down safely without electronic component failure by the temperature 16 switch. 17 d. Redundant fans shall be provided in the drive design as backup in the event of 18 fan failure. 19 D. Internal Wiring 20 1. Power and control wiring shall be tinned stranded copper, minimum size #14 21 AWG, with 600 volt, 90°C, flame retardant, Type MTW thermoplastic insulation. 22 Line side power wiring shall be sized for the full rating or frame size of the 23 connected device, and as shown on the Drawings. 24 2. Analog signal wires shall be 600 Volt Class, insulated stranded tinned copper, 25 twisted shielded #16 AWG pair. 26 3. All interconnecting wires between panel mounted equipment and external 27 equipment shall be terminated at numbered terminal blocks. Field wiring shall not 28 be terminated directly on any panel-mounted device. 29 4. All wiring shall be tagged and coded with an identification number as shown on the 30 Drawings. Coding shall be typed on a heat shrinkable tube applied to each end 31 showing origination and destination of each wire. The marking shall be permanent, 32 non-smearing, solvent-resistant type similar to Raychem TMS-SCE, or equal. 33 5. All wiring shall be enclosed in PVC wire trough with slotted side openings and 34 removable cover. Plan wire routing such that no low twisted shielded pair cable 35 conducting analog 4-20 mA signals or low voltage analog signals are routed in the 36 same wire trough as conductors carrying discrete signals or power. The following 37 trough color code shall be used. 38 a. Black: for all 480-volt AC circuits 39 b. Grey: 24-volt DC circuit 40 c. White: 120-volt AC circuits 41 d. Blue: intrinsically safe circuits 42 6. All control panel wiring shall use the following color code. 43 a. Black: AC power at line voltage 44 b. Red: switched AC power 45 c. Orange: May be energized while the main disconnect is in the off position 46 d. White: AC neutral 47 e. Orange/white stripe or white/orange stripe: separate derived neutral 48 f. Red/white stripe or white/red stripe: switched neutral 49 g. Green or green w/ yellow tracer: ground/earth ground 26 29 87 - 12 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPs) Page 12 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 h. Blue: Ungrounded DC power 2 i. Blue/white stripe or white/blue stripe: DC grounded common 3 j. Brown: 480V AC three phase - phase A 4 k. Orange: 480V AC three phase - phase B 5 l. Yellow: 480V AC three Phase - phase C 6 m. Purple: common for analog signal wiring 7 n. Brown: positive leg of an analog signal 8 E. Field Installed Internal Wiring 9 1. Field installed interior wiring shall be neatly grouped by circuit and bound by 10 plastic tie wraps. Circuit groups shall be supported so that circuit terminations are 11 not stressed. In addition, low signal wiring (millivolt and milliamp) shall be bundle 12 separately from the rest of the control wiring. 13 2. All field wiring shall be tagged and coded with an identification number. Coding 14 shall be typed on a heat shrinkable tube applied to each end of the wire. The 15 marking shall be a permanent, non-smearing, solvent-resistant type similar to 16 Raychem TMS-SCE, or equal 17 3. In general, all conduit entering or leaving equipment shall be stubbed up into the 18 bottom of the enclosure directly below the area in which the conductors are to be 19 terminated, or from the top if shown on the Drawings. Conduits shall not enter the 20 side unless approved in writing by the Owner/Engineer. 21 F. Terminal Blocks 22 1. Terminal blocks shall be DIN-rail-mounted one-piece molded plastic blocks with 23 tubular-clamp-screw type and end barriers. Terminal blocks shall be rated for 600 24 volts except for control and instrumentation circuits, or 4-20 mA analog signal 25 conductors. 26 2. Provide 600 volt rated terminal blocks for any conductor carrying any voltage over 27 120 volts to ground. 28 3. Provide 600 volt rated strap screw terminal blocks for any power conductors 29 carrying over 20 amperes, at any voltage. Terminals shall be double sided and 30 supplied with removable covers to prevent accidental contact with live circuits. 31 4. Power conductors carrying over 20 amperes, at any voltage shall be terminated to 32 strap-screw type terminal blocks with crimp type, pre-insulated, ring-tongue lugs. 33 Lugs shall be of the appropriate size for the terminal block screws and for the 34 number and size of the wires terminated. Do not terminate more than one 35 conductor in any lug, and do not land more than two conductors under any strap- 36 screw terminal point. 37 5. Terminals shall have permanent, legible identification, clearly visible with the 38 protective cover removed. Each terminal block shall have 20% spare terminals, but 39 not less than two spare terminals. 40 6. Use the manufacturer’s provided bridge connectors to interconnect terminal blocks 41 terminating common or ground conductors. 42 7. Twisted shielded pair or triad cables shall have each individual conductor and 43 shield drain wire landed on individual terminal blocks. Use the manufacturer’s 44 provided bridge connectors to interconnect terminal blocks terminating the shield 45 drain wire conductors. 46 8. Control circuits, 120 volts and below, and 4-20 mA analog signal conductors shall 47 be terminated with manufacturer’s recommended insulated connectors. 26 29 87 - 13 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPs) Page 13 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 9. Provide an AC ground bar bonded to the panel enclosure (if metal) with 20% spare 2 terminals. 3 10. Provided ground terminal blocks for each twisted-shielded pair drain wire. 4 2.4 SERVICE ENTRANCE DEVICE 5 A. Where the Control Panel is rated and used as a service entrance panel, the manufacturer 6 shall furnish factory installed in the Control Panel, a dedicated (SPD) (Type 2), 7 permanently connected, Surge Protective Device on the load side of the service 8 entrance panel, as specified in Section 26 43 13 Low Voltage AC Surge Protective 9 Devices (SPDs). 10 2.5 MAIN CIRCUIT PROTECTIVE DEVICE 11 A. Unless otherwise shown on the Drawings, the main circuit protective device shall be a 12 molded case (MCCB), three Pole, 600-volt, fixed type, manually operated with stored 13 energy closing mechanism. Trip device shall be solid state with adjustable long time 14 pickup, and delay; adjustable short time pickup and delay; short time i2t switch; 15 adjustable ground fault pickup and delay, and ground fault delay and pickup trips for 16 selective tripping. 17 B. Provide a flange mounted main power disconnect operating handle with mechanical 18 interlock having a bypass that will allow the panel door to open only when the switch is 19 in the OFF position. Where panels are shown or specified with inner and outer doors, 20 disconnecting handles and controls shall be located on the inner door. 21 2.6 MOTOR CONTROLLERS 22 A. Manufacturers 23 1. Subject to compliance with the Contract Documents, the following Manufacturers 24 are acceptable: 25 a. Eaton 26 b. General Electric Company 27 c. Allen Bradley 28 d. Square D 29 2. The listing of specific manufacturers above does not imply acceptance of their 30 products that do not meet the specified ratings, features and functions. 31 Manufacturers listed above are not relieved from meeting these specifications in 32 their entirety. 33 B. General 34 1. The Drawings indicate the approximate horsepower and intended control scheme of 35 the motor driven equipment. Provide the NEMA size starter, circuit breaker trip 36 ratings, control power transformers and thermal overload heater element ratings 37 matched to the motors and control equipment actually supplied, in compliance with 38 the NEC and the manufacturer’s heater selection tables. All variations necessary to 39 accommodate the motors and controls as actually furnished shall be made without 40 extra cost to the Owner. 41 2. Furnish lugs for incoming wiring, sizes as shown on the Drawings. Allow adequate 42 clearance for bending and terminating of cable size and type specified. 26 29 87 - 14 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPs) Page 14 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 3. A NEMA rated magnetic motor starter shall be furnished for each motor. Each 2 motor starter shall be provided with a motor circuit protector (MCP), or circuit 3 breaker, and equipped to provide undervoltage release and overload protection on 4 all three phases. The short circuit protective device shall have an adjustable 5 magnetic trip range up to 1400% of rated continuous current and a trip test feature. 6 MCPs shall be labeled in accordance with UL489. NEMA starter sizes and breaker 7 trip ratings shall be as required for the horsepower indicated but shall be in no case 8 less than NEMA Size 1. If the manufacturer of the equipment utilizing the motor, 9 supplies a motor horsepower larger than that shown on the Drawings, the 10 Contractor shall supply a motor starter sufficient in size to control the motor 11 supplied. 12 4. A mechanical disconnect mechanism, with bypass, shall be installed on each motor 13 circuit protector, capable of being locked in the "OFF" position to provide a means 14 of disconnecting power to each motor. Disconnects mechanisms shall be located 15 inside the enclosure such that the main circuit breaker handle is the only device 16 interlocked with the panel door. 17 5. Each motor starter shall have a 120-volt operating coil unless otherwise noted. 18 6. Overload relays shall be standard Class 20, ambient compensated, manually reset 19 by pushbutton located on front of the starter door. A normally closed contact shall 20 be directly used in the start circuit and a normally open contact shall be wire to a 21 terminal board for overload alarm. 22 7. All interfaces between control panel and remote devices shall be isolated via an 23 interposing relay. Interposing relays shall have contacts rated for 250 volts AC and 24 10 amperes continuous. Relays shall be Control Relays as specified herein. 25 C. Magnetic Motor Starters 26 1. Motor starters shall be two or three pole, single or three phase as required, 60 Hertz, 27 600 volts, magnetically operated, full voltage non reversing. NEMA sizes shall be 28 as required for the horsepower shown on the Drawings. 29 2. Each motor starter shall have a 120-volt operating coil, and control power 30 transformer. Starters shall have motor overload protection in each phase. Auxiliary 31 contacts shall be provided as shown on the Drawings. A minimum of one normally 32 open and one normally closed auxiliary contacts shall be provided in addition to the 33 contacts required. 34 3. Overload relays shall be adjustable, ambient compensated and manually reset. 35 4. Built in control stations and indicating lights shall be furnished where shown on the 36 Drawings. 37 5. All wires shall be terminated on terminal blocks and shall be tagged. 38 6. Provide as built wiring diagram and post it in a protective cover inside the cell. 39 D. Contactors 40 1. Contactors shall be a circuit breaker and contactor, 600 volt, three-pole, 60 Hertz, 41 magnetically operated. NEMA size shall be as required for the kilowatt ratings 42 required for the equipment provided but shall be not less than NEMA size 1. 43 2. Contactors shall have a 120-volt operating coil and control power transformer. 44 Furnish the control power transformer with extra capacity for the unit heater fan. 26 29 87 - 15 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPs) Page 15 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 3. Combination Contactors used for lighting control shall be as specified herein, 2 magnetically operated, with the number of channels and poles as shown on the 3 Drawings. Each contactor shall be controlled by an Astronomic Time Clock Tyco 4 Model TC-100 or approved equal, 3000 VA photo control Precision Controls 5 Model T-368-AL or approved equal, or a combination of both clock and photo 6 control, all as shown on the Drawings. The photocell shall be separately located as 7 shown on the Drawings. The photocell enclosure shall be as required by the area 8 classification. 9 E. Control Relays 10 1. Control relays shall be 300-volt, industrial rated, plug-in socket type, housed in a 11 transparent polycarbonate dust cover, designed in accordance with UL Standard 12 508 for motor controller duty. Continuous contact rating shall be 10 amperes 13 resistive, 1/4 HP at 120-volt AC, operating temperature minus 10 to plus 55°C. 14 Provide spare normally open and normally closed contacts. Relays shall be Potter & 15 Brumfield KRP Series or equal with neon coil indicator light. Timing relays shall 16 be 300 Volt, solid state type, with rotary switch to select the timing range. 17 F. Elapsed Time Meter 18 1. A six-digit, non-resettable elapsed time meter shall be installed on the face of each 19 motor starter. Meter shall be as specified in Section 26 27 13. 20 2.7 PROGRAMMABLE LOGIC CONTROLLER (PLC) 21 A. Where the control panel contains a programmable logic controller (PLC) for 22 programming of the control logic, as shown on the Drawings, the PLC shall be as 23 specified in Section 40 63 00 Programmable Logic Controllers. The manufacturer shall 24 provide the address list, and the interface to connect to the Owner’s plant monitoring 25 system for monitoring of the PLC’s operation. 26 B. Provide a scripted program file for all PLCs. 27 C. The equipment manufacturer shall furnish factory installed, a dedicated Point of 28 Utilization Device (SPD), as specified in Section26 43 13 Individual Control Panel and 29 Related Equipment Protection (Type 3). 30 D. The manufacturer shall provide the address list and an Ethernet interface to connect to 31 the Owner’s plant monitoring system for monitoring of the PLC’s operation. 32 2.8 SPARE PARTS 33 A. Provide the following spare parts for each control panel in the quantities specified: 34 1. One box- replacement fuses, all types and sizes used 35 2. One replacement lamp, of each color, for pilot lights 36 3. One of each color replacement lens caps for pilot lights 37 4. One starter coil for each NEMA size furnished 38 5. One, Three-pole set of replacement overload heaters of each size range used 39 6. One, Three-pole set of starter contacts of each [NEMA] size used. 40 7. One can of aerosol touch-up paint. 41 B. Spare parts shall be boxed or packaged for long term storage. Identify each item with 42 manufacturer’s name, description and part number on the exterior of the package. 26 29 87 - 16 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPs) Page 16 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 2.9 FACTORY TESTING 2 A. The entire control panel shall be completely assembled, wired, and adjusted at the 3 factory and shall be given the manufacturer’s routine shop tests and any other additional 4 operational test to insure the workability and reliable operation of the equipment. 5 B. Factory test equipment and test methods shall conform with the latest applicable 6 requirements of ANSI, IEEE, UL, and NEMA standards. 7 C. The operational test shall include the proper connection of supply and control voltage 8 and, as far as practical, a mockup of simulated control signals and control devices shall 9 be fed into the boards to check for proper operation. 10 D. Factory test equipment and test methods shall conform to the latest applicable 11 requirements of ANSI, IEEE, UL, and NEMA standards, and shall be subject to the 12 Owner/Engineer’s approval. 13 PART 3 - EXECUTION 14 3.1 INSTALLER’S QUALIFICATIONS 15 A. Installer shall be specialized in installing this type of equipment with minimum 5 years 16 documented experience. Experience documentation shall be submitted for approval 17 prior to beginning work on this project. 18 3.2 EXAMINATION 19 A. Examine installation area to assure there is enough clearance to install the equipment. 20 B. Housekeeping pads shall be included for the floor mounted motor controllers as detailed 21 on the Drawings with the exception of motor controllers which are to be installed 22 adjacent to an existing unit. Housekeeping pads for these (if used) should match the 23 existing installation. 24 C. Check concrete pads and baseplates for uniformity and level surface. 25 D. Verify that the equipment is ready to install. 26 E. Verify field measurements are as instructed by manufacturer. 27 3.3 INSTALLATION 28 A. The Contractor shall install all equipment per the manufacturer's recommendations and 29 Contract Drawings. 30 B. Conduit hubs for use on raceway system pull and junction boxes shall be watertight, 31 threaded aluminum, insulated throat, stainless steel grounding screw, as manufactured 32 by T&B H150GRA Series, or equal. 33 C. Conduits entering a control Panel or box containing electrical equipment, shall not enter 34 the enclosure through the top. 35 D. Install required safety labels. 36 3.4 RACEWAY SEALING 37 A. Where raceways enter junction boxes or control panels containing electrical or 38 instrumentation equipment, all entrances shall be sealed with 3M 1000NS Watertight 39 Sealant or approved equal. 26 29 87 - 17 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPs) Page 17 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 B. This requirement shall be strictly adhered to for all raceways in the conduit system. 2 3.5 FIELD QUALITY CONTROL 3 A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. 4 B. Check tightness of all accessible electrical connections. Minimum acceptable values are 5 specified in manufacturer's instructions. 6 C. Provide one set of as-built panel drawings laminated, in each panel pocket. 7 3.6 FIELD ADJUSTING 8 A. Adjust all circuit breakers, switches, access doors, operating handles for free 9 mechanical and electrical operation as described in manufacturer's instructions. 10 B. The Power Monitoring and Protective Relays shall be set in the field by a qualified 11 representative of the manufacturer, retained by the Contractor, in accordance with 12 settings designated in a coordinated study of the system as required in Section 26 05 73 13 Power System Study. All such settings, including the application of arc flash labels, 14 shall have been made and Approved by the Owner/Engineer, prior to energizing of the 15 equipment. 16 3.7 FIELD TESTING 17 A. Perform all electrical field tests recommended by the manufacturer. Disconnect all 18 connections to solid-state equipment prior to testing. 19 B. Megger and record phase to phase and phase to ground insulation resistance. Megger, 20 for one minute, at minimum voltage of 1000 volts DC. Measured Insulation resistance 21 shall be at least 100 megohms. In no case shall the manufacturer’s maximum test 22 voltages be exceeded. 23 C. Test each key interlock system for proper functioning. 24 D. Test all control logic before energizing the motor or equipment. 25 3.8 CLEANING 26 A. Remove all rubbish and debris from inside and around the motor controllers. Remove 27 dirt, dust, or concrete spatter from the interior and exterior of the equipment using 28 brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. 29 3.9 EQUIPMENT PROTECTION AND RESTORATION 30 A. Touch-up and restore damaged surfaces to factory finish, as approved by the 31 manufacturer. If the damaged surface cannot be returned to factory specification, the 32 surface shall be replaced. 33 3.10 MANUFACTURER’S CERTIFICATION 34 A. A qualified factory-trained manufacturer's representative shall personally inspect the 35 equipment at the jobsite and shall certify in writing that the equipment has been 36 installed, adjusted, and tested, in accordance with the manufacturer’s recommendations, 37 including all settings designated in the Power System Study. 38 B. The Contractor shall provide three copies of the manufacturer's representative's 39 certification. 26 29 87 - 18 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPs) Page 18 of 18 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 3.11 TRAINING 2 A. Provide manufacturer's services for training of plant personnel in operation and 3 maintenance of the soft start starters furnished under this Section. 4 B. The training for each type of equipment shall be for a period of not less than one eight- 5 hour day. 6 C. The cost of training program to be conducted with Owner's personnel shall be included 7 in the Contract Price. The training and instruction, insofar as practicable, shall be 8 directly related to the system being supplied. 9 D. Provide detailed O&M manuals to supplement the training course. The manuals shall 10 include specific details of equipment supplied and operations specific to the project. 11 E. The training session shall be conducted by a manufacturer's qualified representative. 12 Training program shall include instructions on the assembly, motor starters, protective 13 devices, metering, and other major components. 14 F. The Owner reserves the right to videotape the training sessions for the Owner’s use. 15 END OF SECTION 26 32 13SECTION 16470 - 1 EMERGENCY STANDBY GENERATOR SET Page 1 of 20 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 SECTION 26 32 13 2 EMERGENCY STANDBY GENERATOR SET 3 PART 1 - GENERAL 4 1.1 SCOPE OF WORK 5 A. Furnish and install Standby Generator Sets with all appurtenances as shown on the 6 Drawings and specified herein. Generator shall meet all relevant city of Fort Worth Fuel 7 storage and sound ordinances as codified at time of bid. 8 B. Each generator size as shown on the drawings is a minimum size around which the 9 electrical conductors and circuit breakers have been sized. The Contractor shall provide 10 each engine-generator set that meets all the performance criteria, and shall increase the 11 size of the engine generator, if necessary, to meet the specified criteria. If the generator 12 size increases, the Contractor shall increase the breakers, conductors, and all associated 13 equipment, including the automatic transfer switch, to accommodate the larger 14 generator size. All sizing of associated equipment shall be in accordance with the NEC. 15 Submit all required changes specified above to the Engineer/Owner. No changes shall 16 be done to any of the power system components without approval. 17 C. The Contractor shall provide fuel for startup and testing. At the completion of startup 18 and testing, the Contractor shall fill the respective generator tank. 19 1.2 RELATED WORK 20 A. No references are made to any other section which may contain work related to any 21 other section. The Contract Documents shall be taken as a whole with every section 22 related to every other section as required to meet the requirements specified. The 23 organization of the Contract Documents into specification divisions and sections is for 24 organization of the documents themselves and does not relate to the division of 25 suppliers or labor which the Contractor may choose to employ in the execution of the 26 Contract. Where references are made to other Sections and other Divisions of the 27 Specifications, the Contractor shall provide such information or additional work as may 28 be required in those references and include such information or work as may be 29 specified. 30 B. Other Divisions 31 1. The Contractor shall be responsible for examining all Sections of the Specifications 32 and Drawings and shall determine the power and wiring requirements and shall 33 provide external wiring and raceways, as required to provide a fully functioning 34 power, control and process control systems. If the equipment requires more 35 conductors and/or wiring, due to different equipment being supplied, the Contractor 36 shall furnish the additional conductors, raceways and/or wiring, with no change in 37 the Contract Price, and with no increase in Contract Time. 38 1.3 SUBMITTALS 39 A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 40 00 00, and as specified herein. All cut sheets shall be clearly marked to indicate which 41 products are being submitted for use on this project. Unmarked cut sheets will be 42 caused to reject the submittal and return it for revision. 26 32 13SECTION 16470 - 2 EMERGENCY STANDBY GENERATOR SET Page 2 of 20 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 B. Provide systems engineering with coordination curves, to demonstrate coordination 2 between proposed breakers and/or fuses submitted, such that protective device 3 coordination is accomplished. Such curves and settings shall be included as a part of 4 these submittals. 5 C. Submittals shall also contain information on related equipment to be furnished under 6 this Specification but described in the related Sections listed in the Related Work 7 paragraph above. Incomplete submittals not containing the required information on the 8 related equipment will also be returned without review. 9 D. The original equipment manufacturer shall create all equipment shop drawings, 10 including all wiring diagrams, in the manufacturer’s Engineering Department. All 11 equipment shop drawings shall bear the original equipment manufacturers logo, 12 drawing file numbers, and shall be maintained on file in the original equipment 13 manufacturer’s archive file system. Photocopies of the Engineer’s ladder schematics 14 are unacceptable as shop drawings. 15 E. Submit to the Owner/Engineer, complete shop drawings and product data for all 16 components in one package in a single submittal. Submitting the engine-generator, fuel 17 tank, sound enclosure and access platforms in separate packages will not be acceptable 18 and will be returned without review. Failure to submit all components at once may 19 cause a delay in the Contractor’s construction schedule because of a delay in receiving 20 approval to release the equipment manufacture. Delays caused by incomplete 21 submittals, incorrect submittals, submittals not meeting these specifications causing 22 excessive resubmittals will not be an acceptable reason for extending the Contract Time 23 or increasing the Contract Price. Provide submittals for the following: 24 1. Equipment outline drawings showing elevation and plan views, dimensions, weight, 25 anchor details, and required operating clearances. 26 2. Conduit entrance drawings. 27 3. Product data sheets and catalog numbers for the engine, AC generator, battery 28 charger, generator set control system, electronic governor system, control stations, 29 meters, relays, pilot lights, circuit breaker, etc. List all options and accessories 30 furnished specifically for this project. Clearly mark each sheet to indicate which 31 items apply and/or those items that do not apply. 32 4. Provide control systems engineering to produce custom unit elementary drawings 33 showing interconnecting wiring and interlocking between components and to 34 remotely mounted devices. Include and identify all connecting equipment and 35 remote devices on the schematics. The notation “Remote Device” will not be 36 acceptable. Show wire and terminal numbers. Indicate special identifications for 37 electrical devices per the Drawings. 38 5. Provide plan and elevation drawings of each Generator Set, with dimensions, 39 exterior and interior views, showing component layouts, controls, terminal blocks, 40 etc. 41 6. Schematic diagram 42 7. Nameplate schedule 43 8. UL Listing of the completed assembly. 44 9. Component list with detailed component information, including original 45 manufacturer’s part number. 46 10. Conduit entry/exit locations 47 11. Assembly ratings including: 26 32 13SECTION 16470 - 3 EMERGENCY STANDBY GENERATOR SET Page 3 of 20 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 a. Short-circuit rating 2 b. Voltage 3 c. Continuous current 4 12. Major component ratings including: 5 a. Voltage 6 b. Continuous current 7 c. Interrupting ratings 8 13. Number and size of cables per phase, neutral if present, ground and all cable 9 terminal size. 10 14. Service and feeder lugs and connectors. 11 15. Instruction and renewal parts books. 12 16. Sound enclosure and all items mounted to the sound enclosure (including lighting, 13 electrical panels and raceway). The sound enclosure drawings shall clearly show 14 all access doors and hatches which shall determine the width of the access platform. 15 Provide cut sheets on all items. Cut sheets shall demonstrate that Section 26 05 33 16 Raceway and 26 05 29 Support Hardware have been met. 17 17. Provide structural drawings on the access platform including all specified details. 18 Show that the width of the platform allows the sound enclosure doors to open a 19 minimum of 90 degrees. See structural specifications and drawings for more 20 information. If the Contractor provides a sound enclosure with doors which are 21 wider than shown on the drawings, the Contractor shall modify the width of the 22 access platform and modify the structural slab supporting the platform. Submit 23 details of all required changes to the Engineer for review and approval. 24 18. Fuel tank and all associated instrumentation including engineering drawings 25 showing dimensions, weights, capacity, materials of construction, finishes for steel 26 components and cut sheets for all instrumentation components provided. 27 19. Cut sheets on all conductors provided showing that they are tinned and meet the 28 requirements of Section 26 05 19. 29 20. Provide cut sheets on all electronic components and certify that all circuit boards 30 are conformal coated. 31 F. Factory Tests. Submittals shall be made for factory tests specified herein. 32 G. Field Test Reports. Submittals shall be made for field tests specified herein. 33 H. Operation and Maintenance Manuals. 34 1. Operation and maintenance manuals shall include the following information: 35 a. Manufacturer’s contact address and telephone number for parts and service. 36 b. Instruction books and/or leaflets 37 c. Recommended renewal parts list 38 d. Record Documents for the information required by the Submittals above. 39 e. Operating instructions, including periodic generator set operational testing. 40 f. Automatic and manual startup and shutdown sequences. 41 I. The manufacturer shall submit for approval, a training agenda for all training specified 42 herein. Training agenda shall not be submitted until final approval of the Operation and 43 Maintenance Manual. 26 32 13SECTION 16470 - 4 EMERGENCY STANDBY GENERATOR SET Page 4 of 20 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 J. If the generator size must be increased to meet the specified performance criteria, and 2 the supporting components of the power system must be changed to support the 3 increase in the generator size, the Contractor shall submit a list of all changes required 4 along with supporting calculations. Submittal of any required changes shall be made to 5 the Engineer/Owner prior to proceeding with the changes. 6 1.4 REFERENCE CODES AND STANDARDS 7 A. All products and components shown on the Drawings and listed in this specification 8 shall be designed and manufactured according to latest revision of the following 9 standards (unless otherwise noted): 10 1. NEMA Standard ICS 2 – 2000 Industrial Control and Systems 11 2. NFPA 70 – National Electrical Code (NEC) 12 3. NFPA 70E – Standard for Electrical Safety in the Workplace 13 4. NFPA 110 for Level 1 Systems. 14 5. OSHA for rotating parts. 15 6. NEMA MG1 temperature limits. 16 7. UL508A 17 8. CSA282-M1989 18 9. IEC 8528 part 4 19 10. Mil – Std 461C part 9 20 11. IEC Std 801.2, 801.3, 801.5 21 12. IEEE587 22 13. ASTM D2794-93 23 14. ASTM D2247-92 24 15. UL 142 – Standard for Steel Aboveground Tanks for Flammable and Combustible 25 Liquids 26 B. All equipment components and completed assemblies specified in this Section of the 27 Specifications shall bear the appropriate label of Underwriters Laboratories. 28 1.5 QUALITY ASSURANCE 29 A. The manufacturer of this equipment shall have produced similar equipment for a 30 minimum period of ten years. When requested by the Engineer, an acceptable list of 31 installations with similar equipment shall be provided demonstrating compliance with 32 this requirement. 33 B. The manufacturer of the assembly shall be the manufacturer of the major components 34 within the assembly. All assemblies shall be of the same manufacturer. Equipment that 35 is manufactured by a third party and “brand labeled” shall not be acceptable. 36 C. All components and material shall be new and of the latest field proven design and in 37 current production. Obsolete components or components scheduled for immediate 38 discontinuation shall not be used. 39 D. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 40 E. Equipment submitted shall fit within the space shown on the Drawings. Equipment 41 which does not fit within the space is not acceptable. The space required for the engine- 42 generator shall include that shown for the access platform complete with stairs. 26 32 13SECTION 16470 - 5 EMERGENCY STANDBY GENERATOR SET Page 5 of 20 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 2 A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal 3 requirements, and present to the Owner/Engineer upon delivery of the equipment, an 4 approved copy of all such submittals. Delivery of incomplete constructed equipment, or 5 equipment which failed any factory tests, will not be permitted. 6 B. Equipment shall be handled and stored in accordance with manufacturer's instructions. 7 Two copies of these instructions shall be included with the equipment at time of 8 shipment and shall be made available to the Contractor and Owner. The instructions 9 shall include detailed assembly instructions including but not limited to wiring 10 interconnection diagrams, rigging for lifting, skidding, jacking and moving using 11 rolling equipment to place the equipment, bolt torquing requirements for bus and all 12 other components which require the installation of bolted connections, and instructions 13 for storing the equipment prior to energizing. 14 C. Protect equipment during shipment, handling, and storage by suitable complete 15 enclosures. Protect equipment from exposure to the elements and keep thoroughly dry. 16 D. Protect painted surfaces against impact, abrasion, discoloration, and other damage. 17 Repaint damaged painted surfaces to the satisfaction of the Owner/Engineer. 18 E. Equipment shall be immediately installed in its permanent finished location shown on 19 the Drawings, upon delivery to the jobsite. If the equipment cannot be immediately 20 installed, the equipment shall not be delivered to the site, but stored offsite at the 21 Contractor’s expense, until such time that the site is ready for permanent installation of 22 the equipment. 23 F. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups 24 shall be bolted to skids. Breakers and accessories shall be packaged and shipped 25 separately. 26 G. Where space heaters are provided in equipment, provide temporary electrical power and 27 operate space heaters during storage, and after equipment is installed in permanent 28 location, until equipment is placed in service. 29 1.7 WARRANTY 30 A. The Manufacturer of the alternator shall assume Manufacturer’s responsibility for the 31 Generator Set in its entirety and warrant the equipment to be free from defects in 32 material and workmanship for three years from date of final acceptance of the 33 equipment. Within such period of warranty, the Manufacturer shall promptly furnish all 34 material and labor necessary to return the equipment to new operating condition. Any 35 warranty work requiring shipping or transporting of the equipment shall be performed 36 by the Manufacturer at no expense to the Owner. 37 PART 2 - PRODUCTS 38 2.1 MANUFACTURERS 39 A. Subject to compliance with the Contract Documents, the following Manufacturers are 40 acceptable: 41 1. Cummins 42 2. Kohler 26 32 13SECTION 16470 - 6 EMERGENCY STANDBY GENERATOR SET Page 6 of 20 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 3. Caterpillar 2 4. No Equal 3 B. The listing of specific manufacturers above does not imply acceptance of their products 4 that do not meet the specified ratings, features and functions. Manufacturers listed 5 above are not relieved from meeting these specifications in their entirety. 6 2.2 RATINGS 7 A. The service voltage shall be as shown on the Drawings. 8 B. Power: Standby, minimum size as shown on the Drawings, at 0.8 power factor, based 9 on site elevation of 800 feet and ambient temperatures up to 50°C. 10 C. For additional ratings and construction notes, refer to the Drawings. 11 2.3 PERFORMANCE 12 A. Voltage Regulation: Voltage regulation shall be plus or minus 0.5% for any constant 13 load between no load and rated load for both parallel and non-parallel applications. 14 Random voltage variation with any steady load from no load to full load shall not 15 exceed plus or minus 0.5%. 16 B. Frequency Regulation: Frequency regulation shall be isochronous from steady state no 17 load to steady state rated load. Random frequency variation with any steady load from 18 no load to full load shall not exceed plus or minus 0.5%. The AC voltage waveform 19 shall have not more than 5% total harmonic distortion at full linear load and with not 20 more than 3% in any single harmonic. Telephone influence factor shall be less than 50. 21 C. Load Pick Up: The engine generator set shall be capable of picking up the loads 22 indicated on each step, in order, with starting and running voltage dips not exceeding 23 15% and frequency variation not more than plus or minus 5%. Contractor shall submit 24 calculations showing that the generator sizing is correct for the voltage and frequency 25 variations specified. If the minimum specified generator size is unable to start the loads 26 in the sequence specified, the manufacturer shall increase the size of the generator set 27 until the loads start in the load sequence specified with the specified voltage and 28 frequency limits specified. 29 D. The engine generator set shall be capable of operating up to 30 minutes monthly at no 30 load, for up to 12 months, without damage to the unit. 31 E. Load steps Step Number Step kVA / HP Name of Equipment 1 30 KVA Air Conditioners, Lighting, Etc 2 335 HP Submersible Pump on RVSS 3 335 HP Submersible Pump on RVSS 32 2.4 ENGINE 26 32 13SECTION 16470 - 7 EMERGENCY STANDBY GENERATOR SET Page 7 of 20 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 A. Each engine shall be diesel, four-stroke, water-cooled, with a minimum of four 2 cylinders. The horsepower rating of the engine at its minimum tolerance level shall be 3 sufficient to drive the alternator and all connected accessories. Engine shall be certified 4 by the Environmental Protection Agency (EPA) to conform to tier level 2 in effect at 5 the time of manufacture. Two stroke engines are not acceptable. Engine shall be 6 manufactured by one of the following: 7 1. Caterpillar 8 2. Cummins 9 3. Kohler 10 4. No Equal 11 B. Engine accessories and features shall include: 12 1. Governor System: An electronic governor system shall provide automatic 13 isochronous frequency regulation. 14 2. Radiator and Cooling System: Skid mounted radiator and cooling system rated for 15 full load operation in 122°F (50°C) ambient as measured at the generator air inlet. 16 Radiator shall be provided with a duct adapter flange. The equipment supplier shall 17 fill the cooling system with 50/50-ethylene glycol/water mixture. Rotating parts 18 shall be guarded against accidental contact per OSHA requirements. 19 3. Electric System: An electric starter capable of three complete cranking cycles 20 without overheating. 21 4. Lubrication Oil Pump: Positive displacement, mechanical, full pressure, lubrication 22 oil pump. 23 5. Oil Filters: Full flow lubrication oil filters with replaceable spin on canister 24 elements and dipstick oil level indicator. Oil filters shall be accessible from the side 25 of the engine easily reached through one of the enclosure access doors. Provide 26 drip pan below oil filter to catch oil leaks during filter change. 27 6. Air cleaner: Replaceable dry element air cleaner with restriction indicator. The air 28 cleaner shall be easily accessible from the side of the generator without climbing on 29 top of the engine. 30 7. Fuel Lines and Fuel Filter: Provide flexible fuel lines. Fuel filter shall be water 31 separator type and shall be located on the side of the engine for easy access and 32 maintenance. Filters shall not be located on top of the engine. 33 8. Battery Charging Alternator: Engine mounted battery charging alternator, 45- 34 ampere minimum, and solid-state voltage regulator. 35 2.5 AC GENERATOR 36 A. General: Each AC generator shall be; synchronous, four-pole, revolving field, drip- 37 proof construction, pre-lubricated sealed bearing, air cooled by a direct drive centrifugal 38 blower fan, and directly connected to the engine with flexible drive disc. All insulation 39 system components shall meet NEMA MG1 temperature limits for Class H insulation 40 system. Actual temperature rise measured by resistance method at full load shall not 41 exceed 125°C, over a 50°C ambient. 42 B. For generators 2000 kW and larger, additional requirements include providing a form 43 wound, two bearing, epoxy vacuum pressure impregnated alternator with non- 44 hygroscopic epoxy, wound and insulated for an output rating of 480 volts. The 45 generator laminations shall utilize class C5 steel and shall be wound with copper 46 conductors. 26 32 13SECTION 16470 - 8 EMERGENCY STANDBY GENERATOR SET Page 8 of 20 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 C. Provide a generator circuit breaker as specified herein. 2 D. Power: Each generator shall be capable of delivering rated output power (kW) at rated 3 frequency and power factor, at any voltage not more than 5% above or below rated 4 voltage. 5 E. Excitation: A permanent magnet generator (PMG) shall be included to provide a 6 reliable source of excitation power for optimum motor starting and short circuit 7 performance. The PMG and controls shall be capable of sustaining and regulating 8 current supplied to a single phase or three phase fault at approximately 300% of rated 9 current for not more than ten seconds. 10 F. Provide 120-volt, single phase anti-condensation heater for each generator set. 11 G. All current transformers shall have their secondary leads connected to shorting type 12 terminal blocks. 13 2.6 CONTROL 14 A. General: The generator set shall be provided with a microprocessor-based control 15 system that is designed to provide automatic starting, monitoring, and control functions 16 for the generator set. The control system shall also be designed to allow local 17 monitoring and control of the generator set, and remote monitoring and control as 18 described in this specification. 19 B. Where the control panel contains a programmable logic controller (PLC) or an 20 uninterruptible power supply (UPS), the equipment manufacturer shall furnish factory 21 installed, a dedicated Point of Utilization Surge Protection Device (SPD), as specified 22 in Section 26 43 13, Individual Control Panel and Related Equipment Protection (Type 23 3). 24 C. Mounting: The control shall be mounted on the generator set. The control shall be 25 vibration isolated and prototype tested to verify the durability of all components in the 26 system under the vibration conditions encountered. 27 D. Standards: The control panel shall be UL508 listed, CSA282 M1989 certified, and meet 28 IEC8528 part 4. All switches lamps and meters shall be oil tight and dust tight, and the 29 enclosure door shall be gasketed. There shall be no exposed points in the control panel 30 (with the door open) that operate in excess of 50 volts. The controls shall meet or 31 exceed the requirements of Mil Std 461C part 9, and IEC Std 801.2, 801.3, and 801.5 32 for susceptibility, conducted, and radiated electromagnetic emissions. The entire 33 control system shall be tested and meet the requirements of IEEE587 for voltage surge 34 resistance. 35 E. Features: 36 1. Mode Select Switch: The AUTO-RUN-OFF Mode Selector Switch shall initiate the 37 following control modes. When in the OFF position, the generator set is disabled, 38 and cannot be started locally or from remote commands. If the generator set is 39 running in the RUN or AUTO positions, turning the selector switch to OFF will 40 cause the generator set to go into the cool down mode, and stop after cooling down. 41 When the selector switch is in the Run position, the generator set shall start, and 42 remain running until turned to OFF. If the selector switch is placed in AUTO, the 43 generator set shall start upon a dry contact request from a remote device and remain 44 running until the contact closure is removed or the selector switch is placed in the 45 OFF position, causing a normal cool down and shutoff. 26 32 13SECTION 16470 - 9 EMERGENCY STANDBY GENERATOR SET Page 9 of 20 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 2. Emergency Stop Switch: Switch shall be Red "mushroom head," push to operate, 2 pull to reset. A protective cover shall be provided to prevent accidental operation. 3 Depressing the emergency stop switch shall cause the generator set to immediately 4 shut down, and be locked out until reset, 5 3. Reset Switch: The RESET switch shall be used to clear a fault and allow restarting 6 the generator set after it has shut down for any fault condition. 7 4. Panel Lamp Switch: Depressing the panel lamp switch shall cause the entire panel 8 to be lighted with DC control power. The panel lamps shall automatically be 9 switched off ten minutes after the switch is depressed, or after the switch is 10 depressed a second time. 11 5. Digital Metering Set: Digital metering set, 0.5% accuracy, to indicate generator 12 RMS voltage and current, frequency, output current, output kW, kW hours, and 13 power factor. Generator output voltage shall be available in line to line and line to 14 neutral voltages and shall display all three-phase voltages (line-to-neutral or line-to- 15 line) simultaneously. 16 6. Generator Set Alarm Display: The generator set shall be provided with alarm and 17 status indicating lamps to indicate non automatic generator status, and existing 18 alarm and shutdown conditions. The lamps shall be high intensity LED type. The 19 lamp condition shall be clearly apparent under bright room lighting conditions. The 20 generator set control shall indicate the existence of the following alarm and 21 shutdown conditions on a digital display panel: 22 a. Low oil pressure (alarm) 23 b. Low oil pressure (shutdown) 24 c. Oil pressure sender failure (alarm) 25 d. Low coolant temperature (alarm) 26 e. High coolant temperature (alarm) 27 f. High coolant temperature (shutdown) 28 g. Engine temperature sender failure (alarm) 29 h. Low coolant level (alarm or shutdown selectable) 30 i. Fail to crank (shutdown) 31 j. Over crank (shutdown) 32 k. Over speed (shutdown) 33 l. Low DC voltage (alarm) 34 m. High DC voltage (alarm) 35 n. Weak battery (alarm) 36 o. Low fuel day tank (alarm) 37 p. High AC voltage (shutdown) 38 q. Low AC voltage (shutdown) 39 r. Under frequency (shutdown) 40 s. Over current (warning) 41 t. Over current (shutdown) 42 u. Short circuit (shutdown) 43 v. Overload (alarm) 44 w. Emergency stop (shutdown) 45 x. Fuel leak (alarm) 46 y. Ground fault trip (shutdown) 47 7. Special Alarm or Shutdown Conditions: Provide spare indication points for two 48 additional alarm or shutdown conditions. Labeling of the alarm or shutdown 49 conditions shall be of the same type and quality as the above-specified conditions 26 32 13SECTION 16470 - 10 EMERGENCY STANDBY GENERATOR SET Page 10 of 20 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 8. Engine Status Monitoring: The following information shall be available from a 2 digital status panel on the generator set control: 3 a. Engine oil pressure (psi. or kPA.) 4 b. Engine coolant temperature (degrees F or C) 5 c. Engine oil temperature (degrees F or C) 6 d. Engine speed (rpm) 7 e. Number of hours of operation (hours) 8 f. Number of start attempts 9 g. Battery voltage (DC volts) 10 9. Electromechanical Hour meter as specified in Section 26 27 13. 11 10. The control system shall also incorporate a data logging and display provision to 12 allow logging of the last ten warning or shutdown indications on the generator set, 13 as well as total time of operation at various loads, as a percent of the standby rating 14 of the generator set. 15 11. A set of Form C dry contacts shall be provided for each genset remote condition 16 specified herein. 17 2.7 CONTROL FUNCTIONS 18 A. Cycle Cranking System: The control system provided shall include a cycle cranking 19 system, which allows for user selected crank time, rest time, and # of cycles. Initial 20 settings shall be for three cranking periods of 15 seconds each, with 15-second rest 21 period between cranking periods. 22 B. Idle Mode Control: The control system shall include an idle mode control, which allows 23 the engine to run in idle mode in the RUN position only. In this mode, the alternator 24 excitation system shall be disabled. 25 C. Engine Governor Control: The control system shall include an engine governor control, 26 which functions to provide steady state frequency regulation as noted elsewhere in this 27 specification. The governor control shall include adjustments for gain, damping, and a 28 ramping function to control engine speed and limit exhaust smoke while the unit is 29 starting. The governor control shall be suitable for use in paralleling applications 30 without component changes. 31 D. Time Delay Start: The control system shall include time delay start (adjustable 0 - 300 32 seconds) and time delay stop (adjustable 0 - 600 seconds) functions. 33 E. Sender Failure Monitoring: The control system shall include sender failure monitoring 34 logic for speed sensing, oil pressure, and engine temperature which is capable of 35 discriminating between failed sender or wiring components, and an actual failure 36 conditions. 37 F. Routine Exercising: The control system shall contain an automatic exercising function 38 with scheduler to automatically start and run the generator and configurable intervals. 39 2.8 ALTERNATOR CONTROL FUNCTIONS 40 A. Alternator Control Functions shall include an I/O module for remote trip of a down- 41 stream protective relay activated by any of the protective devices listed below. 42 B. The alternator protective devices shall include the following protective devices: 43 1. Generator phase sequence, 44 2. Over/under voltage (27/59), 26 32 13SECTION 16470 - 11 EMERGENCY STANDBY GENERATOR SET Page 11 of 20 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 3. Over/under frequency (81 O/U) 2 4. Reverse power (kW)(32RP) 3 5. Reverse reactive power (kVAR)(32RV) 4 6. Overcurrent protection (50/51) 5 C. Digital voltage Regulation: The generator set shall include an automatic digital voltage 6 regulation system that is matched, and prototype tested with the governing system 7 provided. It shall be immune from incorrect operation due to load induced voltage 8 waveform distortion and provide a pulse width modulated output to the alternator 9 exciter. The voltage regulation system shall be equipped with three phase RMS sensing 10 and shall control buildup of AC generator voltage to provide a linear rise and limit 11 overshoot. The system shall include a torque matching characteristic, which shall 12 reduce output voltage in proportion to frequency below a threshold of 59HZ. The 13 voltage regulator shall include adjustments for gain, damping, and frequency roll off. 14 Adjustments shall be broad range, and made via digital raise-lower switches, with 15 alpha-numeric LED readout to indicate setting level. 16 D. Output Current: Controls shall be provided to monitor the output current of the 17 generator set and initiate an alarm when load current exceeds 110% of the rated current 18 of the generator set on any phase for more than 60 seconds. The controls shall shut 19 down and lock out the generator set when output current level approaches the thermal 20 damage point of the alternator. 21 E. Output Power: Controls shall be provided to monitor the kW load on the generator set 22 and initiate an alarm condition when total load on the generator set exceeds the 23 generator set rating for in excess of five seconds. Controls shall include a load-shed 24 control, to operate a set of dry contacts (for use in shedding customer load devices) 25 when the generator set is overloaded. 26 F. Over/under Voltage Monitor: An AC over/under voltage monitoring system that 27 responds only to true RMS voltage conditions shall be provided. The system shall 28 initiate shutdown of the generator set when alternator output voltage exceeds 110% of 29 the operator-set voltage level for more than ten seconds, or with no intentional delay 30 when voltage exceeds 130%. Under voltage shutdown shall occur when the output 31 voltage of the alternator is less than 85% for more than ten seconds. 32 G. Battery Monitoring System: A battery monitoring system shall be provided which 33 initiates alarms when the DC control and starting voltage is less than 25 volts DC or 34 more than 32 volts DC. During engine starting, the low voltage limit shall be disabled, 35 and if DC voltage drops to less than 24 volts for more than two seconds a "weak 36 battery" alarm shall be initiated. 37 2.9 REMOTE MONITORING AND CONTROL INTERFACE 38 A. General: All control and interconnection points from the equipment to the plant control 39 and monitoring system shall be brought to a separate connection box. No field 40 connections shall be made directly to the equipment control devices. Functions to be 41 brought out shall be the manufacturer’s standard in addition to the features specified 42 herein. as described in the Control Strategies in Section 40 96 30. 43 B. Discrete control or status functions shall be form C relays with contacts rated at 120 44 volts AC. Analog signals shall be isolated from each other. 45 C. Equipment functions and alarms, to be directly interfaced to the Plant Control and 46 Monitoring System, shall be designed for operation with an Ethernet Connection. 26 32 13SECTION 16470 - 12 EMERGENCY STANDBY GENERATOR SET Page 12 of 20 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 D. The equipment manufacturer shall factory enter the proper IP Address for such 2 connection. Upon request by the Contractor, the Owner/Engineer will provide the 3 proper Internet Protocol Address (IP Address), to be configured by the equipment 4 manufacturer. 5 E. Refer to Section 40 96 15 Instrumentation Input Output List for monitored parameters. 6 F. Communication 7 1. For remote monitoring, one of the following communication capabilities shall be 8 provided: 9 a. One integral 10/100BaseT Ethernet port supporting Modbus TCP protocols. 10 b. One media protocol converter, interfacing the provided equipment to a 11 10/100BaseT Ethernet port supporting Modbus TCP, Ethernet IP and SNMP. 12 2. The media protocol converter shall meet the following criteria: 13 a. The converter shall support 10/100 Base-T Ethernet. The serial port speed 14 (baud rate) shall support 230 kbps. The protocol shall support Modbus TCP, 15 Ethernet IP, DF1, and Modbus RTU/ASCII. Protocol shall be Web Browser 16 configurable. 17 b. Operating limits shall be 0-60°C, with humidity range minimum of 5-90%. 18 Shock capability on the serial port shall be ESD +15 kV air gap meeting IEC 19 1000-4-2. Power requirements shall be 9-30 volts DC at 0.5 amperes minimum. 20 c. The converter shall have LED status for serial, signals, power, and Ethernet. 21 d. The converter housing shall be UL 1604, Class 1 Div 2, DIN Rail mountable. 22 The converter shall have DB-9M port connection, with screw terminals, to the 23 input. 24 e. Converter shall be Digi One IAP, or approved equal. 25 2.10 BASE 26 A. The engine generator set shall be mounted on a heavy-duty steel base to maintain 27 alignment between components. The base shall incorporate a battery tray with hold- 28 down clamps within the rails. 29 B. The generator base shall have at least three locations on each side where the generator 30 platforms, specified herein, will be bolted to prevent the movement of the platform 31 away from engine generator. The side of the platform closest to the generator shall not 32 relay on the bolt locations to support the platform. The platform shall be entirely self- 33 supporting. 34 2.11 AUXILIARY EQUIPMENT AND ACCESSORIES 26 32 13SECTION 16470 - 13 EMERGENCY STANDBY GENERATOR SET Page 13 of 20 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 A. Coolant Heater: Engine mounted, thermostatically controlled, coolant heater(s) for each 2 engine, with power from the Panelboard. The coolant heater shall be installed on the 3 engine with silicone hose connections. Steel tubing shall be used for connections into 4 the engine coolant system wherever the length of pipe run exceeds 12 inches. The 5 coolant heater installation shall be specifically designed to provide proper venting of the 6 system. The coolant heaters shall be installed using quick disconnect couplers to isolate 7 the heater for replacement of the heater element. The quick disconnect/automatic 8 sealing couplers shall allow the heater element to be replaced without draining the 9 engine cooling system or significant coolant loss. The coolant heater shall be provided 10 with a thermostat, installed at the engine thermostat housing. An AC power connection 11 box shall be provided for a single AC power connection to the coolant heater system 12 from the Panelboard. The coolant heater(s) shall be sized as recommended by the 13 engine manufacturer to warm the engine to a minimum of 100°F (40°C) in a 40oF 14 ambient, in compliance with NFPA110 requirements. 15 B. Furnish and install lube oil heaters. Power to the heater shall be from the Panelboard. 16 C. Vibration Isolators: Vibration isolators, spring/pad type, and quantity as recommended 17 by the generator set manufacturer. 18 D. Starting and Control Batteries: Starting battery bank, calcium/lead antimony type, 24- 19 volt DC, sized as recommended by the generator set manufacturer, shall be supplied for 20 each generator set with battery cables and connectors 21 E. Exhaust Silencer: Exhaust muffler(s) shall be provided for each engine, size and type as 22 recommended by the generator set manufacturer. The mufflers shall be critical grade. 23 Exhaust system shall be installed according to the generator set manufacturers 24 recommendations and applicable codes and standards. The portion of exhaust pipe and 25 silencers shall be fully insulated with lagging to protect the insulation layer for all 26 portions of the exhaust system which is within the sound enclosure. Fasteners used to 27 secure the lagging shall be 316 stainless steel. 28 2.12 BATTERY CHARGER 29 A. UL listed/CSA certified ten ampere voltage regulated battery charger shall be provided 30 in the engine generator set enclosure. Input AC voltage and DC output voltage shall be 31 as required. Chargers shall be equipped with float, taper and equalize charge settings. 32 Operational monitors shall provide visual output along with individual form C contacts 33 rated at 4 amps, 120 volts AC from the Panelboard, 30 volts DC for remote indication 34 of: 35 1. Loss of AC power red light 36 2. Low battery voltage red light 37 3. High battery voltage red light 38 4. Analog DC voltmeter and ammeter, 12-hour equalize charge timer, AC and DC 39 fuses shall also be provided on the charger. 40 2.13 OUTDOOR WEATHER-PROTECTIVE HOUSING 26 32 13SECTION 16470 - 14 EMERGENCY STANDBY GENERATOR SET Page 14 of 20 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 A. Generator set housing shall be provided factory assembled to generator set base and 2 radiator cowling and shall be of the sound-attenuated type. Housing shall provide ample 3 airflow for generator set operation at rated load in the ambient conditions previously 4 specified. The housing shall have hinged side access doors and rear control door. All 5 doors shall be lockable. All sheet metal shall be primed for corrosion protection and 6 finish painted with the manufacturer’s standard color using a two-step electro-coating 7 paint process, or equal meeting the performance requirements specified below. All 8 surfaces of all metal parts shall be primed and painted. The painting process shall result 9 in a coating, which meets the following requirements: 10 1. Primer thickness: 0.5-2.0 mils. Topcoat thickness, 0.8-1.2 mils. 11 2. Gloss, per ASTM D523-89, 80% plus or minus 5%. Gloss retention after one year 12 shall exceed 50%. 13 3. Crosshatch adhesion, per ASTM D3359-93, 4B-5B. 14 4. Impact resistance, per ASTM D2794-93, 120-160 inch-pounds. 15 5. Salt Spray: per ASTM B117-90, 1000+ hours. 16 6. Humidity: per ASTM D2247-92, 1000+ hours. 17 7. Water Soak: per ASTM D2247-92, 1000+ hours. 18 8. Painting of hoses, hose clamps, wiring harnesses, and other non-metallic service 19 parts shall not be acceptable. Fasteners used shall be corrosion resistant and 20 designed to minimize marring of the painted surface when removed for normal 21 installation or service work. 22 B. Sound Attenuation 23 1. Housing shall be sound attenuating type, producing a noise level not greater than 74 24 dB at 23 feet. 25 2.14 FUEL STORAGE TANK 26 A. Provide a dual wall subbase fuel storage tank. The tank shall be sized to provide 24 27 hours usable capacity at 100% load.. The tank shall be constructed of corrosion resistant 28 steel and shall be double wall UL 2085 listed. The equipment, as installed, shall meet 29 all local and regional requirements for above ground tanks. Provide the fuel tank with a 30 continuous level transmitter, and a leak detector. The fuel tank shall be constructed to 31 place the fill spout on the generator end so to facilitate access from the generator 32 enclosure entry door on the side of the generator closest to the access road as shown on 33 the Drawings. 34 2.15 VIBRATION ISOLATOR 35 A. Furnish and install spring type vibration-isolators between the sub-base tank and the 36 generator set. A minimum of six isolators shall be used, properly sized for the 37 generator set supplied. 38 2.16 SERVICE AND FEEDER LUGS AND CONNECTORS 26 32 13SECTION 16470 - 15 EMERGENCY STANDBY GENERATOR SET Page 15 of 20 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 A. All service and feeder lugs and connectors shall be copper and shall be crimped type, 2 with standard industry tooling. Lugs and connectors shall match the wire size where 3 used and shall be clearly identified and color coded on the connector. All connections 4 shall be made for stranded wire and shall be made electrically and mechanically 5 secured. The lugs and connectors shall have a current carrying capacity equal to the 6 conductors for which they are rated and meet UL 486 requirements for 75°C. Lugs 7 larger than #8 AWG shall be two-hole long barrel lugs with NEMA spacing. The lugs 8 shall be of closed end construction to exclude moisture migration into the cable 9 conductor. 10 2.17 CIRCUIT BREAKERS 11 A. Furnish and install a generator mounted molded case circuit breaker of the rating and 12 size as indicated on the drawing. The circuit breaker shall meet the specification in 13 Section26 28 16 Low Voltage Enclosed Circuit Breakers and Disconnect Switches. The 14 Circuit breaker shall be one of the listed manufacturers and shall not be a special 15 breaker which is not commonly available from stock. 16 B. Where shown on the Drawings, furnish and install two mounted main line circuit 17 breakers, sized to carry the rated output current of the generator set. 18 C. The circuit breakers interrupting rating shall not be less than the maximum 19 asymmetrical short circuit output of the generator. 20 2.18 PANELBOARD 21 A. Furnish and install a generator mounted panelboard, of a size, rating and capacity, as 22 shown on the Drawings. 23 B. Panelboard and housing shall be NEMA 4X 316 stainless steel, manufactured in 24 accordance with Section 26 24 16. 25 C. All internal accessories shall be factory connected to the internal panelboard. 26 2.19 GENERATOR ACCESS PLATFORM 27 A. Provide with the generator set, a set of platforms made of aluminum to serve as access 28 into the enclosure via any of the generator set enclosure doors which are provided. This 29 is to include frontage for any double door or single personnel door. The platforms shall 30 be on both sides of the enclosure and meet all OSHA Code requirements for access, 31 egress and safety. The platforms shall include hand railings around the entire perimeter 32 of the platforms and stairs and support weight of any personnel whom may lean up 33 against or fall into the railings. Handrails shall have openings where the sound 34 enclosure doors are required to have full opening for access to the interior of the sound 35 enclosure. 36 B. Platform width shall allow for full 90-degree opening of all generator enclosure doors. 37 Platform approval drawings shall illustrate door openings to show adequate clearance is 38 being provided so the doors open 90 degrees without touching the handrails. Stairs shall 39 be included on both platforms and steps are to be as OSHA prescribed for riser 40 distances. The platforms shall be designed such that all rain snow or sleet will easily 41 pass through the aluminum grates on all horizontal surfaces. The platforms shall be 42 provided by the same vendor as the generator set. 26 32 13SECTION 16470 - 16 EMERGENCY STANDBY GENERATOR SET Page 16 of 20 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 C. Platforms shall have lifting means permanently and shall be constructed with support 2 legs on all sides so that no support is from the generator frame or sound enclosure, 3 however they shall be bolted to the generator frame so that no movement away from the 4 generator is possible without disconnecting the bolted connections. The platforms shall 5 not be bolted to the sound enclosure, which shall be removable without unbolting the 6 platforms from the generator frame. 7 D. The platforms shall be installed by the contractor and leveled as necessary to provide a 8 safe and level surface for all personnel. The platforms shall be anchored in such as way 9 so that there is not a chance of swaying or other movement of the platforms while in 10 use. 11 E. Provide two ground pads on each platform. 12 F. All fastener materials shall be 316 stainless steel. 13 2.20 SPARE PARTS 14 A. Provide the following spare parts in the quantities specified: 15 1. Two air cleaner elements of each type. 16 2. Two Fuses of each type. 17 3. One Radiator hoses of each type. 18 4. Two Fuel filters of each type. 19 5. Two Oil filters of each type. 20 6. One Belt of each type. 21 2.21 FACTORY TESTING 22 A. The standby generator shall be completely assembled, wired, and adjusted at the factory 23 and shall be given the manufacturer’s routine shop tests and any other additional 24 operational test to insure the workability and reliable operation of the equipment. 25 B. Factory test equipment and test methods shall conform with the latest applicable 26 requirements of ANSI, IEEE, UL, and NEMA standards. 27 PART 3 - EXECUTION 28 3.1 MANUFACTURER’S REPRESENTATIVE 29 A. Provide the services of a qualified factory-trained manufacturer's field engineer to assist 30 the Contractor in installation and start-up of each type of the equipment specified below 31 for a period of not less than two working days, with not less than one working day per 32 standby generator. The manufacturer's field engineer shall provide technical direction 33 and assistance to the Contractor in general assembly of the equipment, connections and 34 adjustments, and testing of the assembly and components contained therein. 35 3.2 EXAMINATION 36 A. Examine installation area to assure there is enough clearance to install the equipment. 37 B. Concrete pads shall be installed as shown on the Structural Drawings. 38 C. Check concrete pads and baseplates for uniformity and level surface. 39 D. Verify that the equipment is ready to install. 26 32 13SECTION 16470 - 17 EMERGENCY STANDBY GENERATOR SET Page 17 of 20 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 E. Verify field measurements are in conformance with the manufacturer’s 2 recommendations. 3 3.3 INSTALLATION 4 A. The Contractor shall install all equipment per the manufacturer's recommendations and 5 Contract Drawings. 6 B. Install the generator set with sub – base fuel tank on the concrete pad as shown on the 7 drawings. Install the vibro-isolators between the sub – base fuel tank and the generator 8 set. Installation shall be in accordance with the manufacturer’s recommendations. 9 C. Install required safety labels. 10 3.4 FIELD QUALITY CONTROL 11 A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. 12 B. Check tightness of all accessible electrical connections. Minimum acceptable values are 13 specified in manufacturer's instructions. 14 3.5 FIELD ADJUSTING 15 A. Adjust all circuit breakers, switches, access doors, operating handles for free 16 mechanical and electrical operation as described in manufacturer's instructions. 17 B. The Power Monitoring and Protective Relays shall be set in the field by a qualified 18 representative of the manufacturer, retained by the Contractor, in accordance with 19 settings designated in a coordinated study of the system as required in Section 26 05 73 20 Power System Study. All such settings, including the application of arc flash labels, 21 shall have been made and Approved by the Owner/Engineer, prior to energizing of the 22 equipment. 23 3.6 EQUIPMENT START-UP 24 A. Operate unit to demonstrate ability to operate continuously without vibration, jamming, 25 leakage or overheating and to perform specified functions, after installation and after 26 manufacturer's Engineer’s check of installed equipment. 27 B. Comply with manufacturer's operating and maintenance instructions during start up and 28 operation. 29 C. Promptly correct improper installation of equipment. 30 D. Cooperate with supplier of equipment at time of startup and in making of all final 31 adjustments necessary to place equipment in satisfactory working order. Startup shall 32 not commence without the presence of the manufacturer's Engineer. 33 3.7 FIELD TEST 26 32 13SECTION 16470 - 18 EMERGENCY STANDBY GENERATOR SET Page 18 of 20 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 A. Upon completion of the installation and as soon as conditions permit, the emergency 2 power supply system including the engine driven generator, electrical circuits, controls, 3 transfer switch and other devices shall be tested in the presence of the Owner/Engineer 4 by the Contractor and the service representative for the manufacturer of the engine 5 driven generator unit to assure that the system functions as specified. The test shall be 6 conducted in accordance with the Owner’s process needs at a time of day or day of the 7 week as directed by the Owner in order to manually load the generator with actual plant 8 loads. The time may be any time of the day or night and the day of the week may be 9 any day as selected by the Owner. No increase in Contract Price will be accepted for 10 after-hours testing. 11 B. Prior to scheduling the test, notify the Owner/Engineer in writing that all requirements 12 and provisions of the Contract Documents have been fulfilled, that all apparatus shall be 13 clean, properly adjusted and ready for operation and that the Instruction Manuals, parts 14 lists and record drawings have been submitted. 15 C. The manufacturers' Engineer shall make such changes in wiring or connections and 16 such adjustments, repairs or replacements necessary to make the circuit, device or 17 control system function as specified and otherwise comply with the Contract 18 Documents. 19 D. As part of the field test, the automatic shutdown devices shall be tested, and the 20 respective values recorded at which the devices will stop the engine. Any adjustments 21 required shall be made in the devices to make the operating values correspond to those 22 recommended by the engine manufacturer and as recorded during the stop test. 23 E. After a two-hour test has been completed, additional testing shall be performed to 24 demonstrate the emergency power supply system's ability to meet the automatic 25 starting, load transfer and motor starting requirements. 26 F. If the emergency power supply system fails to fulfill the performance requirements of 27 this specification, corrective action shall be taken, and the system retested to assure full 28 compliance. All expenses associated with the field tests, including any corrective 29 action, shall be borne to the Contractor. 30 G. The Contractor shall provide all fuel and all engine fluids to perform all required 31 testing. All fluid levels and fuel shall be filled to full following testing and shall be 32 turned over to the Owner filled when the project has been completed and the unit is 33 turned over to the Owner for their use. If the Owner experiences an emergency 34 condition and causes the engine generator to run prior to final competition, then the fuel 35 and engine fluids used will be the responsibility of the Owner to replenish. 36 H. The field testing shall include a demonstration of the generator tripping due to an 37 engine or generator fault condition initiated by the package engine- generator controls 38 and shall include a trip of the generator differential relay if present. 39 3.8 CLEANING 40 A. Remove all rubbish and debris from inside and around the motor controllers. Remove 41 dirt, dust, or concrete spatter from the interior and exterior of the equipment using 42 brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. 43 3.9 EQUIPMENT PROTECTION AND RESTORATION 26 32 13SECTION 16470 - 19 EMERGENCY STANDBY GENERATOR SET Page 19 of 20 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 A. Touch-up and restore damaged surfaces to factory finish, as approved by the 2 manufacturer. If the damaged surface cannot be returned to factory specification, the 3 surface shall be replaced. 4 3.10 MANUFACTURER’S CERTIFICATION 5 A. A qualified factory-trained manufacturer's representative shall personally inspect the 6 equipment at the jobsite and shall certify in writing that the equipment has been 7 installed, adjusted, and tested, in accordance with the manufacturer’s recommendations, 8 including all settings designated in the Power System Study. 9 B. The Contractor shall provide three copies of the manufacturer's representative's 10 certification. 11 3.11 TRAINING 12 A. Provide manufacturer's services for training of plant personnel in operation and 13 maintenance of the Standby Generator Sets furnished under this Section. 14 B. The training for each type of equipment shall be for a period of not less than one eight- 15 hour day. 16 C. The cost of training program to be conducted with Owner's personnel shall be included 17 in the Contract Price. The training and instruction, insofar as practicable, shall be 18 directly related to the system being supplied. 19 D. Provide detailed O&M manuals to supplement the training course. The manuals shall 20 include specific details of equipment supplied and operations specific to the project. 21 E. The training session shall be conducted by a manufacturer's qualified representative. 22 Training program shall include instructions on the assembly, circuit breaker, engine, 23 alternator, protective devices, metering, and other major components. 24 F. The Owner reserves the right to videotape the training session for the Owner’s use. 25 END OF SECTION 26 26 32 13SECTION 16470 - 20 EMERGENCY STANDBY GENERATOR SET Page 20 of 20 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 THIS PAGE INTNETIONALLY LEFT BLANK 26 33 53 - 1 SINGLE PHASE UNINTERRUPTIBLE POWER SUPPLY Page 1 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 SECTION 26 33 53 2 SINGLE PHASE UNINTERRUPTIBLE POWER SUPPLY 3 PART 1 - GENERAL 4 1.1 SCOPE OF WORK 5 A. The Contractor shall furnish and install continuous-duty single-phase, solid-state, 6 uninterruptible power supply (UPS). The UPS shall provide high-quality AC power for 7 sensitive electronic equipment loads, together with appurtenances, complete and 8 operable, as specified herein and as shown on the Contract Drawings. 9 1.2 RELATED WORK 10 A. Refer to Division 26 00 00 for related work and electrical coordination requirements. 11 1.3 SUBMITTALS 12 A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 13 00 00 and as specified herein. 14 B. Provide systems engineering with coordination curves, to demonstrate coordination 15 between proposed breakers and/or fuses submitted, such that protective device 16 coordination is accomplished. Such curves and settings shall be included as a part of 17 these submittals. 18 C. Submittals shall also contain information on related equipment to be furnished under 19 this Specification but described in the related sections to which reference is made in the 20 Related Work paragraph above. Incomplete submittals not containing the required 21 information on the related equipment will be returned unreviewed. 22 D. Unmarked cut sheets will cause rejection of the submittal and its return for revision. 23 E. The original equipment manufacturer (OEM) shall create all equipment shop drawings, 24 including all wiring diagrams, in the manufacturer’s Engineering department. All 25 equipment shop drawings shall bear the original equipment manufacturer’s logo, 26 drawing file numbers, and shall be maintained on file in the OEM’s archive file system. 27 Photocopies of the Engineer’s ladder schematics are unacceptable as shop drawings. 28 F. Submit for approval, a manufacturer’s conducted training agenda for all training 29 specified herein. Training agenda shall not be submitted until final approval of the 30 Operation and Maintenance Manual. 31 G. Shop Drawings and Product Data. The following information shall be submitted to the 32 Engineer: 33 1. Master drawing index 34 2. Front view elevation 35 3. Floor plan 36 4. Top view 37 5. Single line 38 6. Schematic diagram 39 7. Nameplate schedule 40 8. UL Listing of the completed assembly. 41 9. Component list with detailed component information, including original 42 manufacturer’s part number. 26 33 53 - 2 SINGLE PHASE UNINTERRUPTIBLE POWER SUPPLY Page 2 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 10. Conduit entry/exit locations 2 11. Assembly ratings including: 3 a. Short-circuit rating 4 b. Voltage 5 c. Continuous current 6 12. Major component ratings including: 7 a. Voltage 8 b. Continuous current 9 c. Interrupting ratings 10 13. Descriptive bulletins 11 14. Product data sheets. 12 15. Number and size of cables per phase, neutral if present, ground and all cable 13 terminal sizes. 14 H. Factory Tests. Submittals shall be made for factory tests specified herein. 15 I. Field Test Reports. Submittals shall be made for field tests specified herein. 16 J. Operation and Maintenance Manuals. 17 1. Operation and maintenance manuals shall include the following information: 18 a. Manufacturer’s contact address and telephone number for parts and service. 19 b. Instruction books and/or leaflets 20 c. Recommended renewal parts list 21 d. Record Documents for the information required by the Submittals paragraph 22 above. 23 e. Field Test Reports 24 1.4 REFERENCE CODES AND STANDARDS 25 A. The UPS assembly and all components in this specification shall be designed and 26 manufactured according to latest revision of the following standards (unless otherwise 27 noted): 28 1. NFPA 70 – National Electrical Code (NEC) 29 2. NFPA 70E – Standard For Electrical Safety in the Workplace 30 3. ASME 31 4. CSA 22.2, No. 107.1 32 5. FCC Part 15, Class A 33 6. IEC 1000-4-5 34 7. ISO 9001 35 8. NEMA PE-1 36 9. OSHA 37 10. UL Standard 1778 38 11. NEMA ICS 6 – Industrial Control and Systems Enclosures 39 B. All equipment components and completed assemblies specified in this section of the 40 Specifications shall bear the appropriate label of Underwriters Laboratories. 41 1.5 QUALITY ASSURANCE 26 33 53 - 3 SINGLE PHASE UNINTERRUPTIBLE POWER SUPPLY Page 3 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 A. The manufacturer of this equipment shall have produced similar equipment for a 2 minimum period of ten years. When requested by the Engineer, an acceptable list of 3 installations with similar equipment shall be provided demonstrating compliance with 4 this requirement. 5 B. The manufacturer of the assembly shall be the manufacturer of the major components 6 within the assembly. All assemblies shall be of the same manufacturer. Equipment that 7 is manufactured by a third party and “brand labeled” shall not be acceptable. 8 C. All components and material shall be new and of the latest field proven design and in 9 current production. Obsolete components or components scheduled for immediate 10 discontinuation shall not be used. 11 D. Equipment submitted shall fit within the space shown on the Drawings. Equipment 12 which does not fit within the space is not acceptable. 13 E. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 14 F. Equipment submitted shall fit within the space shown on the Drawings. Equipment 15 which does not fit within the space is not acceptable. 16 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 17 A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal 18 requirements, and present to the Owner/Engineer upon delivery of the equipment, an 19 approved copy of all such submittals. Delivery of incomplete constructed equipment, or 20 equipment which failed any factory tests, will not be permitted. 21 B. Equipment shall be handled and stored in accordance with manufacturer's instructions. 22 Two copies of these instructions shall be included with the equipment at time of 23 shipment and shall be made available to the Contractor and Owner. 24 C. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups 25 shall be bolted to skids. Breakers and accessories shall be packaged and shipped 26 separately. 27 D. Equipment shall be equipped to be handled by crane. Where cranes are not available, 28 equipment shall be suitable for skidding in place on rollers using jacks to raise and 29 lower the groups. 30 E. Equipment shall not be stored onsite without written approval of the Owner/Engineer. 31 Equipment shall be installed in its permanent finished location shown on the Drawings 32 within seven calendar days of arriving onsite. If the equipment cannot be installed 33 within seven calendar days, the equipment shall not be delivered to the site, but stored 34 offsite, until such time that the site is ready for permanent installation of the equipment 35 with no change in Contract Price or Schedule. Payment will not be approved for 36 equipment stored off site. 37 F. Where space heaters are provided in equipment, provide temporary electrical power and 38 operate space heaters during jobsite storage, and after equipment is installed in 39 permanent location, until equipment is placed in service. 40 1.7 WARRANTY 41 A. Provide warrantees, including the manufacturer’s warrantee, for the equipment 42 specified and the proper installation thereof, to be free from defects in material and 43 workmanship for two years from date of final acceptance of the equipment and its 44 installation. Within such period of warranty, all material and labor necessary to return 45 the equipment to new operating condition shall be provided. Any warranty work 46 requiring shipping or transporting of the equipment shall be provided at no expense to 47 the Owner. 26 33 53 - 4 SINGLE PHASE UNINTERRUPTIBLE POWER SUPPLY Page 4 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 B. Provide a 365/24 support available via a toll-free phone number, with 20-minute 2 response on all issues. 3 PART 2 - PRODUCTS 4 2.1 MANUFACTURERS 5 A. Subject to compliance with the Contract Documents, the following Manufacturers are 6 acceptable: 7 1. Eaton Powerware Model Ferrups 8 2. American Power Conversion Smart – UPS 9 3. Approved equal. 10 B. The listing of specific manufacturers above does not imply acceptance of their products 11 that do not meet the specified ratings, features and functions. Manufacturers listed 12 above are not relieved from meeting these specifications in their entirety. 13 2.2 GENERAL 14 A. The UPS described in this specification shall be designed for operation on the voltage 15 systems as shown on the Drawings. 16 B. Rating shall be as shown on the Drawings 17 C. Enclosure shall be NEMA 1, unless otherwise shown on the Drawings, or specified 18 elsewhere. 19 2.3 TECHNICAL SPECIFICATIONS 20 A. The UPS shall sustain operation of the indicated equipment and shall provide power for 21 an orderly shutdown to prevent the loss of the System during power failure. The UPS 22 shall provide isolation between the System and the plant power system. A single UPS 23 unit shall be provided by the electrical contractor to provide power to each control 24 panel. The power feed to each control panel shall be fed from this source. 25 B. The UPS shall consist of a microprocessor-controlled inverter, precision 3 step battery 26 charger, batteries to store emergency power, a detachable keypad, and electronic digital 27 meter, and an integrally mounted manual isolated break before make bypass switch. 28 C. Under normal operating conditions, the critical load shall be powered by a normal AC 29 line supply that has been filtered through the transformer. When AC line power is 30 present, the inverter shall be off and the battery charger shall be off, if the batteries are 31 fully charged. When AC line power fails, or goes out of tolerance, the inverter shall 32 supply AC power to the transformer from the batteries. There shall be no measurable 33 break in the output of the system during transfer from normal AC line supply to the 34 inverter battery supply or back to line. 35 1. The UPS system shall be sized to sustain 1.5 times the connected full load for a 36 minimum period of 30 minutes in an operating environment of 32°F to 104°F. 37 Exact sizing is the responsibility of the supplier. 38 2. The UPS system shall be lightning, and surge tested per ANSI/IEEE C62.41 and 39 shall be capable of reducing an input spike to less than 3 volts on the output for a 40 2000-to-1-spike attenuation. The UPS system shall have 120-dB common mode and 41 60 dB transverse mode noise attenuation. 26 33 53 - 5 SINGLE PHASE UNINTERRUPTIBLE POWER SUPPLY Page 5 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 3. The UPS system shall provide a true separately derived power source as defined in 2 the NEC article 250-5d with output neutral bonded to ground. There shall be no 3 direct connection between input and output and less than 2 pf of effective input to 4 output capacitance. 5 4. The UPS system output shall be regulated to 120 VAC + 3%, 60 Hz + 0.5 Hz over 6 the full dynamic range from no load to full load, low line VAC to high line VAC, 7 and low battery voltage to high battery voltage. 8 5. The UPS system shall provide computer grade sine wave power with 5% or less 9 total harmonic distortion. 10 6. The UPS system capacity shall be rated in volt-amperes (VA) while loaded with 11 typical computer grade switch mode power supplies having a power factor of 0.6 to 12 0.7 and crest factor of 2.7 to 3.5. 13 7. The UPS system shall have an efficiency of at least 90% when operated from AC 14 line. 15 8. The UPS system shall have built-in self-diagnostic monitoring capable of 16 monitoring as a minimum AC volts in/out, AC current in/out, battery voltage, VA 17 load, watts, power factor percent of full load, time of day, system hours, inverter 18 hours and projected run time available. Unit shall have two normally open relay 19 contacts for remote alarm condition reporting. The supplier shall connect all 20 available status contacts to the control system. 21 9. The UPS system shall have a dual track redundant configuration that utilizes either 22 line or inverter output for power and shall be designed to meet or exceed a MTBF 23 of 100,000 hours. 24 10. All cables and connectors for power distribution to the system components shall be 25 furnished and installed under this contract. 26 11. UPS systems greater than 3 kVA shall be provided with an input voltage of 240 27 VAC, 1 phase, 60 Hertz. All others shall be provided with an input voltage of 120 28 VAC, 1 phase 60 Hertz. The supplier shall coordinate the input voltage and neutral 29 requirements with the electrical contractor before ordering the UPS. 30 12. The system batteries shall be sealed, no maintenance type rated for 100 amp hour at 31 12 VDC. 32 13. Each UPS shall provide dry contacts to tie into computer system such as UPS Fail, 33 UPS bypass, etc. 34 14. The UPSs shall all be dual conversion UPS. 35 15. The UPS sizes are for reference only. The supplier shall provide sizing data on the 36 UPS listing all loads and calculations required for sizing the UPS system for 37 Consulting Engineer review and approval. The system supplier shall provide test 38 data on the UPS to show conformance with these specifications including, but not 39 limited to, full load back-up time, half load back-up time, efficiency at full load, 40 output voltage/frequency regulation during adverse input power conditions, etc. 41 16. Each UPS shall be provided with a external bypass switch, in a NEMA 1A 42 enclosure, wall mounted, which will permit seamless transfer of the UPS to a 43 separate source and back, without loss of load, for maintenance of the UPS. The 44 manufacturer of the transfer switch shall be the manufacturer of the UPS. 26 33 53 - 6 SINGLE PHASE UNINTERRUPTIBLE POWER SUPPLY Page 6 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 2.4 REMOTE MONITORING AND CONTROL INTERFACE 2 A. General: All control and interconnection points from the equipment to the plant control 3 and monitoring system shall be brought to a separate connection box. No field 4 connections shall be made directly to the equipment control devices. Functions to be 5 brought out shall be as described in the Control Strategies in Section 40 96 30. 6 B. Discrete control or status functions shall be form C relays with contacts rated at 120 7 volts AC. Analog signals shall be isolated from each other. 8 C. Equipment functions to be directly interfaced to the Plant Control and Monitoring 9 System, shall be designed for operation with an Ethernet Connection. 10 D. The equipment manufacturer shall factory enter the proper IP Address for such 11 connection. Upon request by the Contractor, the Owner/Engineer will provide the 12 proper Internet Protocol Address (IP Address), to be configured by the equipment 13 manufacturer. 14 E. Refer to Section 40 96 15 Instrumentation Input Output List for monitored parameters. 15 F. Communication 16 1. For remote monitoring, one of the following communication capabilities shall be 17 provided: 18 a. One integral 10/100BaseT Ethernet port supporting SNMP protocol. 19 b. One media protocol converter, interfacing the provided equipment to a 20 10/100BaseT Ethernet port supporting SNMP protocol. 21 2. The media protocol converter shall meet the following criteria: 22 a. The converter shall support 10/100Base-T Ethernet. The serial port speed (baud 23 rate) shall support 230kbps. The protocol shall support Modbus TCP, Ethernet 24 IP, DF1, and Modbus RTU/ASCII. Protocol shall be Web Browser 25 configurable. 26 b. Operating limits shall be 0-60°C, with humidity range minimum of 5-90%. 27 Shock capability on the serial port shall be ESD +15 kV air gap meeting IEC 28 1000-4-2. Power requirements shall be 9-30 VDC at 0.5 A minimum. 29 c. The converter shall have LED status for serial, signals, power, and Ethernet. 30 d. The converter housing shall be UL 1604, Class 1 Div 2, DIN Rail mountable. 31 The converter shall have DB-9M port connection, with screw terminals, to the 32 input. 33 e. Converter shall be Digi One IAP,or approved equal. 34 2.5 SPARE PARTS 35 A. Provide the following spare parts: 36 1. Three – Control fuses of type used. 37 2. Three – Power fuses of type used. 38 B. Spare parts shall be boxed or packaged for long term storage, vacuum sealed, and 39 clearly identified on the exterior of package. Identify each item with manufacturers 40 name, description and part number 41 2.6 FACTORY TESTING 42 A. The UPS shall be completely assembled, wired, and adjusted at the factory and shall be 43 given the manufacturer’s routine shop tests and any other additional operational test to 44 insure the workability and reliable operation of the equipment. 45 B. Prior to factory testing, the manufacturer shall check to see that all selections and 46 settings required by the Power System Study Engineer have been performed. 26 33 53 - 7 SINGLE PHASE UNINTERRUPTIBLE POWER SUPPLY Page 7 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 C. Factory test equipment and test methods shall conform with the latest applicable 2 requirements of ANSI, IEEE, UL, and NEMA standards. 3 D. The operational test shall include the proper connection of supply and control voltage 4 and, as far as practical, a mockup of simulated control signals and control devices shall 5 be fed into the boards to check for proper operation. 6 PART 3 - EXECUTION 7 3.1 MANUFACTURER’S REPRESENTATIVE 8 A. Provide the services of a qualified factory-trained manufacturer's field engineer to assist 9 the Contractor in installation and start-up of each type of the equipment specified below 10 for a period of not less than one working day, with not less than one working day per 11 UPS. The manufacturer's field engineer shall provide technical direction and assistance 12 to the Contractor in general assembly of the equipment, connections and adjustments, 13 and testing of the assembly and components contained therein. 14 3.2 INSTALLER’S QUALIFICATIONS 15 A. Installer shall be specialized in installing UPSs with minimum five years documented 16 experience. Experience documentation shall be submitted for approval prior to 17 beginning work on this project. 18 3.3 EXAMINATION 19 A. Examine installation area to assure there is enough clearance to install the equipment. 20 B. Verify that the equipment is ready to install. 21 C. Verify field measurements are as instructed by manufacturer. 22 3.4 INSTALLATION 23 A. install all equipment per the manufacturer's recommendations and Contract Drawings. 24 B. Install required safety labels. 25 3.5 FIELD QUALITY CONTROL 26 A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. 27 B. Check tightness of all accessible electrical connections. Minimum acceptable values are 28 specified in manufacturer's instructions. 29 3.6 FIELD ADJUSTING 30 A. Adjust all circuit breakers, switches, access doors, operating handles for free 31 mechanical and electrical operation as described in manufacturer's instructions. 32 B. The Power Monitoring and Protective Relays shall be set in the field by a qualified 33 representative of the manufacturer, retained by the Contractor, in accordance with 34 settings designated in a coordinated study of the system as required in Section 26 05 73 35 Power System Study. All such settings, including the application of arc flash labels, 36 shall have been made and Approved by the Owner/Engineer, prior to energizing of the 37 equipment. 38 3.7 FIELD TESTING 39 A. The UPS manufacturer’s field engineer shall perform all electrical field tests 40 recommended by the manufacturer and make all control adjustments required for the 41 individual application of the drive. 42 B. Submit the results of all specified tests to the Engineer/Owner within five business days 43 for approval and for their permanent records. 44 3.8 CLEANING 26 33 53 - 8 SINGLE PHASE UNINTERRUPTIBLE POWER SUPPLY Page 8 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 A. Remove all rubbish and debris from inside and around the UPS. Remove dirt, dust, or 2 concrete spatter from the interior and exterior of the equipment using brushes, vacuum 3 cleaner, or clean, lint free rags. Do not use compressed air. 4 3.9 EQUIPMENT PROTECTION AND RESTORATION 5 A. Touch-up and restore damaged surfaces to factory finish, as approved by the 6 manufacturer. If the damaged surface cannot be returned to factory specification, the 7 surface shall be replaced. 8 3.10 MANUFACTURER’S CERTIFICATION 9 A. A qualified factory-trained manufacturer's representative shall personally inspect the 10 equipment at the jobsite and shall certify in writing that the equipment has been 11 installed, adjusted, and tested, in accordance with the manufacturer’s recommendations, 12 including all settings designated in the Power System Study. 13 B. Provide three copies of the manufacturer's representative's certification. 14 3.11 TRAINING 15 A. Provide manufacturer's services for training of plant personnel in operation and 16 maintenance of the UPSs furnished under this Section. 17 B. The training for each type of equipment shall be for a period of not less than one-half 18 eight-hour day. 19 C. The cost of training program to be conducted with Owner's personnel shall be included 20 in the Contract Price. The training and instruction, insofar as practicable, shall be 21 directly related to the system being supplied. 22 D. Provide detailed O&M manuals to supplement the training course. The manuals shall 23 include specific details of equipment supplied and operations specific to the project. 24 E. The training session shall be conducted by a manufacturer's qualified representative. 25 Training program shall include instructions on the assembly, protective devices, 26 metering, and other major components. 27 F. The Owner reserves the right to videotape the training sessions for the Owner’s use 28 END OF SECTION 26 41 00 - 1 LIGHTNING PROTECTION SYSTEM Page 1 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 SECTION 26 41 00 2 LIGHTNING PROTECTION SYSTEM 3 PART 1 - GENERAL 4 1.1 SCOPE OF WORK 5 A. The contractor shall provide all labor, materials, equipment and incidentals as shown, 6 specified, and required to furnish and install a lightning protection system that fully 7 meets the UL Standards listed herein. The Contractor shall provide an inspection of 8 each new structure, or modified existing structure, by Underwriters Laboratories and 9 shall obtain a Master Label for each new or modified structure 10 B. The Contractor shall employ the services of a licensed lightning protection systems 11 engineering company to design and install the lightning protection system and prepare 12 detailed installation drawings and material specifications. The system shall include 13 ground wires, ground rods, exothermic connections, mechanical connectors, structural 14 steel connections, all as shown on the Drawings, and as specified herein, to provide a 15 bonding to earth ground of all metallic materials likely to become energized. 16 Compliance with all provisions of Section 26 05 26 shall be included under this 17 specification. 18 C. The Franklin Rod system shall be used. Other systems such as the early streamer 19 emission (ESE) are not acceptable 20 D. The Bid Price shall be in complete compliance with the Contact Documents. Any 21 exception shall be included in the bid with a detailed explanation that clearly indicates 22 the paragraph of this Specification and / or the item in the Drawings to which the 23 exception applies. The Contractor shall explain in detail the reasons for the exception. 24 The inclusion of an exception and its explanation as specified shall not constitute any 25 obligation on the part of the Engineer / Owner to accept the Bid Price with the 26 exception. 27 E. This Specification shall have precedence over any conflict in the bidder’s submittals 28 and / or descriptive information and the Contract Documents unless an exception is 29 made at the time of bidding as specified herein, and the bid price is accepted with the 30 bidder’s exception by the Engineer / Owner. 31 F. The Contractor shall provide all tools, equipment, supplies, and shall perform all labor 32 required to install the equipment specified in the Contract Documents in order to install, 33 test, and place into satisfactory operation in the time specified for completion in the 34 Contract Documents. Failure of any of the Contractors sub-contractors or suppliers to 35 perform the work as specified shall not constitute an acceptable reason for the Owner to 36 grant any change in the Contract Price or additions to the Contract Time. 37 1.2 RELATED WORK 26 41 00 - 2 LIGHTNING PROTECTION SYSTEM Page 2 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 A. No references are made to any other section which may contain work related to any 2 other section. The Contract Documents shall be taken as a whole with every section 3 related to every other section as required to meet the requirements specified. The 4 organization of the Contract Documents into specification divisions and sections is for 5 organization of the documents themselves and does not relate to the division of 6 suppliers or labor which the Contractor may choose to employ in the execution of the 7 Contract. Where references are made to other Sections and other Divisions of the 8 Specifications, the Contractor shall provide such information or additional work as may 9 be required in those references, and include such information or work as may be 10 specified. 11 B. Other Divisions 12 1. The Contractor shall be responsible for examining all Sections of the Specifications 13 and Drawings, and shall determine the power and wiring requirements and shall 14 provide external wiring and raceways, as required to provide a fully functioning 15 power, control and process control systems. If the equipment requires more 16 conductors and/or wiring, due to different equipment being supplied, the Contractor 17 shall furnish the additional conductors, raceways and/or wiring, with no change in 18 the Contract Price, and with no increase in Contract Time. 19 1.3 SUBMITTALS 20 A. Shop Drawings: Submit for approval the following: 21 1. Complete design drawings, for each structure and the site, showing the type, size, 22 and locations of all grounding, down conductors, through roof/through wall 23 assemblies, roof conductors and air terminals, shall be submitted to the Engineer for 24 approval. 25 B. All cut sheets shall be clearly marked to indicate which products are being submitted 26 for use on this project. Unmarked cut sheets will be cause to reject the submittal and 27 return it for revision. 28 C. All shop drawing submittals and all O&M submittals shall be submitted accordance 29 with Division 1. 30 1.4 REFERENCE CODES AND STANDARDS 31 A. All products and components shown on the Drawings and listed in this specification 32 shall be designed, manufactured, and installed according to latest revision of the 33 following standards (unless otherwise noted): 34 1. NFPA 70 – National Electrical Code (NEC) 35 2. NFPA 780 – Lightning Protection Code 36 3. LPI 175 - Lightning Protection Institute Installation Standard 37 4. UL 96A – Installation Requirements for Lightning Protection Systems 38 B. All equipment specified in this Section of the Specifications shall bear the appropriate 39 label of Underwriters Laboratories. 40 1.5 QUALITY ASSURANCE 26 41 00 - 3 LIGHTNING PROTECTION SYSTEM Page 3 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 A. The manufacturer of the lightning protection system equipment shall have produced 2 similar equipment for a minimum period of five years and the lightning protection 3 engineering company shall have been designing and installing lighting protection 4 systems for at least five years. When requested by the Engineer, an acceptable list of 5 installations with similar equipment shall be provided demonstrating compliance with 6 this requirement. 7 B. The lightning protection system shall conform to the requirements and standards for 8 lightning protection system of the LPI, UL and NFPA. Standard requirements 9 C. All components and material shall be new and of the latest field proven design and in 10 current production. Obsolete components or components scheduled for immediate 11 discontinuation shall not be used. 12 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 13 A. Prior to jobsite delivery, complete all submittal requirements, and present to the 14 Owner/Engineer prior to delivery of the equipment and materials, an approved copy of 15 all such submittals. 16 B. Protect equipment and materials during shipment, handling, and storage by suitable 17 complete enclosures. Protect equipment from exposure to the elements and keep 18 thoroughly dry. 19 C. Protect painted surfaces against impact, abrasion, discoloration, and other damage. 20 Repaint damaged painted surfaces to the satisfaction of the Owner/Engineer. 21 1.7 WARRANTY 22 A. The Manufacturer shall warrant the system and equipment to be free from defects in 23 material and workmanship for one year from date of final acceptance of the equipment. 24 Within such period of warranty the Manufacturer shall promptly furnish all material and 25 labor necessary to return the equipment to new operating condition. Any warranty work 26 requiring shipping or transporting of the equipment shall be performed by the 27 Manufacturer, at no expense to the Owner. 28 PART 2 - PRODUCTS 29 2.1 SUPPLIERS 30 A. Subject to compliance with the Contract Documents, the following Suppliers are 31 acceptable: 32 1. Bonded Lightning / Advanced Lightning Technology, Argyle, Texas 33 2. Hicks Lightning Protection, Ponder, Texas 34 3. VFC, Inc. Grapevine, Texas 35 4. Approved Equal 36 B. The listing of specific suppliers above does not imply acceptance of their products that 37 do not meet the specified ratings, features and functions. Manufacturers listed above are 38 not relieved from meeting these specifications in their entirety. 39 2.2 GENERAL 26 41 00 - 4 LIGHTNING PROTECTION SYSTEM Page 4 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 A. The system to be furnished under this specification shall be the standard product of 2 manufacturers regularly engaged in the production of lightning protection equipment 3 and shall be the manufacturer’s latest approved design. Lightning protection system 4 installers / designers shall be certified by the Lightning Protection Institute for the work. 5 Submit LPI training and qualifications for each designer and installer. The installation 6 shall be in full compliance with UL 96A and NFPA 780. Should conflict between the 7 two standards be discovered and at issue for the project, submit the issue to the 8 Engineer for resolution. 9 B. All equipment shall be new and of a design and construction to suit the application 10 where it is used in accordance with accepted industry standards and LPI, UL, and 11 NFPA standard requirements. 12 C. At the point where an electrical service of 1000 Volts or less is generated, a surge 13 protection device shall be provided and installed, complying with UL96A, for a UL 14 Master Label Certificate of Inspection. The surge protection device shall comply with 15 UL Standard 1449 Third Edition, as a Type 1 or Type 2 lightning rated unit of 20ka or 16 more, as specified in Section 26 43 13. 17 2.3 MATERIALS 18 A. Class I Class II materials may be utilized for Class I structures, not exceeding 75 feet 19 above grade. All other structures shall utilize Class II materials. 20 B. Unless otherwise specified herein, all materials shall be tin plated copper with 316 21 stainless steel fasteners (nuts, bolts, washers and anchors) , and used in accordance with 22 LPI, UL and NFPA code requirements. 23 C. Aluminum materials, with 316 stainless steel fasteners (nuts, bolts, washers and 24 anchors), shall be used only on aluminum, galvalume or galvanized metal structures. 25 Where aluminum, galvalume or galvanized metal parapet caps are used, the entire roof 26 lightning protection equipment shall utilize aluminum components. Approved 27 transitional components shall be used for transitions to aluminum materials. Down leads 28 and grounding shall utilize tinned copper with the bimetal transition occurring at the bi- 29 metal through roof assembly. 30 D. All air terminal bases for flat roof areas shall be the adhesive type. 31 E. Conductors shall be tinned copper, (aluminum where installed on aluminum roofs). 32 Provide conductors with their wire size, stranding, and weight in accordance with 33 NFPA 780. 34 F. Conductor fasteners shall be an approved type of non-corrosive metal, and have ample 35 strength to support conductors. Cable fasteners shall be of the adhesive type. 36 G. All cable connecters shall be tin coated copper cast bronze with screw pressure type 316 37 stainless steel bolts, washers and nuts. 38 H. Where any part of a protection system is exposed to potential mechanical injury, protect 39 it by covering it with PVC conduit. 40 PART 3 - EXECUTION 41 3.1 INSTALLATION 26 41 00 - 5 LIGHTNING PROTECTION SYSTEM Page 5 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 A. All materials shall be installed by experienced workmen that specialize in this type of 2 work. The lightning protection system shall be installed per approved shop drawings 3 and UL and NFPA recommended practices. 4 B. Install air terminals on structure steel framework bonded to the down coming cables. 5 Unless otherwise specified herein, all materials shall be tin plated copper with 316 6 stainless steel fasteners (bolts, nuts, washers and anchors) , and used in accordance with 7 LPI, UL and NFPA code requirements. Conduit shall be as specified under Section 26 8 05 33. 9 C. Bond structure steel framework as required by NFPA 780 and UL 96A. 10 D. Bond all metal pipes and metal structures as required by NFPA 780 and UL 96A. 11 E. All concealed conductors shall be installed in Schedule 40 PVC conduit. 12 F. Provide a dedicated lightning protection system ground rod at the ground end of each 13 down lead in accordance with NFPA 780 4.13.1.1(1). If a grounding counterpoise 14 loop is present, bond each lightning protection system down lead to the nearest power 15 system grounding electrode (ground rod) which is a part of the counterpoise in 16 accordance with NFPA 780 4.13.1.1(2). Exothermically weld each down lead to the 17 ground rod. All down lead conductors shall be installed without splice from the roof 18 lightning protection conductors to the dedicated lightning protection system ground rod. 19 G. All concealed lightning protection system connections shall be exothermically welded. 20 The only exception shall be for lightning protection systems installed in NEC Classified 21 areas as determined by NFPA 820, the Engineer or the NEC Authority Having 22 Jurisdiction. 23 H. All components of the system, on or above the roof, shall be connected to the system 24 ground. 25 3.2 TESTING 26 A. Employ the services of a UL field inspector, for inspection of the system upon 27 completion of the installation. The Contractor shall assume full responsibility for the 28 correctness of the installation and shall make any and all corrections and additions 29 deemed necessary by the UL inspector. The Contractor shall pay for all costs of the UL 30 inspection and any subsequent re-inspections as required. 31 B. Inspection and testing to be performed by personnel regularly engaged in the 32 installation and testing of Master Labeled lightning protection systems. 33 C. Inspect the system for proper installation. 34 D. Test the complete system for continuity to the electrical grounding system. 35 E. An application shall be made to the Underwriters Laboratories Inc. for inspection and 36 certification, and shall be delivered to the Engineer, confirming that all concealed 37 components have been monitored during job construction. 38 F. A UL Certification shall be provided for each and every new structure, including all 39 parts of existing structures that are expanded, as defined by NFPA 780 and UL 96A. A 40 Master Label shall be obtained for all structures where the service voltage is less than 41 1000 VAC. 26 41 00 - 6 LIGHTNING PROTECTION SYSTEM Page 6 of 6 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 G. All inspections shall be done by a third party inspector in person on site by a UL or LPI 2 certified inspector. Self-inspection by the lightning protection system designer or 3 installer is not acceptable. Photographic inspection is not acceptable. All lightning 4 protection system inspections shall be witnessed by the Engineer / Owner. 5 Unwitnessed inspections are not acceptable and shall be re-done if not witnessed with 6 no change in the Contract Price or Contract Time. 7 END OF SECTION 26 43 13 - 1 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) Page 1 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 SECTION 26 43 13 2 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) 3 PART 1 - GENERAL 4 1.1 SCOPE OF WORK 5 A. This Section of the Specifications describes the requirements for low voltage AC surge 6 protective devices (SPDs 1Kv and less), to be furnished under other Sections of the 7 Specifications. 8 B. All equipment described herein shall be submitted, and factory installed, as an integral 9 part of equipment specified elsewhere in these Specifications. 10 1.2 RELATED WORK 11 A. Refer to Division 26 00 00 for related work and electrical coordination requirements. 12 1.3 SUBMITTALS 13 A. Submittals for equipment specified herein shall be made as a part of equipment 14 furnished under other Sections. Individual submittals for equipment specified herein 15 will not be accepted and will be returned unreviewed. Unmarked cut sheets will cause 16 rejection of the submittal and its return for revision. 17 B. Submittals shall also contain information on related equipment to be furnished under 18 this Specification but described in the related sections to which reference is made in the 19 Related Work paragraph above. Incomplete submittals not containing the required 20 information on the related equipment will be returned unreviewed. 21 C. Submit catalog data for all items supplied from this specification Section as applicable. 22 Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc., 23 enough to confirm that the SPD provides every specified requirement. Any options or 24 exceptions shall be clearly indicated, with the reason for such deviations. Acceptance of 25 any deviation will be at the sole discretion of the Owner/Engineer. Shop drawings, not 26 so checked and noted, will be returned unreviewed. 27 D. The submittals shall include: 28 1. Dimensional drawing of each SPD type. 29 2. UL 1449 Third Edition Listing, Standard for Safety, Surge Protective Devices, 30 documentation. Provide verification that the SPD complies with the required 31 ANSI/UL 1449 3rd Edition listing by Underwriters Laboratories (UL) or other 32 Nationally Recognized Testing Laboratory (NRTL). 33 3. UL 1283 Listing, Electromagnetic Interference Filters, documentation. 34 4. ANSI/IEEE C6241 and C6245, Category C3 (20kV-1.2/50, 10kA-8/20µs 35 waveform) clamping voltage test results. 36 E. Operation and Maintenance Manuals. 37 1. Operation and Maintenance manuals shall include the following information: 38 a. Manufacturer’s contact address and telephone number for parts and service. 39 b. Instruction books and/or leaflets 40 c. Recommended renewal parts list 26 43 13 - 2 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) Page 2 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 d. Record Documents for the information required by the Submittals above. 2 1.4 REFERENCE CODES AND STANDARDS 3 A. The equipment in this specification shall be designed and manufactured according to 4 latest revision of the following standards (unless otherwise noted): 5 1. UL 1449 Third Edition – Surge Protective Devices 6 2. UL 1283 Electromagnetic Interference Filters 7 3. ANSI/IEEE C62.41.2-2002 – IEEE Recommended Practice on Characterization of 8 Surge Voltages in Low Voltage AC Power Circuits 9 4. ANSI/IEEE C62.45-2002 – IEEE Recommended Practice on Surge Testing for 10 Equipment Connected to Low-Voltage AC Power Circuits. 11 5. NEC Article 285 - Surge Protective Devices 12 6. NEMA/ISCI – 109 Transient Overvoltage Withstand Test 13 7. IEEE Std. 472/ANSI C37.90A Surge Withstand Capability Tests 14 8. IEC 255.4 Surge Withstand Capability Tests 15 B. All SPDs and their installation shall comply with the requirements of the National 16 Electric Code and Underwriters Laboratories (UL) where applicable. 17 C. Each specified device shall also conform to the standards and codes listed in the 18 individual device paragraphs. 19 1.5 QUALITY ASSURANCE 20 A. The manufacturer of this equipment shall have produced similar electrical equipment 21 for a minimum period of five years. When requested by the Owner/Engineer, an 22 acceptable list of installations with similar equipment shall be provided demonstrating 23 compliance with this requirement. 24 B. The manufacturer of the SPD shall be the same as the manufacturer of the service 25 entrance and distribution equipment in which the devices are installed and shipped. The 26 protected electrical equipment, after installation of the SPD, shall be fully tested and 27 certified to the following UL standards: 28 1. UL 67 - Panelboards. 29 2. UL 845 - Motor Control Centers. 30 3. UL 891 - Switchboards. 31 4. UL 1558 - Low Voltage Switchgear. 32 C. For the equipment specified herein, the manufacturer shall be ISO 9001 or 9002 33 certified. 34 1.6 WARRANTY 35 A. Provide warrantees, including the manufacturer’s warrantee, for the equipment 36 specified and the proper installation thereof, to be free from defects in material and 37 workmanship for two years from date of final acceptance of the equipment and its 38 installation. Within such period of warranty, all material and labor necessary to return 39 the equipment to new operating condition shall be provided. Any warranty work 40 requiring shipping or transporting of the equipment shall be provided at no expense to 41 the Owner. 26 43 13 - 3 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) Page 3 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 PART 2 - PRODUCTS 2 2.1 MANUFACTURERS 3 A. Subject to compliance with the Contract Documents, the following Manufacturers are 4 acceptable (Type 1 and Type 2): 5 1. Cutler Hammer. 6 2. General Electric Co. 7 3. Square D 8 4. Allen Bradley 9 5. Approved equal. 10 B. Subject to compliance with the Contract Documents, the following Manufacturers are 11 acceptable (Type 3): 12 1. Edco SLAC Series 13 2. Phoenix Contact 14 3. Brick Wall Model PWOM20 15 4. Approved equal. 16 2.2 SERVICE ENTRANCE AND DISTRIBUTION EQUIPMENT 17 A. General 18 1. All SPDs shall be internal to the equipment being protected. Externally housed 19 SPDs will not be acceptable. 20 2. All SPDs shall be marked with a short-circuit current rating and shall meet or 21 exceed the available fault current at the connection point. 22 3. UL 1449 Usage Classifications. 23 a. Type 1 – Permanently connected SPDs intended for installation between the 24 secondary of the service transformer and the line side of the service equipment 25 overcurrent device and intended to be installed without an external overcurrent 26 protective device. 27 b. Type 2 – Permanently connected SPDs intended for installation on the load side 28 of service equipment overcurrent device; including SPDs located at the branch 29 panel. 30 c. Type 3 – Point of utilization SPDs, installed at a minimum conductor length of 31 10 meters (30 feet) from the electrical service panel to the point of utilization, 32 for example cord connected, direct plug-in, receptacle type and SPDs installed 33 at the utilization equipment being protected. The distance (10 meters) is 34 exclusive of conductors provided with or used to attach SPDs. 35 4. Construction of Type 1 and Type 2. 36 a. Fully Integrated Component Design: All of the SPD’s components and 37 diagnostics shall be contained within one discrete assembly. SPDs or individual 38 SPD modules that must be ganged together in order to achieve higher surge 39 current ratings or other functionality will not be accepted. 26 43 13 - 4 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) Page 4 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 b. Overcurrent Protection: The unit shall contain thermally protected MOVs. The 2 thermally protected MOVs shall have a thermal protection element packaged 3 together with the MOV in order to achieve overcurrent protection of the MOV. 4 The thermal protection element shall disconnect the MOV(s) from the system 5 in a fail-safe manner should a condition occur that would cause them to enter a 6 thermal runaway condition. 7 c. Maintenance Free Design: The SPD shall be maintenance free and shall not 8 require any user intervention throughout its life. SPDs containing items such as 9 replaceable modules, replaceable fuses, or replaceable batteries are not 10 acceptable. SPDs that require maintenance of any sort such as periodic 11 tightening of connections are not acceptable. 12 d. Balanced Suppression Platform: The surge current shall be equally distributed 13 to all MOV components to ensure equal stressing and maximum performance. 14 The surge suppression platform must provide equal impedance paths to each 15 matched MOV. Designs incorporating replaceable SPD modules are not 16 acceptable. 17 e. Electrical Noise Filter: Each unit shall include a high-performance EMI/RFI 18 noise rejection filter. Noise attenuation for electric line noise shall be up to 50 19 dB from 10 kHz to 100 MHz using the MIL-STD-220A insertion loss test 20 method. 21 f. Internal Connections: No plug-in component modules or printed circuit boards 22 shall be used as surge current conductors. All internal components shall be 23 soldered, hardwired with connections utilizing low impedance conductors. 24 g. Power and ground connections shall be prewired within the protected 25 equipment. 26 h. Local Monitoring: Visible indication of proper SPD connection and operation 27 shall be provided. The indicator lights shall indicate which phase as well as 28 which module is fully operable. The status of each SPD module shall be 29 monitored on the front cover of the enclosure as well as on the module. A 30 push-to-test button shall be provided to test each phase indicator. Push-to-test 31 button shall activate a state change of dry contacts for testing purposes. 32 i. Surge Counter: The SPD shall indicate user how many surges have occurred at 33 the location. The surge counter shall trigger each time a surge event with a peak 34 current magnitude of a minimum of 50 ± 20A occurs. A reset pushbutton shall 35 also be standard, allowing the surge counter to be zeroed. The reset button shall 36 contain a mechanism to prevent accidental resetting of the counter via a single, 37 short-duration button press. To prevent accidental resetting, the surge counter 38 reset button shall be depressed for a minimum of two seconds in order to clear 39 the surge count total. The ongoing surge count shall be stored in non-volatile 40 memory or UPS backup. 41 j. Remote Monitoring: For remote monitoring, the SPDs shall provide the same 42 discrete and analog signal and control functions as specified for local 43 monitoring and the surge counter, to a terminal strip for outgoing connection to 44 a PLC as shown on the Drawings. The functions shall be converted as specified 45 for interface to the monitored equipment. 46 k. The voltage surge suppression system shall incorporate thermally protected 47 metal-oxide varistors (MOVs) as the core surge suppression component for the 48 service entrance and all other distribution levels. The system shall not utilize 49 silicon avalanche diodes, selenium cells, air gaps, or other components that may 50 crowbar the system voltage leading to system upset or create any environmental 51 hazards. 26 43 13 - 5 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) Page 5 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 l. SPD shall be Listed in accordance with UL 1449 Third Edition and UL 1283, 2 Electromagnetic Interference Filters. 3 m. Integrated surge protective devices (SPD) shall be Component Recognized in 4 accordance with UL 1449 Third Edition, Section 37.3.2 and 37.4 at the 5 standard’s highest short circuit current rating (SCCR) of 200 kA, including 6 intermediate level of fault current testing. 7 n. SPD shall be tested with the ANSI/IEEE Category C High exposure waveform 8 (20kV-1.2/50µs, 10kA-8/20µs). 9 o. SPD shall provide suppression for all modes of protection: L-N, L-G, and N-G 10 in WYE systems (7 Mode). 11 5. Construction of Type 3. 12 a. Fully Integrated Component Design: All of the SPD’s components and 13 diagnostics shall be contained within one discrete assembly. SPDs or individual 14 SPD modules that must be ganged together in order to achieve higher surge 15 current ratings or other functionality will not be accepted. 16 b. Maintenance Free Design: The SPD shall be maintenance free and shall not 17 require any user intervention throughout its life. SPDs containing items such as 18 replaceable modules, replaceable fuses, or replaceable batteries are not 19 acceptable. SPDs requiring any maintenance of any sort such as periodic 20 tightening of connections are not acceptable. 21 c. Electrical Noise Filter: Each unit shall include a high-performance EMI/RFI 22 noise rejection filter. Noise attenuation for electric line noise shall be up to 50 23 dB from 10 kHz to 100 MHz using the MIL-STD-220A insertion loss test 24 method. 25 d. Internal Connections: No plug-in component modules or printed circuit boards 26 shall be used as surge current conductors. All internal components shall be 27 soldered, hardwired with connections utilizing low impedance conductors. 28 e. Power and ground connections shall be prewired within the protected 29 equipment. 30 f. Local Monitoring: Visible indication of proper SPD connection and operation 31 shall be provided. The indicator light shall indicate that the module is fully 32 operable. The status of each SPD module shall be monitored on the front cover 33 of the module. 34 g. SPD shall be Listed in accordance with UL 1449 Third Edition and UL 1283, 35 Electromagnetic Interference Filters. 36 h. SPD shall be tested with the ANSI/IEEE Category C High exposure waveform 37 (20kV-1.2/50µs, 10kA-8/20µs). 38 B. Applications. 39 1. Service Entrance Rated Equipment (Type 1). 40 a. This applies to switchgear, switchboards, panelboards, motor control centers, 41 and other devices installed as service entrance equipment where the SPD is to 42 be permanently connected between the secondary of the service transformer 43 and the line side of the service equipment overcurrent device. 44 b. Service entrance located SPDs shall be tested and demonstrate suitability for 45 application within ANSI/IEEE C62.41 Category C environments. 46 c. The SPD shall be of the same manufacturer as the equipment 47 d. The SPD shall be factory installed inside the equipment, at the assembly point, 48 by the original equipment manufacturer 49 e. Locate the SPD on the load side of the main disconnect device, as close as 50 possible to the phase conductors and the ground/neutral bars. 26 43 13 - 6 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) Page 6 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 f. The SPD shall be connected through a UL approved disconnecting means. The 2 disconnect shall be located in immediate proximity to the SPD. Connection 3 shall be made via bus, conductors, or other connections originating in the SPD 4 and shall be kept as short as possible. 5 g. The SPD shall be integral to the equipment as a factory standardized design. 6 h. All monitoring and diagnostic features shall be visible from the front of the 7 equipment. 8 2. Distribution Equipment Applications (Type 2). 9 a. This applies to switchgear, switchboards, panelboards, motor control centers, 10 and other non-service entrance equipment where the SPD is to be permanently 11 connected on the load side of the equipment overcurrent device. 12 b. The SPD shall be of the same manufacturer as the equipment. 13 c. The SPD shall be included and mounted within the equipment by the 14 manufacturer. 15 d. The manufacturer shall size and provide the overcurrent and disconnecting 16 means for the SPD. 17 e. The SPD units shall be tested and demonstrate suitability for application within 18 ANSI/IEEE C62.41 Category B environments. 19 f. The SPD shall be located within the panelboard, unless otherwise shown on the 20 Drawings. SPDs shall be installed immediately following the load side of the 21 main breaker. SPDs installed in main lug only panelboards shall be installed 22 immediately following the incoming main lugs. 23 g. The SPD shall not limit the use of through-feed lugs, sub-feed lugs, and sub- 24 feed breaker options. 25 h. All monitoring and diagnostic features shall be visible from the front of the 26 equipment. 27 3. Individual Control Panel and Related Equipment Protection (Type 3). 28 a. Locate the SPD on the load side of the ground and neutral connections. 29 b. The SPD shall be connected through a disconnect circuit breaker or fuse as 30 shown on the drawings. The disconnecting means shall be located in immediate 31 proximity to the SPD. Connection shall be made via bus, conductors, or other 32 connections originating in the SPD and shall be kept as short as possible. 33 c. All monitoring and diagnostic features shall be visible from the front of the 34 equipment. 35 4. Mechanical Equipment Manufacturer’s Provided Control Panels (MEMs) and 36 Electrical Manufacturer’s Provided Control Panels (OEMs) Applications (Type 1, 37 Type 2, and Type 3) 38 a. Where any such panel is installed as service entrance equipment, a Type 1 SPD 39 shall be installed. 40 1) The same requirements for other service entrance equipment listed above 41 apply to this application except for the requirement that the Type 1 SPD 42 shall not be required to be of the same manufacturer as the panel. 43 b. Where any such panel is installed as non-service entrance equipment, but 44 within 50’ of wire length of the incoming power line when that line is 45 overhead. 46 1) The same requirements for other non-service entrance equipment listed 47 above apply to this application except for the requirement that the Type 2 48 SPD shall not be required to be of the same manufacturer as the panel. 49 2) Where a Type 1 SPD is installed, a Type 2 SPD is not required on the same 50 panel unless otherwise specifically shown on the drawings. 26 43 13 - 7 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) Page 7 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 c. Where any such panel includes a PLC, a Type 3 SPD shall be installed. 2 1) The same requirements for other individual control panel and related 3 equipment listed above apply to this application. 4 2) The SPD shall be integral to the MEM or OEM panel, as a factory 5 standardized design. 6 C. Ratings 7 1. Unit Operating Voltage: Refer to drawings for operating voltage and unit 8 configuration. 9 2. SPD shall be designed to withstand a maximum continuous operating voltage 10 (MCOV) of not less than 115% of nominal RMS voltage. 11 3. Minimum surge current rating shall be 240 kA per phase (120 kA per mode) for 12 service entrance and 120 kA per phase (60 kA per mode) for distribution 13 applications. 14 4. UL 1449 clamping voltage must not exceed the following: Voltage Protection 15 Rating (VPR) Voltage L-N L-G N-G 240/120 1200/800V 800V 800V 208Y/120 800V 800V 800V 480Y.277 1200V 1200V 1200V 600Y/347 1500V 1500V 1500V 16 5. Pulse life test: Capable of protecting against and surviving 5000 ANSI/IEEE 17 Category C High transients without failure or degradation of clamping voltage by 18 more than 10%. 19 6. Minimum UL 1449 3rd edition withstand Nominal Discharge Current (In) rating to 20 be 20kA per mode 21 2.3 ACCESSORIES 22 A. Furnish nameplates for each device as indicated on drawings. Color schemes shall be as 23 indicated on Drawings. 24 PART 3 - EXECUTION 25 3.1 INSTALLATION 26 A. All equipment specified herein shall be factory installed, field adjusted, tested and 27 cleaned as an integral part of equipment specified elsewhere in the individual 28 equipment Specification. 29 B. Types 1 and 2 shall be grounded and bonded as a part of the individual equipment as 30 specified in the individual equipment Section. Type 3 shall be grounded and bonded in 31 accordance with the SPD manufacturer’s instructions. 32 END OF SECTION 33 26 43 13 - 8 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) Page 8 of 8 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 THIS PAGE LEFT INTENTIONALLY BLANK 2 26 50 0016120 WIRES AND CABLES (600 VOLT MAXIMUM) - 1 LIGHTING SYSTEM Page 1 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 SECTION 26 50 00 2 LIGHTING SYSTEM 3 PART 1 - GENERAL 4 1.1 SCOPE OF WORK 5 A. Furnish all labor, materials, equipment and incidentals required and install a complete 6 lighting system ready for operation as shown on the Drawings and as specified herein. 7 1.2 RELATED WORK 8 A. No references are made to any other section which may contain work related to any 9 other section. The Contract Documents shall be taken as a whole with every section 10 related to every other section as required to meet the requirements specified. The 11 organization of the Contract Documents into specification divisions and sections is for 12 organization of the documents themselves and does not relate to the division of 13 suppliers or labor which the Contractor may choose to employ in the execution of the 14 Contract. Where references are made to other Sections and other Divisions of the 15 Specifications, the Contractor shall provide such information or additional work as may 16 be required in those references, and include such information or work as may be 17 specified. 18 B. Other Divisions 19 1. The Contractor shall be responsible for examining all Sections of the Specifications 20 and Drawings, and shall determine the power and wiring requirements and shall 21 provide external wiring and raceways, as required to provide a fully functioning 22 power, control and process control systems. If the equipment requires more 23 conductors and/or wiring, due to different equipment being supplied, the Contractor 24 shall furnish the additional conductors, raceways and/or wiring, with no change in 25 the Contract Price, and with no increase in Contract Time. 26 1.3 SUBMITTALS 27 A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 28 00 00 and as specified herein. All cut sheets shall be clearly marked to indicate which 29 products are being submitted for use on this project. Unmarked cut sheets will be cause 30 to reject the submittal and return it for revision. 31 B. Submittals shall also contain information on related equipment to be furnished under 32 this Specification but described in the related sections listed in the Related Work 33 paragraph above. Incomplete submittals not containing the required information on the 34 related equipment will be returned without review. 35 C. Manufacturer's technical information for the materials proposed for use in the systems. 36 D. For all light pole foundations shown to be installed in earth, provide installation and 37 anchoring drawings that are stamped and sealed by a licensed engineer in the state of 38 Texas. The soil condition shall be assumed to be disturbed earth. If compaction is 39 assumed, a compaction test shall be performed on all foundation locations, showing the 40 minimum field density assumed in the foundation design. 26 50 0016120 WIRES AND CABLES (600 VOLT MAXIMUM) - 2 LIGHTING SYSTEM Page 2 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 E. Submit manufacturer's name and catalog data for all lighting equipment specified in this 2 Section and on the lighting fixture schedule. 3 F. Shop drawings: Clearly indicate luminaire type, name of the job. Contractor shall 4 endeavor to submit all luminaires, drivers and integral controls shop drawings at one 5 time, in one package. Any re-submittals shall include all luminaire, driver and integral 6 controls previously rejected or requiring further information. Specialty SSL, custom, or 7 modified fixtures may be submitted as a separate package. 8 G. Shop Drawings: Reproductions of the Contract Drawings are not acceptable as shop 9 drawings. 10 H. Product Data: Provide dimensions, ratings and specific catalog number and 11 identification of items and accessories and performance data. 12 I. Shop Drawings: Indicate any dimensions and components for each luminaire that are 13 not a standard product of the manufacturer. 14 J. Wiring Diagrams – as needed for special operation or interaction with other system(s). 15 K. Photometric Data: Where indicated below or for substitutions, supply complete 16 photometric data for the fixture, including optical performance, rendered by NVLAP 17 approved laboratory developed according to the methods of the Illuminating 18 Engineering Society of North America. Submit electronically, in IESNA LM-63 19 standard format. Types XX and YY. 20 L. Submit photometric data for all substitute luminaries. Photometric reports are not 21 required from specified manufacturer unless noted in paragraph H above. 22 M. Specification Sheets: If lacking sufficient detail to indicate compliance with Contract 23 Documents, standard specification sheets will not be accepted. This includes, but is not 24 limited to, luminaire type designation, manufacturer's complete catalog number, 25 voltage, LED type, CCT, CRI, specific driver information, system efficacy, L70 life 26 rating, and any modifications necessary to meet the requirements of the Contract 27 Documents. 28 N. Substitutions shall include complete photometric data as outlined in paragraph H above, 29 and point-by-point calculations for the specific conditions on the project. Samples shall 30 be required for consideration of any substitutions and must be submitted in accordance 31 with the terms outlined in paragraph below. 32 O. Working Samples of all substitutions: Samples shall be 120-volt with cord and plug 33 attached, and shall include specified LEDs and all modifications necessary to meet the 34 requirements specified in the Contract Documents. 35 P. Energy Efficiency: 36 1. Submit documentation for Energy Star qualifications for equipment provided under 37 work of this Section. 38 2. Submit data indicating luminaire efficiency. 39 3. Submit data indicating Ballast Efficacy Factor (BEF). 40 4. Submit data indicating Luminaire Efficacy rating (LER). 41 5. Submit data indicating color rendition index of light source. 42 Q. Submit environmental data in accordance with Table 1 of ASTM E2129 for products 43 provided under work of this Section. 26 50 0016120 WIRES AND CABLES (600 VOLT MAXIMUM) - 3 LIGHTING SYSTEM Page 3 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 R. Manufacturer's technical information for the materials proposed for use in the systems. 2 1.4 REFERENCE CODES AND STANDARDS 3 A. All lighting fixtures shall be in accordance with the National Fire Protection 4 Association (NFPA) NFPA 70 “National Electrical Code” (NEC), and shall be 5 constructed in accordance with the latest edition of the Underwriters Laboratories (UL) 6 "Standards for Safety, Electric Lighting Fixtures". 7 B. National Energy Policy Act of 2005, Public Law No. 109-58. 8 C. IESNA LM-63 - ANSI Approved Standard File Format for Electronic Transfer of 9 Photometric Data and Related Information; 2002. 10 D. NFPA 70 - National Electrical Code; National Fire Protection Association; 2008. 11 E. IESNA LM-79-08 IESNA - Approved Method for Electrical and Photometric. 12 F. Measurements of Solid State Lighting Products; 2008. 13 G. IESNA LM-80-08 IESNA - Approved Method for Measuring Lumen Maintenance of 14 LED Light Sources. 15 H. IESNA LM-80-08 IESNA - Approved Method for Measuring Lumen Maintenance of 16 LED Light Sources. 17 I. IESNA TM-21-2011 – Projecting Long Term Lumen Maintenance of LED Light 18 Sources. 19 J. UL 8750 – Light Emitting Diode (LED) Equipment for Use in Lighting Products. 20 K. OSHA 29CFR1910.7 – Luminaires shall be listed by national recognized testing 21 laboratory approved by United Stated Department of Labor, Occupational Safety and 22 Health Administration (OSHA). 23 1.5 QUALITY ASSURANCE 24 A. All fixtures shall be of the energy-efficient type. 25 B. The manufacturer of these materials shall have produced similar lighting fixtures for a 26 minimum period of five years. When requested by the Owner/Engineer, an acceptable 27 list of installations with similar systems shall be provided demonstrating compliance 28 with this requirement. 29 C. The luminaires shall be manufactured in accordance with a manufacturer quality 30 assurance (QA) program. The QA program shall include two types of quality assurance: 31 (1) design quality assurance and (2) production quality assurance. The production 32 quality assurance shall include statistically controlled routine tests to ensure minimum 33 performance levels of the modules built to meet this specification. These tests shall 34 include: CCT, CRI, Lumen output and wattage. Tests shall be recorded, analyzed and 35 maintained for future reference. 36 D. QA process and test results documentation shall be kept on file for a minimum period 37 of seven years. 38 E. LED luminaire designs not satisfying design qualification testing and the production 39 quality assurance testing performance requirements described below shall not be 40 labeled, advertised, or sold as conforming to this specification. 26 50 0016120 WIRES AND CABLES (600 VOLT MAXIMUM) - 4 LIGHTING SYSTEM Page 4 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 F. Equipment submitted shall fit within the space shown on the Drawings. Equipment 2 which does not fit within the space is not acceptable. 3 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 4 A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal 5 requirements, and present to the Owner/Engineer upon delivery of the equipment, an 6 approved copy of all such submittals. Delivery of incomplete constructed equipment, 7 onsite factory work, or failed factory tests will not be permitted. 8 B. Protect equipment during shipment, handling, and storage by suitable complete 9 enclosures. Protect equipment from exposure to the elements and keep thoroughly dry. 10 C. Protect painted surfaces against impact, abrasion, discoloration, and other damage. 11 Repaint damaged painted surfaces to the satisfaction of the Owner/Engineer. 12 D. Equipment shall be installed in its permanent location shown on the Drawings within 13 seven calendar days of arriving onsite. If the equipment cannot be installed within seven 14 calendar days, the equipment shall be stored on site in a dry heated and air conditioned 15 space. If there is no such storage space on site, the equipment shall not be delivered to 16 the site, but stored offsite, at the Contractor’s expense, until such time that the site is 17 ready for permanent installation of the equipment. 18 1.7 WARRANTY 19 A. The Manufacturer shall warrant the system and equipment to be free from defects in 20 material and workmanship for one year from date of final acceptance of the equipment. 21 Within such period of warranty the Manufacturer shall promptly furnish all material and 22 labor necessary to return the equipment to new operating condition. Any warranty work 23 requiring shipping or transporting of the equipment shall be performed by the 24 Contractor at no expense to the Owner. 25 B. The manufacturer shall provide a warranty against loss of performance and defects in 26 materials and workmanship for the Luminaires for a period of five years after 27 acceptance of the Luminaires. Warranty shall cover all components comprising the 28 luminaire. All warranty documentation shall be provided to customer prior to the first 29 shipment. 30 C. The equipment shall be warranted to be free from defects in workmanship, design, and 31 materials. If any part of the equipment should fail during the warranty period, it shall be 32 replaced and the unit(s) restored to service at no additional cost (including parts, labor, 33 and travel expenses) to the Owner. 34 D. The manufacturer’s warranty period shall run concurrently with the Contractor’s 35 warranty period. No exception to this provision shall be allowed. 36 PART 2 - PRODUCTS 37 2.1 MANUFACTURERS 38 A. Subject to compliance with the Contract Documents, the following Manufacturers are 39 acceptable: 26 50 0016120 WIRES AND CABLES (600 VOLT MAXIMUM) - 5 LIGHTING SYSTEM Page 5 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 1. Lighting fixture manufacturers and types as required by the "Lighting Fixture 2 Schedule" on the Drawings. The catalog numbers are given as a guide to the design 3 and quality of fixture desired. Equivalent designs and equal quality fixtures of other 4 manufacturers will be acceptable upon approval by the Owner/Engineer. 5 B. The listing of specific manufacturers above does not imply acceptance of their products 6 that do not meet the specified ratings, features and functions. Manufacturers listed 7 above are not relieved from meeting these specifications in their entirety. 8 C. Where specified to match existing fixtures, fixtures of the same manufacturer and type 9 shall be installed. 10 2.2 LIGHTING FIXTURES 11 A. General 12 1. All lamps shall be of one manufacturer and shall be as manufactured by 13 Osram/Sylvania Electric Products, Inc.; General Electric Co.; North American 14 Philips Lighting Corp. or equal. 15 2. All ballasts shall be UL listed, ETL certified, Class "P", high power factor 16 (minimum 0.90). 17 3. Ballasts shall have an "A" sound rating or better. 18 4. All ballasts used in exterior applications shall have a minimum starting temperature 19 of 0°F unless otherwise specified. 20 5. All interior ballasts shall have a minimum starting temperature of 50°F. 21 6. Ballasts shall be parallel wired type and designed to operate the number and length 22 of lamps specified. 23 7. The total harmonic distortion (THD) of each ballast shall be 10% or less. 24 8. Ballasts shall have a minimum ballast factor of 0.88 = N and as specified in the 25 fixture schedule. 26 9. Ballasts shall have nominal power factor 0.90 or higher. 27 10. Ballasts shall have a maximum lamp current crest factor of 1.4. 28 11. Ballast shall provide normal rated life for the lamp specified. 29 12. All electronic ballasts shall be warranted for parts and replacement for five full 30 years from the date of installation. 31 13. All ballasts shall be as manufactured by G.E., Advance, Model Mark V, similar by 32 Osram/Sylvania; MagneTek or equal. 33 14. Where the equipment contains a programmable logic controller (PLC) or an 34 uninterruptible power supply (UPS), the equipment manufacturer shall furnish 35 factory installed, a dedicated Point of Utilization Device (SPD), as specified in 36 Section 26 43 13, Individual Control Panel and Related Equipment Protection 37 (Type 3). 38 B. Fixed Mount 39 1. Fluorescent Fixtures 40 a. Lamps 41 1) Furnish high lumen fluorescent lamps where listed. 42 2) Linear fluorescent lamps shall be T8 or T5 as required by the fixture, 43 rapid/instant start, tri-phosphor, minimum CRI 86, and compact types all as 44 shown on the Fixture Schedule" 45 b. Ballasts 26 50 0016120 WIRES AND CABLES (600 VOLT MAXIMUM) - 6 LIGHTING SYSTEM Page 6 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 1) All linear fluorescent light fixtures shall have an electronic ballast unless 2 otherwise noted on the Lighting Fixture Schedule. 3 2. High Pressure Sodium Fixtures 4 a. Lamps 5 1) Dual arc tube HPS as shown on the "Lighting Fixture Schedule." 6 2) High pressure sodium lamps shall be clear, non-cycling, and of the size and 7 type as shown on the Lighting Fixture Schedule. 8 b. Ballasts 9 1) High pressure sodium ballasts shall be of the constant wattage type, with 10 multi-tap windings, of the correct size and voltage for the fixture it is to 11 serve as shown on the Lighting Fixture Schedule. 12 3. Metal Halide Fixtures 13 a. Lamps 14 1) Metal halide lamps shall be clear pulse-start, and of the size and type as 15 shown on the Lighting Fixture Schedule. 16 b. Ballasts 17 1) Pulse-start metal halide ballasts shall be of the constant wattage auto- 18 transformer type, with a minimum efficiency of 88%, for lamp wattages 19 from 150 watts to 500 watts. 20 2) Non-pulse start electronic ballasts shall have an efficiency of 92% for 21 wattages greater than 250 watts and a minimum efficiency of 90% for 22 wattages less than or equal to 250 watts. 23 4. Incandescent Fixtures 24 a. Lamps 25 1) Incandescent lamps shall be compact fluorescent self-ballasted, minimum 26 1000 hours. 27 C. LED Luminaires 28 1. Each luminaire shall consist of an assembly that utilizes LEDs as the light source. 29 In addition, a complete luminaire shall consist of a housing, LED array, and 30 electronic driver (power supply) and integral controls as per this specification. 31 2. Each luminaire shall be designed to operate at an average operating temperature of 32 25°C. 33 3. The operating temperature range shall be 0°C to +25°C. Each luminaire shall meet 34 all parameters of this specification throughout the minimum operational life when 35 operated at the average operating temperature. 36 4. Nominal luminaire dimensions: refer to light fixture schedules. 37 D. Luminaire Construction: 38 1. Luminaire housing to have no visible welding, screws, springs, hooks, rivets, bare 39 LEDs or plastic supports. 40 2. The luminaire shall be a single, self-contained device, not requiring onsite assembly 41 for installation. The power supply and circuit board for the luminaire shall be 42 integral to the unit. 43 3. Luminaires shall be fabricated from post painted cold rolled steel and shall be a 44 rigid structure with integral T-bar clips. 45 4. Finish: Polyester powder coat painted with 92% high-reflective paint after 46 fabrication. 26 50 0016120 WIRES AND CABLES (600 VOLT MAXIMUM) - 7 LIGHTING SYSTEM Page 7 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 5. Reflector: rugged one-piece cold rolled steel with embossed multi-facets, echoing 2 the frequency of the refractor prisms to distribute soft light at multiple angles, 3 without flashing thus reducing high luminance contrast. 4 6. End caps shall be sloped at 70 degrees to create depth. 5 7. Luminaire to have smooth transition between T-bar and reflector arch. No 6 doorframe or exposed hardware. 7 8. Polymeric materials (if used) of enclosures containing either the power supply or 8 electronic components of the luminaire shall be made of UL94VO flame retardant 9 materials. Luminaire lenses are excluded from this requirement. 10 9. Integral Grid Clips required on recessed mounted luminaires along with integral tie 11 wire mounting points. 12 10. Luminaire to have air removal capability as specified. 13 11. The assembly and manufacturing process for the SSL luminaire shall be designed to 14 assure all internal components are adequately supported to withstand mechanical 15 shock and vibration. 16 E. LED Sources 17 1. LEDs shall be manufactured by: 18 a. Nichia 19 b. Samsung 20 c. Osram 21 2. Lumen Output – minimum initial lumen output of the luminaire shall be as follows 22 for the lumens exiting the luminaire in the 0-90 degree zone - as measured by 23 IESNA Standard LM-79-08 in an accredited lab. Exact tested lumen output shall be 24 clearly noted on the shop drawings. 25 3. Lumen output shall not decrease by more than 20% over the minimum operational 26 life of 50,000 hours. 27 4. Individual LEDs shall be connected such that a catastrophic loss or the failure of 28 one LED will not result in the loss of the entire luminaire. 29 5. LED Boards shall be suitable for field maintenance or service from below the 30 ceiling with plug-in connectors. LED boards shall be upgradable. 31 6. Light Color/Quality 32 a. Correlated Color temperature (CCT) range as per specification, between 33 3500K, 4100K and 5000K shall be correlated to chromaticity as defined by the 34 absolute (X,Y) coordinates on the 2-D CIE chromaticity chart. 35 b. The color rendition index (CRI) shall be 80 or greater. 36 c. Color shift over 6,000 hours shall be <0.007 change in u’ v’ as demonstrated in 37 IES LM80 report. 38 F. Power Supply and Driver 39 1. Driver: AccuDrive, 120-277 Volt, UL Listed, CSA Certified, Sound Rated A+. 40 Driver shall be greater than 80% efficient at full load across all input voltages. Input 41 wires shall be #18 AWG solid copper minimum. 42 2. Driver shall be suitable for full-range dimming. The luminaire shall be capable of 43 continuous dimming without perceivable flicker over a range of 100% to 5% of 44 rated lumen output with a smooth shutoff function. Dimming shall be controlled by 45 a 0-10 volt signal. 46 3. Driver shall be UL listed. 26 50 0016120 WIRES AND CABLES (600 VOLT MAXIMUM) - 8 LIGHTING SYSTEM Page 8 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 4. Maximum stand-by power shall be one watt. 2 5. Driver disconnect shall be provided where required to comply with codes. 3 6. The electronics/power supply enclosure shall be internal to the SSL luminaire and 4 be accessible per UL requirements. 5 7. The surge protection which resides within the driver shall protect the luminaire 6 from damage and failure for transient voltages and currents as defined in 7 ANSI/IEEE C64.41 2002 for Location Category A, where failure does not mean a 8 momentary loss of light during the transient event. 9 G. Electrical 10 1. Operation Voltage - The luminaire shall operate from a 50 or 60 Hertz ±3 Hertz AC 11 line over a voltage ranging from 120 volts AC to 277 volts AC. The fluctuations of 12 line voltage shall have no visible effect on the luminous output. The standard 13 operating voltages are 120 volts AC, 277 volts AC, 347 volts AC. 14 2. Power Factor: The luminaire shall have a power factor of 90% or greater at all 15 standard operating voltages and full luminaire output. 16 3. THD: Total harmonic distortion (current and voltage) induced into an AC power 17 line by a luminaire shall not exceed 20% at any standard input voltage. 18 4. Surge Suppression: The luminaire shall include surge protection to withstand high 19 repetition noise and other interference. 20 5. RF Interference: The luminaire and associated onboard circuitry must meet Class A 21 emission limits referred in Federal Communications Commission (FCC) Title 47, 22 Subpart B, Section 15 Non-Consumer requirements for EMI/RFI emissions. 23 6. Electrical connections between normal power and driver must be modular utilizing 24 a snap fit connector. All electrical components must be easily accessible after 25 installation and be replaceable without removing the fixture from the ceiling. 26 7. All electrical components shall be RoHS compliant. 27 H. Exit Sign: UL listed. Provide with automatic power failure device with integral self- 28 testing module and fully automatic high/low trickle charger in a self-contained power 29 pack. Battery shall be sealed electrolyte type; shall operate unattended; and require no 30 maintenance, including no additional water, for a period of not less than five years. 31 LED exit sign shall have emergency run time of 1-1/2 hours (minimum). The light 32 emitting diodes shall have rated lamp life of 70,000 hours (minimum). All exit sign 33 fixtures shall be rated maximum of five watts per fixture. 34 I. Photometric Requirements 35 1. Luminaire performance shall be tested as described herein. 36 2. Luminaire performance shall be judged against the specified minimum illuminance 37 in the specified pattern for a particular application. 38 3. Luminaire lighting performance shall be adjusted (depreciated) for the minimum 39 life expectancy (Section 2.2.5). 40 4. The performance shall be adjusted (depreciated) by using the LED manufacturer’s 41 data or the data from the IESNA Standard TM-21 test report, which ever one results 42 in a higher level of lumen depreciation. 43 5. The luminaire may be determined to be compliant photometrically, if: 44 a. The initial minimum illuminance level is achieved in 100% of the area of the 45 specified lighting pattern. 46 b. The measurements shall be calibrated to standard photopic calibrations. 26 50 0016120 WIRES AND CABLES (600 VOLT MAXIMUM) - 9 LIGHTING SYSTEM Page 9 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 c. Add specific project requirements. 2 J. Thermal Management 3 1. The thermal management (of the heat generated by the LEDs) shall be of sufficient 4 capacity to assure proper operation of the luminaire over the expected useful life 5 (Section 1.2.9 c). 6 2. The LED manufacturer’s maximum junction temperature for the expected life 7 (Section 1.2.9 c) shall not be exceeded at the average operating ambient (Section 8 1.2.4). 9 3. The LED manufacturer’s maximum junction temperature for the catastrophic 10 failure shall not be exceeded at the maximum operating ambient (Section 1.2.5). 11 4. The luminaire shall have an UL IC rating. 12 5. The Driver manufacturer’s maximum case temperature shall not be exceeded at the 13 maximum operating ambient. Thermal management shall be passive by design. The 14 use of fans or other mechanical devices shall not be allowed. 15 K. Emergency Lighting Battery Units 16 1. Emergency lighting units shall be as specified in the Lighting Fixture Schedule 17 shown on the Drawings. 18 2. Battery units shall be of the self-contained, fully automatic type with sealed lead 19 acid batteries, volt-meters. 20 3. Unit enclosures shall be compatible to their environment and units shall comply 21 with the requirements of NFPA 70 (NEC). 22 4. It shall be the responsibility of the contractor to provide all necessary mounting 23 hardware. 24 5. Shall be factory installed and provide a range of 800 to 1400 lumens of light for 90 25 minutes. Output is based on the size and wattage of the luminaire. 26 6. Integral or remote test switch shall be provided as per specification. 27 L. Flexible Fixture Hangers 28 1. Flexible fixture hangers used in non-hazardous areas shall be type ARB and 29 flexible fixture supports used in hazardous areas shall be Type EFH as 30 manufactured by the Crouse-Hinds Co., similar by Appleton Electric Co; Killark a 31 Division of Hubbell Inc.; or equal. 32 2. Where required in Section 26 00 00 – ELECTRICAL GENERAL PROVISIONS, 33 all pendent-mounted and recessed in suspended ceilings, recessed lighting fixtures 34 shall be provided with four anti-sway supports to meet Type II seismic 35 requirements. 36 M. Portable Fixtures 37 1. Explosion-proof Portable Handlamp 38 a. An explosion-proof handlamp complete with heavy duty, Type S0, 50-foot cord 39 and plug shall be furnished. The handlamp shall be manufactured by Appleton 40 Electric Co.; the plug shall be manufactured by Appleton Electric Co., similar 41 to Daniel Woodhead Co. or equal. 42 2. Vapor-tight Portable Handlamp 43 a. A vapor-tight handlamp with reflector shall be furnished complete with 50-foot 44 cord and grounding plug. The handlamp shall be manufactured by Daniel 45 Woodhead Co., similar by Appleton Electric Co. or equal. 26 50 0016120 WIRES AND CABLES (600 VOLT MAXIMUM) - 10 LIGHTING SYSTEM Page 10 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 N. Emergency Lighting Battery Units 2 1. Emergency lighting units and remote lighting heads shall be as specified in the 3 Lighting Fixture Schedule shown on the Drawings. 4 2. Battery units shall be of the self-contained, fully automatic type with sealed lead 5 acid batteries, volt-meters and time delay relays where used in H.I.D. lighted areas. 6 3. Unit enclosures shall be compatible to their environment and units shall comply 7 with the requirements of NFPA 70 (NEC). 8 4. All necessary mounting hardware shall be provided. 9 O. Flexible Fixture Hangers 10 1. Flexible fixture hangers used in non-hazardous areas shall be type ARB and 11 flexible fixture supports used in hazardous areas shall be Type ECHF as 12 manufactured by the Crouse-Hinds Co., similar by Appleton Electric Co.; Killark 13 Electrical Mfg. Co. or equal. 14 P. Lamp Changing Equipment 15 1. Lamp changing equipment shall be able to handle BT-37, ED-18, ED-23-1/2 and 16 ED-28 type H.I.D. lamps in open luminaries. 17 2. Equipment shall consist of three five-foot steel poles each similar and equal to 18 McGill Catalog No. 160-P and two lamp holders similar and equal to McGill 19 Catalog Nos. 158C and 161C. 20 PART 3 - EXECUTION 21 3.1 INSTALLATION 22 A. The location of lighting fixtures shown on the Drawings is approximate. The Contractor 23 shall install the lighting fixtures after major ducts and piping are installed, to avoid 24 conflicts. He shall install the fixtures to avoid shadows and blocking of light, relocating 25 the fixtures as necessary, at no cost to the Owner. 26 B. Each fixture shall be a completely finished unit with all components, mounting and/or 27 hanging devices necessary, for the proper installation of the particular fixture in its 28 designated location and shall be completely wired ready for connection to the branch 29 circuit wires at the outlet. 30 C. All flush mounted fixtures shall be supported from the structure and shall not be 31 dependent on the hung ceilings for their support. 32 D. Fixtures noted to be installed flush in suspended ceilings shall be of mounting types 33 suited for the type ceiling involved. Troffers (2 X 4), provided in suspended ceiling 34 grids, shall be installed with safety clips to hold the fixture securely in the ceiling grid. 35 It shall be the responsibility of the Contractor to verify the ceiling types prior to 36 ordering fixtures. 37 E. Flexible fixture hangers shall be used for all pendant mounted fixtures. Fixtures two 38 feet long and larger shall be supported with a minimum of two fixture hangers. 39 F. Conduit run in areas with hung ceilings shall be installed in the space above the hung 40 ceiling as close to the structure as possible. Conduits shall be supported from the 41 structure. 42 G. Exterior lighting poles shall be mounted plumb. 26 50 0016120 WIRES AND CABLES (600 VOLT MAXIMUM) - 11 LIGHTING SYSTEM Page 11 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 H. Fixture locations are shown on the Drawings in approximate locations; however exact 2 locations shall be coordinated so as to avoid conflicts with HVAC ducts, equipment and 3 other obstacles. 4 3.2 REPLACEMENT 5 A. Lamps (except for H.I.D.) used during the building construction, prior to two weeks 6 from completion of the work, shall be removed and replaced with new lamps. 7 3.3 CLEANING UP 8 A. Clean electrical parts to remove conductive and deleterious materials. 9 B. Remove dirt and debris from lens enclosures. 10 1. For cleaning acrylic lenses or diffusers, use a feather duster or dry cotton 11 cheesecloth to rid the lens/diffuser of any minor dust. For fingerprints, smudges, or 12 other dirt present, use an ammonia-based cleaner (such as Windex) and wipe 13 carefully with cotton cheesecloth (so as to avoid injury from any prismatic texture 14 of the lens). 15 2. Job site contamination may not necessarily be removed using the above 16 recommendations. In that case the lens would need to be replaced. 17 C. Clean photometric control surfaces as recommended by manufacturer. 18 D. Plastic dust cover bags to be provided with new parabolic reflector lighting fixtures 19 shall be removed after all construction activity that may cause dust formation on 20 reflector surfaces has been completed. 21 E. All fixtures shall be left in a clean condition, free of dirt and defects, before acceptance 22 by the Owner/Engineer. 23 END OF SECTION 24 26 50 0016120 WIRES AND CABLES (600 VOLT MAXIMUM) - 12 LIGHTING SYSTEM Page 12 of 12 CITY OF FORT WORTH SILVER CREEK LIFT STATION CITY PROJECT NO. 104489-3 1 THIS PAGE INTENTIONALLY LEFT BLANK