25.10.2014 Views

Bid Package 08 North Well Field - Garney Construction

Bid Package 08 North Well Field - Garney Construction

Bid Package 08 North Well Field - Garney Construction

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

BIDDING DOCUMENTS<br />

for the<br />

Ward County Water Supply Expansion<br />

Project – Raw Water <strong>Well</strong> Sites Ward<br />

County <strong>North</strong> <strong>Well</strong> <strong>Field</strong>, <strong>Bid</strong> <strong>Package</strong><br />

#8 – Raw Water Supply <strong>Well</strong> Sites-<br />

<strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

May 24 th , 2012<br />

400 East 24 th Street P.O. Box 869 Big Spring, Texas 79721-<strong>08</strong>69<br />

432-267-6341 www.crmwd.org Fax 432-267-3121


CMAR’s TABLE OF CONTENTS<br />

Division /<br />

Section<br />

Title<br />

00 01 10 Table of Contents<br />

00 03 00 Advertisement for <strong>Bid</strong>s<br />

00 10 00 Instructions To <strong>Bid</strong>ders<br />

BP<br />

<strong>Bid</strong> Proposal Form<br />

00 43 43 Wage Rates<br />

00 52 23 Agreement (Sample)<br />

00 61 13.13 Performance Bond (Sample)<br />

00 61 13.16 Payment Bond (Sample)<br />

00 62 13 Certificate of Insurance<br />

00 72 00 Standard General Conditions<br />

00 73 00 Supplementary Conditions (Revised by <strong>Garney</strong>)<br />

Division 1 General Requirements<br />

01 11 00<br />

01 29 00<br />

01 31 00<br />

Summary of Work<br />

Payment Procedures<br />

Project Management and Coordination<br />

01 31 13 Project Coordination<br />

01 32 16 <strong>Construction</strong> Progress Schedule (see attached Preliminary Schedule in section)<br />

01 33 00<br />

01 40 00<br />

01 50 00<br />

Submittal Procedures<br />

Quality Requirements<br />

Temporary Facilities and Controls<br />

01 57 00 Temporary Controls<br />

01 60 00 Product Requirements<br />

01 70 00<br />

01 74 23<br />

Execution and Closeout Requirements<br />

Final Cleaning<br />

01 75 00 Starting and Adjusting<br />

01 78 23 Operation and Maintenance Data<br />

Appendix A<br />

Appendix B<br />

Technical Contract Documents for Raw Water <strong>Well</strong> Sites – Ward County <strong>North</strong> <strong>Well</strong><br />

<strong>Field</strong> (Daniel B. Stephens & Associates, Inc. and Freese And Nichols)<br />

Project Manual for Vertical Turbine Submersible Pumping Units Ward County <strong>North</strong><br />

<strong>Well</strong> <strong>Field</strong> (Daniel B. Stephens & Associates, Inc.)<br />

Table of Contents – <strong>Bid</strong> <strong>Package</strong> #8 00 01 10-1<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


Advertisement for <strong>Bid</strong>s


ADVERTISEMENT FOR BID PACKAGE #8, RAW WATER SUPPLY WELL SITES - WARD COUNTY -<br />

NORTH WELL FIELD<br />

Sealed proposals for the Ward County Water Supply Expansion Project–<strong>North</strong> <strong>Well</strong> <strong>Field</strong> will be received<br />

at Colorado River Municipal Water District, 400 East 24 th Street, Big Spring, Texas 79721. Proposals<br />

are to be turned in by 3:30 p.m., prevailing time on June 7 th , 2012. Said construction shall include<br />

work for <strong>Bid</strong> <strong>Package</strong> #8, Raw Water Supply <strong>Well</strong> Sites-Ward County-<strong>North</strong> <strong>Well</strong> <strong>Field</strong> as<br />

described in the contract documents. The value of this package is estimated to be from $4.0 to<br />

$6.0 million.<br />

Proposals shall be addressed to Mr. Nicholas Lester, P.E., Freese and Nichols. <strong>Bid</strong>s shall be submitted in<br />

sealed envelopes marked “Proposal” and the project name “Ward County Water Supply Expansion<br />

Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong>”. “<strong>Bid</strong> <strong>Package</strong> #8, Raw Water Supply <strong>Well</strong> Sites-Ward County-<strong>North</strong> <strong>Well</strong><br />

<strong>Field</strong>”. For further details refer to CMAR section 00 10 00 Instructions To <strong>Bid</strong>ders, 8. Submissions of<br />

<strong>Bid</strong>s. Any bid proposal received after 3:30 p.m., prevailing time on June 7 th , 2012, will be returned<br />

unopened.<br />

No bid may be changed, amended or modified after the above time and date. A bid may be, however,<br />

withdrawn and resubmitted any time prior to the time set for receipt of bids.<br />

<strong>Bid</strong> documents will be made available on May 24 th , 2012 at the following web address:<br />

https://team.garney.com/4378<br />

You will need to add your contact information to the <strong>Bid</strong>der’s List. At that point you will be emailed a link<br />

and password to access the bid documents.<br />

Please be aware that the website password will be case sensitive.<br />

No Pre-bid conference will be held for <strong>Bid</strong> <strong>Package</strong> #8.<br />

<strong>Bid</strong> Documents may be downloaded from the above mentioned website for free or a CD containing the<br />

documents can be requested from <strong>Garney</strong> Companies, Inc. No hard copies of plans or specifications will<br />

be sent out. It is the responsibility of the interested party to download and print the bid documents. Please<br />

contact Marcus Grace by email: mgrace@garney.com or phone at 816-536-6485 with any questions.<br />

Colorado River Municipal Water District and Freese and Nichols/Daniel B. Stephens & Associates, Inc.<br />

will receive and open all proposals in a manner which does not disclose the contents to the respondents<br />

or the public during the selection process. <strong>Bid</strong>s will be turned into the Colorado River Municipal Water<br />

District’s Big Spring, Texas office previously mentioned. All bids shall be made public after award of the<br />

agreement or not later than the fourteenth day after the date of the final selection of bids or proposals,<br />

whichever is later. In addition to price, proposals will be evaluated and selected on the basis of<br />

responses to the Statement of <strong>Bid</strong>ders Experience and overall value added to the project. <strong>Garney</strong><br />

Companies, Inc., Colorado River Municipal Water District, Freese and Nichols and Daniel B. Stephens &<br />

Associates, Inc. reserve the right to make an award to other than the lowest-priced bidder. Award is<br />

subject to the discretion and final approval of the Colorado River Municipal Water District. All bids shall be<br />

valid for a period of ninety (90) days from the date bids are open and no bid may be withdrawn until after<br />

the expiration date.<br />

Qualifications as stated in the instructions to bidders will be strictly enforced and any bidder not meeting<br />

Advertisements for <strong>Bid</strong>s – <strong>Bid</strong> <strong>Package</strong> #8 00 03 00-1<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012 (Revised)


these qualifications will be disqualified.<br />

Anticipated Publish Dates: May 24 th , 2012 through June 7 th , 2012.<br />

All prices quoted shall be F.O.B destination, Project <strong>Construction</strong> Site.<br />

Neither the State of Texas nor any of its departments, agencies, or employees are or will be a party to<br />

this Invitation for <strong>Bid</strong>s or any resulting contract.<br />

Although this Contract is not subject to the EPA Established Minority Business Enterprise<br />

(MBE)/Women’s Business Enterprise (WBE) “fair share” goals or the TWDB Document Guidance for<br />

Utilization of Small Minority and Women Owned Businesses. A good faith effort to utilize disadvantaged<br />

businesses is suggested and may be a factor in the evaluation process of contractors for this project.<br />

Equal Opportunity in Employment - All qualified applicants will receive consideration for employment<br />

without regard to race, color, religion, sex, age, handicap or national origin. <strong>Bid</strong>ders on this work will be<br />

required to comply with the President's Executive Order No. 11246, as amended by Executive Order No.<br />

11375, and as supplemented in Department of Labor regulations 41 CFR Part 60.<br />

Performance Bonds Rates are required as part of the bid form and will be used as part of the evaluation<br />

process.<br />

No <strong>Bid</strong> Bonds will be required.<br />

End of Section<br />

Advertisements for <strong>Bid</strong>s – <strong>Bid</strong> <strong>Package</strong> #8 00 03 00-2<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012 (Revised)


Instructions to <strong>Bid</strong>ders


00 10 00 INSTRUCTIONS TO BIDDERS<br />

1. Qualifications of <strong>Bid</strong>ders<br />

A. Submit documentation with <strong>Bid</strong>s to demonstrate that the <strong>Bid</strong>der is qualified by experience<br />

and capability to successfully construct the project within the Contract Time and for the<br />

Contract Amount. Include the following information:<br />

1. <strong>Bid</strong> Proposal <strong>Package</strong><br />

2. Attachment A – <strong>Bid</strong> Proposal.<br />

3. Attachment B – <strong>Bid</strong>der’s Profile.<br />

4. Attachment C – <strong>Bid</strong>der’s Statement of Experience.<br />

5. Attachment D – Subcontractor’s Safety Performance Questionnaire.<br />

6. Attachment E – <strong>Bid</strong>der’s Scope of Work/Supply.<br />

7. Attachment F – List of Subcontractors<br />

8. Attachment G – List of Suppliers<br />

B. Colorado River Municipal Water District (Owner), Daniel B. Stephens & Associates, Inc.<br />

(Engineer), Freese and Nichols (Engineer) and <strong>Garney</strong> Companies, Inc (CMAR). may<br />

conduct investigations as considered necessary to establish the responsibility,<br />

qualifications and financial ability of the <strong>Bid</strong>ders, proposed Subcontractors and other<br />

persons and organizations to do the work in accordance with the Contract Documents to<br />

Owner/Engineers/CMAR’s satisfaction, and within the prescribed time.<br />

Owner/Engineers/CMAR may reject the <strong>Bid</strong> of any <strong>Bid</strong>der who does not meet any such<br />

evaluation to Owner's satisfaction.<br />

2. Copies of <strong>Bid</strong>ding Documents<br />

A. Complete sets of <strong>Bid</strong>ding Documents must be used in preparing bids; neither Owner nor<br />

Engineers nor CMAR assume any responsibility for errors or misinterpretations resulting from<br />

the use of incomplete sets of <strong>Bid</strong>ding Documents.<br />

B. Owner/Engineers/CMAR in making copies of <strong>Bid</strong>ding Documents available on the above<br />

terms do so only for the purpose of obtaining <strong>Bid</strong>s on the Work and do not confer a license or<br />

grant for any other use.<br />

3. Examination of Contract Documents and Site<br />

A. It is the responsibility of each <strong>Bid</strong>der before submitting a <strong>Bid</strong>, to (a) examine the Contract<br />

Documents thoroughly, (b) visit the site to become familiar with local conditions that may<br />

affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and<br />

local Laws and Regulations that may affect cost, progress, performance or furnishing of the<br />

Work, (d) study and carefully correlate <strong>Bid</strong>der’s observations with Contract Documents, and<br />

(e) notify CMAR of all conflicts, errors or discrepancies in the Contract Documents.<br />

B. Before submitting a <strong>Bid</strong>, each <strong>Bid</strong>der shall, at <strong>Bid</strong>der’s own expense, make or obtain any<br />

additional examinations, investigations, explorations, tests and studies and obtain any<br />

additional information and data which pertain to the physical conditions (surface, subsurface<br />

and underground facilities) at or contiguous to the site or otherwise which may affect cost,<br />

progress, performance or furnishing of the Work which <strong>Bid</strong>der deems necessary to determine<br />

Instructions To <strong>Bid</strong>ders – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> 00 10 00 - 1<br />

5/24/2012


its bid for performing and finishing the Work in accordance with the time, price and other<br />

terms and conditions of the Contract Documents.<br />

C. The lands upon which the Work is to be performed, rights-of-way and easements for access<br />

thereto and other lands designated for use by <strong>Bid</strong>der in performing the Work are identified in<br />

the Contract Documents. All additional lands and access thereto required for temporary<br />

construction facilities or storage of materials and equipment are to be provided by <strong>Bid</strong>der.<br />

Easements for permanent structures or permanent changes in existing structures are to be<br />

obtained and paid for by Owner unless otherwise provided in the Contract Documents.<br />

D. The submission of a <strong>Bid</strong> will constitute an incontestable representation by <strong>Bid</strong>der that <strong>Bid</strong>der<br />

has complied with every requirement of this Article, that without exception the <strong>Bid</strong> is premised<br />

upon performing and furnishing the Work required by the Contract Documents and such<br />

means, methods, techniques, sequences or procedures of construction as may be indicated<br />

in or required by the Contract Documents, and that the Contract Documents are sufficient in<br />

scope and detail to indicate and convey understanding of all terms and conditions for<br />

performance and furnishing of the Work.<br />

E. No pre-bid conference will be held for <strong>Bid</strong> <strong>Package</strong> #8.<br />

4. Technical Specifications<br />

All technical specifications are issued by:<br />

Daniel B. Stephens & Associates, Inc.<br />

6020 Academy Road NE<br />

Suite 100<br />

Albuquerque, NM 87109<br />

Freese and Nichols<br />

4055 International Plaza<br />

Suite 200<br />

Fort Worth, TX 76109<br />

817-735-7393<br />

5. Questions and Interpretations and Addenda<br />

A. All questions about the meaning or intent of the Contract Documents are to be directed via<br />

email to Mr. Marcus Grace, <strong>Garney</strong> Companies, Inc. at mgrace@garney.com. Technical<br />

interpretations or clarifications considered necessary by CMAR and Engineer in response to<br />

such questions will be issued by Addenda. Questions received less than five (5) days prior to<br />

the date for opening of <strong>Bid</strong>s may not be answered. Only questions answered by formal<br />

written Addenda will be binding. Oral and other interpretations or clarifications will be without<br />

legal effect.<br />

B. Addenda may also be issued to modify the <strong>Bid</strong>ding Documents as deemed advisable by<br />

CMAR, Owner or Engineers.<br />

Instructions To <strong>Bid</strong>ders – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> 00 10 00 - 2<br />

5/24/2012


6. Substitutions or "equivalent" Items<br />

A. The Contract, if awarded, will be on the basis of materials and equipment described in the<br />

Drawings or specified in the Specifications without consideration of possible substitute or "orequivalent"<br />

items. Whenever it is indicated in the Drawings or specified in the Specification<br />

that a substitute or "or-equivalent" item of material or equipment may be furnished or used by<br />

<strong>Bid</strong>der if acceptable to Engineers/CMAR, application for such acceptance will not be<br />

considered by Engineers/CMAR until after the Effective Date of the Agreement unless the<br />

Engineers/CMAR at their option, elect to issue an Addenda naming a substitute or "orequivalent"<br />

item prior to receipt of bids. For EQUIPMENT PROPOSALS only the<br />

Manufacturers listed in the Specifications will be accepted. The procedure for submission of<br />

any such application by <strong>Bid</strong>der and consideration by Engineers/CMAR as set forth in<br />

Paragraph 6.05 of the General Conditions and in CMAR’s Specification Section 01 33 00,<br />

Submittal Procedures.<br />

7. <strong>Bid</strong> Form<br />

A. All blanks on the <strong>Bid</strong> Form must be completed in ink or by typewriter. <strong>Bid</strong>der shall indicate<br />

with “N/A” any <strong>Bid</strong> <strong>Package</strong>s not being proposed on.<br />

B. <strong>Bid</strong>s by corporations must be executed in the corporate name by the president or a vicepresident<br />

(or other corporate officer accompanied by evidence of authority to sign) and the<br />

corporate seal must be affixed and attested by the secretary or an assistant secretary. The<br />

corporate address and state of incorporation must be shown below the signature.<br />

C. <strong>Bid</strong>s by partnerships must be executed in the partnership name signed by a partner, whose<br />

title must appear under the signature and the official address of the partnership must be<br />

shown below the signature.<br />

D. All names must be typed or printed below the signature.<br />

E. The <strong>Bid</strong> shall contain an acknowledgment of receipt of all Addenda (the numbers of which<br />

must be filled in on the <strong>Bid</strong> Form).<br />

F. The address and telephone number for communications regarding the <strong>Bid</strong> must be shown.<br />

G. <strong>Bid</strong>s must be priced as indicated on the <strong>Bid</strong> Form for the <strong>Bid</strong> <strong>Package</strong>s as applicable to the<br />

<strong>Bid</strong>der. If applicable the price of the alternative bids for each <strong>Bid</strong> <strong>Package</strong> will be the amount<br />

to be added to or deducted from the price of the <strong>Package</strong>’s Base <strong>Bid</strong> if the alternate is<br />

selected.<br />

8. Submission of <strong>Bid</strong>s<br />

A. Submission of <strong>Bid</strong> shall include:<br />

1. <strong>Bid</strong> Proposal <strong>Package</strong><br />

2. Attachment A – <strong>Bid</strong> Proposal<br />

3. Attachment B – <strong>Bid</strong>der’s Profile<br />

4. Attachment C – <strong>Bid</strong>der’s Statement of Experience.<br />

5. Attachment D – Subcontractor’s Safety Performance Questionnaire.<br />

6. Attachment E - <strong>Bid</strong>der’s Scope of Work/Supply.<br />

7. Attachment F – List of Subcontractors<br />

8. Attachment G – List of Suppliers<br />

Instructions To <strong>Bid</strong>ders – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> 00 10 00 - 3<br />

5/24/2012


B. <strong>Bid</strong>s shall be submitted at the time and place indicated in the Invitation to <strong>Bid</strong> and shall be<br />

enclosed in an opaque sealed envelope, marked with:<br />

WARD COUNTY WATER SUPPLY EXPANSION PROJECT – NORTH WELL FIELD<br />

BID PACKAGE #8 - RAW WATER SUPPLY WELL SITES – WARD COUNTY – NORTH WELL FIELD<br />

FOR<br />

COLORADO RIVER MUNICIPAL WATER DISTRICT<br />

(<strong>Bid</strong>der’s Name)<br />

(<strong>Bid</strong>der’s Address)<br />

and accompanied by all required documents. <strong>Bid</strong>der will acknowledge on outside of envelope<br />

any addenda.<br />

Any <strong>Bid</strong> received after the time indicated in the invitation will be considered ineligible and<br />

returned unopened.<br />

C. <strong>Bid</strong>s may be rejected that are qualified with conditions, clauses, or alterations, or items not<br />

called for in the proposal, or irregularities of any kind in which the Owner / Engineers/<br />

CMAR’s opinion may disqualify the <strong>Bid</strong>der.<br />

9. Modifications and Withdrawal of <strong>Bid</strong>s<br />

A. <strong>Bid</strong>s may be modified or withdrawn by an appropriate document duly executed and delivered<br />

to the place where <strong>Bid</strong>s are to be submitted at any time prior to the opening of <strong>Bid</strong>s.<br />

10. <strong>Bid</strong>s to Remain Subject to Acceptance<br />

A. All bids will remain subject to acceptance for sixty (60) days after the day of the <strong>Bid</strong> opening,<br />

but Owner, Engineers and CMAR may, in their sole discretion, release any <strong>Bid</strong> prior to that<br />

date.<br />

11. Award of Contract<br />

A. Owner and Engineers reserve the right to reject any and all <strong>Bid</strong>s, to waive any and all<br />

informalities not involving price, time or changes in the Work and to negotiate contract terms with<br />

the Successful <strong>Bid</strong>der and the right to disregard all nonconforming, nonresponsive, unbalanced or<br />

conditional <strong>Bid</strong>s. In the event that there is a conflict in the statement of a price within the bid the<br />

Owner and Engineers reserve the right to select the amount most advantageous to the Owner.<br />

Also, Owner and/or Engineers reserve the right to reject the <strong>Bid</strong> of any <strong>Bid</strong>der if Owner and/or<br />

Engineers believe that it would not be in the best interest of the Project to make an award to that<br />

<strong>Bid</strong>der, whether because the <strong>Bid</strong> is not responsive or the <strong>Bid</strong>der is unqualified or of doubtful<br />

financial ability or fails to meet any other pertinent standard or criteria established by Owner /<br />

Engineers.<br />

Instructions To <strong>Bid</strong>ders – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> 00 10 00 - 4<br />

5/24/2012


B. In evaluating <strong>Bid</strong>s, Owner / Engineers will consider the qualifications of the <strong>Bid</strong>ders, whether<br />

or not the <strong>Bid</strong>s comply with the prescribed requirements, and such alternates, unit prices and<br />

other data, as may be requested in the <strong>Bid</strong> Form or prior to the Notice of Award.<br />

The following criteria will be used in the evaluation process when selecting <strong>Bid</strong>ders.<br />

BID PACKAGE #8 ‐ CONTRACTOR EVALUATION<br />

Weighting<br />

Description<br />

Value<br />

Proposed Cost 35<br />

Safety Index/History 10<br />

Experience/Past Performance/Qualifications/ On Time Performance 30<br />

Project Team (ie self perform% , subcontractors used) 15<br />

Financial Capability 10<br />

TOTAL 100<br />

C. Owner / Engineers may consider the qualifications and experience of Subcontractors,<br />

Suppliers, and other persons and organizations proposed for those portions of the Work as to<br />

which the identity of Subcontractors, Suppliers, and other persons and organizations must be<br />

submitted as requested in “List of Subcontractors”, “List of Suppliers” and with <strong>Bid</strong> Proposal<br />

Form. Owner also may consider the operating costs, maintenance requirements,<br />

performance data and guarantees of major items of materials and equipment proposed for<br />

incorporation in the Work when such data is required to be submitted prior to the Notice of<br />

Award.<br />

D. Owner / Engineers / CMAR may conduct such investigations as they deem necessary to<br />

assist in the evaluation of any <strong>Bid</strong> and to establish the responsibility, qualifications and<br />

financial ability of <strong>Bid</strong>ders, proposed Subcontractors, Suppliers and other persons and<br />

organizations to perform and furnish the Work in accordance with the Contract Documents to<br />

Owner / Engineers / CMAR’s satisfaction within the prescribed time.<br />

E. If the contract is to be awarded, it will be awarded to the <strong>Bid</strong>der whose evaluation is<br />

considered to be of best value and of the best interests of the Project by Owner /Engineers.<br />

F. Point of Clarification - All <strong>Bid</strong> Proposals will be turned into CRMWD and Daniel B.<br />

Stephens & Associates, Inc./Freese & Nichols representatives at the designated<br />

time and place as indicated in the bidding documents. Although this will not be a<br />

public bid opening, proposal pricing will be recorded by the CRMWD and Daniel B.<br />

Stephens & Associates, Inc./Freese & Nichols representatives at that time. Since<br />

the CMAR will be submitting a proposal on <strong>Bid</strong> <strong>Package</strong> #8, they will not be present<br />

at this opening nor will they participate in the final selection of the successful<br />

proposer.<br />

12. Signing of Agreement<br />

A. After award by Owner and Engineers, the Successful <strong>Bid</strong>der will be given the required<br />

number of unsigned counterparts of the Agreement with all other written Contract Documents<br />

attached. The <strong>Bid</strong>der shall sign and deliver the required number of counterparts of the<br />

Agreement and attached documents to CMAR and the Owner with the required Bonds.<br />

Thereafter CMAR shall deliver one fully signed counterpart to <strong>Bid</strong>der. The tentatively<br />

schedule is for the evaluation meeting to occur on June 14 th and then the issuing of<br />

the Notice of Award to the successful BIDDER will follow immediately with the goal of<br />

getting the BIDDER mobilized by July 5 th , 2012.<br />

Instructions To <strong>Bid</strong>ders – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> 00 10 00 - 5<br />

5/24/2012


13. Trench Safety – (<strong>Construction</strong> Phase Only)<br />

A. The successful <strong>Bid</strong>der if applicable to their scope of work or supply will be required to provide<br />

a trench safety plan in accordance with state law at the time contracts are signed and within<br />

the fifteen (15) day time period after Notice of Award. All costs for providing and implementing<br />

the trench safety plan shall be included in the bid package that is being proposed on.<br />

14. Sales and Use Taxes<br />

15. Wages<br />

A. This project is sales tax exempt, if any, for any equipment and material that is incorporated<br />

into or become part of this project.<br />

B. The <strong>Bid</strong>der is responsible for obtaining the latest information from the State Comptroller's<br />

Office and/or other appropriate entities, regarding tax laws and exemptions, and bidding<br />

accordingly.<br />

A. Wage rates paid on this project must not be less than indicated on the Wage Rate Schedule<br />

included in the CMAR documents which is established by the Owner in compliance with<br />

statutory requirements and prevailing wages in the locality of the project. Davis-Bacon wage<br />

rates shall be utilized. David-Bacon Wage sheets are provided in the bidding documents but<br />

are provided as a guideline only. The bidder is responsible to verify that the most<br />

current one is utilized in the compiling of the attached proposal.<br />

16. Contract Time<br />

A. This project is to be substantially complete (ready for operation) November 1 st , 2012. The<br />

Project is to be at final completion by November 30 th . Liquidated damages are set forth in the<br />

“<strong>Bid</strong> Proposal <strong>Package</strong> #8” but are $2,000 for every calendar day that surpasses the<br />

Substantial Complete dates and $1,000 for every calendar day that surpasses the Final<br />

Completion date as previously identified. Anticipated pump delivery dates are tabulated on<br />

the “<strong>Bid</strong> Proposal <strong>Package</strong> #8” form. A calendar day will be awarded for every day that<br />

the pump delivery slips but no extra monetary means will be awarded, only a one for<br />

one calendar day to extend the contract dates.<br />

17. Subcontractors<br />

A. Only contractors licensed in the state of Texas will be allowed to perform the following<br />

scopes of work:<br />

1. Submersible Pump Installation<br />

2. Electrical<br />

Instructions To <strong>Bid</strong>ders – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> 00 10 00 - 6<br />

5/24/2012


<strong>Bid</strong> Proposal Form


Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

<strong>Bid</strong> Proposal <strong>Package</strong> #8<br />

Project Name: Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> (<strong>Bid</strong><br />

<strong>Package</strong> #8 – Raw Water Supply <strong>Well</strong> Sites-Ward County-<strong>North</strong> <strong>Well</strong> <strong>Field</strong>)<br />

<strong>Bid</strong>der must answer all questions in the following Attachments clearly and comprehensively. If<br />

necessary, answers may be continued on separately attached sheets.<br />

In order to submit a responsive bid, <strong>Bid</strong>der must complete and submit the Attachments as<br />

indicated in the chart below with the <strong>Bid</strong>. <strong>Bid</strong>der agrees that in determining the Best Value <strong>Bid</strong><br />

Colorado River Municipal Water District (Owner) and Daniel B. Stephens & Associates,<br />

Inc./Freese and Nichols (Engineers) will consider the <strong>Bid</strong>der’s information provided to this<br />

questionnaire in awarding a Contract for this Project. Anything in Attachments A, B, C, D, E, F<br />

and G that might negatively impact a <strong>Bid</strong>der’s ability to complete the Work within the specified<br />

Time and for the proposed price may result in the <strong>Bid</strong> being rejected.<br />

Acceptance of Evaluation Methodology: By submitting a bid, <strong>Bid</strong>der accepts the evaluation<br />

process and acknowledges and accepts that determination of the “best value” firms will require<br />

subjective judgments by the Owner / Engineer s. See “Instructions to <strong>Bid</strong>ders’ section for<br />

additional information regarding the bid evaluation process.<br />

Attachment A – <strong>Bid</strong> Proposal<br />

Attachment B – <strong>Bid</strong>der’s Profile<br />

Attachment C – <strong>Bid</strong>der’s Statement of Experience<br />

Attachment D – Contractor’s Safety Performance Questionnaire<br />

Attachment E – <strong>Bid</strong>der’s Scope of Work/Supply<br />

Attachment F – List of Subcontractors<br />

Attachment G – List of Suppliers<br />

(X) – Required with <strong>Bid</strong> Submittal<br />

(N/A) – Not Applicable For Supply Only <strong>Package</strong>s<br />

Attachments<br />

<strong>Bid</strong> <strong>Package</strong> A B C D E F G<br />

8 X X X X X X X<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 1<br />

5/24/2012


Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

***Point of Clarification - All <strong>Bid</strong> Proposals will be turned into CRMWD and Daniel B.<br />

Stephens & Associates, Inc./Freese & Nichols representatives at the designated time<br />

and place as indicated in the bidding documents. Although this will not be a public bid<br />

opening, proposal pricing will be recorded by the CRMWD and Daniel B. Stephens &<br />

Associates, Inc./Freese & Nichols representatives at that time. Since the CMAR will be<br />

submitting a proposal on <strong>Bid</strong> <strong>Package</strong> #8 they will not be present at this opening nor<br />

will they participate in the final selection of the successful proposer.***<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 2<br />

5/24/2012


Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

ATTACHMENT A<br />

BID PROPOSAL – <strong>Package</strong> #8, Raw Water Supply <strong>Well</strong> Sites-Ward County-<strong>North</strong> <strong>Well</strong><br />

<strong>Field</strong><br />

Colorado River Municipal Water District (CRMWD)<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Proposal of _________________________<br />

Address ___________________________<br />

TO CRMWD and <strong>Garney</strong> Companies, Inc.:<br />

___________________________<br />

City State Zip<br />

June 7 th , 2012 at 3:30 PM (local time)<br />

<strong>Bid</strong> Due Date<br />

The undersigned hereby proposes to furnish the equipment, fuel, labor, materials, power, tools, supervision and<br />

transportation as needed to perform the work required for the construction of the Ward County Water Supply<br />

Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong>, <strong>Bid</strong> <strong>Package</strong> #8 that the <strong>Bid</strong>der may submit.<br />

<strong>Bid</strong><br />

<strong>Package</strong><br />

Description and Price in Words<br />

Total Cost in Figures<br />

8a<br />

Furnish and install all items necessary to complete the construction of the 21 <strong>Well</strong><br />

Sites as indicated in contract documents. This includes all earthwork improvements,<br />

concrete construction, misc. metals, coatings and linings, submersible pump<br />

installation (refer to Appendix B for details concerning pre-purchased pumps), column<br />

piping and accessories, conveyance piping and accessories, electrical,<br />

instrumentation, installation of pre-purchased SCADA (refer to section 40 90 02.01 for<br />

clarification), plumbing and fencing to complete the 21 well sites complete.<br />

$___________________________________________________________dollars and<br />

_______________________________________________________________cents. $<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 3<br />

5/24/2012


<strong>Bid</strong><br />

<strong>Package</strong><br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Description and Price in Words<br />

Total Cost in Figures<br />

**If the length of Column Piping changes during the final pump design from the size<br />

and length as indicated in Specification Section 11 97 00, Attachment A they will be<br />

changed by Change Order per VLF (includes only the pipe, no drop check valves) as<br />

follows:**<br />

Adder for 6” column pipe installed will be $__________________ per VLF<br />

Deduct for 6” column pipe not installed will be<br />

Adder for 8” column pipe installed will be<br />

Deduct for 8” column pipe not installed will be<br />

$__________________ per VLF<br />

$__________________ per VLF<br />

$__________________ per VLF<br />

** The base bid for each well’s transducer cable is 25 feet longer than the column pipe<br />

length for each well as indicated in Specification Section 11 97 00, Attachment A. If<br />

the column piping changes during the final pumping design the cable will be changed<br />

accordingly by a Change Order per VLF as follows:**<br />

Adder for Transducer Cable installed will be $__________________ per VLF<br />

Deduct for Transducer Cable not installed will be<br />

$__________________ per VLF<br />

**If the Conveyance Piping changes during the final pump design from the size and<br />

length as indicated in Specification Section 11 97 00, Attachment A, they will be<br />

changed by Change Order per VLF (includes pipe and all accessories as detailed on<br />

DWG No. M-1) as follows:**<br />

Adder for 8” conveyance pipe installed will be $__________________ per VLF<br />

Deduct for 8” conveyance pipe not installed will be $__________________ per VLF<br />

Adder for 10” conveyance pipe installed will be<br />

$__________________ per VLF<br />

Deduct for 10” conveyance pipe not installed will be $__________________ per VLF<br />

**If the Column Piping changes during the final pump design from the size and length<br />

as indicated in Specification Section 11 97 00, Attachment A the drop check valves will<br />

change accordingly. All other items will be adjusted accordingly with the Column<br />

Piping VLF as indicated above but the unit prices below will be used to adjust the drop<br />

check valves:<br />

Drop Check Valve – 6” $__________________ each<br />

Drop Check Valve – 8”<br />

$__________________ each<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 4<br />

5/24/2012


Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

**If the length of the duct bank from the service entrance disconnect to the equipment<br />

rack disconnect changes during final design from the lengths indicated on sheet E-3,<br />

Appendix A, it will be adjusted by Change Order per LF (includes the pipe and<br />

installation, no drop check valves) as follows:**<br />

Adder for the electrical power cable installed will be<br />

$__________________ per LF<br />

Deduct for the electrical power cable not installed will be $________________ per LF<br />

8b<br />

Submersible Pump Allowance (refer to Specification Section 11 97 00, Appendix B for<br />

clarifications). This contract will then be assigned to the successful bidder. The drop<br />

check valves, column piping and all other appurtenances as indicated in the contract<br />

documents are included with <strong>Bid</strong> Item 8a. Once the final design has been completed a<br />

change order will be issued for the final value of the 21 pumps. This allowance is for<br />

the supplying of the pumps only.<br />

$ 1,000,000.00<br />

Total Lump Sum (including only <strong>Bid</strong> Items 8a and 8b) for the lump sum price of:<br />

$________________________________________________________dollars and<br />

________________________________________________________cents $<br />

DELIVERY SCHEDULE<br />

<strong>Bid</strong> <strong>Package</strong> Description Base <strong>Bid</strong> Delivery Date Amount of Liquidated Damages<br />

8 Raw Water Supply <strong>Well</strong> Sites Substantial Completion – 11/1/2012 $2,000 / Calendar Day<br />

8 Raw Water Supply <strong>Well</strong> Sites Final Completion – 11/30/2012 $1,000 / Calendar Day<br />

It is understood that <strong>Bid</strong>ders are responsible for all costs associated with their respective <strong>Bid</strong> <strong>Package</strong>s including<br />

but not limited to the following:<br />

Provide general daily cleanup of their scope of work.<br />

Costs to provide and maintain trash dumpsters for the specific purpose of debris removal of their scope of<br />

work.<br />

All dewatering costs including power, material, labor and equipment shall be the responsibility of the<br />

contractor whose work is being impacted by any infiltrated water.<br />

Adhere to the Project Schedule requirements identified above.<br />

DO NOT Include Cost of Performance Bond in Total Cost.<br />

Amount of liquidated damages listed are for late delivery of any and all milestone dates presented as<br />

above<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 5<br />

5/24/2012


Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

<br />

<br />

<br />

<br />

<br />

All equipment shall be shipped by the Vendor and delivered to the Owner at the job site in sound<br />

condition, free from any damage. Equipment, which has been damaged, may be rejected.<br />

Within fifteen (10) days after receipt of Purchase Order, the undersigned will execute the Purchase Order<br />

Agreement.<br />

The undersigned agrees to substantially complete all work covered by these Contract Documents within<br />

the time set forth in the Delivery Schedule above.<br />

Receiving, unloading and installation of the following pre-purchased submersible pumps as follows:<br />

o Section 11 97 00 – Submersible Pumps<br />

• Equipment Designation: D4, 9, 10-15, 17-19 and 22-24<br />

• Expected Delivery on or about 07/31/12 (if pumps are delivered later than this date<br />

the contract dates will be extended one calendar day for each calendar day delay,<br />

but no additional funds will be awarded, only days).<br />

o Section 11 07 00 – Submersible Pumps<br />

• Equipment Designation: D1-3 and 5-8<br />

• Expected Delivery on or about 09/28/12 (if pumps are delivered later than this date<br />

the contract dates will be extended one calendar day for each calendar day delay,<br />

but no additional funds will be awarded, only days).<br />

Receiving, unloading and installation of pre-purchased SCADA Equipment:<br />

o Section 40 90 02.01 – Installation of Pre-Purchased SCADA Equipment<br />

• Equipment Designation: RTUs, Antenna Towers and Radio Antennas for each of the 21<br />

well sites.<br />

• Expected Delivery to be determined.<br />

The undersigned agrees to substantially complete all work covered by these Contract Documents within the time<br />

set forth in the Delivery Schedule above.<br />

The undersigned certifies that he has carefully examined these specifications and:<br />

Signature of <strong>Bid</strong>der’s Agent<br />

Requests exceptions to the Specifications.<br />

Signature of <strong>Bid</strong>der’s Agent<br />

Does Not request exceptions to the Specifications.<br />

Statement of Exceptions to Specifications. (What do you take exception to and why?)<br />

__________________________________<br />

_____________________________________<br />

________________________________________________________________________________________<br />

________________________________________________________________________________________<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 6<br />

5/24/2012


Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

The undersigned <strong>Bid</strong>der agrees to begin work within five (5) days after date of written notice to do so, and<br />

The undersigned acknowledges receipt of the following addendum:<br />

Addendum No. Dated ______________ Addendum No. _____ Dated _______________<br />

Addendum No. _____ Dated<br />

Company:_________________________________________<br />

By:________________________________________<br />

Please print<br />

Signature:_______________________________________<br />

(Seal if Corporation)<br />

Title:_______________________________________<br />

Please print<br />

_________________________________________<br />

Address<br />

__________________________________________<br />

City State Zip<br />

END OF ATTACHMENT A<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 7<br />

5/24/2012


1. Legal / Financial<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Attachment B<br />

BIDDER’S PROFILE<br />

(Return with the <strong>Bid</strong>)<br />

Full Legal Name:<br />

Business Address:<br />

Mailing Address: ( if different)<br />

Phone: Fax:<br />

1a.Type of Organization - Select your organization type and complete the related questions:<br />

Corporation Yes No<br />

State of Incorporation:<br />

Date of Incorporation:<br />

President’s Name:<br />

Vice President Name:<br />

Secretary’s Name:<br />

Treasurer’s Name:<br />

Partnership Yes No<br />

Type of Partnership:<br />

Date of Organization:<br />

Name general partner (s):<br />

LLC or Joint-Venture Yes No<br />

State of Formation:<br />

Date of Formation:<br />

Name of Principals:<br />

Individual Yes No<br />

1b. Federal Taxpayer ID Number ( provide either your EIN or SSN as<br />

applicable):<br />

1c. Does your company require a 1099 tax form at the end of the year?<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 8<br />

5/24/2012


Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Yes<br />

No<br />

1d. How many years has your organization been in business as a supplier / contractor under your<br />

present business name and license number:<br />

(years)<br />

1e. Has there been any change in ownership of the firm at any time during the last three years?<br />

NOTE: A corporation whose shares are publicly traded is not required to answer this question.<br />

Yes<br />

No<br />

If “yes”, explain on a separate signed page.<br />

1f. Is the firm a subsidiary, parent, holding company or affiliate of another construction firm?<br />

NOTE: Include information about other firms if one firm owns 50% or more of another, or if an<br />

owner, partner, or officer of your firm holds a similar position in another firm.<br />

Yes<br />

No<br />

If “yes”, explain on a separate signed page.<br />

1g. Where applicable, Contractor possesses a valid and current Contractor’s license for the project in<br />

which it intends to submit a bid and is qualified to do business and is in good standing in the state<br />

where the project is located.<br />

Yes<br />

No<br />

If “yes” please provide the state in which your organization is legally qualified to do business and<br />

indicate below registration or license numbers, if applicable. Attach separate sheet if necessary.<br />

State / Jurisdiction License Number Trade Category<br />

1h. Has your contractor’s license, where required, been revoked or suspended at any time in the last<br />

five years?<br />

Yes No N/A<br />

If “yes” please explain on a separate signed sheet.<br />

1i. Bank Reference:<br />

Financial Institution:<br />

Address:<br />

Telephone Number:<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 9<br />

5/24/2012


Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Point of Contact:<br />

1j. Bankruptcy/Litigation<br />

Is your firm currently the debtor in a bankruptcy case?<br />

Yes<br />

If “yes”, please attach a copy of the bankruptcy petition, showing the case number and the date<br />

on which the petition was filed.<br />

No<br />

List all bankruptcy actions against you, your company or related companies in the last seven<br />

years. Attach separate sheet as necessary.<br />

List any litigation against your firm in the last three years. Attached separate sheet as necessary.<br />

2. Certifications<br />

2a. Business Classification: (Please attach any applicable state certificates).<br />

Large Business Enterprise<br />

Small Business Enterprise<br />

Disadvantaged Business Enterprise<br />

Women Business Enterprise<br />

Minority Business Enterprise<br />

Veteran Business Enterprise<br />

Other ( Please Specify)<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 10<br />

5/24/2012


Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

2b. If applicable, <strong>Bid</strong>der has liability insurance and workman’s compensation policies with the current<br />

coverage limits:<br />

Coverage<br />

Limits<br />

Yes No<br />

Workman’s Compensation<br />

Statutory<br />

Employer’s Liability $<br />

Commercial General Liability $<br />

Automobile Liability $<br />

Professional Liability $<br />

Umbrella $<br />

Pollution Liability $<br />

Other (Specify)_______________ $<br />

2c. In the last five years has any insurance carrier, for any type of coverage, refused to renew the<br />

insurance policy for your firm?<br />

Yes<br />

No<br />

If “yes” explain on a separate signed page. Name the insurance carrier, the form of insurance and<br />

the year of the refusal.<br />

2d. Bonding Rate: __________________________________________________<br />

Bonding Capacity: $<br />

Bonding / Surety<br />

Company:<br />

Name of Surety Agent:<br />

Address of Surety Agent:<br />

Telephone Number:<br />

2e. Has any other surety company(s) written bonds for your firm in the last five years?<br />

Yes<br />

No<br />

If “yes” please provide the same above information, including dates on a separate signed sheet.<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 11<br />

5/24/2012


Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

2f. At any time during the past five years, has any surety company made any payments on your<br />

firm’s behalf as a result of a default to satisfy any claims made against a performance or<br />

payment bond issued on your firm’s behalf in connection with a construction project, either public<br />

or private?<br />

Yes<br />

No<br />

If “yes”, explain on a separate signed page the date and amount of each such claim, the name<br />

and telephone number of the claimant, and the grounds for the claim. The present status of the<br />

claim, the date of resolution if resolved, the method by which such claim was resolved if<br />

resolved, the nature of the resolution and the amount, if any, at which the claim was resolved.<br />

2g. State the total worth of work in progress and under contract:<br />

3. Work Type Categories<br />

3a. What percentage of work do you normally perform with your own forces? ________________<br />

3b. If you do use lower tier subs to complete any of your work, list the types of work that you<br />

normally subcontract out:<br />

________________________________________________________________________________<br />

3c.Do you require bonds from your lower-tier subcontractors?<br />

Yes<br />

No<br />

3d. Do you normally obtain lien releases when paying subcontractors and suppliers?<br />

________________________________________________________________________________<br />

END OF ATTACHMENT B<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 12<br />

5/24/2012


Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Attachment C<br />

BIDDER’S STATEMENT OF EXPERIENCE<br />

(Return with the <strong>Bid</strong>)<br />

BIDDER’S DATA SHEET<br />

BIDDER’S EXPERIENCE<br />

<strong>Bid</strong>der must list and describe <strong>Bid</strong>der’s construction experience as a supplier / contractor for a minimum of three<br />

(3) projects of comparable size, scope and complexity for the Work described in the Contract Documents within<br />

the past five (5) years. These requirements may be individually satisfied with three (3) projects listed below (e.g.<br />

Project 1 may be in progress and at least 50% complete, Project 2 may demonstrate comparable scope and size<br />

of a successfully completed project, and Project 3 may demonstrate comparable complexity, etc). <strong>Bid</strong>der should<br />

refer to the Project scope of work to determine what is reasonably comparable.<br />

Responses should:<br />

1. Demonstrate experience and ability to staff this type and size of project<br />

2. Demonstrate ability to work safely and manage safety on a project such as this.<br />

3. Demonstrate experience successfully working with multiple independent contractors on separate contracts on the<br />

same site as part of a larger project.<br />

4. Demonstrate experience coordinating schedules for the scenario of the preceding item.<br />

General Information<br />

<strong>Bid</strong>der’s Name:<br />

Address:<br />

<strong>Bid</strong>der’s volume of work performed for the last three years.<br />

2011: __________________<br />

2010: __________________<br />

2009: __________________<br />

<strong>Bid</strong>der’s Related Work Experience<br />

Reference No. 1 Ongoing Projects (at least 50% complete)<br />

Owner or Prime Contractor (as applicable):<br />

Contact Person:<br />

Phone No.:<br />

Engineer:<br />

Phone No.:<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 13<br />

5/24/2012


Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Initial Contract Price: $________________<br />

Final Contract Price: $_________________<br />

Project Description:<br />

Reference No. 2 Completed Projects within last 5 years<br />

Owner or Prime Contractor (as applicable):<br />

Contact Person:<br />

Phone No.:<br />

Engineer:<br />

Phone No.:<br />

Initial Contract Price: $________________<br />

Final Contract Price: $_________________<br />

Project Description:<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 14<br />

5/24/2012


Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Reference No. 3 Completed Projects within last 5 years<br />

Owner or Prime Contractor (as applicable):<br />

Contact Person:<br />

Phone No.:<br />

Engineer:<br />

Phone No.:<br />

Initial Contract Price: $________________<br />

Final Contract Price: $_________________<br />

Project Description:<br />

END OF ATTACHMENT C<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 15<br />

5/24/2012


Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Attachment D<br />

CONTRACTOR’S SAFETY PERFORMANCE QUESTIONNAIRE<br />

<strong>Garney</strong> Companies, Inc. is dedicated to providing a safe and healthy work environment for its employees as well as our<br />

contractors and their employees working on our project site.<br />

Contractors proposing to provide services for the project must submit the following information for review. The questions<br />

below relate to the<br />

safety and health standards, including, but not limited to the Occupational Safety and Health Act of 1970 and the 29 CFR 1926<br />

Standards for <strong>Construction</strong>.<br />

This questionnaire has been developed by <strong>Garney</strong> Companies, Inc. to allow us to better understand your company's safety<br />

and health program and performance. The information submitted must be factual and verifiable. This information shall be<br />

used to determine eligibility of your company to perform services on this upcoming project. Your response / lack of<br />

response may result in disqualification from the evaluation process.<br />

Completion of this questionnaire in no way relieves your company of its obligation to comply with all applicable OSHA<br />

standards for the work your company may perform.<br />

1.0 Contractor Identification<br />

Legal Company Name: ________________________________________________________________ Date__________________<br />

Street Address_______________________________________________________________________________________________<br />

City:____________________________________________________ State____________________ Zip Code__________________<br />

Contact Name___________________________________________ Title:_______________________________________________<br />

Telephone:______________________ Fax:______________________ Email:___________________________________________<br />

<strong>North</strong> American Industry Classification System (NAICS) Code(s):_________________________________________________<br />

Confined Spaces Structural Steel Demolition Painting / Coatings<br />

Plumbing Excavation / Site Work Electrical Reinforcing Steel<br />

HVAC Yard Piping Surveying Drilling<br />

Concrete Tilt-Up Roofing Cast In-Place Concrete Masonry<br />

Misc Metals Carpentry Doors & Windows Insulation<br />

Paving (Asphalt / Concrete) Architectural Finishes Specialties Process Mech. Equipment<br />

Chemical Storage Tanks Instrumentation Elevators / Escalators Conveyors / Hoists<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 16<br />

5/24/2012


Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Fencing<br />

Other: ________________________________________________________________________________________________________________<br />

Has your company previously performed work on a <strong>Garney</strong> Companies, Inc. Project? Yes No If Yes, Provide Information Below:<br />

Project Name Date of Work (mm/yyyy) Project Location (city, state) <strong>Garney</strong> Project Manager<br />

Has your company previously performed work for the CRMWD? Yes No If Yes, Provide Information Below:<br />

Project Name Date of Work (mm/yyyy) Project Location (city, state) Owner Contact<br />

2.0 Safety Performance<br />

The sections below relate to your company's overall safety performance for the past Five (5) years.<br />

2.1 Experience Modification Rate (EMR)<br />

Please provide in the spaces below your company's Experience Modification Rate (EMR) for the last Five (5) years. Please attach a copy of your EMR<br />

Verification letter from your insurance carrier for the last Five (5) years.<br />

Experience Modification Rate<br />

20_____ 20_____ 20_____ 20_____ 20_____<br />

2.2 OSHA Statistics<br />

Please provide your company's injury and illness data for the last Five (5) years and complete the table below. Please attach a copy of<br />

your OSHA Form 300 & 300A for the last Five (5) years.<br />

Category 20_____ 20_____ 20_____ 20_____ 20_____<br />

A. Average Number of Employees<br />

B. Total Employee Hours Worked<br />

C. Total Number of Recordable Injury<br />

Cases<br />

(OSHA Form 300 A – Totals Form Column M)<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 17<br />

5/24/2012


Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Category 20_____ 20_____ 20_____ 20_____ 20_____<br />

D. Number of fatalities<br />

(OSHA Form 300A Column G)<br />

E. Total Number of Cases with Days<br />

Away From Work / Restricted Duty<br />

(OSHA Form 300A – Total From Column H & I)<br />

F. OSHA Incidence Rate<br />

(Line C Above x 200,000)<br />

Line B Above<br />

G. OSHA DART Rate<br />

(Line E Above x 200,000)<br />

Line B Above<br />

H. Number of Restricted Days<br />

(OSHA Form 300A – Column K)<br />

I. Number of Lost Work Days<br />

(OSHA Form 300A – Column L)<br />

2.3 Regulatory Citations<br />

Has your company received any state or government citations in the last 5 years? Yes No<br />

If Yes, Please mark the box of the Agency from Which the Citations Were Received Below:<br />

OSHA MSHA DOT EPA State / Local Other: ____________________________________<br />

Please attach the citation information and an explanation of any citation (s) for all the boxes checked above.<br />

3.0 Company Safety and Health Program<br />

1. Does your company maintain a written Safety and Health Program? Yes No<br />

If Yes, Please attach a copy of your Safety and Health Program<br />

2. Does your company maintain a written Hazard Communication Program? Yes No<br />

3. Does your company have a Safety and Health Leader? Yes No<br />

If Yes, Please provide the contact information below<br />

Name: ___________________________________<br />

Telephone:________________________________________<br />

Title:______________________________________ Email:_________________________________________________________<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 18<br />

5/24/2012


Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

4. Does your company have a written procedure for informing all Yes No<br />

employees of their right to stop work that is unsafe?<br />

5. Does your company prepare site-specific Safety and Health plans? Yes No<br />

6. Does your company conduct site-specific Job Hazard Analysis (JHA’s) Yes No<br />

And / or Job Safety Analysis (JSA’s)<br />

7. Does your company hold job site safety meetings (i.e. Tool Box Talks)? Yes No<br />

If Yes, Please indicate how often below<br />

Daily Weekly Bi-Weekly Monthly As Needed<br />

8. Does your company hold regularly safety meetings for its employees? Yes No<br />

If Yes, Please indicate how often below<br />

Daily Weekly Bi-Weekly Monthly As Needed<br />

9. Does your company perform field safety inspections? Yes No<br />

If Yes, Please indicate how often below<br />

Daily Weekly Bi-Weekly Monthly As Needed<br />

10. Does your company have a follow-up procedure to track items identified during safety Yes No<br />

inspections?<br />

11. Does your company have a reporting system for incidents, near misses, hazard Yes No<br />

identification, and / or occupational injuries?<br />

If Yes, Please provide the person (s) who receives / reviews these reports below.<br />

Name:_____________________________________ Title:_________________________________________<br />

Name:_____________________________________ Title:_________________________________________<br />

12. Does your company have a safety incentive program? Yes No<br />

13. Does your company use safety as a criterion during performance reviews? Yes No<br />

14. Does your company have a disciplinary action program for unsafe acts or behaviors? Yes No<br />

4.0 Safety and Health Training<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 19<br />

5/24/2012


Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

1. Does your company have a documented pre-job or new employee Safety and Health Yes No<br />

Orientation?<br />

If Yes, Please attach an outline or the table of contents for the program. Also<br />

please provide the person (s) providing the training below.<br />

Name:_____________________________________ Title:_________________________________________<br />

Name:_____________________________________ Title:_________________________________________<br />

If No, Please explain how new employees are informed of the safety policies, procedures, and expectations below.<br />

________________________________________________________________________________________________________<br />

________________________________________________________________________________________________________<br />

________________________________________________________________________________________________________<br />

2. Does your company provide its employees Safety and Health Training (in-house or Yes No<br />

by a third party)?<br />

If Yes, Please indicate all of those that apply. Documented Training Records may be required prior to the start of work.<br />

Asbestos Blasting / Demolition Boom / Scissor Lifts Concrete / Masonry<br />

Confined Spaces Crane Operators Crane Signals Drilling<br />

Driving Safety Electrical Emergency Action Excavation<br />

Fall Protection Fire Protection First Aid & CPR Forklift Operation<br />

Hazard Communication HAZWOPER (40 Hrs) Hearing Conservation Heavy Equipment Oper<br />

Ladders & Stairs Lead Lock-Out / Tag Out OSHA 10 Hr Const.<br />

OSHA 30 Hr. Const. Powder Actuated Tools Power Tool Safety Power Trans / Distribution<br />

Radiation Protection Respiratory Protection Rigging Scaffolding<br />

Steel Erection Toxic Substances Traffic Control Welding & Cutting<br />

Other________________________________________________________________________________________________________________<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 20<br />

5/24/2012


5.0 Medical and Drug Testing<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

1. Does your company have a medical surveillance program? Yes No<br />

If yes, Please indicate those that apply.<br />

Pre-Employment Pre-Job Placement Annually / Bi-Annually<br />

2. Does your company have a Drug & Alcohol Policy or Program? Yes No<br />

If yes, Please indicate those that apply.<br />

Pre-Employment Post Incident DOT As Required Return to Work Random<br />

I the undersigned certify that the information provided in this questionnaire is current and<br />

correct to the best of my knowledge.<br />

Name______________________________________________ Signature____________________________________________<br />

Title________________________________________________ Date _____________________________________________<br />

END OF ATTACHMENT D<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 21<br />

5/24/2012


Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Attachment E<br />

BIDDER’S SCOPE OF WORK/SUPPLY<br />

(Return with the <strong>Bid</strong>)<br />

Attach a detailed scope of work and/or supply letter to this sheet. Provide as much<br />

detail as possible and as many sheets as needed.<br />

End of Attachment E<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 22<br />

5/24/2012


Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Attachment F<br />

LIST OF SUBCONTRACTORS<br />

(Return with the <strong>Bid</strong>)<br />

In compliance with the Instructions to <strong>Bid</strong>ders the undersigned submits the following names of<br />

Subcontractors to be used in performing the work for the Ward County Water supply Expansion Project<br />

– <strong>North</strong> <strong>Well</strong> <strong>Field</strong>, <strong>Bid</strong> <strong>Package</strong> #8, Raw Water Supply <strong>Well</strong> Sites-Ward County-<strong>North</strong> <strong>Well</strong> <strong>Field</strong>. At<br />

a minimum, licensed pump installers and licensed electricians will be required. Subcontractors may be<br />

used to satisfy this requirement.<br />

<strong>Bid</strong>der certifies that all Subcontractors listed are eligible to perform the Work.<br />

Subcontractor’s Work<br />

Subcontractor’s Name<br />

Concrete<br />

Submersible Pumps Installer<br />

(licensed in Texas)<br />

Electrical (licensed in Texas)<br />

Fencing<br />

Painting<br />

Mechanical<br />

__________________________<br />

___________________________<br />

___________________________<br />

___________________________<br />

___________________________<br />

___________________________<br />

? ___________________________<br />

? ____________________________<br />

_______________________________<br />

<strong>Bid</strong>der’s Signature<br />

End of Attachment F<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 23<br />

5/24/2012


Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Attachment G<br />

LIST OF SUPPLIERS<br />

(Return with the <strong>Bid</strong>)<br />

In compliance with the Instructions to <strong>Bid</strong>ders the undersigned submits the following<br />

names of Suppliers to be used in performing the work for the Ward County Water<br />

supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong>, <strong>Bid</strong> <strong>Package</strong> #8, Raw Water Supply <strong>Well</strong><br />

Sites-Ward County-<strong>North</strong> <strong>Well</strong> <strong>Field</strong>.<br />

<strong>Bid</strong>der certifies that all Suppliers listed are eligible to perform the Work.<br />

Supplier’s Scope of Work<br />

Supplier’s (Brand) Name<br />

Column Pipe<br />

Mechanical Pipe & Fittings<br />

Flow Meters<br />

Transducers & Accessories<br />

Pressure Transmitter<br />

__________________________<br />

___________________________<br />

___________________________<br />

___________________________<br />

___________________________<br />

_______________________________<br />

<strong>Bid</strong>der’s Signature<br />

End of Attachment G<br />

<strong>Bid</strong> Proposal Form – <strong>Bid</strong> <strong>Package</strong> #8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong> BP - 24<br />

5/24/2012


Wage Rates


Performance Bond (sample)


00 61 13.13 Performance Bond<br />

Contractor as Principal<br />

Surety<br />

Name: . Name:<br />

Mailing address (principal place of business):<br />

Mailing address (principal place of business):<br />

Owner<br />

Name:<br />

Mailing address (principal place of business):<br />

Contract<br />

Project name and location:<br />

Effective Date of the Agreement:<br />

Contract Amount:<br />

Bond<br />

Date of Bond<br />

(Date of Bond cannot be earlier than Effective Date of<br />

Agreement)<br />

Bond Amount:<br />

Physical address(principal place of business):<br />

Surety is a corporation organized and existing under<br />

the laws of the state of: _______________<br />

By submitting this bond, Surety affirms their authority<br />

to do business in the State of Texas and their license<br />

to execute bonds in the State of Texas.<br />

Telephone (main number):<br />

Telephone (for notice of claim):<br />

Local Agent for Surety<br />

Name:<br />

Address:<br />

Telephone:<br />

The address of the surety company to which any notice<br />

of claim should be sent may be obtained from the<br />

Texas Department of Insurance by calling the<br />

following toll-free telephone number: 1-800-252-3439<br />

Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond<br />

to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind<br />

themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond.<br />

The condition of this obligation is such that if the Contractor as Principal faithfully performs the work required by<br />

the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect.<br />

Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 of the Texas Government Code<br />

as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to<br />

the same extent as if it were copied at length herein. Venue shall lie exclusively in Howard County, Texas for any<br />

legal action.<br />

Contractor as Principal<br />

Signature:<br />

Name and<br />

Title:<br />

Surety<br />

Signature:<br />

Name and<br />

Title:<br />

(Attach Power of Attorney)<br />

Performance Bond - <strong>Bid</strong> <strong>Package</strong> #8 00 61 13.13-1<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


Payment Bond (sample)


00 61 13.16 Payment Bond<br />

Contractor as Principal<br />

Surety<br />

Name: . Name:<br />

Mailing address (principal place of business):<br />

Mailing address (principal place of business):<br />

Owner<br />

Name:<br />

Mailing address (principal place of business):<br />

Contract<br />

Project name and location:<br />

Effective Date of the Agreement:<br />

Contract Amount:<br />

Bond<br />

Date of Bond<br />

(Date of Bond cannot be earlier than Effective Date of<br />

Agreement)<br />

Bond Amount:<br />

Physical address(principal place of business):<br />

Surety is a corporation organized and existing under<br />

the laws of the state of: _______________<br />

By submitting this bond, Surety affirms their authority<br />

to do business in the State of Texas and their license<br />

to execute bonds in the State of Texas.<br />

Telephone (main number):<br />

Telephone (for notice of claim):<br />

Local Agent for Surety<br />

Name:<br />

Address:<br />

Telephone:<br />

The address of the surety company to which any notice<br />

of claim should be sent may be obtained from the<br />

Texas Department of Insurance by calling the<br />

following toll-free telephone number: 1-800-252-3439<br />

Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to<br />

be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind<br />

themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond.<br />

The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or<br />

materials to him or to a subcontractor in the prosecution of the work required by the Contract then this obligation<br />

shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be<br />

pursuant to the terms and provisions of Chapter 2253 of the Texas Government Code as amended and all liabilities<br />

on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were<br />

copied at length herein. Venue shall lie exclusively in Howard County, Texas for any legal action.<br />

Contractor as Principal<br />

Signature:<br />

Name and<br />

Title:<br />

Surety<br />

Signature:<br />

Name and<br />

Title:<br />

(Attach Power of Attorney)<br />

Payment Bond – <strong>Bid</strong> <strong>Package</strong> #8 00 61 13.16-1<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


Certificate of Insurance (sample)


00 62 13 CERTIFICATE OF INSURANCE<br />

The Certificate of Insurance shall be provided to the CMAR by the successful bidder prior to conforming<br />

of documents. Certificate will be included in the documents to be executed by the Owner and in the<br />

conformed construction contract documents.<br />

Certificate of Insurance – <strong>Bid</strong> <strong>Package</strong> #8 00 62 13-1<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


Standard General Conditions


STANDARD<br />

GENERAL CONDITIONS<br />

OF THE<br />

CONSTRUCTION CONTRACT<br />

Prepared by<br />

ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE<br />

and<br />

Issued and Published Jointly By<br />

PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE<br />

a practice division of the<br />

NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS<br />

___________________<br />

AMERICAN CONSULTING ENGINEERS COUNCIL<br />

___________________<br />

AMERICAN SOCIETY OF CIVIL ENGINEERS<br />

This document has been approved and endorsed by<br />

The Associated General Contractors of America<br />

<strong>Construction</strong> Specifications Institute<br />

EJCDC No. 1910-8 (1996 Edition)<br />

00700 - 1


Copyright ©1996<br />

National Society of Professional Engineers<br />

1420 King Street, Alexandria, VA 22314<br />

American Consulting Engineers Council<br />

1015 15th Street N.W., Washington, DC 20005<br />

American Society of Civil Engineers<br />

345 East 47th Street, New York, NY 10017<br />

00700 - 2


TABLE OF CONTENTS<br />

Page<br />

ARTICLE 1 - DEFINITIONS AND TERMINOLOGY .............................................00700 - 6<br />

1.01 Defined Terms ..............................................................00700 - 6<br />

1.02 Terminology ................................................................00700 - 8<br />

ARTICLE 2 - PRELIMINARY MATTERS ......................................................00700 - 9<br />

2.01 Delivery of Bonds ...........................................................00700 - 9<br />

2.02 Copies of Documents .........................................................00700 - 9<br />

2.03 Commencement of Contract Times; Notice to Proceed ................................00700 - 9<br />

2.04 Starting the Work ............................................................00700 - 9<br />

2.05 Before Starting <strong>Construction</strong> ...................................................00700 - 9<br />

2.06 Preconstruction Conference ...................................................00700 - 10<br />

2.07 Initial Acceptance of Schedules ................................................00700 - 10<br />

ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE ..........................00700 - 10<br />

3.01 Intent ....................................................................00700 - 10<br />

3.02 Reference Standards ........................................................00700 - 11<br />

3.03 Reporting and Resolving Discrepancies ..........................................00700 - 11<br />

3.04 Amending and Supplementing Contract Documents .................................00700 - 11<br />

3.05 Reuse of Documents .........................................................00700 - 11<br />

ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS<br />

...............................................................................00700 - 12<br />

4.01 Availability of Lands ........................................................00700 - 12<br />

4.02 Subsurface and Physical Conditions .............................................00700 - 12<br />

4.03 Differing Subsurface or Physical Conditions ......................................00700 - 12<br />

4.04 Underground Facilities ......................................................00700 - 13<br />

4.05 Reference Points ...........................................................00700 - 14<br />

4.06 Hazardous Environmental Condition at Site .......................................00700 - 14<br />

ARTICLE 5 - BONDS AND INSURANCE .....................................................00700 - 15<br />

5.01 Performance, Payment, and Other Bonds .........................................00700 - 15<br />

5.02 Licensed Sureties and Insurers ................................................00700 - 15<br />

5.03 Certificates of Insurance .....................................................00700 - 15<br />

5.04 CONTRACTOR’s Liability Insurance ............................................00700 - 16<br />

5.05 OWNER’s Liability Insurance .................................................00700 - 16<br />

5.06 Property Insurance .........................................................00700 - 17<br />

5.07 Waiver of Rights ...........................................................00700 - 17<br />

5.<strong>08</strong> Receipt and Application of Insurance Proceeds ....................................00700 - 18<br />

5.09 Acceptance of Bonds and Insurance; Option to Replace ..............................00700 - 18<br />

5.10 Partial Utilization, Acknowledgment of Property Insurer .............................00700 - 18<br />

ARTICLE 6 - CONTRACTOR’S RESPONSIBILITIES ...........................................00700 - 19<br />

6.01 Supervision and Superintendence ...............................................00700 - 19<br />

6.02 Labor; Working Hours .......................................................00700 - 19<br />

6.03 Services, Materials, and Equipment .............................................00700 - 19<br />

6.04 Progress Schedule ..........................................................00700 - 19<br />

6.05 Substitutes and “Or-Equals” ..................................................00700 - 19<br />

6.06 Concerning Subcontractors, Suppliers, and Others .................................00700 - 21<br />

00700 - 3


6.07 Patent Fees and Royalties ....................................................00700 - 22<br />

6.<strong>08</strong> Permits ..................................................................00700 - 22<br />

6.09 Laws and Regulations .......................................................00700 - 22<br />

6.10 Taxes ....................................................................00700 - 22<br />

6.11 Use of Site and Other Areas ...................................................00700 - 22<br />

6.12 Record Documents ..........................................................00700 - 23<br />

6.13 Safety and Protection ........................................................00700 - 23<br />

6.14 Safety Representative ........................................................00700 - 23<br />

6.15 Hazard Communication Programs ..............................................00700 - 24<br />

6.16 Emergencies ..............................................................00700 - 24<br />

6.17 Shop Drawings and Samples ..................................................00700 - 24<br />

6.18 Continuing the Work ........................................................00700 - 25<br />

6.19 CONTRACTOR’s General Warranty and Guarantee ................................00700 - 25<br />

6.20 INDEMNIFICATION ........................................................00700 - 25<br />

ARTICLE 7 - OTHER WORK ..............................................................00700 - 26<br />

7.01 Related Work at Site ........................................................00700 - 26<br />

7.02 Coordination ..............................................................00700 - 27<br />

ARTICLE 8 - OWNER’S RESPONSIBILITIES .................................................00700 - 27<br />

8.01 Communications to Contractor ................................................00700 - 27<br />

8.02 Replacement of ENGINEER ...................................................00700 - 27<br />

8.03 Furnish Data ..............................................................00700 - 27<br />

8.04 Pay Promptly When Due .....................................................00700 - 27<br />

8.05 Lands and Easements; Reports and Tests .........................................00700 - 27<br />

8.06 Insurance .................................................................00700 - 27<br />

8.07 Change Orders .............................................................00700 - 27<br />

8.<strong>08</strong> Inspections, Tests, and Approvals ...............................................00700 - 27<br />

8.09 Limitations on OWNER’s Responsibilities ........................................00700 - 27<br />

8.10 Undisclosed Hazardous Environmental Condition ..................................00700 - 27<br />

8.11 Evidence of Financial Arrangements ............................................00700 - 27<br />

ARTICLE 9 - ENGINEER’S STATUS DURING CONSTRUCTION .................................00700 - 28<br />

9.01 OWNER’S Representative ....................................................00700 - 28<br />

9.02 Visits to Site ...............................................................00700 - 28<br />

9.03 Project Representative .......................................................00700 - 28<br />

9.04 Clarifications and Interpretations ..............................................00700 - 28<br />

9.05 Authorized Variations in Work .................................................00700 - 28<br />

9.06 Rejecting Defective Work .....................................................00700 - 28<br />

9.07 Shop Drawings, Change Orders and Payments .....................................00700 - 28<br />

9.<strong>08</strong> Determinations for Unit Price Work .............................................00700 - 29<br />

9.09 Decisions on Requirements of Contract Documents and Acceptability of Work ............00700 - 29<br />

9.10 Limitations on ENGINEER’s Authority and Responsibilities ..........................00700 - 29<br />

ARTICLE 10 - CHANGES IN THE WORK; CLAIMS ............................................00700 - 29<br />

10.01 Authorized Changes in the Work ...............................................00700 - 29<br />

10.02 Unauthorized Changes in the Work .............................................00700 - 30<br />

10.03 Execution of Change Orders ..................................................00700 - 30<br />

10.04 Notification to Surety ........................................................00700 - 30<br />

10.05 Claims and Disputes ........................................................00700 - 30<br />

ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK ...................00700 - 31<br />

11.01 Cost of the Work ...........................................................00700 - 31<br />

00700 - 4


11.02 Cash Allowances ...........................................................00700 - 32<br />

11.03 Unit Price Work ............................................................00700 - 33<br />

ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES ..................00700 - 33<br />

12.01 Change of Contract Price ....................................................00700 - 33<br />

12.02 Change of Contract Times ....................................................00700 - 34<br />

12.03 Delays Beyond CONTRACTOR’s Control ........................................00700 - 34<br />

12.04 Delays Within CONTRACTOR’s Control .........................................00700 - 34<br />

12.05 Delays Beyond OWNER’s and CONTRACTOR’s Control .............................00700 - 34<br />

12.06 Delay Damages ............................................................00700 - 34<br />

ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK<br />

...............................................................................00700 - 34<br />

13.01 Notice of Defects ...........................................................00700 - 35<br />

13.02 Access to Work .............................................................00700 - 35<br />

13.03 Tests and Inspections ........................................................00700 - 35<br />

13.04 Uncovering Work ...........................................................00700 - 35<br />

13.05 OWNER May Stop the Work ...................................................00700 - 35<br />

13.06 Correction or Removal of Defective Work ........................................00700 - 36<br />

13.07 Correction Period ..........................................................00700 - 36<br />

13.<strong>08</strong> Acceptance of Defective Work .................................................00700 - 36<br />

13.09 OWNER May Correct Defective Work ...........................................00700 - 36<br />

ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION ..............................00700 - 37<br />

14.01 Schedule of Values ..........................................................00700 - 37<br />

14.02 Progress Payments ..........................................................00700 - 37<br />

14.03 CONTRACTOR’s Warranty of Title .............................................00700 - 39<br />

14.04 Substantial Completion ......................................................00700 - 39<br />

14.05 Partial Utilization ..........................................................00700 - 39<br />

14.06 Final Inspection ............................................................00700 - 40<br />

14.07 Final Payment .............................................................00700 - 40<br />

14.<strong>08</strong> Final Completion Delayed ....................................................00700 - 40<br />

14.09 Waiver of Claims ...........................................................00700 - 41<br />

ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION ...................................00700 - 41<br />

15.01 OWNER May Suspend Work ..................................................00700 - 41<br />

15.02 OWNER May Terminate for Cause ..............................................00700 - 41<br />

15.03 OWNER May Terminate For Convenience ........................................00700 - 41<br />

15.04 CONTRACTOR May Stop Work or Terminate .....................................00700 - 42<br />

ARTICLE 16 - DISPUTE RESOLUTION ......................................................00700 - 42<br />

16.01 Methods and Procedures .....................................................00700 - 42<br />

ARTICLE 17 - MISCELLANEOUS ..........................................................00700 - 42<br />

17.01 Giving Notice ..............................................................00700 - 42<br />

17.02 Computation of Times .......................................................00700 - 42<br />

17.03 Cumulative Remedies ........................................................00700 - 42<br />

17.04 Survival of Obligations ......................................................00700 - 42<br />

17.05 Controlling Law ............................................................00700 - 43<br />

00700 - 5


GENERAL CONDITIONS<br />

ARTICLE 1 - DEFINITIONS AND TERMINOLOGY<br />

1.01 Defined Terms<br />

A. Wherever used in the Contract Documents and<br />

printed with initial or all capital letters, the terms listed<br />

below will have the meanings indicated which are<br />

applicable to both the singular and plural thereof.<br />

1. Addenda--Written or graphic instruments<br />

issued prior to the opening of <strong>Bid</strong>s which clarify,<br />

correct, or change the <strong>Bid</strong>ding Requirements or the<br />

Contract Documents.<br />

2. Agreement--The written instrument which is<br />

evidence of the agreement between OWNER and<br />

CONTRACTOR covering the Work.<br />

3. Application for Payment--The form acceptable<br />

to ENGINEER which is to be used by CONTRACTOR<br />

during the course of the Work in requesting progress or<br />

final payments and which is to be accompanied by such<br />

supporting documentation as is required by the Contract<br />

Documents.<br />

4. Asbestos--Any material that contains more than<br />

one percent asbestos and is friable or is releasing<br />

asbestos fibers into the air above current action levels<br />

established by the United States Occupational Safety<br />

and Health Administration.<br />

5. <strong>Bid</strong>--The offer or proposal of a bidder submitted<br />

on the prescribed form setting forth the prices for<br />

the Work to be performed.<br />

6. <strong>Bid</strong>ding Documents--The <strong>Bid</strong>ding<br />

Requirements and the proposed Contract Documents<br />

(including all Addenda issued prior to receipt of <strong>Bid</strong>s).<br />

7. <strong>Bid</strong>ding Requirements--The Advertisement or<br />

Invitation to <strong>Bid</strong>, Instructions to <strong>Bid</strong>ders, <strong>Bid</strong> security<br />

form, if any, and the <strong>Bid</strong> form with any supplements.<br />

8. Bonds--Performance and payment bonds and<br />

other instruments of security.<br />

9. Change Order--A document recommended by<br />

ENGINEER which is signed by CONTRACTOR and<br />

OWNER and authorizes an addition, deletion, or<br />

revision in the Work or an adjustment in the Contract<br />

Price or the Contract Times, issued on or after the<br />

Effective Date of the Agreement.<br />

10. Claim--A demand or assertion by OWNER or<br />

CONTRACTOR seeking an adjustment of Contract<br />

Price or Contract Times, or both, or other relief with<br />

respect to the terms of the Contract. A demand for<br />

money or services by a third party is not a Claim.<br />

11. Contract--The entire and integrated written<br />

agreement between the OWNER and CONTRACTOR<br />

concerning the Work. The Contract supersedes prior<br />

negotiations, representations, or agreements, whether<br />

written or oral.<br />

12. Contract Documents--The Contract Documents<br />

establish the rights and obligations of the parties and<br />

include the Agreement, Addenda (which pertain to the<br />

Contract Documents), CONTRACTOR’s <strong>Bid</strong> (including<br />

documentation accompanying the <strong>Bid</strong> and any post <strong>Bid</strong><br />

documentation submitted prior to the Notice of Award)<br />

when attached as an exhibit to the Agreement, the<br />

Notice to Proceed, the Bonds, these General Conditions,<br />

the Supplementary Conditions, the Specifications and<br />

the Drawings as the same are more specifically<br />

identified in the Agreement, together with all Written<br />

Amendments, Change Orders, Work Change Directives,<br />

<strong>Field</strong> Orders, and ENGINEER’s written interpretations<br />

and clarifications issued on or after the Effective Date<br />

of the Agreement. Approved Shop Drawings and the<br />

reports and drawings of subsurface and physical<br />

conditions are not Contract Documents. Only printed<br />

or hard copies of the items listed in this paragraph are<br />

Contract Documents. Files in electronic media format<br />

of text, data, graphics, and the like that may be<br />

furnished by OWNER to CONTRACTOR are not<br />

Contract Documents.<br />

13. Contract Price--The moneys payable by OWN-<br />

ER to CONTRACTOR for completion of the Work in<br />

accordance with the Contract Documents as stated in<br />

the Agreement (subject to the provisions of paragraph<br />

11.03 in the case of Unit Price Work).<br />

14. Contract Times--The number of days or the<br />

dates stated in the Agreement to: (i) achieve Substantial<br />

Completion; and (ii) complete the Work so that it is<br />

ready for final payment as evidenced by ENGINEER’s<br />

written recommendation of final payment.<br />

00700 - 6


15. CONTRACTOR--The individual or entity with<br />

whom OWNER has entered into the Agreement.<br />

16. Cost of the Work--See paragraph 11.01.A for<br />

definition.<br />

17. Drawings--That part of the Contract<br />

Documents prepared or approved by ENGINEER which<br />

graphically shows the scope, extent, and character of the<br />

Work to be performed by CONTRACTOR. Shop<br />

Drawings and other CONTRACTOR submittals are not<br />

Drawings as so defined.<br />

18. Effective Date of the Agreement--The date<br />

indicated in the Agreement on which it becomes effective,<br />

but if no such date is indicated, it means the date<br />

on which the Agreement is signed and delivered by the<br />

last of the two parties to sign and deliver.<br />

19. ENGINEER--The individual or entity named as<br />

such in the Agreement.<br />

20. ENGINEER's Consultant--An individual or<br />

entity having a contract with ENGINEER to furnish<br />

services as ENGINEER’s independent professional<br />

associate or consultant with respect to the Project and<br />

who is identified as such in the Supplementary<br />

Conditions.<br />

21. <strong>Field</strong> Order--A written order issued by ENGI-<br />

NEER which requires minor changes in the Work but<br />

which does not involve a change in the Contract Price<br />

or the Contract Times.<br />

22. General Requirements--Sections of Division 1<br />

of the Specifications. The General Requirements<br />

pertain to all sections of the Specifications.<br />

23. Hazardous Environmental Condition--The<br />

presence at the Site of Asbestos, PCBs, Petroleum,<br />

Hazardous Waste, or Radioactive Material in such<br />

quantities or circumstances that may present a<br />

substantial danger to persons or property exposed<br />

thereto in connection with the Work.<br />

24. Hazardous Waste--The term Hazardous Waste<br />

shall have the meaning provided in Section 1004 of the<br />

Solid Waste Disposal Act (42 USC Section 6903) as<br />

amended from time to time.<br />

25. Laws and Regulations; Laws or Regulations--<br />

Any and all applicable laws, rules, regulations,<br />

ordinances, codes, and orders of any and all governmental<br />

bodies, agencies, authorities, and courts having<br />

jurisdiction.<br />

26. Liens--Charges, security interests, or<br />

encumbrances upon Project funds, real property, or<br />

personal property.<br />

27. Milestone--A principal event specified in the<br />

Contract Documents relating to an intermediate completion<br />

date or time prior to Substantial Completion of all<br />

the Work.<br />

28. Notice of Award--The written notice by OWN-<br />

ER to the apparent successful bidder stating that upon<br />

timely compliance by the apparent successful bidder<br />

with the conditions precedent listed therein, OWNER<br />

will sign and deliver the Agreement.<br />

29. Notice to Proceed--A written notice given by<br />

OWNER to CONTRACTOR fixing the date on which<br />

the Contract Times will commence to run and on which<br />

CONTRACTOR shall start to perform the Work under<br />

the Contract Documents.<br />

30. OWNER--The individual, entity, public body,<br />

or authority with whom CONTRACTOR has entered<br />

into the Agreement and for whom the Work is to be<br />

performed.<br />

31. Partial Utilization--Use by OWNER of a<br />

substantially completed part of the Work for the purpose<br />

for which it is intended (or a related purpose) prior to<br />

Substantial Completion of all the Work.<br />

32. PCBs--Polychlorinated biphenyls.<br />

33. Petroleum--Petroleum, including crude oil or<br />

any fraction thereof which is liquid at standard conditions<br />

of temperature and pressure (60 degrees Fahrenheit<br />

and 14.7 pounds per square inch absolute), such as<br />

oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline,<br />

kerosene, and oil mixed with other non-Hazardous<br />

Waste and crude oils.<br />

34. Project--The total construction of which the<br />

Work to be performed under the Contract Documents<br />

may be the whole, or a part as may be indicated<br />

elsewhere in the Contract Documents.<br />

35. Project Manual--The bound documentary<br />

information prepared for bidding and constructing the<br />

Work. A listing of the contents of the Project Manual,<br />

which may be bound in one or more volumes, is<br />

contained in the table(s) of contents.<br />

36. Radioactive Material--Source, special nuclear,<br />

or byproduct material as defined by the Atomic Energy<br />

00700 - 7


Act of 1954 (42 USC Section 2011 et seq.) as amended<br />

from time to time.<br />

37. Resident Project Representative--The authorized<br />

representative of ENGINEER who may be<br />

assigned to the Site or any part thereof.<br />

38. Samples--Physical examples of materials,<br />

equipment, or workmanship that are representative of<br />

some portion of the Work and which establish the<br />

standards by which such portion of the Work will be<br />

judged.<br />

39. Shop Drawings--All drawings, diagrams,<br />

illustrations, schedules, and other data or information<br />

which are specifically prepared or assembled by or for<br />

CONTRACTOR and submitted by CONTRACTOR to<br />

illustrate some portion of the Work.<br />

40. Site--Lands or areas indicated in the Contract<br />

Documents as being furnished by OWNER upon which<br />

the Work is to be performed, including rights-of-way<br />

and easements for access thereto, and such other lands<br />

furnished by OWNER which are designated for the use<br />

of CONTRACTOR.<br />

41. Specifications--That part of the Contract<br />

Documents consisting of written technical descriptions<br />

of materials, equipment, systems, standards, and<br />

workmanship as applied to the Work and certain<br />

administrative details applicable thereto.<br />

42. Subcontractor--An individual or entity having<br />

a direct contract with CONTRACTOR or with any other<br />

Subcontractor for the performance of a part of the Work<br />

at the Site.<br />

43. Substantial Completion--The time at which the<br />

Work (or a specified part thereof) has progressed to the<br />

point where, in the opinion of ENGINEER, the Work<br />

(or a specified part thereof) is sufficiently complete, in<br />

accordance with the Contract Documents, so that the<br />

Work (or a specified part thereof) can be utilized for the<br />

purposes for which it is intended. The terms<br />

“substantially complete” and “substantially completed”<br />

as applied to all or part of the Work refer to Substantial<br />

Completion thereof.<br />

44. Supplementary Conditions--That part of the<br />

Contract Documents which amends or supplements<br />

these General Conditions.<br />

45. Supplier--A manufacturer, fabricator, supplier,<br />

distributor, materialman, or vendor having a direct<br />

contract with CONTRACTOR or with any Subcontractor<br />

to furnish materials or equipment to be incorporated<br />

in the Work by CONTRACTOR or any Subcontractor.<br />

46. Underground Facilities--All underground<br />

pipelines, conduits, ducts, cables, wires, manholes,<br />

vaults, tanks, tunnels, or other such facilities or<br />

attachments, and any encasements containing such<br />

facilities, including those that convey electricity, gases,<br />

steam, liquid petroleum products, telephone or other<br />

communications, cable television, water, wastewater,<br />

storm water, other liquids or chemicals, or traffic or<br />

other control systems.<br />

47. Unit Price Work--Work to be paid for on the<br />

basis of unit prices.<br />

48. Work--The entire completed construction or the<br />

various separately identifiable parts thereof required to<br />

be provided under the Contract Documents. Work<br />

includes and is the result of performing or providing all<br />

labor, services, and documentation necessary to produce<br />

such construction, and furnishing, installing, and<br />

incorporating all materials and equipment into such<br />

construction, all as required by the Contract Documents.<br />

49. Work Change Directive--A written statement to<br />

CONTRACTOR issued on or after the Effective Date of<br />

the Agreement and signed by OWNER and recommended<br />

by ENGINEER ordering an addition, deletion,<br />

or revision in the Work, or responding to differing or<br />

unforeseen subsurface or physical conditions under<br />

which the Work is to be performed or to emergencies.<br />

A Work Change Directive will not change the Contract<br />

Price or the Contract Times but is evidence that the<br />

parties expect that the change ordered or documented by<br />

a Work Change Directive will be incorporated in a<br />

subsequently issued Change Order following<br />

negotiations by the parties as to its effect, if any, on the<br />

Contract Price or Contract Times.<br />

50. Written Amendment--A written statement<br />

modifying the Contract Documents, signed by OWNER<br />

and CONTRACTOR on or after the Effective Date of<br />

the Agreement and normally dealing with the<br />

nonengineering or nontechnical rather than strictly<br />

construction-related aspects of the Contract Documents.<br />

1.02 Terminology<br />

A. Intent of Certain Terms or Adjectives<br />

1. Whenever in the Contract Documents the terms<br />

“as allowed,” “as approved,” or terms of like effect or<br />

import are used, or the adjectives “reasonable,”<br />

“suitable,” “acceptable,” “proper,” “satisfactory,” or<br />

00700 - 8


adjectives of like effect or import are used to describe an<br />

action or determination of ENGINEER as to the Work,<br />

it is intended that such action or determination will be<br />

solely to evaluate, in general, the completed Work for<br />

compliance with the requirements of and information in<br />

the Contract Documents and conformance with the<br />

design concept of the completed Project as a functioning<br />

whole as shown or indicated in the Contract Documents<br />

(unless there is a specific statement indicating<br />

otherwise). The use of any such term or adjective shall<br />

not be effective to assign to ENGINEER any duty or<br />

authority to supervise or direct the performance of the<br />

Work or any duty or authority to undertake<br />

responsibility contrary to the provisions of paragraph<br />

9.10 or any other provision of the Contract Documents.<br />

B. Day<br />

1. The word “day” shall constitute a calendar day<br />

of 24 hours measured from midnight to the next<br />

midnight.<br />

C. Defective<br />

1. The word “defective,” when modifying the<br />

word “Work,” refers to Work that is unsatisfactory,<br />

faulty, or deficient in that it does not conform to the<br />

Contract Documents or does not meet the requirements<br />

of any inspection, reference standard, test, or approval<br />

referred to in the Contract Documents, or has been<br />

damaged prior to ENGINEER’s recommendation of<br />

final payment (unless responsibility for the protection<br />

thereof has been assumed by OWNER at Substantial<br />

Completion in accordance with paragraph 14.04 or<br />

14.05).<br />

D. Furnish, Install, Perform, Provide<br />

1. The word “furnish,” when used in connection<br />

with services, materials, or equipment, shall mean to<br />

supply and deliver said services, materials, or<br />

equipment to the Site (or some other specified location)<br />

ready for use or installation and in usable or operable<br />

condition.<br />

2. The word “install,” when used in connection<br />

with services, materials, or equipment, shall mean to<br />

put into use or place in final position said services,<br />

materials, or equipment complete and ready for<br />

intended use.<br />

3. The words “perform” or “provide,” when used<br />

in connection with services, materials, or equipment,<br />

shall mean to furnish and install said services,<br />

materials, or equipment complete and ready for<br />

intended use.<br />

4. When “furnish,” “install,” “perform,” or “provide”<br />

is not used in connection with services, materials,<br />

or equipment in a context clearly requiring an<br />

obligation of CONTRACTOR, “provide” is implied.<br />

E. Unless stated otherwise in the Contract Documents,<br />

words or phrases which have a well-known technical or<br />

construction industry or trade meaning are used in the<br />

Contract Documents in accordance with such recognized<br />

meaning.<br />

ARTICLE 2 - PRELIMINARY MATTERS<br />

2.01 Delivery of Bonds<br />

A. When CONTRACTOR delivers the executed<br />

Agreements to OWNER, CONTRACTOR shall also deliver<br />

to OWNER such Bonds as CONTRACTOR may be<br />

required to furnish.<br />

2.02 Copies of Documents<br />

A. OWNER shall furnish to CONTRACTOR up to ten<br />

copies of the Contract Documents. Additional copies will<br />

be furnished upon request at the cost of reproduction.<br />

2.03 Commencement of Contract Times; Notice to<br />

Proceed<br />

A. The Contract Times will commence to run on the<br />

thirtieth day after the Effective Date of the Agreement or, if<br />

a Notice to Proceed is given, on the day indicated in the<br />

Notice to Proceed. A Notice to Proceed may be given at<br />

any time within 30 days after the Effective Date of the<br />

Agreement. In no event will the Contract Times commence<br />

to run later than the sixtieth day after the day of <strong>Bid</strong><br />

opening or the thirtieth day after the Effective Date of the<br />

Agreement, whichever date is earlier.<br />

2.04 Starting the Work<br />

A. CONTRACTOR shall start to perform the Work on<br />

the date when the Contract Times commence to run. No<br />

Work shall be done at the Site prior to the date on which<br />

the Contract Times commence to run.<br />

2.05 Before Starting <strong>Construction</strong><br />

00700 - 9


A. CONTRACTOR’s Review of Contract Documents:<br />

Before undertaking each part of the Work, CONTRACTOR<br />

shall carefully study and compare the Contract Documents<br />

and check and verify pertinent figures therein and all<br />

applicable field measurements. CONTRACTOR shall<br />

promptly report in writing to ENGINEER any conflict,<br />

error, ambiguity, or discrepancy which CONTRACTOR<br />

may discover and shall obtain a written interpretation or<br />

clarification from ENGINEER before proceeding with any<br />

Work affected thereby; however, CONTRACTOR shall not<br />

be liable to OWNER or ENGINEER for failure to report<br />

any conflict, error, ambiguity, or discrepancy in the<br />

Contract Documents unless CONTRACTOR knew or<br />

reasonably should have known thereof.<br />

B. Preliminary Schedules: Within ten days after the<br />

Effective Date of the Agreement (unless otherwise specified<br />

in the General Requirements), CONTRACTOR shall<br />

submit to ENGINEER for its timely review:<br />

1. a preliminary progress schedule indicating the<br />

times (numbers of days or dates) for starting and<br />

completing the various stages of the Work, including<br />

any Milestones specified in the Contract Documents;<br />

2. a preliminary schedule of Shop Drawing and<br />

Sample submittals which will list each required submittal<br />

and the times for submitting, reviewing, and processing<br />

such submittal; and<br />

3. a preliminary schedule of values for all of the<br />

Work which includes quantities and prices of items<br />

which when added together equal the Contract Price<br />

and subdivides the Work into component parts in<br />

sufficient detail to serve as the basis for progress<br />

payments during performance of the Work. Such prices<br />

will include an appropriate amount of overhead and<br />

profit applicable to each item of Work.<br />

C. Evidence of Insurance: Before any Work at the<br />

Site is started, CONTRACTOR and OWNER shall each<br />

deliver to the other, with copies to each additional insured<br />

identified in the Supplementary Conditions, certificates of<br />

insurance (and other evidence of insurance which either of<br />

them or any additional insured may reasonably request)<br />

which CONTRACTOR and OWNER respectively are<br />

required to purchase and maintain in accordance with<br />

Article 5.<br />

2.06 Preconstruction Conference<br />

A. Within 20 days after the Contract Times start to<br />

run, but before any Work at the Site is started, a conference<br />

attended by CONTRACTOR, ENGINEER, and others as<br />

appropriate will be held to establish a working<br />

understanding among the parties as to the Work and to<br />

discuss the schedules referred to in paragraph 2.05.B,<br />

procedures for handling Shop Drawings and other<br />

submittals, processing Applications for Payment, and<br />

maintaining required records.<br />

2.07 Initial Acceptance of Schedules<br />

A. Unless otherwise provided in the Contract Documents,<br />

at least ten days before submission of the first<br />

Application for Payment a conference attended by CON-<br />

TRACTOR, ENGINEER, and others as appropriate will be<br />

held to review for acceptability to ENGINEER as provided<br />

below the schedules submitted in accordance with<br />

paragraph 2.05.B. CONTRACTOR shall have an<br />

additional ten days to make corrections and adjustments<br />

and to complete and resubmit the schedules. No progress<br />

payment shall be made to CONTRACTOR until acceptable<br />

schedules are submitted to ENGINEER.<br />

1. The progress schedule will be acceptable to<br />

ENGINEER if it provides an orderly progression of the<br />

Work to completion within any specified Milestones<br />

and the Contract Times. Such acceptance will not<br />

impose on ENGINEER responsibility for the progress<br />

schedule, for sequencing, scheduling, or progress of the<br />

Work nor interfere with or relieve CONTRACTOR<br />

from CONTRACTOR’s full responsibility therefor.<br />

2. CONTRACTOR’s schedule of Shop Drawing<br />

and Sample submittals will be acceptable to<br />

ENGINEER if it provides a workable arrangement for<br />

reviewing and processing the required submittals.<br />

3. CONTRACTOR’s schedule of values will be<br />

acceptable to ENGINEER as to form and substance if it<br />

provides a reasonable allocation of the Contract Price to<br />

component parts of the Work.<br />

ARTICLE 3 - CONTRACT DOCUMENTS: INTENT,<br />

AMENDING, REUSE<br />

3.01 Intent<br />

A. The Contract Documents are complementary; what<br />

is called for by one is as binding as if called for by all.<br />

B. It is the intent of the Contract Documents to describe<br />

a functionally complete Project (or part thereof) to be<br />

constructed in accordance with the Contract Documents. Any<br />

labor, documentation, services, materials, or equipment that<br />

may reasonably be inferred from the Contract Documents or<br />

from prevailing custom or trade usage as being required to<br />

00700 - 10


produce the intended result will be provided whether or not<br />

specifically called for at no additional cost to OWNER.<br />

C. Clarifications and interpretations of the Contract<br />

Documents shall be issued by ENGINEER as provided in<br />

Article 9.<br />

3.02 Reference Standards<br />

A. Standards, Specifications, Codes, Laws, and<br />

Regulations<br />

1. Reference to standards, specifications, manuals,<br />

or codes of any technical society, organization, or<br />

association, or to Laws or Regulations, whether such<br />

reference be specific or by implication, shall mean the<br />

standard, specification, manual, code, or Laws or Regulations<br />

in effect at the time of opening of <strong>Bid</strong>s (or on the<br />

Effective Date of the Agreement if there were no <strong>Bid</strong>s),<br />

except as may be otherwise specifically stated in the<br />

Contract Documents.<br />

2. No provision of any such standard, specification,<br />

manual or code, or any instruction of a Supplier shall be<br />

effective to change the duties or responsibilities of<br />

OWNER, CONTRACTOR, or ENGINEER, or any of<br />

their subcontractors, consultants, agents, or employees<br />

from those set forth in the Contract Documents, nor shall<br />

any such provision or instruction be effective to assign to<br />

OWNER, ENGINEER, or any of ENGINEER’s<br />

Consultants, agents, or employees any duty or authority to<br />

supervise or direct the performance of the Work or any<br />

duty or authority to undertake responsibility inconsistent<br />

with the provisions of the Contract Documents.<br />

3.03 Reporting and Resolving Discrepancies<br />

A. Reporting Discrepancies<br />

1. If, during the performance of the Work,<br />

CONTRACTOR discovers any conflict, error, ambiguity,<br />

or discrepancy within the Contract Documents or between<br />

the Contract Documents and any provision of any Law or<br />

Regulation applicable to the performance of the Work or<br />

of any standard, specification, manual or code, or of any<br />

instruction of any Supplier, CONTRACTOR shall report<br />

it to ENGINEER in writing at once. CONTRACTOR<br />

shall not proceed with the Work affected thereby (except<br />

in an emergency as required by paragraph 6.16.A) until<br />

an amendment or supplement to the Contract Documents<br />

has been issued by one of the methods indicated in<br />

paragraph 3.04; provided, however, that CONTRACTOR<br />

shall not be liable to OWNER or ENGINEER for failure<br />

to report any such conflict, error, ambiguity, or discrepancy<br />

unless CONTRACTOR knew or reasonably<br />

should have known thereof.<br />

B. Resolving Discrepancies<br />

1. Except as may be otherwise specifically stated in<br />

the Contract Documents, the provisions of the Contract<br />

Documents shall take precedence in resolving any<br />

conflict, error, ambiguity, or discrepancy between the<br />

provisions of the Contract Documents and:<br />

a. the provisions of any standard, specification,<br />

manual, code, or instruction (whether or not specifically<br />

incorporated by reference in the Contract<br />

Documents); or<br />

b. the provisions of any Laws or Regulations<br />

applicable to the performance of the Work (unless<br />

such an interpretation of the provisions of the<br />

Contract Documents would result in violation of such<br />

Law or Regulation).<br />

3.04 Amending and Supplementing Contract Documents<br />

A. The Contract Documents may be amended to provide<br />

for additions, deletions, and revisions in the Work or to<br />

modify the terms and conditions thereof in one or more of the<br />

following ways: (i) a Written Amendment; (ii) a Change<br />

Order; or (iii) a Work Change Directive.<br />

B. The requirements of the Contract Documents may be<br />

supplemented, and minor variations and deviations in the<br />

Work may be authorized, by one or more of the following<br />

ways: (i) a <strong>Field</strong> Order; (ii) ENGINEER’s approval of a Shop<br />

Drawing or Sample; or (iii) ENGINEER’s written interpretation<br />

or clarification.<br />

3.05 Reuse of Documents<br />

A. CONTRACTOR and any Subcontractor or Supplier<br />

or other individual or entity performing or furnishing any of<br />

the Work under a direct or indirect contract with OWNER: (i)<br />

shall not have or acquire any title to or ownership rights in<br />

any of the Drawings, Specifications, or other documents (or<br />

copies of any thereof) prepared by or bearing the seal of<br />

ENGINEER or ENGINEER’s Consultant, including<br />

electronic media editions; and (ii) shall not reuse any of such<br />

Drawings, Specifications, other documents, or copies thereof<br />

on extensions of the Project or any other project without<br />

written consent of OWNER and ENGINEER and specific<br />

written verification or adaption by ENGINEER. This<br />

prohibition will survive final payment, completion, and<br />

acceptance of the Work, or termination or completion of the<br />

Contract. Nothing herein shall preclude CONTRACTOR<br />

00700 - 11


from retaining copies of the Contract Documents for record<br />

purposes.<br />

ARTICLE 4 - AVAILABILITY OF LANDS;<br />

SUBSURFACE AND PHYSICAL CONDITIONS;<br />

REFERENCE POINTS<br />

4.01 Availability of Lands<br />

A. OWNER shall furnish the Site. OWNER shall notify<br />

CONTRACTOR of any encumbrances or restrictions not of<br />

general application but specifically related to use of the Site<br />

with which CONTRACTOR must comply in performing the<br />

Work. OWNER will obtain in a timely manner and pay for<br />

easements for permanent structures or permanent changes in<br />

existing facilities. If CONTRACTOR and OWNER are<br />

unable to agree on entitlement to or on the amount or extent,<br />

if any, of any adjustment in the Contract Price or Contract<br />

Times, or both, as a result of any delay in OWNER’s<br />

furnishing the Site, CONTRACTOR may make a Claim<br />

therefor as provided in paragraph 10.05.<br />

B. Upon reasonable written request, OWNER shall<br />

furnish CONTRACTOR with a current statement of record<br />

legal title and legal description of the lands upon which the<br />

Work is to be performed and OWNER’s interest therein as<br />

necessary for giving notice of or filing a mechanic's or<br />

construction lien against such lands in accordance with<br />

applicable Laws and Regulations.<br />

C. CONTRACTOR shall provide for all additional lands<br />

and access thereto that may be required for temporary<br />

construction facilities or storage of materials and equipment.<br />

4.02 Subsurface and Physical Conditions<br />

A. Reports and Drawings: The Supplementary<br />

Conditions identify:<br />

1. those reports of explorations and tests of<br />

subsurface conditions at or contiguous to the Site that<br />

ENGINEER has used in preparing the Contract Documents;<br />

and<br />

2. those drawings of physical conditions in or<br />

relating to existing surface or subsurface structures at or<br />

contiguous to the Site (except Underground Facilities) that<br />

ENGINEER has used in preparing the Contract<br />

Documents.<br />

B. Limited Reliance by CONTRACTOR on Technical<br />

Data Authorized: CONTRACTOR may rely upon the<br />

general accuracy of the “technical data” contained in such<br />

reports and drawings, but such reports and drawings are not<br />

Contract Documents. Such “technical data” is identified in<br />

the Supplementary Conditions. Except for such reliance on<br />

such “technical data,” CONTRACTOR may not rely upon or<br />

make any Claim against OWNER, ENGINEER, or any of<br />

ENGINEER’s Consultants with respect to:<br />

1. the completeness of such reports and drawings for<br />

CONTRACTOR’s purposes, including, but not limited to,<br />

any aspects of the means, methods, techniques, sequences,<br />

and procedures of construction to be employed by<br />

CONTRACTOR, and safety precautions and programs<br />

incident thereto; or<br />

2. other data, interpretations, opinions, and<br />

information contained in such reports or shown or<br />

indicated in such drawings; or<br />

3. any CONTRACTOR interpretation of or<br />

conclusion drawn from any "technical data" or any such<br />

other data, interpretations, opinions, or information.<br />

4.03 Differing Subsurface or Physical Conditions<br />

A. Notice: If CONTRACTOR believes that any subsurface<br />

or physical condition at or contiguous to the Site that is<br />

uncovered or revealed either:<br />

1. is of such a nature as to establish that any<br />

“technical data” on which CONTRACTOR is entitled to<br />

rely as provided in paragraph 4.02 is materially<br />

inaccurate; or<br />

2. is of such a nature as to require a change in the<br />

Contract Documents; or<br />

3. differs materially from that shown or indicated in<br />

the Contract Documents; or<br />

4. is of an unusual nature, and differs materially<br />

from conditions ordinarily encountered and generally<br />

recognized as inherent in work of the character provided<br />

for in the Contract Documents;<br />

then CONTRACTOR shall, promptly after becoming aware<br />

thereof and before further disturbing the subsurface or<br />

physical conditions or performing any Work in connection<br />

therewith (except in an emergency as required by paragraph<br />

6.16.A), notify OWNER and ENGINEER in writing about<br />

such condition. CONTRACTOR shall not further disturb<br />

such condition or perform any Work in connection therewith<br />

(except as aforesaid) until receipt of written order to do so.<br />

00700 - 12


B. ENGINEER’s Review: After receipt of written notice<br />

as required by paragraph 4.03.A, ENGINEER will promptly<br />

review the pertinent condition, determine the necessity of<br />

OWNER's obtaining additional exploration or tests with<br />

respect thereto, and advise OWNER in writing (with a copy<br />

to CONTRACTOR) of ENGINEER’s findings and<br />

conclusions.<br />

C. Possible Price and Times Adjustments<br />

1. The Contract Price or the Contract Times, or<br />

both, will be equitably adjusted to the extent that the<br />

existence of such differing subsurface or physical<br />

condition causes an increase or decrease in<br />

CONTRACTOR’s cost of, or time required for, performance<br />

of the Work; subject, however, to the following:<br />

a. such condition must meet any one or more of<br />

the categories described in paragraph 4.03.A; and<br />

b. with respect to Work that is paid for on a<br />

Unit Price Basis, any adjustment in Contract Price<br />

will be subject to the provisions of paragraphs 9.<strong>08</strong><br />

and 11.03.<br />

2. CONTRACTOR shall not be entitled to any<br />

adjustment in the Contract Price or Contract Times if:<br />

a. CONTRACTOR knew of the existence of<br />

such conditions at the time CONTRACTOR made a<br />

final commitment to OWNER in respect of Contract<br />

Price and Contract Times by the submission of a <strong>Bid</strong><br />

or becoming bound under a negotiated contract; or<br />

b. the existence of such condition could<br />

reasonably have been discovered or revealed as a<br />

result of any examination, investigation, exploration,<br />

test, or study of the Site and contiguous areas required<br />

by the <strong>Bid</strong>ding Requirements or Contract Documents<br />

to be conducted by or for CONTRACTOR prior to<br />

CONTRACTOR's making such final commitment; or<br />

c. CONTRACTOR failed to give the written<br />

notice within the time and as required by paragraph<br />

4.03.A.<br />

3. If OWNER and CONTRACTOR are unable to<br />

agree on entitlement to or on the amount or extent, if any,<br />

of any adjustment in the Contract Price or Contract<br />

Times, or both, a Claim may be made therefor as provided<br />

in paragraph 10.05. However, OWNER, ENGINEER,<br />

and ENGINEER’s Consultants shall not be liable to<br />

CONTRACTOR for any claims, costs, losses, or damages<br />

(including but not limited to all fees and charges of<br />

engineers, architects, attorneys, and other professionals<br />

and all court or arbitration or other dispute resolution<br />

costs) sustained by CONTRACTOR on or in connection<br />

with any other project or anticipated project.<br />

4.04 Underground Facilities<br />

A. Shown or Indicated: The information and data shown<br />

or indicated in the Contract Documents with respect to<br />

existing Underground Facilities at or contiguous to the Site is<br />

based on information and data furnished to OWNER or<br />

ENGINEER by the owners of such Underground Facilities,<br />

including OWNER, or by others. Unless it is otherwise<br />

expressly provided in the Supplementary Conditions:<br />

1. OWNER and ENGINEER shall not be<br />

responsible for the accuracy or completeness of any such<br />

information or data; and<br />

2. the cost of all of the following will be included in<br />

the Contract Price, and CONTRACTOR shall have full<br />

responsibility for:<br />

a. reviewing and checking all such information<br />

and data,<br />

b. locating all Underground Facilities shown or<br />

indicated in the Contract Documents,<br />

c. coordination of the Work with the owners of<br />

such Underground Facilities, including OWNER,<br />

during construction, and<br />

d. the safety and protection of all such Underground<br />

Facilities and repairing any damage thereto<br />

resulting from the Work.<br />

B. Not Shown or Indicated<br />

1. If an Underground Facility is uncovered or<br />

revealed at or contiguous to the Site which was not shown<br />

or indicated, or not shown or indicated with reasonable<br />

accuracy in the Contract Documents, CONTRACTOR<br />

shall, promptly after becoming aware thereof and before<br />

further disturbing conditions affected thereby or<br />

performing any Work in connection therewith (except in<br />

an emergency as required by paragraph 6.16.A), identify<br />

the owner of such Underground Facility and give written<br />

notice to that owner and to OWNER and ENGINEER.<br />

ENGINEER will promptly review the Underground<br />

Facility and determine the extent, if any, to which a<br />

change is required in the Contract Documents to reflect<br />

and document the consequences of the existence or<br />

location of the Underground Facility. During such time,<br />

00700 - 13


CONTRACTOR shall be responsible for the safety and<br />

protection of such Underground Facility.<br />

2. If ENGINEER concludes that a change in the<br />

Contract Documents is required, a Work Change<br />

Directive or a Change Order will be issued to reflect and<br />

document such consequences. An equitable adjustment<br />

shall be made in the Contract Price of Contract Times, or<br />

both, to the extent that they are attributable to the<br />

existence or location of any Underground Facility that was<br />

not shown or indicated or not shown or indicated with<br />

reasonable accuracy in the Contract Documents and that<br />

CONTRACTOR did not know of and could not reasonably<br />

have been expected to be aware of or to have anticipated.<br />

If OWNER and CONTRACTOR are unable to agree on<br />

entitlement to or on the amount or extent, if any, of any<br />

such adjustment in Contract Price or Contract Times,<br />

OWNER or CONTRACTOR may make a Claim therefor<br />

as provided in paragraph 10.05.<br />

4.05 Reference Points<br />

A. OWNER shall provide engineering surveys to<br />

establish reference points for construction which in<br />

ENGINEER’s judgment are necessary to enable CON-<br />

TRACTOR to proceed with the Work. CONTRACTOR shall<br />

be responsible for laying out the Work, shall protect and<br />

preserve the established reference points and property<br />

monuments, and shall make no changes or relocations<br />

without the prior written approval of OWNER.<br />

CONTRACTOR shall report to ENGINEER whenever any<br />

reference point or property monument is lost or destroyed or<br />

requires relocation because of necessary changes in grades or<br />

locations, and shall be responsible for the accurate<br />

replacement or relocation of such reference points or property<br />

monuments by professionally qualified personnel.<br />

4.06 Hazardous Environmental Condition at Site<br />

A. Reports and Drawings: Reference is made to the<br />

Supplementary Conditions for the identification of those<br />

reports and drawings relating to a Hazardous Environmental<br />

Condition identified at the Site, if any, that have been utilized<br />

by the ENGINEER in the preparation of the Contract<br />

Documents.<br />

B. Limited Reliance by CONTRACTOR on Technical<br />

Data Authorized: CONTRACTOR may rely upon the general<br />

accuracy of the “technical data” contained in such reports and<br />

drawings, but such reports and drawings are not Contract<br />

Documents. Such “technical data” is identified in the<br />

Supplementary Conditions. Except for such reliance on such<br />

“technical data,” CONTRACTOR may not rely upon or make<br />

any Claim against OWNER, ENGINEER or any of<br />

ENGINEER’s Consultants with respect to:<br />

1. the completeness of such reports and drawings for<br />

CONTRACTOR’s purposes, including, but not limited to,<br />

any aspects of the means, methods, techniques, sequences<br />

and procedures of construction to be employed by<br />

CONTRACTOR and safety precautions and programs<br />

incident thereto; or<br />

2. other data, interpretations, opinions and<br />

information contained in such reports or shown or<br />

indicated in such drawings; or<br />

3. any CONTRACTOR interpretation of or<br />

conclusion drawn from any “technical data” or any such<br />

other data, interpretations, opinions or information.<br />

C. CONTRACTOR shall not be responsible for any<br />

Hazardous Environmental Condition uncovered or revealed<br />

at the Site which was not shown or indicated in Drawings or<br />

Specifications or identified in the Contract Documents to be<br />

within the scope of the Work. CONTRACTOR shall be<br />

responsible for a Hazardous Environmental Condition created<br />

with any materials brought to the Site by CONTRACTOR,<br />

Subcontractors, Suppliers, or anyone else for whom CON-<br />

TRACTOR is responsible.<br />

D. If CONTRACTOR encounters a Hazardous<br />

Environmental Condition or if CONTRACTOR or anyone for<br />

whom CONTRACTOR is responsible creates a Hazardous<br />

Environmental Condition, CONTRACTOR shall immediately:<br />

(i) secure or otherwise isolate such condition; (ii) stop<br />

all Work in connection with such condition and in any area<br />

affected thereby (except in an emergency as required by<br />

paragraph 6.16); and (iii) notify OWNER and ENGINEER<br />

(and promptly thereafter confirm such notice in writing).<br />

OWNER shall promptly consult with ENGINEER concerning<br />

the necessity for OWNER to retain a qualified expert to<br />

evaluate such condition or take corrective action, if any.<br />

E. CONTRACTOR shall not be required to resume Work<br />

in connection with such condition or in any affected area<br />

until after OWNER has obtained any required permits related<br />

thereto and delivered to CONTRACTOR written notice: (i)<br />

specifying that such condition and any affected area is or has<br />

been rendered safe for the resumption of Work; or (ii) specifying<br />

any special conditions under which such Work may be resumed<br />

safely. If OWNER and CONTRACTOR cannot agree<br />

as to entitlement to or on the amount or extent, if any, of any<br />

adjustment in Contract Price or Contract Times, or both, as<br />

a result of such Work stoppage or such special conditions<br />

under which Work is agreed to be resumed by<br />

CONTRACTOR, either party may make a Claim therefor as<br />

provided in paragraph 10.05.<br />

F. If after receipt of such written notice CONTRACTOR<br />

does not agree to resume such Work based on a reasonable<br />

00700 - 14


elief it is unsafe, or does not agree to resume such Work<br />

under such special conditions, then OWNER may order the<br />

portion of the Work that is in the area affected by such condition<br />

to be deleted from the Work. If OWNER and CON-<br />

TRACTOR cannot agree as to entitlement to or on the<br />

amount or extent, if any, of an adjustment in Contract Price<br />

or Contract Times as a result of deleting such portion of the<br />

Work, then either party may make a Claim therefor as<br />

provided in paragraph 10.05. OWNER may have such<br />

deleted portion of the Work performed by OWNER’s own<br />

forces or others in accordance with Article 7.<br />

G. To the fullest extent permitted by Laws and<br />

Regulations, OWNER shall indemnify and hold harmless<br />

CONTRACTOR, Subcontractors, ENGINEER, ENGINEER’s<br />

Consultants and the officers, directors, partners, employees,<br />

agents, other consultants, and subcontractors of each and any<br />

of them from and against all claims, costs, losses, and<br />

damages (including but not limited to all fees and charges of<br />

engineers, architects, attorneys, and other professionals and<br />

all court or arbitration or other dispute resolution costs)<br />

arising out of or relating to a Hazardous Environmental<br />

Condition, provided that such Hazardous Environmental<br />

Condition: (i) was not shown or indicated in the Drawings or<br />

Specifications or identified in the Contract Documents to be<br />

included within the scope of the Work, and (ii) was not<br />

created by CONTRACTOR or by anyone for whom<br />

CONTRACTOR is responsible. Nothing in this paragraph<br />

4.06.E shall obligate OWNER to indemnify any individual or<br />

entity from and against the consequences of that individual’s<br />

or entity’s own negligence.<br />

H. To the fullest extent permitted by Laws and<br />

Regulations, CONTRACTOR shall indemnify and hold<br />

harmless OWNER, ENGINEER, ENGINEER’s Consultants,<br />

and the officers, directors, partners, employees, agents, other<br />

consultants, and subcontractors of each and any of them from<br />

and against all claims, costs, losses, and damages (including<br />

but not limited to all fees and charges of engineers, architects,<br />

attorneys, and other professionals and all court or arbitration<br />

or other dispute resolution costs) arising out of or relating to<br />

a Hazardous Environmental Condition created by<br />

CONTRACTOR or by anyone for whom CONTRACTOR is<br />

responsible. Nothing in this paragraph 4.06.F shall obligate<br />

CONTRACTOR to indemnify any individual or entity from<br />

and against the consequences of that individual’s or entity’s<br />

own negligence.<br />

I. The provisions of paragraphs 4.02, 4.03, and 4.04 are<br />

not intended to apply to a Hazardous Environmental<br />

Condition uncovered or revealed at the Site.<br />

ARTICLE 5 - BONDS AND INSURANCE<br />

5.01 Performance, Payment, and Other Bonds<br />

A. CONTRACTOR shall furnish performance and<br />

payment Bonds, each in an amount at least equal to the<br />

Contract Price as security for the faithful performance and<br />

payment of all CONTRACTOR’s obligations under the<br />

Contract Documents. These Bonds shall remain in effect at<br />

least until one year after the date when final payment becomes<br />

due, except as provided otherwise by Laws or Regulations or<br />

by the Contract Documents. CONTRACTOR shall also<br />

furnish such other Bonds as are required by the Contract<br />

Documents.<br />

B. All Bonds shall be in the form prescribed by the<br />

Contract Documents except as provided otherwise by Laws or<br />

Regulations, and shall be executed by such sureties as are<br />

named in the current list of “Companies Holding Certificates<br />

of Authority as Acceptable Sureties on Federal Bonds and as<br />

Acceptable Reinsuring Companies” as published in Circular<br />

570 (amended) by the Financial Management Service, Surety<br />

Bond Branch, U.S. Department of the Treasury. All Bonds<br />

signed by an agent must be accompanied by a certified copy<br />

of such agent’s authority to act.<br />

C. If the surety on any Bond furnished by CON-<br />

TRACTOR is declared bankrupt or becomes insolvent or its<br />

right to do business is terminated in any state where any part<br />

of the Project is located or it ceases to meet the requirements<br />

of paragraph 5.01.B, CONTRACTOR shall within 20 days<br />

thereafter substitute another Bond and surety, both of which<br />

shall comply with the requirements of paragraphs 5.01.B and<br />

5.02.<br />

5.02 Licensed Sureties and Insurers<br />

A. All Bonds and insurance required by the Contract<br />

Documents to be purchased and maintained by OWNER or<br />

CONTRACTOR shall be obtained from surety or insurance<br />

companies that are duly licensed or authorized in the<br />

jurisdiction in which the Project is located to issue Bonds or<br />

insurance policies for the limits and coverages so required.<br />

Such surety and insurance companies shall also meet such<br />

additional requirements and qualifications as may be provided<br />

in the Supplementary Conditions.<br />

5.03 Certificates of Insurance<br />

A. CONTRACTOR shall deliver to OWNER, with copies<br />

to each additional insured identified in the Supplementary<br />

Conditions, certificates of insurance (and other evidence of<br />

insurance requested by OWNER or any other additional<br />

insured) which CONTRACTOR is required to purchase and<br />

00700 - 15


maintain. OWNER shall deliver to CONTRACTOR, with<br />

copies to each additional insured identified in the Supplementary<br />

Conditions, certificates of insurance (and other evidence<br />

of insurance requested by CONTRACTOR or any other<br />

additional insured) which OWNER is required to purchase<br />

and maintain.<br />

5.04 CONTRACTOR’s Liability Insurance<br />

A. CONTRACTOR shall purchase and maintain such<br />

liability and other insurance as is appropriate for the Work<br />

being performed and as will provide protection from claims<br />

set forth below which may arise out of or result from<br />

CONTRACTOR’s performance of the Work and<br />

CONTRACTOR’s other obligations under the Contract<br />

Documents, whether it is to be performed by<br />

CONTRACTOR, any Subcontractor or Supplier, or by anyone<br />

directly or indirectly employed by any of them to perform any<br />

of the Work, or by anyone for whose acts any of them may be<br />

liable:<br />

1. claims under workers’ compensation, disability<br />

benefits, and other similar employee benefit acts;<br />

2. claims for damages because of bodily injury,<br />

occupational sickness or disease, or death of<br />

CONTRACTOR’s employees;<br />

3. claims for damages because of bodily injury,<br />

sickness or disease, or death of any person other than<br />

CONTRACTOR’s employees;<br />

4. claims for damages insured by reasonably<br />

available personal injury liability coverage which are sustained:<br />

(i) by any person as a result of an offense directly<br />

or indirectly related to the employment of such person by<br />

CONTRACTOR, or (ii) by any other person for any other<br />

reason;<br />

5. claims for damages, other than to the Work itself,<br />

because of injury to or destruction of tangible property<br />

wherever located, including loss of use resulting<br />

therefrom; and<br />

6. claims for damages because of bodily injury or<br />

death of any person or property damage arising out of the<br />

ownership, maintenance or use of any motor vehicle.<br />

B. The policies of insurance so required by this<br />

paragraph 5.04 to be purchased and maintained shall:<br />

1. with respect to insurance required by paragraphs<br />

5.04.A.3 through 5.04.A.6 inclusive, include as additional<br />

insureds (subject to any customary exclusion in respect of<br />

professional liability) OWNER, ENGINEER,<br />

ENGINEER's Consultants, and any other individuals or<br />

entities identified in the Supplementary Conditions, all of<br />

whom shall be listed as additional insureds, and include<br />

coverage for the respective officers, directors, partners,<br />

employees, agents, and other consultants and<br />

subcontractors of each and any of all such additional<br />

insureds, and the insurance afforded to these additional<br />

insureds shall provide primary coverage for all claims<br />

covered thereby;<br />

2. include at least the specific coverages and be<br />

written for not less than the limits of liability provided in<br />

the Supplementary Conditions or required by Laws or<br />

Regulations, whichever is greater;<br />

3. include completed operations insurance;<br />

4. include contractual liability insurance covering<br />

CONTRACTOR’s indemnity obligations under paragraphs<br />

6.07, 6.11, and 6.20;<br />

5. contain a provision or endorsement that the<br />

coverage afforded will not be canceled, materially<br />

changed or renewal refused until at least thirty days prior<br />

written notice has been given to OWNER and<br />

CONTRACTOR and to each other additional insured<br />

identified in the Supplementary Conditions to whom a<br />

certificate of insurance has been issued (and the<br />

certificates of insurance furnished by the CONTRACTOR<br />

pursuant to paragraph 5.03 will so provide);<br />

6. remain in effect at least until final payment and<br />

at all times thereafter when CONTRACTOR may be<br />

correcting, removing, or replacing defective Work in<br />

accordance with paragraph 13.07; and<br />

7. with respect to completed operations insurance,<br />

and any insurance coverage written on a claims-made<br />

basis, remain in effect for at least two years after final<br />

payment (and CONTRACTOR shall furnish OWNER and<br />

each other additional insured identified in the Supplementary<br />

Conditions, to whom a certificate of insurance<br />

has been issued, evidence satisfactory to OWNER and any<br />

such additional insured of continuation of such insurance<br />

at final payment and one year thereafter).<br />

5.05 OWNER’s Liability Insurance<br />

A. In addition to the insurance required to be provided by<br />

CONTRACTOR under paragraph 5.04, OWNER, at<br />

OWNER’s option, may purchase and maintain at OWNER’s<br />

expense OWNER’s own liability insurance as will protect<br />

OWNER against claims which may arise from operations<br />

under the Contract Documents.<br />

00700 - 16


5.06 Property Insurance<br />

A. Unless otherwise provided in the Supplementary<br />

Conditions, OWNER shall purchase and maintain property<br />

insurance upon the Work at the Site in the amount of the full<br />

replacement cost thereof (subject to such deductible amounts<br />

as may be provided in the Supplementary Conditions or<br />

required by Laws and Regulations). This insurance shall:<br />

1. include the interests of OWNER, CONTRAC-<br />

TOR, Subcontractors, ENGINEER, ENGINEER’s<br />

Consultants, and any other individuals or entities identified<br />

in the Supplementary Conditions, and the officers,<br />

directors, partners, employees, agents, and other<br />

consultants and subcontractors of each and any of them,<br />

each of whom is deemed to have an insurable interest and<br />

shall be listed as an additional insured;<br />

2. be written on a Builder’s Risk “all-risk” or open<br />

peril or special causes of loss policy form that shall at<br />

least include insurance for physical loss or damage to the<br />

Work, temporary buildings, false work, and materials and<br />

equipment in transit, and shall insure against at least the<br />

following perils or causes of loss: fire, lightning, extended<br />

coverage, theft, vandalism and malicious mischief,<br />

earthquake, collapse, debris removal, demolition<br />

occasioned by enforcement of Laws and Regulations,<br />

water damage, and such other perils or causes of loss as<br />

may be specifically required by the Supplementary<br />

Conditions;<br />

3. include expenses incurred in the repair or<br />

replacement of any insured property (including but not<br />

limited to fees and charges of engineers and architects);<br />

4. cover materials and equipment stored at the Site<br />

or at another location that was agreed to in writing by<br />

OWNER prior to being incorporated in the Work,<br />

provided that such materials and equipment have been<br />

included in an Application for Payment recommended by<br />

ENGINEER;<br />

5. allow for partial utilization of the Work by<br />

OWNER;<br />

6. include testing and startup; and<br />

7. be maintained in effect until final payment is<br />

made unless otherwise agreed to in writing by OWNER,<br />

CONTRACTOR, and ENGINEER with 30 days written<br />

notice to each other additional insured to whom a certificate<br />

of insurance has been issued.<br />

B. OWNER shall purchase and maintain such boiler and<br />

machinery insurance or additional property insurance as may<br />

be required by the Supplementary Conditions or Laws and<br />

Regulations which will include the interests of OWNER,<br />

CONTRACTOR, Subcontractors, ENGINEER, ENGINEER’s<br />

Consultants, and any other individuals or entities identified<br />

in the Supplementary Conditions, each of whom is deemed to<br />

have an insurable interest and shall be listed as an insured or<br />

additional insured.<br />

C. All the policies of insurance (and the certificates or<br />

other evidence thereof) required to be purchased and<br />

maintained in accordance with paragraph 5.06 will contain a<br />

provision or endorsement that the coverage afforded will not<br />

be canceled or materially changed or renewal refused until at<br />

least 30 days prior written notice has been given to OWNER<br />

and CONTRACTOR and to each other additional insured to<br />

whom a certificate of insurance has been issued and will<br />

contain waiver provisions in accordance with paragraph 5.07.<br />

D. OWNER shall not be responsible for purchasing and<br />

maintaining any property insurance specified in this<br />

paragraph 5.06 to protect the interests of CONTRACTOR,<br />

Subcontractors, or others in the Work to the extent of any<br />

deductible amounts that are identified in the Supplementary<br />

Conditions. The risk of loss within such identified deductible<br />

amount will be borne by CONTRACTOR, Subcontractors, or<br />

others suffering any such loss, and if any of them wishes<br />

property insurance coverage within the limits of such<br />

amounts, each may purchase and maintain it at the<br />

purchaser’s own expense.<br />

E. If CONTRACTOR requests in writing that other<br />

special insurance be included in the property insurance<br />

policies provided under paragraph 5.06, OWNER shall, if<br />

possible, include such insurance, and the cost thereof will be<br />

charged to CONTRACTOR by appropriate Change Order or<br />

Written Amendment. Prior to commencement of the Work at<br />

the Site, OWNER shall in writing advise CONTRACTOR<br />

whether or not such other insurance has been procured by<br />

OWNER.<br />

5.07 Waiver of Rights<br />

A. OWNER and CONTRACTOR intend that all policies<br />

purchased in accordance with paragraph 5.06 will protect<br />

OWNER, CONTRACTOR, Subcontractors, ENGINEER,<br />

ENGINEER’s Consultants, and all other individuals or<br />

entities identified in the Supplementary Conditions to be<br />

listed as insureds or additional insureds (and the officers,<br />

directors, partners, employees, agents, and other consultants<br />

and subcontractors of each and any of them) in such policies<br />

and will provide primary coverage for all losses and damages<br />

caused by the perils or causes of loss covered thereby. All<br />

such policies shall contain provisions to the effect that in the<br />

event of payment of any loss or damage the insurers will have<br />

no rights of recovery against any of the insureds or additional<br />

insureds thereunder. OWNER and CONTRACTOR waive all<br />

rights against each other and their respective officers,<br />

00700 - 17


directors, partners, employees, agents, and other consultants<br />

and subcontractors of each and any of them for all losses and<br />

damages caused by, arising out of or resulting from any of the<br />

perils or causes of loss covered by such policies and any other<br />

property insurance applicable to the Work; and, in addition,<br />

waive all such rights against Subcontractors, ENGINEER,<br />

ENGINEER’s Consultants, and all other individuals or<br />

entities identified in the Supplementary Conditions to be<br />

listed as insureds or additional insureds (and the officers,<br />

directors, partners, employees, agents, and other consultants<br />

and subcontractors of each and any of them) under such<br />

policies for losses and damages so caused. None of the above<br />

waivers shall extend to the rights that any party making such<br />

waiver may have to the proceeds of insurance held by<br />

OWNER as trustee or otherwise payable under any policy so<br />

issued.<br />

B. OWNER waives all rights against CONTRACTOR,<br />

Subcontractors, ENGINEER, ENGINEER’s Consultants, and<br />

the officers, directors, partners, employees, agents, and other<br />

consultants and subcontractors of each and any of them for:<br />

1. loss due to business interruption, loss of use, or<br />

other consequential loss extending beyond direct physical<br />

loss or damage to OWNER’s property or the Work caused<br />

by, arising out of, or resulting from fire or other peril<br />

whether or not insured by OWNER; and<br />

2. loss or damage to the completed Project or part<br />

thereof caused by, arising out of, or resulting from fire or<br />

other insured peril or cause of loss covered by any<br />

property insurance maintained on the completed Project<br />

or part thereof by OWNER during partial utilization<br />

pursuant to paragraph 14.05, after Substantial Completion<br />

pursuant to paragraph 14.04, or after final payment<br />

pursuant to paragraph 14.07.<br />

C. Any insurance policy maintained by OWNER covering<br />

any loss, damage or consequential loss referred to in<br />

paragraph 5.07.B shall contain provisions to the effect that in<br />

the event of payment of any such loss, damage, or<br />

consequential loss, the insurers will have no rights of recovery<br />

against CONTRACTOR, Subcontractors, ENGINEER, or<br />

ENGINEER’s Consultants and the officers, directors,<br />

partners, employees, agents, and other consultants and<br />

subcontractors of each and any of them.<br />

5.<strong>08</strong> Receipt and Application of Insurance Proceeds<br />

A. Any insured loss under the policies of insurance<br />

required by paragraph 5.06 will be adjusted with OWNER<br />

and made payable to OWNER as fiduciary for the insureds, as<br />

their interests may appear, subject to the requirements of any<br />

applicable mortgage clause and of paragraph 5.<strong>08</strong>.B. OWN-<br />

ER shall deposit in a separate account any money so received<br />

and shall distribute it in accordance with such agreement as<br />

the parties in interest may reach. If no other special<br />

agreement is reached, the damaged Work shall be repaired or<br />

replaced, the moneys so received applied on account thereof,<br />

and the Work and the cost thereof covered by an appropriate<br />

Change Order or Written Amendment.<br />

B. OWNER as fiduciary shall have power to adjust and<br />

settle any loss with the insurers unless one of the parties in<br />

interest shall object in writing within 15 days after the<br />

occurrence of loss to OWNER’s exercise of this power. If<br />

such objection be made, OWNER as fiduciary shall make<br />

settlement with the insurers in accordance with such<br />

agreement as the parties in interest may reach. If no such<br />

agreement among the parties in interest is reached, OWNER<br />

as fiduciary shall adjust and settle the loss with the insurers<br />

and, if required in writing by any party in interest, OWNER<br />

as fiduciary shall give bond for the proper performance of<br />

such duties.<br />

5.09 Acceptance of Bonds and Insurance; Option to<br />

Replace<br />

A. If either OWNER or CONTRACTOR has any<br />

objection to the coverage afforded by or other provisions of<br />

the Bonds or insurance required to be purchased and<br />

maintained by the other party in accordance with Article 5 on<br />

the basis of non-conformance with the Contract Documents,<br />

the objecting party shall so notify the other party in writing<br />

within 10 days after receipt of the certificates (or other<br />

evidence requested) required by paragraph 2.05.C. OWNER<br />

and CONTRACTOR shall each provide to the other such<br />

additional information in respect of insurance provided as the<br />

other may reasonably request. If either party does not<br />

purchase or maintain all of the Bonds and insurance required<br />

of such party by the Contract Documents, such party shall<br />

notify the other party in writing of such failure to purchase<br />

prior to the start of the Work, or of such failure to maintain<br />

prior to any change in the required coverage. Without<br />

prejudice to any other right or remedy, the other party may<br />

elect to obtain equivalent Bonds or insurance to protect such<br />

other party's interests at the expense of the party who was<br />

required to provide such coverage, and a Change Order shall<br />

be issued to adjust the Contract Price accordingly.<br />

5.10 Partial Utilization, Acknowledgment of Property<br />

Insurer<br />

A. If OWNER finds it necessary to occupy or use a<br />

portion or portions of the Work prior to Substantial<br />

Completion of all the Work as provided in paragraph 14.05,<br />

no such use or occupancy shall commence before the insurers<br />

providing the property insurance pursuant to paragraph 5.06<br />

have acknowledged notice thereof and in writing effected any<br />

changes in coverage necessitated thereby. The insurers<br />

00700 - 18


providing the property insurance shall consent by endorsement<br />

on the policy or policies, but the property insurance<br />

shall not be canceled or permitted to lapse on account of any<br />

such partial use or occupancy.<br />

ARTICLE 6 - CONTRACTOR’S RESPONSIBILITIES<br />

6.01 Supervision and Superintendence<br />

A. CONTRACTOR shall supervise, inspect, and direct<br />

the Work competently and efficiently, devoting such attention<br />

thereto and applying such skills and expertise as may be<br />

necessary to perform the Work in accordance with the<br />

Contract Documents. CONTRACTOR shall be solely<br />

responsible for the means, methods, techniques, sequences,<br />

and procedures of construction, but CONTRACTOR shall not<br />

be responsible for the negligence of OWNER or ENGINEER<br />

in the design or specification of a specific means, method,<br />

technique, sequence, or procedure of construction which is<br />

shown or indicated in and expressly required by the Contract<br />

Documents. CONTRACTOR shall be responsible to see that<br />

the completed Work complies accurately with the Contract<br />

Documents.<br />

B. At all times during the progress of the Work,<br />

CONTRACTOR shall assign a competent resident superintendent<br />

thereto who shall not be replaced without written<br />

notice to OWNER and ENGINEER except under<br />

extraordinary circumstances. The superintendent will be<br />

CONTRACTOR’s representative at the Site and shall have<br />

authority to act on behalf of CONTRACTOR. All<br />

communications given to or received from the superintendent<br />

shall be binding on CONTRACTOR.<br />

6.02 Labor; Working Hours<br />

A. CONTRACTOR shall provide competent, suitably<br />

qualified personnel to survey, lay out, and construct the Work<br />

as required by the Contract Documents. CONTRACTOR<br />

shall at all times maintain good discipline and order at the<br />

Site.<br />

B. Except as otherwise required for the safety or<br />

protection of persons or the Work or property at the Site or<br />

adjacent thereto, and except as otherwise stated in the<br />

Contract Documents, all Work at the Site shall be performed<br />

during regular working hours, and CONTRACTOR will not<br />

permit overtime work or the performance of Work on<br />

Saturday, Sunday, or any legal holiday without OWNER’s<br />

written consent (which will not be unreasonably withheld)<br />

given after prior written notice to ENGINEER.<br />

6.03 Services, Materials, and Equipment<br />

A. Unless otherwise specified in the General Requirements,<br />

CONTRACTOR shall provide and assume full<br />

responsibility for all services, materials, equipment, labor,<br />

transportation, construction equipment and machinery, tools,<br />

appliances, fuel, power, light, heat, telephone, water, sanitary<br />

facilities, temporary facilities, and all other facilities and<br />

incidentals necessary for the performance, testing, start-up,<br />

and completion of the Work.<br />

B. All materials and equipment incorporated into the<br />

Work shall be as specified or, if not specified, shall be of good<br />

quality and new, except as otherwise provided in the Contract<br />

Documents. All warranties and guarantees specifically called<br />

for by the Specifications shall expressly run to the benefit of<br />

OWNER. If required by ENGINEER, CONTRACTOR shall<br />

furnish satisfactory evidence (including reports of required<br />

tests) as to the source, kind, and quality of materials and<br />

equipment. All materials and equipment shall be stored,<br />

applied, installed, connected, erected, protected, used,<br />

cleaned, and conditioned in accordance with instructions of<br />

the applicable Supplier, except as otherwise may be provided<br />

in the Contract Documents.<br />

6.04 Progress Schedule<br />

A. CONTRACTOR shall adhere to the progress schedule<br />

established in accordance with paragraph 2.07 as it may be<br />

adjusted from time to time as provided below.<br />

1. CONTRACTOR shall submit to ENGINEER for<br />

acceptance (to the extent indicated in paragraph 2.07)<br />

proposed adjustments in the progress schedule that will<br />

not result in changing the Contract Times (or Milestones).<br />

Such adjustments will conform generally to the progress<br />

schedule then in effect and additionally will comply with<br />

any provisions of the General Requirements applicable<br />

thereto.<br />

2. Proposed adjustments in the progress schedule<br />

that will change the Contract Times (or Milestones) shall<br />

be submitted in accordance with the requirements of<br />

Article 12. Such adjustments may only be made by a<br />

Change Order or Written Amendment in accordance with<br />

Article 12.<br />

6.05 Substitutes and “Or-Equals”<br />

A. Whenever an item of material or equipment is<br />

specified or described in the Contract Documents by using the<br />

name of a proprietary item or the name of a particular<br />

Supplier, the specification or description is intended to<br />

establish the type, function, appearance, and quality required.<br />

Unless the specification or description contains or is followed<br />

00700 - 19


y words reading that no like, equivalent, or “or-equal” item<br />

or no substitution is permitted, other items of material or<br />

equipment or material or equipment of other Suppliers may<br />

be submitted to ENGINEER for review under the circumstances<br />

described below.<br />

1. “Or-Equal” Items: If in ENGINEER’s sole<br />

discretion an item of material or equipment proposed by<br />

CONTRACTOR is functionally equal to that named and<br />

sufficiently similar so that no change in related Work will<br />

be required, it may be considered by ENGINEER as an<br />

“or-equal” item, in which case review and approval of the<br />

proposed item may, in ENGINEER’s sole discretion, be<br />

accomplished without compliance with some or all of the<br />

requirements for approval of proposed substitute items.<br />

For the purposes of this paragraph 6.05.A.1, a proposed<br />

item of material or equipment will be considered<br />

functionally equal to an item so named if:<br />

a. in the exercise of reasonable judgment<br />

ENGINEER determines that: (i) it is at least equal in<br />

quality, durability, appearance, strength, and design<br />

characteristics; (ii) it will reliably perform at least<br />

equally well the function imposed by the design<br />

concept of the completed Project as a functioning<br />

whole, and;<br />

b. CONTRACTOR certifies that: (i) there is no<br />

increase in cost to the OWNER; and (ii) it will<br />

conform substantially, even with deviations, to the<br />

detailed requirements of the item named in the<br />

Contract Documents.<br />

2. Substitute Items<br />

a. If in ENGINEER’s sole discretion an item of<br />

material or equipment proposed by CONTRACTOR<br />

does not qualify as an “or-equal” item under<br />

paragraph 6.05.A.1, it will be considered a proposed<br />

substitute item.<br />

b. CONTRACTOR shall submit sufficient<br />

information as provided below to allow ENGINEER<br />

to determine that the item of material or equipment<br />

proposed is essentially equivalent to that named and<br />

an acceptable substitute therefor. Requests for review<br />

of proposed substitute items of material or equipment<br />

will not be accepted by ENGINEER from anyone<br />

other than CONTRACTOR.<br />

c. The procedure for review by ENGINEER<br />

will be as set forth in paragraph 6.05.A.2.d, as<br />

supplemented in the General Requirements and as<br />

ENGINEER may decide is appropriate under the<br />

circumstances.<br />

d. CONTRACTOR shall first make written<br />

application to ENGINEER for review of a proposed<br />

substitute item of material or equipment that<br />

CONTRACTOR seeks to furnish or use. The<br />

application shall certify that the proposed substitute<br />

item will perform adequately the functions and<br />

achieve the results called for by the general design, be<br />

similar in substance to that specified, and be suited to<br />

the same use as that specified. The application will<br />

state the extent, if any, to which the use of the proposed<br />

substitute item will prejudice<br />

CONTRACTOR’s achievement of Substantial<br />

Completion on time, whether or not use of the<br />

proposed substitute item in the Work will require a<br />

change in any of the Contract Documents (or in the<br />

provisions of any other direct contract with OWNER<br />

for work on the Project) to adapt the design to the<br />

proposed substitute item and whether or not<br />

incorporation or use of the proposed substitute item in<br />

connection with the Work is subject to payment of<br />

any license fee or royalty. All variations of the proposed<br />

substitute item from that specified will be<br />

identified in the application, and available<br />

engineering, sales, maintenance, repair, and<br />

replacement services will be indicated. The<br />

application will also contain an itemized estimate of<br />

all costs or credits that will result directly or indirectly<br />

from use of such substitute item, including<br />

costs of redesign and claims of other contractors<br />

affected by any resulting change, all of which will be<br />

considered by ENGINEER in evaluating the proposed<br />

substitute item. ENGINEER may require CON-<br />

TRACTOR to furnish additional data about the proposed<br />

substitute item.<br />

B. Substitute <strong>Construction</strong> Methods or Procedures: If a<br />

specific means, method, technique, sequence, or procedure of<br />

construction is shown or indicated in and expressly required<br />

by the Contract Documents, CONTRACTOR may furnish or<br />

utilize a substitute means, method, technique, sequence, or<br />

procedure of construction approved by ENGINEER. CON-<br />

TRACTOR shall submit sufficient information to allow<br />

ENGINEER, in ENGINEER’s sole discretion, to determine<br />

that the substitute proposed is equivalent to that expressly<br />

called for by the Contract Documents. The procedure for<br />

review by ENGINEER will be similar to that provided in subparagraph<br />

6.05.A.2.<br />

C. Engineer’s Evaluation: ENGINEER will be allowed<br />

a reasonable time within which to evaluate each proposal or<br />

submittal made pursuant to paragraphs 6.05.A and 6.05.B.<br />

ENGINEER will be the sole judge of acceptability. No<br />

“or-equal” or substitute will be ordered, installed or utilized<br />

until ENGINEER’s review is complete, which will be<br />

evidenced by either a Change Order for a substitute or an<br />

00700 - 20


approved Shop Drawing for an “or equal.” ENGINEER will<br />

advise CONTRACTOR in writing of any negative<br />

determination.<br />

D. Special Guarantee: OWNER may require CON-<br />

TRACTOR to furnish at CONTRACTOR’s expense a special<br />

performance guarantee or other surety with respect to any<br />

substitute.<br />

E. ENGINEER’s Cost Reimbursement: ENGINEER will<br />

record time required by ENGINEER and ENGINEER’s<br />

Consultants in evaluating substitute proposed or submitted by<br />

CONTRACTOR pursuant to paragraphs 6.05.A.2 and 6.05.B<br />

and in making changes in the Contract Documents (or in the<br />

provisions of any other direct contract with OWNER for work<br />

on the Project) occasioned thereby. Whether or not<br />

ENGINEER approves a substitute item so proposed or<br />

submitted by CONTRACTOR, CONTRACTOR shall<br />

reimburse OWNER for the charges of ENGINEER and<br />

ENGINEER’s Consultants for evaluating each such proposed<br />

substitute.<br />

F. CONTRACTOR’s Expense: CONTRACTOR shall<br />

provide all data in support of any proposed substitute or<br />

“or-equal” at CONTRACTOR’s expense.<br />

6.06 Concerning Subcontractors, Suppliers, and Others<br />

A. CONTRACTOR shall not employ any Subcontractor,<br />

Supplier, or other individual or entity (including those<br />

acceptable to OWNER as indicated in paragraph 6.06.B),<br />

whether initially or as a replacement, against whom OWNER<br />

may have reasonable objection. CONTRACTOR shall not be<br />

required to employ any Subcontractor, Supplier, or other<br />

individual or entity to furnish or perform any of the Work<br />

against whom CONTRACTOR has reasonable objection.<br />

B. If the Supplementary Conditions require the identity<br />

of certain Subcontractors, Suppliers, or other individuals or<br />

entities to be submitted to OWNER in advance for acceptance<br />

by OWNER by a specified date prior to the Effective Date of<br />

the Agreement, and if CONTRACTOR has submitted a list<br />

thereof in accordance with the Supplementary Conditions,<br />

OWNER’s acceptance (either in writing or by failing to make<br />

written objection thereto by the date indicated for acceptance<br />

or objection in the <strong>Bid</strong>ding Documents or the Contract<br />

Documents) of any such Subcontractor, Supplier, or other<br />

individual or entity so identified may be revoked on the basis<br />

of reasonable objection after due investigation. CON-<br />

TRACTOR shall submit an acceptable replacement for the<br />

rejected Subcontractor, Supplier, or other individual or entity,<br />

and the Contract Price will be adjusted by the difference in<br />

the cost occasioned by such replacement, and an appropriate<br />

Change Order will be issued or Written Amendment signed.<br />

No acceptance by OWNER of any such Subcontractor,<br />

Supplier, or other individual or entity, whether initially or as<br />

a replacement, shall constitute a waiver of any right of<br />

OWNER or ENGINEER to reject defective Work.<br />

C. CONTRACTOR shall be fully responsible to OWNER<br />

and ENGINEER for all acts and omissions of the<br />

Subcontractors, Suppliers, and other individuals or entities<br />

performing or furnishing any of the Work just as<br />

CONTRACTOR is responsible for CONTRACTOR’s own<br />

acts and omissions. Nothing in the Contract Documents shall<br />

create for the benefit of any such Subcontractor, Supplier, or<br />

other individual or entity any contractual relationship between<br />

OWNER or ENGINEER and any such Subcontractor,<br />

Supplier or other individual or entity, nor shall it create any<br />

obligation on the part of OWNER or ENGINEER to pay or to<br />

see to the payment of any moneys due any such Subcontractor,<br />

Supplier, or other individual or entity except as may<br />

otherwise be required by Laws and Regulations.<br />

D. CONTRACTOR shall be solely responsible for<br />

scheduling and coordinating the Work of Subcontractors,<br />

Suppliers, and other individuals or entities performing or<br />

furnishing any of the Work under a direct or indirect contract<br />

with CONTRACTOR.<br />

E. CONTRACTOR shall require all Subcontractors,<br />

Suppliers, and such other individuals or entities performing<br />

or furnishing any of the Work to communicate with ENGI-<br />

NEER through CONTRACTOR.<br />

F. The divisions and sections of the Specifications and<br />

the identifications of any Drawings shall not control<br />

CONTRACTOR in dividing the Work among Subcontractors<br />

or Suppliers or delineating the Work to be performed by any<br />

specific trade.<br />

G. All Work performed for CONTRACTOR by a<br />

Subcontractor or Supplier will be pursuant to an appropriate<br />

agreement between CONTRACTOR and the Subcontractor or<br />

Supplier which specifically binds the Subcontractor or<br />

Supplier to the applicable terms and conditions of the<br />

Contract Documents for the benefit of OWNER and<br />

ENGINEER. Whenever any such agreement is with a<br />

Subcontractor or Supplier who is listed as an additional<br />

insured on the property insurance provided in paragraph 5.06,<br />

the agreement between the CONTRACTOR and the<br />

Subcontractor or Supplier will contain provisions whereby the<br />

Subcontractor or Supplier waives all rights against OWNER,<br />

CONTRACTOR, ENGINEER, ENGINEER’s Consultants,<br />

and all other individuals or entities identified in the<br />

Supplementary Conditions to be listed as insureds or<br />

additional insureds (and the officers, directors, partners,<br />

employees, agents, and other consultants and subcontractors<br />

of each and any of them) for all losses and damages caused<br />

by, arising out of, relating to, or resulting from any of the<br />

00700 - 21


perils or causes of loss covered by such policies and any other<br />

property insurance applicable to the Work. If the insurers on<br />

any such policies require separate waiver forms to be signed<br />

by any Subcontractor or Supplier, CONTRACTOR will obtain<br />

the same.<br />

6.07 Patent Fees and Royalties<br />

A. CONTRACTOR shall pay all license fees and<br />

royalties and assume all costs incident to the use in the<br />

performance of the Work or the incorporation in the Work of<br />

any invention, design, process, product, or device which is the<br />

subject of patent rights or copyrights held by others. If a<br />

particular invention, design, process, product, or device is<br />

specified in the Contract Documents for use in the<br />

performance of the Work and if to the actual knowledge of<br />

OWNER or ENGINEER its use is subject to patent rights or<br />

copyrights calling for the payment of any license fee or<br />

royalty to others, the existence of such rights shall be<br />

disclosed by OWNER in the Contract Documents. To the<br />

fullest extent permitted by Laws and Regulations,<br />

CONTRACTOR shall indemnify and hold harmless OWNER,<br />

ENGINEER, ENGINEER’s Consultants, and the officers,<br />

directors, partners, employees or agents, and other consultants<br />

of each and any of them from and against all claims, costs,<br />

losses, and damages (including but not limited to all fees and<br />

charges of engineers, architects, attorneys, and other<br />

professionals and all court or arbitration or other dispute<br />

resolution costs) arising out of or relating to any infringement<br />

of patent rights or copyrights incident to the use in the<br />

performance of the Work or resulting from the incorporation<br />

in the Work of any invention, design, process, product, or<br />

device not specified in the Contract Documents.<br />

6.<strong>08</strong> Permits<br />

A. Unless otherwise provided in the Supplementary<br />

Conditions, CONTRACTOR shall obtain and pay for all<br />

construction permits and licenses. OWNER shall assist<br />

CONTRACTOR, when necessary, in obtaining such permits<br />

and licenses. CONTRACTOR shall pay all governmental<br />

charges and inspection fees necessary for the prosecution of<br />

the Work which are applicable at the time of opening of <strong>Bid</strong>s,<br />

or, if there are no <strong>Bid</strong>s, on the Effective Date of the<br />

Agreement. CONTRACTOR shall pay all charges of utility<br />

owners for connections to the Work, and OWNER shall pay<br />

all charges of such utility owners for capital costs related<br />

thereto, such as plant investment fees.<br />

6.09 Laws and Regulations<br />

A. CONTRACTOR shall give all notices and comply<br />

with all Laws and Regulations applicable to the performance<br />

of the Work. Except where otherwise expressly required by<br />

applicable Laws and Regulations, neither OWNER nor<br />

ENGINEER shall be responsible for monitoring<br />

CONTRACTOR’s compliance with any Laws or Regulations.<br />

B. If CONTRACTOR performs any Work knowing or<br />

having reason to know that it is contrary to Laws or<br />

Regulations, CONTRACTOR shall bear all claims, costs,<br />

losses, and damages (including but not limited to all fees and<br />

charges of engineers, architects, attorneys, and other<br />

professionals and all court or arbitration or other dispute<br />

resolution costs) arising out of or relating to such Work;<br />

however, it shall not be CONTRACTOR’s primary<br />

responsibility to make certain that the Specifications and<br />

Drawings are in accordance with Laws and Regulations, but<br />

this shall not relieve CONTRACTOR of CONTRACTOR’s<br />

obligations under paragraph 3.03.<br />

C. Changes in Laws or Regulations not known at the<br />

time of opening of <strong>Bid</strong>s (or, on the Effective Date of the<br />

Agreement if there were no <strong>Bid</strong>s) having an effect on the cost<br />

or time of performance of the Work may be the subject of an<br />

adjustment in Contract Price or Contract Times. If OWNER<br />

and CONTRACTOR are unable to agree on entitlement to or<br />

on the amount or extent, if any, of any such adjustment, a<br />

Claim may be made therefor as provided in paragraph 10.05.<br />

6.10 Taxes<br />

A. CONTRACTOR shall pay all sales, consumer, use,<br />

and other similar taxes required to be paid by CONTRAC-<br />

TOR in accordance with the Laws and Regulations of the<br />

place of the Project which are applicable during the<br />

performance of the Work.<br />

6.11 Use of Site and Other Areas<br />

A. Limitation on Use of Site and Other Areas<br />

1. CONTRACTOR shall confine construction<br />

equipment, the storage of materials and equipment, and<br />

the operations of workers to the Site and other areas<br />

permitted by Laws and Regulations, and shall not<br />

unreasonably encumber the Site and other areas with<br />

construction equipment or other materials or equipment.<br />

CONTRACTOR shall assume full responsibility for any<br />

damage to any such land or area, or to the owner or<br />

occupant thereof, or of any adjacent land or areas<br />

resulting from the performance of the Work.<br />

2. Should any claim be made by any such owner or<br />

occupant because of the performance of the Work,<br />

CONTRACTOR shall promptly settle with such other<br />

party by negotiation or otherwise resolve the claim by<br />

arbitration or other dispute resolution proceeding or at<br />

law.<br />

00700 - 22


3. To the fullest extent permitted by Laws and<br />

Regulations, CONTRACTOR shall indemnify and hold<br />

harmless OWNER, ENGINEER, ENGINEER’s<br />

Consultant, and the officers, directors, partners,<br />

employees, agents, and other consultants of each and any<br />

of them from and against all claims, costs, losses, and<br />

damages (including but not limited to all fees and charges<br />

of engineers, architects, attorneys, and other professionals<br />

and all court or arbitration or other dispute resolution<br />

costs) arising out of or relating to any claim or action,<br />

legal or equitable, brought by any such owner or occupant<br />

against OWNER, ENGINEER, or any other party<br />

indemnified hereunder to the extent caused by or based<br />

upon CONTRACTOR's performance of the Work.<br />

B. Removal of Debris During Performance of the Work:<br />

During the progress of the Work CONTRACTOR shall keep<br />

the Site and other areas free from accumulations of waste<br />

materials, rubbish, and other debris. Removal and disposal<br />

of such waste materials, rubbish, and other debris shall conform<br />

to applicable Laws and Regulations.<br />

C. Cleaning: Prior to Substantial Completion of the<br />

Work CONTRACTOR shall clean the Site and make it ready<br />

for utilization by OWNER. At the completion of the Work<br />

CONTRACTOR shall remove from the Site all tools,<br />

appliances, construction equipment and machinery, and<br />

surplus materials and shall restore to original condition all<br />

property not designated for alteration by the Contract<br />

Documents.<br />

D. Loading Structures: CONTRACTOR shall not load<br />

nor permit any part of any structure to be loaded in any<br />

manner that will endanger the structure, nor shall<br />

CONTRACTOR subject any part of the Work or adjacent<br />

property to stresses or pressures that will endanger it.<br />

6.12 Record Documents<br />

A. CONTRACTOR shall maintain in a safe place at the<br />

Site one record copy of all Drawings, Specifications,<br />

Addenda, Written Amendments, Change Orders, Work<br />

Change Directives, <strong>Field</strong> Orders, and written interpretations<br />

and clarifications in good order and annotated to show<br />

changes made during construction. These record documents<br />

together with all approved Samples and a counterpart of all<br />

approved Shop Drawings will be available to ENGINEER for<br />

reference. Upon completion of the Work, these record<br />

documents, Samples, and Shop Drawings will be delivered to<br />

ENGINEER for OWNER.<br />

6.13 Safety and Protection<br />

A. CONTRACTOR shall be solely responsible for<br />

initiating, maintaining and supervising all safety precautions<br />

and programs in connection with the Work. CONTRACTOR<br />

shall take all necessary precautions for the safety of, and shall<br />

provide the necessary protection to prevent damage, injury or<br />

loss to:<br />

1. all persons on the Site or who may be affected by<br />

the Work;<br />

2. all the Work and materials and equipment to be<br />

incorporated therein, whether in storage on or off the Site;<br />

and<br />

3. other property at the Site or adjacent thereto,<br />

including trees, shrubs, lawns, walks, pavements,<br />

roadways, structures, utilities, and Underground Facilities<br />

not designated for removal, relocation, or replacement in<br />

the course of construction.<br />

B. CONTRACTOR shall comply with all applicable<br />

Laws and Regulations relating to the safety of persons or<br />

property, or to the protection of persons or property from<br />

damage, injury, or loss; and shall erect and maintain all<br />

necessary safeguards for such safety and protection.<br />

CONTRACTOR shall notify owners of adjacent property and<br />

of Underground Facilities and other utility owners when<br />

prosecution of the Work may affect them, and shall cooperate<br />

with them in the protection, removal, relocation, and<br />

replacement of their property. All damage, injury, or loss to<br />

any property referred to in paragraph 6.13.A.2 or 6.13.A.3<br />

caused, directly or indirectly, in whole or in part, by CON-<br />

TRACTOR, any Subcontractor, Supplier, or any other<br />

individual or entity directly or indirectly employed by any of<br />

them to perform any of the Work, or anyone for whose acts<br />

any of them may be liable, shall be remedied by<br />

CONTRACTOR (except damage or loss attributable to the<br />

fault of Drawings or Specifications or to the acts or omissions<br />

of OWNER or ENGINEER or ENGINEER’s Consultant, or<br />

anyone employed by any of them, or anyone for whose acts<br />

any of them may be liable, and not attributable, directly or<br />

indirectly, in whole or in part, to the fault or negligence of<br />

CONTRACTOR or any Subcontractor, Supplier, or other<br />

individual or entity directly or indirectly employed by any of<br />

them). CONTRACTOR’s duties and responsibilities for<br />

safety and for protection of the Work shall continue until such<br />

time as all the Work is completed and ENGINEER has issued<br />

a notice to OWNER and CONTRACTOR in accordance with<br />

paragraph 14.07.B that the Work is acceptable (except as<br />

otherwise expressly provided in connection with Substantial<br />

Completion).<br />

6.14 Safety Representative<br />

A. CONTRACTOR shall designate a qualified and<br />

experienced safety representative at the Site whose duties and<br />

responsibilities shall be the prevention of accidents and the<br />

00700 - 23


maintaining and supervising of safety precautions and<br />

programs.<br />

6.15 Hazard Communication Programs<br />

A. CONTRACTOR shall be responsible for coordinating<br />

any exchange of material safety data sheets or other hazard<br />

communication information required to be made available to<br />

or exchanged between or among employers at the Site in<br />

accordance with Laws or Regulations.<br />

6.16 Emergencies<br />

A. In emergencies affecting the safety or protection of<br />

persons or the Work or property at the Site or adjacent<br />

thereto, CONTRACTOR is obligated to act to prevent<br />

threatened damage, injury, or loss. CONTRACTOR shall<br />

give ENGINEER prompt written notice if CONTRACTOR<br />

believes that any significant changes in the Work or<br />

variations from the Contract Documents have been caused<br />

thereby or are required as a result thereof. If ENGINEER<br />

determines that a change in the Contract Documents is<br />

required because of the action taken by CONTRACTOR in<br />

response to such an emergency, a Work Change Directive or<br />

Change Order will be issued.<br />

6.17 Shop Drawings and Samples<br />

A. CONTRACTOR shall submit Shop Drawings to<br />

ENGINEER for review and approval in accordance with the<br />

acceptable schedule of Shop Drawings and Sample<br />

submittals. All submittals will be identified as ENGINEER<br />

may require and in the number of copies specified in the<br />

General Requirements. The data shown on the Shop<br />

Drawings will be complete with respect to quantities, dimensions,<br />

specified performance and design criteria, materials,<br />

and similar data to show ENGINEER the services, materials,<br />

and equipment CONTRACTOR proposes to provide and to<br />

enable ENGINEER to review the information for the limited<br />

purposes required by paragraph 6.17.E.<br />

B. CONTRACTOR shall also submit Samples to<br />

ENGINEER for review and approval in accordance with the<br />

acceptable schedule of Shop Drawings and Sample<br />

submittals. Each Sample will be identified clearly as to<br />

material, Supplier, pertinent data such as catalog numbers,<br />

and the use for which intended and otherwise as ENGINEER<br />

may require to enable ENGINEER to review the submittal for<br />

the limited purposes required by paragraph 6.17.E. The<br />

numbers of each Sample to be submitted will be as specified<br />

in the Specifications.<br />

C. Where a Shop Drawing or Sample is required by the<br />

Contract Documents or the schedule of Shop Drawings and<br />

Sample submittals acceptable to ENGINEER as required by<br />

paragraph 2.07, any related Work performed prior to<br />

ENGINEER’s review and approval of the pertinent submittal<br />

will be at the sole expense and responsibility of<br />

CONTRACTOR.<br />

D. Submittal Procedures<br />

1. Before submitting each Shop Drawing or Sample,<br />

CONTRACTOR shall have determined and verified:<br />

a. all field measurements, quantities, dimensions,<br />

specified performance criteria, installation<br />

requirements, materials, catalog numbers, and similar<br />

information with respect thereto;<br />

b. all materials with respect to intended use,<br />

fabrication, shipping, handling, storage, assembly,<br />

and installation pertaining to the performance of the<br />

Work;<br />

c. all information relative to means, methods,<br />

techniques, sequences, and procedures of construction<br />

and safety precautions and programs incident thereto;<br />

and<br />

d. CONTRACTOR shall also have reviewed<br />

and coordinated each Shop Drawing or Sample with<br />

other Shop Drawings and Samples and with the<br />

requirements of the Work and the Contract Documents.<br />

2. Each submittal shall bear a stamp or specific<br />

written indication that CONTRACTOR has satisfied<br />

CONTRACTOR’s obligations under the Contract<br />

Documents with respect to CONTRACTOR’s review and<br />

approval of that submittal.<br />

3. At the time of each submittal, CONTRACTOR<br />

shall give ENGINEER specific written notice of such<br />

variations, if any, that the Shop Drawing or Sample<br />

submitted may have from the requirements of the Contract<br />

Documents, such notice to be in a written communication<br />

separate from the submittal; and, in addition, shall cause<br />

a specific notation to be made on each Shop Drawing and<br />

Sample submitted to ENGINEER for review and approval<br />

of each such variation.<br />

E. ENGINEER’s Review<br />

1. ENGINEER will timely review and approve Shop<br />

Drawings and Samples in accordance with the schedule of<br />

Shop Drawings and Sample submittals acceptable to<br />

ENGINEER. ENGINEER’s review and approval will be<br />

only to determine if the items covered by the submittals<br />

will, after installation or incorporation in the Work, conform<br />

to the information given in the Contract Documents<br />

00700 - 24


and be compatible with the design concept of the completed<br />

Project as a functioning whole as indicated by the Contract<br />

Documents.<br />

2. ENGINEER’s review and approval will not<br />

extend to means, methods, techniques, sequences, or<br />

procedures of construction (except where a particular<br />

means, method, technique, sequence, or procedure of construction<br />

is specifically and expressly called for by the<br />

Contract Documents) or to safety precautions or programs<br />

incident thereto. The review and approval of a separate<br />

item as such will not indicate approval of the assembly in<br />

which the item functions.<br />

3. ENGINEER’s review and approval of Shop<br />

Drawings or Samples shall not relieve CONTRACTOR<br />

from responsibility for any variation from the requirements<br />

of the Contract Documents unless CONTRACTOR<br />

has in writing called ENGINEER’s attention to each such<br />

variation at the time of each submittal as required by<br />

paragraph 6.17.D.3 and ENGINEER has given written<br />

approval of each such variation by specific written<br />

notation thereof incorporated in or accompanying the<br />

Shop Drawing or Sample approval; nor will any approval<br />

by ENGINEER relieve CONTRACTOR from<br />

responsibility for complying with the requirements of<br />

paragraph 6.17.D.1.<br />

F. Resubmittal Procedures<br />

1. CONTRACTOR shall make corrections required<br />

by ENGINEER and shall return the required number of<br />

corrected copies of Shop Drawings and submit as required<br />

new Samples for review and approval. CONTRACTOR<br />

shall direct specific attention in writing to revisions other<br />

than the corrections called for by ENGINEER on previous<br />

submittals.<br />

6.18 Continuing the Work<br />

A. CONTRACTOR shall carry on the Work and adhere<br />

to the progress schedule during all disputes or disagreements<br />

with OWNER. No Work shall be delayed or postponed<br />

pending resolution of any disputes or disagreements, except<br />

as permitted by paragraph 15.04 or as OWNER and<br />

CONTRACTOR may otherwise agree in writing.<br />

6.19 CONTRACTOR’s General Warranty and Guarantee<br />

A. CONTRACTOR warrants and guarantees to<br />

OWNER, ENGINEER, and ENGINEER’s Consultants that<br />

all Work will be in accordance with the Contract Documents<br />

and will not be defective. CONTRACTOR’s warranty and<br />

guarantee hereunder excludes defects or damage caused by:<br />

1. abuse, modification, or improper maintenance or<br />

operation by persons other than CONTRACTOR, Subcontractors,<br />

Suppliers, or any other individual or entity for<br />

whom CONTRACTOR is responsible; or<br />

2. normal wear and tear under normal usage.<br />

B. CONTRACTOR’s obligation to perform and complete<br />

the Work in accordance with the Contract Documents shall be<br />

absolute. None of the following will constitute an acceptance<br />

of Work that is not in accordance with the Contract<br />

Documents or a release of CONTRACTOR’s obligation to<br />

perform the Work in accordance with the Contract Documents:<br />

1. observations by ENGINEER;<br />

2. recommendation by ENGINEER or payment by<br />

OWNER of any progress or final payment;<br />

3. the issuance of a certificate of Substantial<br />

Completion by ENGINEER or any payment related<br />

thereto by OWNER;<br />

4. use or occupancy of the Work or any part thereof<br />

by OWNER;<br />

so;<br />

5. any acceptance by OWNER or any failure to do<br />

6. any review and approval of a Shop Drawing or<br />

Sample submittal or the issuance of a notice of acceptability<br />

by ENGINEER;<br />

7. any inspection, test, or approval by others; or<br />

8. any correction of defective Work by OWNER.<br />

6.20 INDEMNIFICATION<br />

A. TO THE FULLEST EXTENT PERMITTED BY<br />

LAWS AND REGULATIONS, CONTRACTOR SHALL<br />

INDEMNIFY AND HOLD HARMLESS OWNER,<br />

ENGINEER, ENGINEER’S CONSULTANTS, AND THE<br />

OFFICERS, DIRECTORS, PARTNERS, EMPLOYEES,<br />

AGENTS, AND OTHER CONSULTANTS AND<br />

SUBCONTRACTORS OF EACH AND ANY OF THEM<br />

FROM AND AGAINST ALL CLAIMS, COSTS, LOSSES,<br />

AND DAMAGES (INCLUDING BUT NOT LIMITED TO<br />

ALL FEES AND CHARGES OF ENGINEERS,<br />

ARCHITECTS, ATTORNEYS, AND OTHER<br />

PROFESSIONALS AND ALL COURT OR ARBITRATION<br />

OR OTHER DISPUTE RESOLUTION COSTS) ARISING<br />

OUT OF OR RELATING TO THE PERFORMANCE OF<br />

THE WORK, PROVIDED THAT ANY SUCH CLAIM,<br />

COST, LOSS, OR DAMAGE:<br />

00700 - 25


1. IS ATTRIBUTABLE TO BODILY INJURY,<br />

SICKNESS, DISEASE, OR DEATH, OR TO INJURY<br />

TO OR DESTRUCTION OF TANGIBLE PROPERTY<br />

(OTHER THAN THE WORK ITSELF), INCLUDING<br />

THE LOSS OF USE RESULTING THEREFROM; AND<br />

2. IS CAUSED IN WHOLE OR IN PART BY ANY<br />

NEGLIGENT ACT OR OMISSION OF CONTRACTOR,<br />

ANY SUBCONTRACTOR, ANY SUPPLIER, OR ANY<br />

INDIVIDUAL OR ENTITY DIRECTLY OR INDIRECT-<br />

LY EMPLOYED BY ANY OF THEM TO PERFORM<br />

ANY OF THE WORK OR ANYONE FOR WHOSE<br />

ACTS ANY OF THEM MAY BE LIABLE,<br />

REGARDLESS OF WHETHER OR NOT CAUSED IN<br />

PART BY ANY NEGLIGENCE OR OMISSION OF AN<br />

INDIVIDUAL OR ENTITY INDEMNIFIED<br />

HEREUNDER OR WHETHER LIABILITY IS IMPOSED<br />

UPON SUCH INDEMNIFIED PARTY BY LAWS AND<br />

REGULATIONS REGARDLESS OF THE<br />

NEGLIGENCE OF ANY SUCH INDIVIDUAL OR<br />

ENTITY.<br />

B. IN ANY AND ALL CLAIMS AGAINST OWNER<br />

OR ENGINEER OR ANY OF THEIR RESPECTIVE<br />

CONSULTANTS, AGENTS, OFFICERS, DIRECTORS,<br />

PARTNERS, OR EMPLOYEES BY ANY EMPLOYEE (OR<br />

THE SURVIVOR OR PERSONAL REPRESENTATIVE OF<br />

SUCH EMPLOYEE) OF CONTRACTOR, ANY<br />

SUBCONTRACTOR, ANY SUPPLIER, OR ANY<br />

INDIVIDUAL OR ENTITY DIRECTLY OR INDIRECTLY<br />

EMPLOYED BY ANY OF THEM TO PERFORM ANY OF<br />

THE WORK, OR ANYONE FOR WHOSE ACTS ANY OF<br />

THEM MAY BE LIABLE, THE INDEMNIFICATION<br />

OBLIGATION UNDER PARAGRAPH 6.20.A SHALL NOT<br />

BE LIMITED IN ANY WAY BY ANY LIMITATION ON<br />

THE AMOUNT OR TYPE OF DAMAGES,<br />

COMPENSATION, OR BENEFITS PAYABLE BY OR FOR<br />

CONTRACTOR OR ANY SUCH SUBCONTRACTOR,<br />

SUPPLIER, OR OTHER INDIVIDUAL OR ENTITY<br />

UNDER WORKERS’ COMPENSATION ACTS,<br />

DISABILITY BENEFIT ACTS, OR OTHER EMPLOYEE<br />

BENEFIT ACTS.<br />

C. The indemnification obligations of CONTRACTOR<br />

under paragraph 6.20.a shall not extend to the liability of<br />

ENGINEER and ENGINEER’S consultants or to the officers,<br />

directors, partners, employees, agents, and other consultants<br />

and subcontractors of each and any of them arising out of:<br />

1. The preparation or approval of, or the failure to<br />

prepare or approve, maps, drawings, opinions, reports,<br />

surveys, change orders, designs, or specifications; or<br />

2. Giving directions or instructions, or failing to<br />

give them, if that is the primary cause of the injury or<br />

damage.<br />

ARTICLE 7 - OTHER WORK<br />

7.01 Related Work at Site<br />

A. OWNER may perform other work related to the<br />

Project at the Site by OWNER’s employees, or let other direct<br />

contracts therefor, or have other work performed by utility<br />

owners. If such other work is not noted in the Contract<br />

Documents, then:<br />

1. written notice thereof will be given to CON-<br />

TRACTOR prior to starting any such other work; and<br />

2. if OWNER and CONTRACTOR are unable to<br />

agree on entitlement to or on the amount or extent, if any,<br />

of any adjustment in the Contract Price or Contract Times<br />

that should be allowed as a result of such other work, a<br />

Claim may be made therefor as provided in paragraph<br />

10.05.<br />

B. CONTRACTOR shall afford each other contractor<br />

who is a party to such a direct contract and each utility owner<br />

(and OWNER, if OWNER is performing the other work with<br />

OWNER’s employees) proper and safe access to the Site and<br />

a reasonable opportunity for the introduction and storage of<br />

materials and equipment and the execution of such other<br />

work and shall properly coordinate the Work with theirs.<br />

Unless otherwise provided in the Contract Documents, CON-<br />

TRACTOR shall do all cutting, fitting, and patching of the<br />

Work that may be required to properly connect or otherwise<br />

make its several parts come together and properly integrate<br />

with such other work. CONTRACTOR shall not endanger<br />

any work of others by cutting, excavating, or otherwise<br />

altering their work and will only cut or alter their work with<br />

the written consent of ENGINEER and the others whose work<br />

will be affected. The duties and responsibilities of<br />

CONTRACTOR under this paragraph are for the benefit of<br />

such utility owners and other contractors to the extent that<br />

there are comparable provisions for the benefit of<br />

CONTRACTOR in said direct contracts between OWNER<br />

and such utility owners and other contractors.<br />

C. If the proper execution or results of any part of<br />

CONTRACTOR’s Work depends upon work performed by<br />

others under this Article 7, CONTRACTOR shall inspect<br />

such other work and promptly report to ENGINEER in<br />

writing any delays, defects, or deficiencies in such other work<br />

that render it unavailable or unsuitable for the proper<br />

execution and results of CONTRACTOR’s Work.<br />

00700 - 26


CONTRACTOR’s failure to so report will constitute an<br />

acceptance of such other work as fit and proper for integration<br />

with CONTRACTOR’s Work except for latent defects and<br />

deficiencies in such other work.<br />

7.02 Coordination<br />

A. If OWNER intends to contract with others for the<br />

performance of other work on the Project at the Site, the<br />

following will be set forth in Supplementary Conditions:<br />

1. the individual or entity who will have authority<br />

and responsibility for coordination of the activities among<br />

the various contractors will be identified;<br />

2. the specific matters to be covered by such<br />

authority and responsibility will be itemized; and<br />

3. the extent of such authority and responsibilities<br />

will be provided.<br />

B. Unless otherwise provided in the Supplementary<br />

Conditions, OWNER shall have sole authority and responsibility<br />

for such coordination.<br />

ARTICLE 8 - OWNER’S RESPONSIBILITIES<br />

8.01 Communications to Contractor<br />

A. Except as otherwise provided in these General Conditions,<br />

OWNER shall issue all communications to<br />

CONTRACTOR through ENGINEER.<br />

8.02 Replacement of ENGINEER<br />

A. In case of termination of the employment of ENGI-<br />

NEER, OWNER shall appoint an engineer to whom<br />

CONTRACTOR makes no reasonable objection, whose status<br />

under the Contract Documents shall be that of the former<br />

ENGINEER.<br />

8.03 Furnish Data<br />

A. OWNER shall promptly furnish the data required of<br />

OWNER under the Contract Documents.<br />

8.04 Pay Promptly When Due<br />

A. OWNER shall make payments to CONTRACTOR<br />

promptly when they are due as provided in paragraphs<br />

14.02.C and 14.07.C.<br />

A. OWNER’s duties in respect of providing lands and<br />

easements and providing engineering surveys to establish<br />

reference points are set forth in paragraphs 4.01 and 4.05.<br />

Paragraph 4.02 refers to OWNER’s identifying and making<br />

available to CONTRACTOR copies of reports of explorations<br />

and tests of subsurface conditions and drawings of physical<br />

conditions in or relating to existing surface or subsurface<br />

structures at or contiguous to the Site that have been utilized<br />

by ENGINEER in preparing the Contract Documents.<br />

8.06 Insurance<br />

A. OWNER’s responsibilities, if any, in respect to purchasing<br />

and maintaining liability and property insurance are<br />

set forth in Article 5.<br />

8.07 Change Orders<br />

A. OWNER is obligated to execute Change Orders as<br />

indicated in paragraph 10.03.<br />

8.<strong>08</strong> Inspections, Tests, and Approvals<br />

A. OWNER’s responsibility in respect to certain inspections,<br />

tests, and approvals is set forth in paragraph 13.03.B.<br />

8.09 Limitations on OWNER’s Responsibilities<br />

A. The OWNER shall not supervise, direct, or have<br />

control or authority over, nor be responsible for,<br />

CONTRACTOR’s means, methods, techniques, sequences, or<br />

procedures of construction, or the safety precautions and<br />

programs incident thereto, or for any failure of CON-<br />

TRACTOR to comply with Laws and Regulations applicable<br />

to the performance of the Work. OWNER will not be<br />

responsible for CONTRACTOR’s failure to perform the<br />

Work in accordance with the Contract Documents.<br />

8.10 Undisclosed Hazardous Environmental Condition<br />

A. OWNER’s responsibility in respect to an undisclosed<br />

Hazardous Environmental Condition is set forth in paragraph<br />

4.06.<br />

8.11 Evidence of Financial Arrangements<br />

A. If and to the extent OWNER has agreed to furnish<br />

CONTRACTOR reasonable evidence that financial<br />

arrangements have been made to satisfy OWNER’s<br />

obligations under the Contract Documents, OWNER’s<br />

responsibility in respect thereof will be as set forth in the<br />

Supplementary Conditions.<br />

8.05 Lands and Easements; Reports and Tests<br />

00700 - 27


ARTICLE 9 - ENGINEER’S STATUS DURING<br />

CONSTRUCTION<br />

9.01 OWNER’S Representative<br />

A. ENGINEER will be OWNER’s representative during<br />

the construction period. The duties and responsibilities and<br />

the limitations of authority of ENGINEER as OWNER’s<br />

representative during construction are set forth in the<br />

Contract Documents and will not be changed without written<br />

consent of OWNER and ENGINEER.<br />

9.02 Visits to Site<br />

A. ENGINEER will make visits to the Site at intervals<br />

appropriate to the various stages of construction as<br />

ENGINEER deems necessary in order to observe as an<br />

experienced and qualified design professional the progress<br />

that has been made and the quality of the various aspects of<br />

CONTRACTOR’s executed Work. Based on information<br />

obtained during such visits and observations, ENGINEER, for<br />

the benefit of OWNER, will determine, in general, if the<br />

Work is proceeding in accordance with the Contract<br />

Documents. ENGINEER will not be required to make<br />

exhaustive or continuous inspections on the Site to check the<br />

quality or quantity of the Work. ENGINEER’s efforts will be<br />

directed toward providing for OWNER a greater degree of<br />

confidence that the completed Work will conform generally<br />

to the Contract Documents. On the basis of such visits and<br />

observations, ENGINEER will keep OWNER informed of the<br />

progress of the Work and will endeavor to guard OWNER<br />

against defective Work.<br />

B. ENGINEER’s visits and observations are subject to all<br />

the limitations on ENGINEER’s authority and responsibility<br />

set forth in paragraph 9.10, and particularly, but without<br />

limitation, during or as a result of ENGINEER's visits or<br />

observations of CONTRACTOR's Work ENGINEER will not<br />

supervise, direct, control, or have authority over or be<br />

responsible for CONTRACTOR’s means, methods,<br />

techniques, sequences, or procedures of construction, or the<br />

safety precautions and programs incident thereto, or for any<br />

failure of CONTRACTOR to comply with Laws and<br />

Regulations applicable to the performance of the Work.<br />

9.03 Project Representative<br />

A. If OWNER and ENGINEER agree, ENGINEER will<br />

furnish a Resident Project Representative to assist<br />

ENGINEER in providing more extensive observation of the<br />

Work. The responsibilities and authority and limitations<br />

thereon of any such Resident Project Representative and<br />

assistants will be as provided in paragraph 9.10 and in the<br />

Supplementary Conditions. If OWNER designates another<br />

representative or agent to represent OWNER at the Site who<br />

is not ENGINEER’s Consultant, agent or employee, the<br />

responsibilities and authority and limitations thereon of such<br />

other individual or entity will be as provided in the Supplementary<br />

Conditions.<br />

9.04 Clarifications and Interpretations<br />

A. ENGINEER will issue with reasonable promptness<br />

such written clarifications or interpretations of the requirements<br />

of the Contract Documents as ENGINEER may determine<br />

necessary, which shall be consistent with the intent of<br />

and reasonably inferable from the Contract Documents. Such<br />

written clarifications and interpretations will be binding on<br />

OWNER and CONTRACTOR. If OWNER and CON-<br />

TRACTOR are unable to agree on entitlement to or on the<br />

amount or extent, if any, of any adjustment in the Contract<br />

Price or Contract Times, or both, that should be allowed as a<br />

result of a written clarification or interpretation, a Claim may<br />

be made therefor as provided in paragraph 10.05.<br />

9.05 Authorized Variations in Work<br />

A. ENGINEER may authorize minor variations in the<br />

Work from the requirements of the Contract Documents<br />

which do not involve an adjustment in the Contract Price or<br />

the Contract Times and are compatible with the design<br />

concept of the completed Project as a functioning whole as<br />

indicated by the Contract Documents. These may be<br />

accomplished by a <strong>Field</strong> Order and will be binding on<br />

OWNER and also on CONTRACTOR, who shall perform the<br />

Work involved promptly. If OWNER and CONTRACTOR<br />

are unable to agree on entitlement to or on the amount or<br />

extent, if any, of any adjustment in the Contract Price or<br />

Contract Times, or both, as a result of a <strong>Field</strong> Order, a Claim<br />

may be made therefor as provided in paragraph 10.05.<br />

9.06 Rejecting Defective Work<br />

A. ENGINEER will have authority to disapprove or<br />

reject Work which ENGINEER believes to be defective, or<br />

that ENGINEER believes will not produce a completed<br />

Project that conforms to the Contract Documents or that will<br />

prejudice the integrity of the design concept of the completed<br />

Project as a functioning whole as indicated by the Contract<br />

Documents. ENGINEER will also have authority to require<br />

special inspection or testing of the Work as provided in<br />

paragraph 13.04, whether or not the Work is fabricated,<br />

installed, or completed.<br />

9.07 Shop Drawings, Change Orders and Payments<br />

A. In connection with ENGINEER’s authority as to Shop<br />

Drawings and Samples, see paragraph 6.17.<br />

00700 - 28


B. In connection with ENGINEER’s authority as to<br />

Change Orders, see Articles 10, 11, and 12.<br />

C. In connection with ENGINEER’s authority as to<br />

Applications for Payment, see Article 14.<br />

9.<strong>08</strong> Determinations for Unit Price Work<br />

A. ENGINEER will determine the actual quantities and<br />

classifications of Unit Price Work performed by<br />

CONTRACTOR. ENGINEER will review with CON-<br />

TRACTOR the ENGINEER’s preliminary determinations on<br />

such matters before rendering a written decision thereon (by<br />

recommendation of an Application for Payment or otherwise).<br />

ENGINEER’s written decision thereon will be final and<br />

binding (except as modified by ENGINEER to reflect changed<br />

factual conditions or more accurate data) upon OWNER and<br />

CONTRACTOR, subject to the provisions of paragraph<br />

10.05.<br />

9.09 Decisions on Requirements of Contract Documents<br />

and Acceptability of Work<br />

A. ENGINEER will be the initial interpreter of the<br />

requirements of the Contract Documents and judge of the<br />

acceptability of the Work thereunder. Claims, disputes and<br />

other matters relating to the acceptability of the Work, the<br />

quantities and classifications of Unit Price Work, the<br />

interpretation of the requirements of the Contract Documents<br />

pertaining to the performance of the Work, and Claims<br />

seeking changes in the Contract Price or Contract Times will<br />

be referred initially to ENGINEER in writing, in accordance<br />

with the provisions of paragraph 10.05, with a request for a<br />

formal decision.<br />

B. When functioning as interpreter and judge under this<br />

paragraph 9.09, ENGINEER will not show partiality to<br />

OWNER or CONTRACTOR and will not be liable in<br />

connection with any interpretation or decision rendered in<br />

good faith in such capacity. The rendering of a decision by<br />

ENGINEER pursuant to this paragraph 9.09 with respect to<br />

any such Claim, dispute, or other matter (except any which<br />

have been waived by the making or acceptance of final<br />

payment as provided in paragraph 14.07) will be a condition<br />

precedent to any exercise by OWNER or CONTRACTOR of<br />

such rights or remedies as either may otherwise have under<br />

the Contract Documents or by Laws or Regulations in respect<br />

of any such Claim, dispute, or other matter.<br />

9.10 Limitations on ENGINEER’s Authority and Responsibilities<br />

A. Neither ENGINEER’s authority or responsibility<br />

under this Article 9 or under any other provision of the<br />

Contract Documents nor any decision made by ENGINEER<br />

in good faith either to exercise or not exercise such authority<br />

or responsibility or the undertaking, exercise, or performance<br />

of any authority or responsibility by ENGINEER shall create,<br />

impose, or give rise to any duty in contract, tort, or otherwise<br />

owed by ENGINEER to CONTRACTOR, any Subcontractor,<br />

any Supplier, any other individual or entity, or to any surety<br />

for or employee or agent of any of them.<br />

B. ENGINEER will not supervise, direct, control, or<br />

have authority over or be responsible for CONTRACTOR’s<br />

means, methods, techniques, sequences, or procedures of<br />

construction, or the safety precautions and programs incident<br />

thereto, or for any failure of CONTRACTOR to comply with<br />

Laws and Regulations applicable to the performance of the<br />

Work. ENGINEER will not be responsible for<br />

CONTRACTOR’s failure to perform the Work in accordance<br />

with the Contract Documents.<br />

C. ENGINEER will not be responsible for the acts or<br />

omissions of CONTRACTOR or of any Subcontractor, any<br />

Supplier, or of any other individual or entity performing any<br />

of the Work.<br />

D. ENGINEER’s review of the final Application for<br />

Payment and accompanying documentation and all maintenance<br />

and operating instructions, schedules, guarantees,<br />

Bonds, certificates of inspection, tests and approvals, and<br />

other documentation required to be delivered by paragraph<br />

14.07.A will only be to determine generally that their content<br />

complies with the requirements of, and in the case of<br />

certificates of inspections, tests, and approvals that the results<br />

certified indicate compliance with, the Contract Documents.<br />

E. The limitations upon authority and responsibility set<br />

forth in this paragraph 9.10 shall also apply to ENGINEER’s<br />

Consultants, Resident Project Representative, and assistants.<br />

ARTICLE 10 - CHANGES IN THE WORK; CLAIMS<br />

10.01 Authorized Changes in the Work<br />

A. Without invalidating the Agreement and without<br />

notice to any surety, OWNER may, at any time or from time<br />

to time, order additions, deletions, or revisions in the Work by<br />

a Written Amendment, a Change Order, or a Work Change<br />

Directive. Upon receipt of any such document,<br />

CONTRACTOR shall promptly proceed with the Work<br />

involved which will be performed under the applicable<br />

conditions of the Contract Documents (except as otherwise<br />

specifically provided).<br />

B. If OWNER and CONTRACTOR are unable to agree<br />

on entitlement to, or on the amount or extent, if any, of an<br />

adjustment in the Contract Price or Contract Times, or both,<br />

00700 - 29


that should be allowed as a result of a Work Change<br />

Directive, a Claim may be made therefor as provided in<br />

paragraph 10.05.<br />

10.02 Unauthorized Changes in the Work<br />

A. CONTRACTOR shall not be entitled to an increase<br />

in the Contract Price or an extension of the Contract Times<br />

with respect to any work performed that is not required by the<br />

Contract Documents as amended, modified, or supplemented<br />

as provided in paragraph 3.04, except in the case of an emergency<br />

as provided in paragraph 6.16 or in the case of<br />

uncovering Work as provided in paragraph 13.04.B.<br />

10.03 Execution of Change Orders<br />

A. OWNER and CONTRACTOR shall execute<br />

appropriate Change Orders recommended by ENGINEER (or<br />

Written Amendments) covering:<br />

1. changes in the Work which are: (i) ordered by<br />

OWNER pursuant to paragraph 10.01.A, (ii) required<br />

because of acceptance of defective Work under paragraph<br />

13.<strong>08</strong>.A or OWNER’s correction of defective Work<br />

under paragraph 13.09, or (iii) agreed to by the parties;<br />

2. changes in the Contract Price or Contract Times<br />

which are agreed to by the parties, including any<br />

undisputed sum or amount of time for Work actually<br />

performed in accordance with a Work Change Directive;<br />

and<br />

3. changes in the Contract Price or Contract Times<br />

which embody the substance of any written decision<br />

rendered by ENGINEER pursuant to paragraph 10.05;<br />

provided that, in lieu of executing any such Change<br />

Order, an appeal may be taken from any such decision in<br />

accordance with the provisions of the Contract<br />

Documents and applicable Laws and Regulations, but<br />

during any such appeal, CONTRACTOR shall carry on<br />

the Work and adhere to the progress schedule as<br />

provided in paragraph 6.18.A.<br />

10.04 Notification to Surety<br />

A. If notice of any change affecting the general scope of<br />

the Work or the provisions of the Contract Documents<br />

(including, but not limited to, Contract Price or Contract<br />

Times) is required by the provisions of any Bond to be given<br />

to a surety, the giving of any such notice will be<br />

CONTRACTOR’s responsibility. The amount of each<br />

applicable Bond will be adjusted to reflect the effect of any<br />

such change.<br />

10.05 Claims and Disputes<br />

A. Notice: Written notice stating the general nature of<br />

each Claim, dispute, or other matter shall be delivered by the<br />

claimant to ENGINEER and the other party to the Contract<br />

promptly (but in no event later than 30 days) after the start of<br />

the event giving rise thereto. Notice of the amount or extent<br />

of the Claim, dispute, or other matter with supporting data<br />

shall be delivered to the ENGINEER and the other party to<br />

the Contract within 60 days after the start of such event<br />

(unless ENGINEER allows additional time for claimant to<br />

submit additional or more accurate data in support of such<br />

Claim, dispute, or other matter). A Claim for an adjustment<br />

in Contract Price shall be prepared in accordance with the<br />

provisions of paragraph 12.01.B. A Claim for an adjustment<br />

in Contract Time shall be prepared in accordance with the<br />

provisions of paragraph 12.02.B. Each Claim shall be accompanied<br />

by claimant's written statement that the adjustment<br />

claimed is the entire adjustment to which the claimant<br />

believes it is entitled as a result of said event. The opposing<br />

party shall submit any response to ENGINEER and the<br />

claimant within 30 days after receipt of the claimant’s last<br />

submittal (unless ENGINEER allows additional time).<br />

B. ENGINEER’s Decision: ENGINEER will render a<br />

formal decision in writing within 30 days after receipt of the<br />

last submittal of the claimant or the last submittal of the<br />

opposing party, if any. ENGINEER’s written decision on<br />

such Claim, dispute, or other matter will be final and binding<br />

upon OWNER and CONTRACTOR unless:<br />

1. an appeal from ENGINEER’s decision is taken<br />

within the time limits and in accordance with the dispute<br />

resolution procedures set forth in Article 16; or<br />

2. if no such dispute resolution procedures have<br />

been set forth in Article 16, a written notice of intention<br />

to appeal from ENGINEER’s written decision is<br />

delivered by OWNER or CONTRACTOR to the other<br />

and to ENGINEER within 30 days after the date of such<br />

decision, and a formal proceeding is instituted by the<br />

appealing party in a forum of competent jurisdiction<br />

within 60 days after the date of such decision or within<br />

60 days after Substantial Completion, whichever is later<br />

(unless otherwise agreed in writing by OWNER and<br />

CONTRACTOR), to exercise such rights or remedies as<br />

the appealing party may have with respect to such Claim,<br />

dispute, or other matter in accordance with applicable<br />

Laws and Regulations.<br />

C. If ENGINEER does not render a formal decision in<br />

writing within the time stated in paragraph 10.05.B, a<br />

decision denying the Claim in its entirety shall be deemed to<br />

have been issued 31 days after receipt of the last submittal of<br />

00700 - 30


the claimant or the last submittal of the opposing party, if<br />

any.<br />

D. No Claim for an adjustment in Contract Price or<br />

Contract Times (or Milestones) will be valid if not submitted<br />

in accordance with this paragraph 10.05.<br />

ARTICLE 11 - COST OF THE WORK; CASH<br />

ALLOWANCES; UNIT PRICE WORK<br />

11.01 Cost of the Work<br />

A. Costs Included: The term Cost of the Work means<br />

the sum of all costs necessarily incurred and paid by CON-<br />

TRACTOR in the proper performance of the Work. When<br />

the value of any Work covered by a Change Order or when a<br />

Claim for an adjustment in Contract Price is determined on<br />

the basis of Cost of the Work, the costs to be reimbursed to<br />

CONTRACTOR will be only those additional or incremental<br />

costs required because of the change in the Work or because<br />

of the event giving rise to the Claim. Except as otherwise<br />

may be agreed to in writing by OWNER, such costs shall be<br />

in amounts no higher than those prevailing in the locality of<br />

the Project, shall include only the following items, and shall<br />

not include any of the costs itemized in paragraph 11.01.B.<br />

1. Payroll costs for employees in the direct employ<br />

of CONTRACTOR in the performance of the Work<br />

under schedules of job classifications agreed upon by<br />

OWNER and CONTRACTOR. Such employees shall<br />

include without limitation superintendents, foremen, and<br />

other personnel employed full time at the Site. Payroll<br />

costs for employees not employed full time on the Work<br />

shall be apportioned on the basis of their time spent on<br />

the Work. Payroll costs shall include, but not be limited<br />

to, salaries and wages plus the cost of fringe benefits,<br />

which shall include social security contributions, unemployment,<br />

excise, and payroll taxes, workers’<br />

compensation, health and retirement benefits, bonuses,<br />

sick leave, vacation and holiday pay applicable thereto.<br />

The expenses of performing Work outside of regular<br />

working hours, on Saturday, Sunday, or legal holidays,<br />

shall be included in the above to the extent authorized by<br />

OWNER.<br />

2. Cost of all materials and equipment furnished<br />

and incorporated in the Work, including costs of<br />

transportation and storage thereof, and Suppliers’ field<br />

services required in connection therewith. All cash<br />

discounts shall accrue to CONTRACTOR unless<br />

OWNER deposits funds with CONTRACTOR with<br />

which to make payments, in which case the cash<br />

discounts shall accrue to OWNER. All trade discounts,<br />

rebates and refunds and returns from sale of surplus<br />

materials and equipment shall accrue to OWNER, and<br />

CONTRACTOR shall make provisions so that they may<br />

be obtained.<br />

3. Payments made by CONTRACTOR to<br />

Subcontractors for Work performed by Subcontractors.<br />

If required by OWNER, CONTRACTOR shall obtain<br />

competitive bids from subcontractors acceptable to<br />

OWNER and CONTRACTOR and shall deliver such<br />

bids to OWNER, who will then determine, with the<br />

advice of ENGINEER, which bids, if any, will be<br />

acceptable. If any subcontract provides that the<br />

Subcontractor is to be paid on the basis of Cost of the<br />

Work plus a fee, the Subcontractor’s Cost of the Work<br />

and fee shall be determined in the same manner as<br />

CONTRACTOR’s Cost of the Work and fee as provided<br />

in this paragraph 11.01.<br />

4. Costs of special consultants (including but not<br />

limited to engineers, architects, testing laboratories,<br />

surveyors, attorneys, and accountants) employed for<br />

services specifically related to the Work.<br />

5. Supplemental costs including the following:<br />

a. The proportion of necessary transportation,<br />

travel, and subsistence expenses of<br />

CONTRACTOR’s employees incurred in discharge<br />

of duties connected with the Work.<br />

b. Cost, including transportation and maintenance,<br />

of all materials, supplies, equipment,<br />

machinery, appliances, office, and temporary facilities<br />

at the Site, and hand tools not owned by the<br />

workers, which are consumed in the performance of<br />

the Work, and cost, less market value, of such items<br />

used but not consumed which remain the property of<br />

CONTRACTOR.<br />

c. Rentals of all construction equipment and<br />

machinery, and the parts thereof whether rented<br />

from CONTRACTOR or others in accordance with<br />

rental agreements approved by OWNER with the<br />

advice of ENGINEER, and the costs of<br />

transportation, loading, unloading, assembly,<br />

dismantling, and removal thereof. All such costs<br />

shall be in accordance with the terms of said rental<br />

agreements. The rental of any such equipment, machinery,<br />

or parts shall cease when the use thereof is<br />

no longer necessary for the Work.<br />

d. Sales, consumer, use, and other similar<br />

taxes related to the Work, and for which CON-<br />

00700 - 31


TRACTOR is liable, imposed by Laws and Regulations.<br />

e. Deposits lost for causes other than negligence<br />

of CONTRACTOR, any Subcontractor, or<br />

anyone directly or indirectly employed by any of<br />

them or for whose acts any of them may be liable,<br />

and royalty payments and fees for permits and<br />

licenses.<br />

f. Losses and damages (and related expenses)<br />

caused by damage to the Work, not compensated by<br />

insurance or otherwise, sustained by<br />

CONTRACTOR in connection with the performance<br />

of the Work (except losses and damages within the<br />

deductible amounts of property insurance established<br />

in accordance with paragraph 5.06.D), provided<br />

such losses and damages have resulted from causes<br />

other than the negligence of CONTRACTOR, any<br />

Subcontractor, or anyone directly or indirectly<br />

employed by any of them or for whose acts any of<br />

them may be liable. Such losses shall include<br />

settlements made with the written consent and<br />

approval of OWNER. No such losses, damages, and<br />

expenses shall be included in the Cost of the Work<br />

for the purpose of determining CONTRACTOR’s<br />

fee.<br />

g. The cost of utilities, fuel, and sanitary<br />

facilities at the Site.<br />

h. Minor expenses such as telegrams, long<br />

distance telephone calls, telephone service at the<br />

Site, expressage, and similar petty cash items in<br />

connection with the Work.<br />

i. When the Cost of the Work is used to<br />

determine the value of a Change Order or of a<br />

Claim, the cost of premiums for additional Bonds<br />

and insurance required because of the changes in the<br />

Work or caused by the event giving rise to the<br />

Claim.<br />

j. When all the Work is performed on the<br />

basis of cost-plus, the costs of premiums for all<br />

Bonds and insurance CONTRACTOR is required by<br />

the Contract Documents to purchase and maintain.<br />

B. Costs Excluded: The term Cost of the Work shall not<br />

include any of the following items:<br />

1. Payroll costs and other compensation of<br />

CONTRACTOR’s officers, executives, principals (of<br />

partnerships and sole proprietorships), general managers,<br />

engineers, architects, estimators, attorneys, auditors,<br />

accountants, purchasing and contracting agents, expediters,<br />

timekeepers, clerks, and other personnel employed<br />

by CONTRACTOR, whether at the Site or in<br />

CONTRACTOR’s principal or branch office for general<br />

administration of the Work and not specifically included<br />

in the agreed upon schedule of job classifications referred<br />

to in paragraph 11.01.A.1 or specifically covered by<br />

paragraph 11.01.A.4, all of which are to be considered<br />

administrative costs covered by the CONTRACTOR’s<br />

fee.<br />

2. Expenses of CONTRACTOR’s principal and<br />

branch offices other than CONTRACTOR’s office at the<br />

Site.<br />

3. Any part of CONTRACTOR’s capital expenses,<br />

including interest on CONTRACTOR’s capital employed<br />

for the Work and charges against CONTRACTOR for<br />

delinquent payments.<br />

4. Costs due to the negligence of CONTRACTOR,<br />

any Subcontractor, or anyone directly or indirectly<br />

employed by any of them or for whose acts any of them<br />

may be liable, including but not limited to, the correction<br />

of defective Work, disposal of materials or equipment<br />

wrongly supplied, and making good any damage to<br />

property.<br />

5. Other overhead or general expense costs of any<br />

kind and the costs of any item not specifically and<br />

expressly included in paragraphs 11.01.A and 11.01.B.<br />

C. CONTRACTOR’s Fee: When all the Work is<br />

performed on the basis of cost-plus, CONTRACTOR’s fee<br />

shall be determined as set forth in the Agreement. When the<br />

value of any Work covered by a Change Order or when a<br />

Claim for an adjustment in Contract Price is determined on<br />

the basis of Cost of the Work, CONTRACTOR’s fee shall be<br />

determined as set forth in paragraph 12.01.C.<br />

D. Documentation: Whenever the Cost of the Work for<br />

any purpose is to be determined pursuant to paragraphs<br />

11.01.A and 11.01.B, CONTRACTOR will establish and<br />

maintain records thereof in accordance with generally<br />

accepted accounting practices and submit in a form acceptable<br />

to ENGINEER an itemized cost breakdown together with<br />

supporting data.<br />

11.02 Cash Allowances<br />

A. It is understood that CONTRACTOR has included<br />

in the Contract Price all allowances so named in the Contract<br />

Documents and shall cause the Work so covered to be<br />

performed for such sums as may be acceptable to OWNER<br />

and ENGINEER. CONTRACTOR agrees that:<br />

00700 - 32


1. the allowances include the cost to<br />

CONTRACTOR (less any applicable trade discounts) of<br />

materials and equipment required by the allowances to be<br />

delivered at the Site, and all applicable taxes; and<br />

2. CONTRACTOR’s costs for unloading and<br />

handling on the Site, labor, installation costs, overhead,<br />

profit, and other expenses contemplated for the<br />

allowances have been included in the Contract Price and<br />

not in the allowances, and no demand for additional<br />

payment on account of any of the foregoing will be valid.<br />

B. Prior to final payment, an appropriate Change Order<br />

will be issued as recommended by ENGINEER to reflect<br />

actual amounts due CONTRACTOR on account of Work<br />

covered by allowances, and the Contract Price shall be<br />

correspondingly adjusted.<br />

11.03 Unit Price Work<br />

A. Where the Contract Documents provide that all or<br />

part of the Work is to be Unit Price Work, initially the<br />

Contract Price will be deemed to include for all Unit Price<br />

Work an amount equal to the sum of the unit price for each<br />

separately identified item of Unit Price Work times the<br />

estimated quantity of each item as indicated in the Agreement.<br />

The estimated quantities of items of Unit Price Work<br />

are not guaranteed and are solely for the purpose of<br />

comparison of <strong>Bid</strong>s and determining an initial Contract Price.<br />

Determinations of the actual quantities and classifications of<br />

Unit Price Work performed by CONTRACTOR will be made<br />

by ENGINEER subject to the provisions of paragraph 9.<strong>08</strong>.<br />

B. Each unit price will be deemed to include an amount<br />

considered by CONTRACTOR to be adequate to cover<br />

CONTRACTOR’s overhead and profit for each separately<br />

identified item.<br />

C. OWNER or CONTRACTOR may make a Claim for<br />

an adjustment in the Contract Price in accordance with<br />

paragraph 10.05 if:<br />

1. the quantity of any item of Unit Price Work<br />

performed by CONTRACTOR differs materially and<br />

significantly from the estimated quantity of such item<br />

indicated in the Agreement; and<br />

2. there is no corresponding adjustment with<br />

respect any other item of Work; and<br />

3. if CONTRACTOR believes that<br />

CONTRACTOR is entitled to an increase in Contract<br />

Price as a result of having incurred additional expense or<br />

OWNER believes that OWNER is entitled to a decrease<br />

in Contract Price and the parties are unable to agree as<br />

to the amount of any such increase or decrease.<br />

ARTICLE 12 - CHANGE OF CONTRACT PRICE;<br />

CHANGE OF CONTRACT TIMES<br />

12.01 Change of Contract Price<br />

A. The Contract Price may only be changed by a<br />

Change Order or by a Written Amendment. Any Claim for<br />

an adjustment in the Contract Price shall be based on written<br />

notice submitted by the party making the Claim to the<br />

ENGINEER and the other party to the Contract in accordance<br />

with the provisions of paragraph 10.05.<br />

B. The value of any Work covered by a Change Order<br />

or of any Claim for an adjustment in the Contract Price will<br />

be determined as follows:<br />

1. where the Work involved is covered by unit<br />

prices contained in the Contract Documents, by application<br />

of such unit prices to the quantities of the items<br />

involved (subject to the provisions of paragraph 11.03 );<br />

or<br />

2. where the Work involved is not covered by unit<br />

prices contained in the Contract Documents, by a<br />

mutually agreed lump sum (which may include an<br />

allowance for overhead and profit not necessarily in<br />

accordance with paragraph 12.01.C.2); or<br />

3. where the Work involved is not covered by unit<br />

prices contained in the Contract Documents and agreement<br />

to a lump sum is not reached under paragraph<br />

12.01.B.2, on the basis of the Cost of the Work<br />

(determined as provided in paragraph 11.01) plus a<br />

CONTRACTOR’s fee for overhead and profit (determined<br />

as provided in paragraph 12.01.C).<br />

C. CONTRACTOR’s Fee: The CONTRACTOR’s fee<br />

for overhead and profit shall be determined as follows:<br />

1. a mutually acceptable fixed fee; or<br />

2. if a fixed fee is not agreed upon, then a fee based<br />

on the following percentages of the various portions of<br />

the Cost of the Work:<br />

a. for costs incurred under paragraphs<br />

11.01.A.1 and 11.01.A.2, the CONTRACTOR’s fee<br />

shall be 15 percent;<br />

b. for costs incurred under paragraph<br />

11.01.A.3, the CONTRACTOR’s fee shall be five<br />

percent;<br />

00700 - 33


c. where one or more tiers of subcontracts are<br />

on the basis of Cost of the Work plus a fee and no<br />

fixed fee is agreed upon, the intent of paragraph<br />

12.01.C.2.a is that the Subcontractor who actually<br />

performs the Work, at whatever tier, will be paid a<br />

fee of 15 percent of the costs incurred by such<br />

Subcontractor under paragraphs 11.01.A.1 and<br />

11.01.A.2 and that any higher tier Subcontractor and<br />

CONTRACTOR will each be paid a fee of five<br />

percent of the amount paid to the next lower tier<br />

Subcontractor;<br />

d. no fee shall be payable on the basis of costs<br />

itemized under paragraphs 11.01.A.4, 11.01.A.5,<br />

and 11.01.B;<br />

e. the amount of credit to be allowed by<br />

CONTRACTOR to OWNER for any change which<br />

results in a net decrease in cost will be the amount of<br />

the actual net decrease in cost plus a deduction in<br />

CONTRACTOR’s fee by an amount equal to five<br />

percent of such net decrease; and<br />

f. when both additions and credits are involved<br />

in any one change, the adjustment in<br />

CONTRACTOR’s fee shall be computed on the<br />

basis of the net change in accordance with paragraphs<br />

12.01.C.2.a through 12.01.C.2.e, inclusive.<br />

12.02 Change of Contract Times<br />

A. The Contract Times (or Milestones) may only be<br />

changed by a Change Order or by a Written Amendment.<br />

Any Claim for an adjustment in the Contract Times (or<br />

Milestones) shall be based on written notice submitted by the<br />

party making the claim to the ENGINEER and the other party<br />

to the Contract in accordance with the provisions of<br />

paragraph 10.05.<br />

B. Any adjustment of the Contract Times (or<br />

Milestones) covered by a Change Order or of any Claim for<br />

an adjustment in the Contract Times (or Milestones) will be<br />

determined in accordance with the provisions of this<br />

Article 12.<br />

12.03 Delays Beyond CONTRACTOR’s Control<br />

A. Where CONTRACTOR is prevented from<br />

completing any part of the Work within the Contract Times<br />

(or Milestones) due to delay beyond the control of<br />

CONTRACTOR, the Contract Times (or Milestones) will be<br />

extended in an amount equal to the time lost due to such<br />

delay if a Claim is made therefor as provided in paragraph<br />

12.02.A. Delays beyond the control of CONTRACTOR shall<br />

include, but not be limited to, acts or neglect by OWNER, acts<br />

or neglect of utility owners or other contractors performing<br />

other work as contemplated by Article 7, fires, floods,<br />

epidemics, abnormal weather conditions, or acts of God.<br />

12.04 Delays Within CONTRACTOR’s Control<br />

A. The Contract Times (or Milestones) will not be<br />

extended due to delays within the control of CONTRACTOR.<br />

Delays attributable to and within the control of a<br />

Subcontractor or Supplier shall be deemed to be delays within<br />

the control of CONTRACTOR.<br />

12.05 Delays Beyond OWNER’s and CONTRACTOR’s<br />

Control<br />

A. Where CONTRACTOR is prevented from completing<br />

any part of the Work within the Contract Times (or<br />

Milestones) due to delay beyond the control of both OWNER<br />

and CONTRACTOR, an extension of the Contract Times (or<br />

Milestones) in an amount equal to the time lost due to such<br />

delay shall be CONTRACTOR’s sole and exclusive remedy<br />

for such delay.<br />

12.06 Delay Damages<br />

A. In no event shall OWNER or ENGINEER be liable<br />

to CONTRACTOR, any Subcontractor, any Supplier, or any<br />

other person or organization, or to any surety for or employee<br />

or agent of any of them, for damages arising out of or<br />

resulting from:<br />

1. delays caused by or within the control of CON-<br />

TRACTOR; or<br />

2. delays beyond the control of both OWNER and<br />

CONTRACTOR including but not limited to fires,<br />

floods, epidemics, abnormal weather conditions, acts of<br />

God, or acts or neglect by utility owners or other<br />

contractors performing other work as contemplated by<br />

Article 7.<br />

B. Nothing in this paragraph 12.06 bars a change in<br />

Contract Price pursuant to this Article 12 to compensate<br />

CONTRACTOR due to delay, interference, or disruption<br />

directly attributable to actions or inactions of OWNER or<br />

anyone for whom OWNER is responsible.<br />

ARTICLE 13 - TESTS AND INSPECTIONS;<br />

CORRECTION, REMOVAL OR ACCEPTANCE OF<br />

DEFECTIVE WORK<br />

00700 - 34


13.01 Notice of Defects<br />

A. Prompt notice of all defective Work of which<br />

OWNER or ENGINEER has actual knowledge will be given<br />

to CONTRACTOR. All defective Work may be rejected,<br />

corrected, or accepted as provided in this Article 13.<br />

13.02 Access to Work<br />

A. OWNER, ENGINEER, ENGINEER’s Consultants,<br />

other representatives and personnel of OWNER, independent<br />

testing laboratories, and governmental agencies with<br />

jurisdictional interests will have access to the Site and the<br />

Work at reasonable times for their observation, inspecting,<br />

and testing. CONTRACTOR shall provide them proper and<br />

safe conditions for such access and advise them of<br />

CONTRACTOR’s Site safety procedures and programs so<br />

that they may comply therewith as applicable.<br />

13.03 Tests and Inspections<br />

A. CONTRACTOR shall give ENGINEER timely<br />

notice of readiness of the Work for all required inspections,<br />

tests, or approvals and shall cooperate with inspection and<br />

testing personnel to facilitate required inspections or tests.<br />

B. OWNER shall employ and pay for the services of an<br />

independent testing laboratory to perform all inspections,<br />

tests, or approvals required by the Contract Documents<br />

except:<br />

1. for inspections, tests, or approvals covered by<br />

paragraphs 13.03.C and 13.03.D below;<br />

2. that costs incurred in connection with tests or<br />

inspections conducted pursuant to paragraph 13.04.B<br />

shall be paid as provided in said paragraph 13.04.B; and<br />

3. as otherwise specifically provided in the Contract<br />

Documents.<br />

C. If Laws or Regulations of any public body having<br />

jurisdiction require any Work (or part thereof) specifically to<br />

be inspected, tested, or approved by an employee or other<br />

representative of such public body, CONTRACTOR shall<br />

assume full responsibility for arranging and obtaining such<br />

inspections, tests, or approvals, pay all costs in connection<br />

therewith, and furnish ENGINEER the required certificates<br />

of inspection or approval.<br />

D. CONTRACTOR shall be responsible for arranging<br />

and obtaining and shall pay all costs in connection with any<br />

inspections, tests, or approvals required for OWNER’s and<br />

ENGINEER’s acceptance of materials or equipment to be<br />

incorporated in the Work; or acceptance of materials, mix<br />

designs, or equipment submitted for approval prior to<br />

CONTRACTOR’s purchase thereof for incorporation in the<br />

Work. Such inspections, tests, or approvals shall be<br />

performed by organizations acceptable to OWNER and<br />

ENGINEER.<br />

E. If any Work (or the work of others) that is to be<br />

inspected, tested, or approved is covered by CONTRACTOR<br />

without written concurrence of ENGINEER, it must, if<br />

requested by ENGINEER, be uncovered for observation.<br />

F. Uncovering Work as provided in paragraph 13.03.E<br />

shall be at CONTRACTOR’s expense unless CONTRACTOR<br />

has given ENGINEER timely notice of CONTRACTOR’s<br />

intention to cover the same and ENGINEER has not acted<br />

with reasonable promptness in response to such notice.<br />

13.04 Uncovering Work<br />

A. If any Work is covered contrary to the written<br />

request of ENGINEER, it must, if requested by ENGINEER,<br />

be uncovered for ENGINEER’s observation and replaced at<br />

CONTRACTOR’s expense.<br />

B. If ENGINEER considers it necessary or advisable<br />

that covered Work be observed by ENGINEER or inspected<br />

or tested by others, CONTRACTOR, at ENGINEER’s<br />

request, shall uncover, expose, or otherwise make available<br />

for observation, inspection, or testing as ENGINEER may<br />

require, that portion of the Work in question, furnishing all<br />

necessary labor, material, and equipment. If it is found that<br />

such Work is defective, CONTRACTOR shall pay all Claims,<br />

costs, losses, and damages (including but not limited to all<br />

fees and charges of engineers, architects, attorneys, and other<br />

professionals and all court or arbitration or other dispute<br />

resolution costs) arising out of or relating to such uncovering,<br />

exposure, observation, inspection, and testing, and of<br />

satisfactory replacement or reconstruction (including but not<br />

limited to all costs of repair or replacement of work of others);<br />

and OWNER shall be entitled to an appropriate decrease in<br />

the Contract Price. If the parties are unable to agree as to the<br />

amount thereof, OWNER may make a Claim therefor as<br />

provided in paragraph 10.05. If, however, such Work is not<br />

found to be defective, CONTRACTOR shall be allowed an<br />

increase in the Contract Price or an extension of the Contract<br />

Times (or Milestones), or both, directly attributable to such<br />

uncovering, exposure, observation, inspection, testing,<br />

replacement, and reconstruction. If the parties are unable to<br />

agree as to the amount or extent thereof, CONTRACTOR<br />

may make a Claim therefor as provided in paragraph 10.05.<br />

13.05 OWNER May Stop the Work<br />

A. If the Work is defective, or CONTRACTOR fails to<br />

supply sufficient skilled workers or suitable materials or<br />

00700 - 35


equipment, or fails to perform the Work in such a way that<br />

the completed Work will conform to the Contract Documents,<br />

OWNER may order CONTRACTOR to stop the Work, or any<br />

portion thereof, until the cause for such order has been eliminated;<br />

however, this right of OWNER to stop the Work shall<br />

not give rise to any duty on the part of OWNER to exercise<br />

this right for the benefit of CONTRACTOR, any<br />

Subcontractor, any Supplier, any other individual or entity, or<br />

any surety for, or employee or agent of any of them.<br />

13.06 Correction or Removal of Defective Work<br />

A. CONTRACTOR shall correct all defective Work,<br />

whether or not fabricated, installed, or completed, or, if the<br />

Work has been rejected by ENGINEER, remove it from the<br />

Project and replace it with Work that is not defective.<br />

CONTRACTOR shall pay all Claims, costs, losses, and<br />

damages (including but not limited to all fees and charges of<br />

engineers, architects, attorneys, and other professionals and<br />

all court or arbitration or other dispute resolution costs)<br />

arising out of or relating to such correction or removal<br />

(including but not limited to all costs of repair or replacement<br />

of work of others).<br />

13.07 Correction Period<br />

A. If within one year after the date of Substantial<br />

Completion or such longer period of time as may be<br />

prescribed by Laws or Regulations or by the terms of any<br />

applicable special guarantee required by the Contract<br />

Documents or by any specific provision of the Contract<br />

Documents, any Work is found to be defective, or if the repair<br />

of any damages to the land or areas made available for<br />

CONTRACTOR’s use by OWNER or permitted by Laws and<br />

Regulations as contemplated in paragraph 6.11.A is found to<br />

be defective, CONTRACTOR shall promptly, without cost to<br />

OWNER and in accordance with OWNER’s written<br />

instructions: (i) repair such defective land or areas, or (ii)<br />

correct such defective Work or, if the defective Work has been<br />

rejected by OWNER, remove it from the Project and replace<br />

it with Work that is not defective, and (iii) satisfactorily<br />

correct or repair or remove and replace any damage to other<br />

Work, to the work of others or other land or areas resulting<br />

therefrom. If CONTRACTOR does not promptly comply<br />

with the terms of such instructions, or in an emergency where<br />

delay would cause serious risk of loss or damage, OWNER<br />

may have the defective Work corrected or repaired or may<br />

have the rejected Work removed and replaced, and all Claims,<br />

costs, losses, and damages (including but not limited to all<br />

fees and charges of engineers, architects, attorneys, and other<br />

professionals and all court or arbitration or other dispute<br />

resolution costs) arising out of or relating to such correction<br />

or repair or such removal and replacement (including but not<br />

limited to all costs of repair or replacement of work of others)<br />

will be paid by CONTRACTOR.<br />

B. In special circumstances where a particular item of<br />

equipment is placed in continuous service before Substantial<br />

Completion of all the Work, the correction period for that<br />

item may start to run from an earlier date if so provided in the<br />

Specifications or by Written Amendment.<br />

C. Where defective Work (and damage to other Work<br />

resulting therefrom) has been corrected or removed and<br />

replaced under this paragraph 13.07, the correction period<br />

hereunder with respect to such Work will be extended for an<br />

additional period of one year after such correction or removal<br />

and replacement has been satisfactorily completed.<br />

D. CONTRACTOR’s obligations under this paragraph<br />

13.07 are in addition to any other obligation or warranty. The<br />

provisions of this paragraph 13.07 shall not be construed as<br />

a substitute for or a waiver of the provisions of any applicable<br />

statute of limitation or repose.<br />

13.<strong>08</strong> Acceptance of Defective Work<br />

A. If, instead of requiring correction or removal and<br />

replacement of defective Work, OWNER (and, prior to<br />

ENGINEER’s recommendation of final payment,<br />

ENGINEER) prefers to accept it, OWNER may do so.<br />

CONTRACTOR shall pay all Claims, costs, losses, and<br />

damages (including but not limited to all fees and charges of<br />

engineers, architects, attorneys, and other professionals and<br />

all court or arbitration or other dispute resolution costs)<br />

attributable to OWNER’s evaluation of and determination to<br />

accept such defective Work (such costs to be approved by<br />

ENGINEER as to reasonableness) and the diminished value<br />

of the Work to the extent not otherwise paid by<br />

CONTRACTOR pursuant to this sentence. If any such<br />

acceptance occurs prior to ENGINEER’s recommendation of<br />

final payment, a Change Order will be issued incorporating<br />

the necessary revisions in the Contract Documents with<br />

respect to the Work, and OWNER shall be entitled to an<br />

appropriate decrease in the Contract Price, reflecting the<br />

diminished value of Work so accepted. If the parties are<br />

unable to agree as to the amount thereof, OWNER may make<br />

a Claim therefor as provided in paragraph 10.05. If the<br />

acceptance occurs after such recommendation, an appropriate<br />

amount will be paid by CONTRACTOR to OWNER.<br />

13.09 OWNER May Correct Defective Work<br />

A. If CONTRACTOR fails within a reasonable time<br />

after written notice from ENGINEER to correct defective<br />

Work or to remove and replace rejected Work as required by<br />

ENGINEER in accordance with paragraph 13.06.A, or if<br />

CONTRACTOR fails to perform the Work in accordance<br />

with the Contract Documents, or if CONTRACTOR fails to<br />

comply with any other provision of the Contract Documents,<br />

00700 - 36


OWNER may, after seven days written notice to<br />

CONTRACTOR, correct and remedy any such deficiency.<br />

B. In exercising the rights and remedies under this<br />

paragraph, OWNER shall proceed expeditiously. In<br />

connection with such corrective and remedial action,<br />

OWNER may exclude CONTRACTOR from all or part of the<br />

Site, take possession of all or part of the Work and suspend<br />

CONTRACTOR’s services related thereto, take possession of<br />

CONTRACTOR’s tools, appliances, construction equipment<br />

and machinery at the Site, and incorporate in the Work all<br />

materials and equipment stored at the Site or for which<br />

OWNER has paid CONTRACTOR but which are stored<br />

elsewhere. CONTRACTOR shall allow OWNER, OWNER’s<br />

representatives, agents and employees, OWNER’s other<br />

contractors, and ENGINEER and ENGINEER’s Consultants<br />

access to the Site to enable OWNER to exercise the rights and<br />

remedies under this paragraph.<br />

C. All Claims, costs, losses, and damages (including but<br />

not limited to all fees and charges of engineers, architects,<br />

attorneys, and other professionals and all court or arbitration<br />

or other dispute resolution costs) incurred or sustained by<br />

OWNER in exercising the rights and remedies under this<br />

paragraph 13.09 will be charged against CONTRACTOR,<br />

and a Change Order will be issued incorporating the<br />

necessary revisions in the Contract Documents with respect<br />

to the Work; and OWNER shall be entitled to an appropriate<br />

decrease in the Contract Price. If the parties are unable to<br />

agree as to the amount of the adjustment, OWNER may make<br />

a Claim therefor as provided in paragraph 10.05. Such<br />

claims, costs, losses and damages will include but not be<br />

limited to all costs of repair, or replacement of work of others<br />

destroyed or damaged by correction, removal, or replacement<br />

of CONTRACTOR’s defective Work.<br />

D. CONTRACTOR shall not be allowed an extension<br />

of the Contract Times (or Milestones) because of any delay in<br />

the performance of the Work attributable to the exercise by<br />

OWNER of OWNER’s rights and remedies under this<br />

paragraph 13.09.<br />

ARTICLE 14 - PAYMENTS TO CONTRACTOR AND<br />

COMPLETION<br />

14.01 Schedule of Values<br />

A. The schedule of values established as provided in<br />

paragraph 2.07.A will serve as the basis for progress<br />

payments and will be incorporated into a form of Application<br />

for Payment acceptable to ENGINEER. Progress payments<br />

on account of Unit Price Work will be based on the number<br />

of units completed.<br />

14.02 Progress Payments<br />

A. Applications for Payments<br />

1. At least 20 days before the date established for<br />

each progress payment (but not more often than once a<br />

month), CONTRACTOR shall submit to ENGINEER for<br />

review an Application for Payment filled out and signed<br />

by CONTRACTOR covering the Work completed as of<br />

the date of the Application and accompanied by such<br />

supporting documentation as is required by the Contract<br />

Documents. If payment is requested on the basis of<br />

materials and equipment not incorporated in the Work<br />

but delivered and suitably stored at the Site or at another<br />

location agreed to in writing, the Application for<br />

Payment shall also be accompanied by a bill of sale,<br />

invoice, or other documentation warranting that<br />

OWNER has received the materials and equipment free<br />

and clear of all Liens and evidence that the materials and<br />

equipment are covered by appropriate property insurance<br />

or other arrangements to protect OWNER’s interest<br />

therein, all of which must be satisfactory to OWNER.<br />

2. Beginning with the second Application for<br />

Payment, each Application shall include an affidavit of<br />

CONTRACTOR stating that all previous progress<br />

payments received on account of the Work have been<br />

applied on account to discharge CONTRACTOR’s<br />

legitimate obligations associated with prior Applications<br />

for Payment.<br />

3. The amount of retainage with respect to progress<br />

payments will be as stipulated in the Agreement.<br />

B. Review of Applications<br />

1. ENGINEER will, within 10 days after receipt of<br />

each Application for Payment, either indicate in writing<br />

a recommendation of payment and present the<br />

Application to OWNER or return the Application to<br />

CONTRACTOR indicating in writing ENGINEER’s<br />

reasons for refusing to recommend payment. In the<br />

latter case, CONTRACTOR may make the necessary<br />

corrections and resubmit the Application.<br />

2. ENGINEER’s recommendation of any payment<br />

requested in an Application for Payment will constitute<br />

a representation by ENGINEER to OWNER, based on<br />

ENGINEER’s observations on the Site of the executed<br />

Work as an experienced and qualified design professional<br />

and on ENGINEER's review of the Application for<br />

Payment and the accompanying data and schedules, that<br />

to the best of ENGINEER’s knowledge, information and<br />

belief:<br />

00700 - 37


a. the Work has progressed to the point<br />

indicated;<br />

b. the quality of the Work is generally in<br />

accordance with the Contract Documents (subject to<br />

an evaluation of the Work as a functioning whole<br />

prior to or upon Substantial Completion, to the<br />

results of any subsequent tests called for in the<br />

Contract Documents, to a final determination of<br />

quantities and classifications for Unit Price Work<br />

under paragraph 9.<strong>08</strong>, and to any other<br />

qualifications stated in the recommendation); and<br />

c. the conditions precedent to<br />

CONTRACTOR’s being entitled to such payment<br />

appear to have been fulfilled in so far as it is<br />

ENGINEER’s responsibility to observe the Work.<br />

3. By recommending any such payment ENGI-<br />

NEER will not thereby be deemed to have represented<br />

that: (i) inspections made to check the quality or the<br />

quantity of the Work as it has been performed have been<br />

exhaustive, extended to every aspect of the Work in<br />

progress, or involved detailed inspections of the Work<br />

beyond the responsibilities specifically assigned to<br />

ENGINEER in the Contract Documents; or (ii) that there<br />

may not be other matters or issues between the parties<br />

that might entitle CONTRACTOR to be paid additionally<br />

by OWNER or entitle OWNER to withhold payment<br />

to CONTRACTOR.<br />

4. Neither ENGINEER’s review of<br />

CONTRACTOR’s Work for the purposes of recommending<br />

payments nor ENGINEER’s recommendation<br />

of any payment, including final payment, will impose<br />

responsibility on ENGINEER to supervise, direct, or<br />

control the Work or for the means, methods, techniques,<br />

sequences, or procedures of construction, or the safety<br />

precautions and programs incident thereto, or for CON-<br />

TRACTOR’s failure to comply with Laws and Regulations<br />

applicable to CONTRACTOR’s performance of<br />

the Work. Additionally, said review or recommendation<br />

will not impose responsibility on ENGINEER to make<br />

any examination to ascertain how or for what purposes<br />

CONTRACTOR has used the moneys paid on account of<br />

the Contract Price, or to determine that title to any of the<br />

Work, materials, or equipment has passed to OWNER<br />

free and clear of any Liens.<br />

5. ENGINEER may refuse to recommend the whole<br />

or any part of any payment if, in ENGINEER’s opinion,<br />

it would be incorrect to make the representations to<br />

OWNER referred to in paragraph 14.02.B.2. ENGI-<br />

NEER may also refuse to recommend any such payment<br />

or, because of subsequently discovered evidence or the<br />

results of subsequent inspections or tests, revise or revoke<br />

any such payment recommendation previously made, to<br />

such extent as may be necessary in ENGINEER’s<br />

opinion to protect OWNER from loss because:<br />

a. the Work is defective, or completed Work<br />

has been damaged, requiring correction or replacement;<br />

b. the Contract Price has been reduced by<br />

Written Amendment or Change Orders;<br />

c. OWNER has been required to correct defective<br />

Work or complete Work in accordance with<br />

paragraph 13.09; or<br />

d. ENGINEER has actual knowledge of the<br />

occurrence of any of the events enumerated in paragraph<br />

15.02.A.<br />

C. Payment Becomes Due<br />

1. Ten days after presentation of the Application<br />

for Payment to OWNER with ENGINEER’s recommendation,<br />

the amount recommended will (subject to the<br />

provisions of paragraph 14.02.D) become due, and when<br />

due will be paid by OWNER to CONTRACTOR.<br />

D. Reduction in Payment<br />

1. OWNER may refuse to make payment of the full<br />

amount recommended by ENGINEER because:<br />

a. claims have been made against OWNER on<br />

account of CONTRACTOR’s performance or furnishing<br />

of the Work;<br />

b. Liens have been filed in connection with the<br />

Work, except where CONTRACTOR has delivered<br />

a specific Bond satisfactory to OWNER to secure the<br />

satisfaction and discharge of such Liens;<br />

c. there are other items entitling OWNER to a<br />

set-off against the amount recommended; or<br />

d. OWNER has actual knowledge of the occurrence<br />

of any of the events enumerated in paragraphs<br />

14.02.B.5.a through 14.02.B.5.c or paragraph<br />

15.02.A.<br />

2. If OWNER refuses to make payment of the full<br />

amount recommended by ENGINEER, OWNER must<br />

give CONTRACTOR immediate written notice (with a<br />

copy to ENGINEER) stating the reasons for such action<br />

and promptly pay CONTRACTOR any amount<br />

00700 - 38


emaining after deduction of the amount so withheld.<br />

OWNER shall promptly pay CONTRACTOR the<br />

amount so withheld, or any adjustment thereto agreed to<br />

by OWNER and CONTRACTOR, when CONTRAC-<br />

TOR corrects to OWNER’s satisfaction the reasons for<br />

such action.<br />

3. If it is subsequently determined that OWNER’s<br />

refusal of payment was not justified, the amount<br />

wrongfully withheld shall be treated as an amount due as<br />

determined by paragraph 14.02.C.1.<br />

14.03 CONTRACTOR’s Warranty of Title<br />

A. CONTRACTOR warrants and guarantees that title<br />

to all Work, materials, and equipment covered by any<br />

Application for Payment, whether incorporated in the Project<br />

or not, will pass to OWNER no later than the time of payment<br />

free and clear of all Liens.<br />

14.04 Substantial Completion<br />

A. When CONTRACTOR considers the entire Work<br />

ready for its intended use CONTRACTOR shall notify<br />

OWNER and ENGINEER in writing that the entire Work is<br />

substantially complete (except for items specifically listed by<br />

CONTRACTOR as incomplete) and request that ENGINEER<br />

issue a certificate of Substantial Completion. Promptly<br />

thereafter, OWNER, CONTRACTOR, and ENGINEER shall<br />

make an inspection of the Work to determine the status of<br />

completion. If ENGINEER does not consider the Work<br />

substantially complete, ENGINEER will notify<br />

CONTRACTOR in writing giving the reasons therefor. If<br />

ENGINEER considers the Work substantially complete,<br />

ENGINEER will prepare and deliver to OWNER a tentative<br />

certificate of Substantial Completion which shall fix the date<br />

of Substantial Completion. There shall be attached to the<br />

certificate a tentative list of items to be completed or corrected<br />

before final payment. OWNER shall have seven days after<br />

receipt of the tentative certificate during which to make<br />

written objection to ENGINEER as to any provisions of the<br />

certificate or attached list. If, after considering such<br />

objections, ENGINEER concludes that the Work is not<br />

substantially complete, ENGINEER will within 14 days after<br />

submission of the tentative certificate to OWNER notify<br />

CONTRACTOR in writing, stating the reasons therefor. If,<br />

after consideration of OWNER’s objections, ENGINEER<br />

considers the Work substantially complete, ENGINEER will<br />

within said 14 days execute and deliver to OWNER and<br />

CONTRACTOR a definitive certificate of Substantial<br />

Completion (with a revised tentative list of items to be<br />

completed or corrected) reflecting such changes from the<br />

tentative certificate as ENGINEER believes justified after<br />

consideration of any objections from OWNER. At the time of<br />

delivery of the tentative certificate of Substantial Completion<br />

ENGINEER will deliver to OWNER and CONTRACTOR a<br />

written recommendation as to division of responsibilities<br />

pending final payment between OWNER and<br />

CONTRACTOR with respect to security, operation, safety,<br />

and protection of the Work, maintenance, heat, utilities,<br />

insurance, and warranties and guarantees. Unless OWNER<br />

and CONTRACTOR agree otherwise in writing and so<br />

inform ENGINEER in writing prior to ENGINEER’s issuing<br />

the definitive certificate of Substantial Completion,<br />

ENGINEER’s aforesaid recommendation will be binding on<br />

OWNER and CONTRACTOR until final payment.<br />

B. OWNER shall have the right to exclude<br />

CONTRACTOR from the Site after the date of Substantial<br />

Completion, but OWNER shall allow CONTRACTOR<br />

reasonable access to complete or correct items on the tentative<br />

list.<br />

14.05 Partial Utilization<br />

A. Use by OWNER at OWNER’s option of any<br />

substantially completed part of the Work which has<br />

specifically been identified in the Contract Documents, or<br />

which OWNER, ENGINEER, and CONTRACTOR agree<br />

constitutes a separately functioning and usable part of the<br />

Work that can be used by OWNER for its intended purpose<br />

without significant interference with CONTRACTOR’s<br />

performance of the remainder of the Work, may be<br />

accomplished prior to Substantial Completion of all the Work<br />

subject to the following conditions.<br />

1. OWNER at any time may request CON-<br />

TRACTOR in writing to permit OWNER to use any such<br />

part of the Work which OWNER believes to be ready for<br />

its intended use and substantially complete. If<br />

CONTRACTOR agrees that such part of the Work is<br />

substantially complete, CONTRACTOR will certify to<br />

OWNER and ENGINEER that such part of the Work is<br />

substantially complete and request ENGINEER to issue<br />

a certificate of Substantial Completion for that part of the<br />

Work. CONTRACTOR at any time may notify OWNER<br />

and ENGINEER in writing that CONTRACTOR<br />

considers any such part of the Work ready for its<br />

intended use and substantially complete and request<br />

ENGINEER to issue a certificate of Substantial<br />

Completion for that part of the Work. Within a<br />

reasonable time after either such request, OWNER,<br />

CONTRACTOR, and ENGINEER shall make an<br />

inspection of that part of the Work to determine its status<br />

of completion. If ENGINEER does not consider that part<br />

of the Work to be substantially complete, ENGINEER<br />

will notify OWNER and CONTRACTOR in writing<br />

giving the reasons therefor. If ENGINEER considers<br />

that part of the Work to be substantially complete, the<br />

provisions of paragraph 14.04 will apply with respect to<br />

00700 - 39


certification of Substantial Completion of that part of the<br />

Work and the division of responsibility in respect thereof<br />

and access thereto.<br />

2. No occupancy or separate operation of part of the<br />

Work may occur prior to compliance with the<br />

requirements of paragraph 5.10 regarding property<br />

insurance.<br />

14.06 Final Inspection<br />

A. Upon written notice from CONTRACTOR that the<br />

entire Work or an agreed portion thereof is complete,<br />

ENGINEER will promptly make a final inspection with<br />

OWNER and CONTRACTOR and will notify CON-<br />

TRACTOR in writing of all particulars in which this<br />

inspection reveals that the Work is incomplete or defective.<br />

CONTRACTOR shall immediately take such measures as are<br />

necessary to complete such Work or remedy such deficiencies.<br />

14.07 Final Payment<br />

A. Application for Payment<br />

1. After CONTRACTOR has, in the opinion of<br />

ENGINEER, satisfactorily completed all corrections<br />

identified during the final inspection and has delivered,<br />

in accordance with the Contract Documents, all maintenance<br />

and operating instructions, schedules, guarantees,<br />

Bonds, certificates or other evidence of insurance<br />

certificates of inspection, marked-up record documents<br />

(as provided in paragraph 6.12), and other documents,<br />

CONTRACTOR may make application for final payment<br />

following the procedure for progress payments.<br />

2. The final Application for Payment shall be<br />

accompanied (except as previously delivered) by: (i) all<br />

documentation called for in the Contract Documents,<br />

including but not limited to the evidence of insurance<br />

required by subparagraph 5.04.B.7; (ii) consent of the<br />

surety, if any, to final payment; and (iii) complete and<br />

legally effective releases or waivers (satisfactory to<br />

OWNER) of all Lien rights arising out of or Liens filed<br />

in connection with the Work.<br />

3. In lieu of the releases or waivers of Liens<br />

specified in paragraph 14.07.A.2 and as approved by<br />

OWNER, CONTRACTOR may furnish receipts or<br />

releases in full and an affidavit of CONTRACTOR that:<br />

(i) the releases and receipts include all labor, services,<br />

material, and equipment for which a Lien could be filed;<br />

and (ii) all payrolls, material and equipment bills, and<br />

other indebtedness connected with the Work for which<br />

OWNER or OWNER's property might in any way be<br />

responsible have been paid or otherwise satisfied. If any<br />

Subcontractor or Supplier fails to furnish such a release<br />

or receipt in full, CONTRACTOR may furnish a Bond or<br />

other collateral satisfactory to OWNER to indemnify<br />

OWNER against any Lien.<br />

B. Review of Application and Acceptance<br />

1. If, on the basis of ENGINEER’s observation of<br />

the Work during construction and final inspection, and<br />

ENGINEER’s review of the final Application for<br />

Payment and accompanying documentation as required<br />

by the Contract Documents, ENGINEER is satisfied that<br />

the Work has been completed and CONTRACTOR’s<br />

other obligations under the Contract Documents have<br />

been fulfilled, ENGINEER will, within ten days after<br />

receipt of the final Application for Payment, indicate in<br />

writing ENGINEER’s recommendation of payment and<br />

present the Application for Payment to OWNER for<br />

payment. At the same time ENGINEER will also give<br />

written notice to OWNER and CONTRACTOR that the<br />

Work is acceptable subject to the provisions of paragraph<br />

14.09. Otherwise, ENGINEER will return the<br />

Application for Payment to CONTRACTOR, indicating<br />

in writing the reasons for refusing to recommend final<br />

payment, in which case CONTRACTOR shall make the<br />

necessary corrections and resubmit the Application for<br />

Payment.<br />

C. Payment Becomes Due<br />

1. Thirty days after the presentation to OWNER of<br />

the Application for Payment and accompanying documentation,<br />

the amount recommended by ENGINEER<br />

will become due and, when due, will be paid by OWNER<br />

to CONTRACTOR.<br />

14.<strong>08</strong> Final Completion Delayed<br />

A. If, through no fault of CONTRACTOR, final<br />

completion of the Work is significantly delayed, and if<br />

ENGINEER so confirms, OWNER shall, upon receipt of<br />

CONTRACTOR’s final Application for Payment and<br />

recommendation of ENGINEER, and without terminating the<br />

Agreement, make payment of the balance due for that portion<br />

of the Work fully completed and accepted. If the remaining<br />

balance to be held by OWNER for Work not fully completed<br />

or corrected is less than the retainage stipulated in the<br />

Agreement, and if Bonds have been furnished as required in<br />

paragraph 5.01, the written consent of the surety to the<br />

payment of the balance due for that portion of the Work fully<br />

completed and accepted shall be submitted by CON-<br />

TRACTOR to ENGINEER with the Application for such<br />

payment. Such payment shall be made under the terms and<br />

conditions governing final payment, except that it shall not<br />

constitute a waiver of Claims.<br />

00700 - 40


14.09 Waiver of Claims<br />

A. The making and acceptance of final payment will<br />

constitute:<br />

1. a waiver of all Claims by OWNER against<br />

CONTRACTOR, except Claims arising from unsettled<br />

Liens, from defective Work appearing after final<br />

inspection pursuant to paragraph 14.06, from failure to<br />

comply with the Contract Documents or the terms of any<br />

special guarantees specified therein, or from<br />

CONTRACTOR’s continuing obligations under the<br />

Contract Documents; and<br />

2. a waiver of all Claims by CONTRACTOR<br />

against OWNER other than those previously made in<br />

writing which are still unsettled.<br />

ARTICLE 15 - SUSPENSION OF WORK AND<br />

TERMINATION<br />

15.01 OWNER May Suspend Work<br />

A. At any time and without cause, OWNER may<br />

suspend the Work or any portion thereof for a period of not<br />

more than 90 consecutive days by notice in writing to CON-<br />

TRACTOR and ENGINEER which will fix the date on which<br />

Work will be resumed. CONTRACTOR shall resume the<br />

Work on the date so fixed. CONTRACTOR shall be allowed<br />

an adjustment in the Contract Price or an extension of the<br />

Contract Times, or both, directly attributable to any such<br />

suspension if CONTRACTOR makes a Claim therefor as<br />

provided in paragraph 10.05.<br />

15.02 OWNER May Terminate for Cause<br />

A. The occurrence of any one or more of the following<br />

events will justify termination for cause:<br />

1. CONTRACTOR’s persistent failure to perform<br />

the Work in accordance with the Contract Documents<br />

(including, but not limited to, failure to supply sufficient<br />

skilled workers or suitable materials or equipment or<br />

failure to adhere to the progress schedule established<br />

under paragraph 2.07 as adjusted from time to time<br />

pursuant to paragraph 6.04);<br />

2. CONTRACTOR’s disregard of Laws or Regulations<br />

of any public body having jurisdiction;<br />

3. CONTRACTOR’s disregard of the authority of<br />

ENGINEER; or<br />

4. CONTRACTOR’s violation in any substantial<br />

way of any provisions of the Contract Documents.<br />

B. If one or more of the events identified in paragraph<br />

15.02.A occur, OWNER may, after giving CONTRACTOR<br />

(and the surety, if any) seven days written notice, terminate<br />

the services of CONTRACTOR, exclude CONTRACTOR<br />

from the Site, and take possession of the Work and of all<br />

CONTRACTOR’s tools, appliances, construction equipment,<br />

and machinery at the Site, and use the same to the full extent<br />

they could be used by CONTRACTOR (without liability to<br />

CONTRACTOR for trespass or conversion), incorporate in<br />

the Work all materials and equipment stored at the Site or for<br />

which OWNER has paid CONTRACTOR but which are<br />

stored elsewhere, and finish the Work as OWNER may deem<br />

expedient. In such case, CONTRACTOR shall not be entitled<br />

to receive any further payment until the Work is finished. If<br />

the unpaid balance of the Contract Price exceeds all claims,<br />

costs, losses, and damages (including but not limited to all<br />

fees and charges of engineers, architects, attorneys, and other<br />

professionals and all court or arbitration or other dispute<br />

resolution costs) sustained by OWNER arising out of or<br />

relating to completing the Work, such excess will be paid to<br />

CONTRACTOR. If such claims, costs, losses, and damages<br />

exceed such unpaid balance, CONTRACTOR shall pay the<br />

difference to OWNER. Such claims, costs, losses, and<br />

damages incurred by OWNER will be reviewed by<br />

ENGINEER as to their reasonableness and, when so approved<br />

by ENGINEER, incorporated in a Change Order. When<br />

exercising any rights or remedies under this paragraph<br />

OWNER shall not be required to obtain the lowest price for<br />

the Work performed.<br />

C. Where CONTRACTOR’s services have been so<br />

terminated by OWNER, the termination will not affect any<br />

rights or remedies of OWNER against CONTRACTOR then<br />

existing or which may thereafter accrue. Any retention or<br />

payment of moneys due CONTRACTOR by OWNER will not<br />

release CONTRACTOR from liability.<br />

15.03 OWNER May Terminate For Convenience<br />

A. Upon seven days written notice to CONTRACTOR<br />

and ENGINEER, OWNER may, without cause and without<br />

prejudice to any other right or remedy of OWNER, elect to<br />

terminate the Contract. In such case, CONTRACTOR shall<br />

be paid (without duplication of any items):<br />

1. for completed and acceptable Work executed in<br />

accordance with the Contract Documents prior to the<br />

effective date of termination, including fair and<br />

reasonable sums for overhead and profit on such Work;<br />

2. for expenses sustained prior to the effective date<br />

of termination in performing services and furnishing<br />

00700 - 41


labor, materials, or equipment as required by the<br />

Contract Documents in connection with uncompleted<br />

Work, plus fair and reasonable sums for overhead and<br />

profit on such expenses;<br />

3. for all claims, costs, losses, and damages<br />

(including but not limited to all fees and charges of<br />

engineers, architects, attorneys, and other professionals<br />

and all court or arbitration or other dispute resolution<br />

costs) incurred in settlement of terminated contracts<br />

with Subcontractors, Suppliers, and others; and<br />

4. for reasonable expenses directly attributable to<br />

termination.<br />

B. CONTRACTOR shall not be paid on account of loss<br />

of anticipated profits or revenue or other economic loss<br />

arising out of or resulting from such termination.<br />

15.04 CONTRACTOR May Stop Work or Terminate<br />

A. If, through no act or fault of CONTRACTOR, the<br />

Work is suspended for more than 90 consecutive days by<br />

OWNER or under an order of court or other public authority,<br />

or ENGINEER fails to act on any Application for Payment<br />

within 30 days after it is submitted, or OWNER fails for 30<br />

days to pay CONTRACTOR any sum finally determined to be<br />

due, then CONTRACTOR may, upon seven days written<br />

notice to OWNER and ENGINEER, and provided OWNER<br />

or ENGINEER do not remedy such suspension or failure<br />

within that time, terminate the Contract and recover from<br />

OWNER payment on the same terms as provided in<br />

paragraph 15.03. In lieu of terminating the Contract and<br />

without prejudice to any other right or remedy, if ENGINEER<br />

has failed to act on an Application for Payment within 30<br />

days after it is submitted, or OWNER has failed for 30 days<br />

to pay CONTRACTOR any sum finally determined to be due,<br />

CONTRACTOR may, seven days after written notice to<br />

OWNER and ENGINEER, stop the Work until payment is<br />

made of all such amounts due CONTRACTOR, including<br />

interest thereon. The provisions of this paragraph 15.04 are<br />

not intended to preclude CONTRACTOR from making a<br />

Claim under paragraph 10.05 for an adjustment in Contract<br />

Price or Contract Times or otherwise for expenses or damage<br />

directly attributable to CONTRACTOR’s stopping the Work<br />

as permitted by this paragraph.<br />

ARTICLE 16 - DISPUTE RESOLUTION<br />

16.01 Methods and Procedures<br />

method and procedure has been set forth, and subject to the<br />

provisions of paragraphs 9.09 and 10.05, OWNER and CON-<br />

TRACTOR may exercise such rights or remedies as either<br />

may otherwise have under the Contract Documents or by<br />

Laws or Regulations in respect of any dispute.<br />

ARTICLE 17 - MISCELLANEOUS<br />

17.01 Giving Notice<br />

A. Whenever any provision of the Contract Documents<br />

requires the giving of written notice, it will be deemed to have<br />

been validly given if delivered in person to the individual or<br />

to a member of the firm or to an officer of the corporation for<br />

whom it is intended, or if delivered at or sent by registered or<br />

certified mail, postage prepaid, to the last business address<br />

known to the giver of the notice.<br />

17.02 Computation of Times<br />

A. When any period of time is referred to in the<br />

Contract Documents by days, it will be computed to exclude<br />

the first and include the last day of such period. If the last<br />

day of any such period falls on a Saturday or Sunday or on a<br />

day made a legal holiday by the law of the applicable<br />

jurisdiction, such day will be omitted from the computation.<br />

17.03 Cumulative Remedies<br />

A. The duties and obligations imposed by these General<br />

Conditions and the rights and remedies available hereunder<br />

to the parties hereto are in addition to, and are not to be<br />

construed in any way as a limitation of, any rights and<br />

remedies available to any or all of them which are otherwise<br />

imposed or available by Laws or Regulations, by special<br />

warranty or guarantee, or by other provisions of the Contract<br />

Documents, and the provisions of this paragraph will be as<br />

effective as if repeated specifically in the Contract Documents<br />

in connection with each particular duty, obligation, right, and<br />

remedy to which they apply.<br />

17.04 Survival of Obligations<br />

A. All representations, indemnifications, warranties,<br />

and guarantees made in, required by, or given in accordance<br />

with the Contract Documents, as well as all continuing<br />

obligations indicated in the Contract Documents, will survive<br />

final payment, completion, and acceptance of the Work or<br />

termination or completion of the Agreement.<br />

A. Dispute resolution methods and procedures, if any,<br />

shall be as set forth in the Supplementary Conditions. If no<br />

00700 - 42


17.05 Controlling Law<br />

A. This Contract is to be governed by the law of the<br />

state in which the Project is located.<br />

00700 - 43


Supplementary Conditions<br />

(Revised by <strong>Garney</strong>)


00 73 00 SUPPLEMENTARY CONDITIONS<br />

The terms in the Supplementary Conditions will have the same meaning as in the General Conditions of<br />

the <strong>Construction</strong> Contract (EJCDC No. 1910‐8, 1996)<br />

SC‐1.01 Make the following modifications to 1.01 Defined Terms<br />

SC‐1.01<br />

Make the following modifications to 1.01 Defined Term<br />

A. Delete Paragraph 1.01 A. 5 entirely and insert the following in its place:<br />

“5. <strong>Bid</strong> ‐ The offer or proposal of a <strong>Bid</strong>der submitted on the prescribed form setting forth<br />

the prices and schedule for the Work to be performed to the <strong>Construction</strong> Manager at<br />

Risk, including proposals submitted by the <strong>Construction</strong> Manager at Risk for selfperformed<br />

Work.”<br />

B. Delete Paragraph 1.01 A. 6. entirely and insert the following in its place:<br />

“6. <strong>Bid</strong>der ‐ The Subcontractor, Supplier, individual or entity that submits a bid directly to<br />

the <strong>Construction</strong> Manager at Risk.”<br />

C. Delete Paragraph 1.01 A. 15. entirely and insert the following in its place:<br />

“15. CMAR means <strong>Construction</strong> Manager at Risk<br />

D. Modify 1.01 A. 19. Add the following:<br />

“For this Agreement the Engineer is Freese Nichols.<br />

E. Add the following to 1.01 A. 20.<br />

The Engineer's Consultants are:<br />

1. Villalobos and Associates<br />

2. Gregory Geotechnical<br />

3. Foster Wheeler USA Corporation<br />

4. Gorrondona and Associates<br />

5. William Stackhouse<br />

F. Add a new paragraph 1.01 A. 52:<br />

“52. <strong>Construction</strong> Manager at Risk or CMAR – The individual or entity with whom<br />

Owner has entered into the Agreement. The term “CMAR” means the <strong>Construction</strong><br />

Manager at Risk in these Contact Documents.<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 1<br />

12/28/2011


G. Add a new paragraph 1.01 A. 53:<br />

“53. Owner's Budget– The amounted budgeted by the Owner for the <strong>Construction</strong> of<br />

the Project, which is to include all fees paid to the <strong>Construction</strong> Manager for preconstruction,<br />

procurement and construction of the project. The Guaranteed Maximum<br />

Price cannot exceed the Owner's Budget unless Owner issues a Change Order to modify<br />

the Owner's Budget.<br />

H. Add a new paragraph 1.01 A. 54:<br />

“54. Guaranteed Maximum Price –.Total compensation which the <strong>Construction</strong><br />

Manager will be paid for the construction of the project<br />

I. Add a new paragraph 1.01 A. 55:<br />

“55. Offeror – The individual or entity who submits a Proposal directly to Owner for<br />

providing <strong>Construction</strong> Manager at Risk services.”<br />

J. Add a new paragraph 1.01 A. 56:<br />

“56. Proposal– The offer or proposal of an Offeror submitted on the prescribed forms<br />

setting forth the prices for the Work to be performed.<br />

K. Add a new paragraph 1.01 A. 57:<br />

“57. Proposal Security – The financial security in the form of a bid bond provided by<br />

Offerors at the time the Proposal is submitted until Performance, Payment and other<br />

bonds required by the Contract document in the amount of 100% of the Owner's Budget<br />

or Guaranteed Maximum Price are provided.<br />

C. Add the following to 1.01 A.:<br />

58. Modification ‐ (a) Written Amendment; (b) Change Order; (c) <strong>Field</strong> Order; (d) Work<br />

Change Directive<br />

SC‐1.02 Make the following modifications to 1.02 Terminology.<br />

A. Add a new paragraph “B.2” as follows:<br />

"2. At no additional cost to Owner", "With no extra compensation to <strong>Bid</strong>der", "At <strong>Bid</strong>der's<br />

own expense", or similar words mean that the <strong>Bid</strong>der will perform or provide specified<br />

operation of work without any increase in the Contract Amount. It is understood that<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 2<br />

12/28/2011


the cost for performing all work is included in the amount bid and will be performed<br />

at no additional cost to the Owner unless specifically stated otherwise."<br />

B. Delete Paragraph C. Add the following:<br />

“C. Day<br />

1. A “calendar day” shall be a day of twenty‐four hours measured from midnight to<br />

the next midnight, and is any day of the year, with no days being excluded.<br />

2. A “working day” shall be a day which permits construction of the principal units of<br />

the work for a period of not less than seven hours between 7:00 a.m. and 6:00<br />

p.m. Working days do not include days on which weather or other conditions not<br />

under the control of the <strong>Bid</strong>der prevent <strong>Bid</strong>der from working the seven hours<br />

defining a working day. Working days do not include Saturdays, Sundays or any of<br />

the following holidays: New Year, President’s Day, Good Friday, Memorial Day,<br />

Independence Day, Labor Day, Thanksgiving Day, the day after Thanksgiving and<br />

Christmas Eve and Christmas Day.<br />

C. Add new paragraphs “E.5 and E.6” as follows:<br />

“5. Specifications are written in modified brief style. Requirements apply to all Work of<br />

the same kind, class, and type even though the word "all" is not stated.<br />

6. Simple imperative sentence structure is used which places a verb as the first word in<br />

the sentence. It is understood that the words "furnish", "install", "provide", or similar<br />

words include the meaning of the phrase "The <strong>Bid</strong>der shall..." before these words.”<br />

SC‐2.02 Make the following modifications to 2.02 Copies of Documents.<br />

A. Amend the first sentence of paragraph GC‐2.02 A. by deleting “ten copies” and replacing it<br />

with “five copies”.<br />

B. Delete Paragraph 2.02.A. entirely and insert the following in its place:<br />

“A. <strong>Bid</strong>der may make as many prints of the documents downloaded for bidding as they<br />

require for construction. CMAR will not provide printed or hard copies to the <strong>Bid</strong>der.”<br />

SC‐2.03 Make the following modifications to 2.03 General Conditions:<br />

A. Amend the third (last) sentence of paragraph 2.03.A of the General Conditions to read as<br />

follows:<br />

“In no event will the Contract Times commence to run later than the thirtieth day after<br />

the Effective Date of the Agreement.”<br />

SC‐2.05 Make the following modifications to 2.05 Before Starting <strong>Construction</strong><br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 3<br />

12/28/2011


A. Delete Paragraph 2.05 A. of the General Conditions in its entirety and insert the following<br />

in its place:<br />

“2.05 A. <strong>Bid</strong>der’s Review of <strong>Construction</strong> Documents: Before undertaking each part of the<br />

Work, <strong>Bid</strong>der shall carefully study and compare the Contract Documents and check and<br />

verify pertinent figures therein and all applicable field measurements. <strong>Bid</strong>der shall<br />

promptly report in writing to CMAR/Engineer any conflict, error, ambiguity or discrepancy<br />

which <strong>Bid</strong>der may discover and shall obtain a written interpretation or clarification from<br />

Engineer before proceeding with any work affected thereby. In the event of a conflict in<br />

the Drawings, Specifications, or other portions of the Contract Documents which were not<br />

reported prior to the submitting of a <strong>Bid</strong> Proposal, the <strong>Bid</strong>der shall be deemed to have<br />

included the most expensive item in the <strong>Bid</strong> Proposal.”<br />

SC‐2.07 Make the following modifications to 2.07 Initial Acceptance of Schedules<br />

A. Amend Paragraph 2.07 A. by adding the following:<br />

“Such acceptance of the contract completion schedule in no way affects the Contract<br />

Times.”<br />

SC‐2.<strong>08</strong> Make the following modifications to 2.07 Initial Acceptance of Schedules<br />

A. Add a new paragraph immediately after paragraph 2.07 of the General Conditions which is<br />

to read as follows:<br />

“2.<strong>08</strong> The Contract Times may be changed only as set forth in Article 12 of the General<br />

Conditions, and a progress schedule shall not constitute a change in the Contract Times.”<br />

SC‐3.01<br />

Make the following modifications to 3.01 Intent<br />

A. Add the following to 3.01 A<br />

“Drawings and specifications do not indicate or describe all of the work required to<br />

complete the project. Additional details required for the correct installation of selected<br />

products are to be provided by the <strong>Bid</strong>der and coordinated with the CMAR/Engineer.<br />

Provide any work, materials or equipment required for a complete and functional system<br />

even if they are not detailed or specified.”<br />

1. The contract requirements described in the General Conditions, Supplementary<br />

Conditions and General Requirements apply to each and all specification sections<br />

unless specifically noted otherwise.<br />

2. Organization of Contract Documents is not intended to control or to lessen the<br />

responsibility of the <strong>Bid</strong>der when dividing work among Subcontractors, or to establish<br />

the extent of work to be performed by any trade, Subcontractor or Supplier.<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 4<br />

12/28/2011


Specifications or details do not need to be indicated or specified in each specification<br />

or drawing. Items shown in the contract documents are applicable regardless of<br />

location in the Contract Documents.<br />

3. Standard paragraph titles and other identifications of subject matter in the<br />

specifications are intended to aid in locating and recognizing various requirements of<br />

the specifications. Titles do not define, limit, or otherwise restrict specification text.”<br />

B. Add new paragraphs “D ‐ F” as follows:<br />

“D. Comply with the most stringent requirements where compliance with two or more<br />

standards is specified, and they establish different or conflicting requirements for<br />

minimum quantities or quality levels, unless Contract Documents indicate otherwise.<br />

1. Quantity or quality level shown or indicated shall be the minimum to be provided<br />

or performed in every instance.<br />

2. Actual installation must meet or exceed the minimum quality indicated.<br />

3. In complying with these requirements, indicated numeric values are minimum or<br />

maximum values, as noted, or appropriate for context of requirements.<br />

4. Refer instances of uncertainty to the CMAR/Engineer for a decision before<br />

proceeding.<br />

E. Provide materials and equipment comparable in quality to similar materials and<br />

equipment incorporated in the project or as required to meet the minimum<br />

requirements of the application if the materials and equipment are shown in the<br />

drawings but are not included in the specifications.<br />

F. The Contract Documents comprise the entire Agreement between <strong>Bid</strong>derr and CMAR.<br />

The Contract Documents may be modified only by <strong>Field</strong> Order, Change Order or<br />

Written Amendment.”<br />

SC‐3.02<br />

Make the following modifications to 3.02 Reference Standards<br />

A. Add a new paragraph “B” as follows:<br />

“B. Comply with applicable construction industry standards as if bound or copied directly<br />

into the Contract Documents regardless of lack of reference in the Contract<br />

Documents. Apply provisions of the Contract Documents where Contract Documents<br />

include more stringent requirements than these referenced standards.<br />

1. Standards referenced directly in the Contract Documents take precedence over<br />

standards that are not referenced but recognized in the construction industry as<br />

applicable.<br />

2. Comply with standards not referenced but recognized in the construction industry<br />

as applicable for performance of the work except as otherwise limited by the<br />

Contract Documents. The Engineer determines whether code or standard is<br />

applicable, or which of several are applicable.<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 5<br />

12/28/2011


3. Make copies of reference standards available as requested by Engineer/<br />

Owner/CMAR.”<br />

SC‐3.03<br />

Make the following modifications to 3.03 Reporting and Resolving Discrepancies<br />

A. Delete Paragraph 3.03.A.3 entirely and insert the following in its place:<br />

3. “In the event of a conflict in the Drawings, Specifications, or other portions of the<br />

Contract Documents which were not reported prior to the <strong>Bid</strong>ding of the <strong>Bid</strong> Proposal,<br />

the <strong>Bid</strong>der shall be deemed to have included the most expensive item, system,<br />

procedure, etc. in his <strong>Bid</strong> Proposal.”<br />

SC‐3.03 Make the following modifications to 3.03 Reporting and Resolving Discrepancies<br />

A. Amend paragraph 3.03. A.1. of the General Conditions by striking out the following words:<br />

"; provided , however, that CMAR shall not be liable to Owner or Engineer for failure to<br />

report any such conflict, error, ambiguity or discrepancy unless CMAR knew or reasonably<br />

should have known thereof." and add the following:<br />

“In the event of a conflict in the Drawings, Specifications, or other portions of the Contract<br />

Documents which were not reported prior to the <strong>Bid</strong>ding of the <strong>Bid</strong> Proposal, the <strong>Bid</strong>der<br />

shall be deemed to have included the most expensive in his the <strong>Bid</strong> Proposal.”<br />

SC‐4.01<br />

Make the following modifications to 4.01 Availability of Lands<br />

A. Add the following to Paragraph 4.01.C:<br />

“A copy of the written agreements for the use of such land shall be provided to the Owner<br />

for record purposes.”<br />

SC‐4.02 Make the following modifications to 4.02 Subsurface and Physical Conditions<br />

As set forth in paragraph 4.02, Engineer OR Engineer's Consultants in the preparation of<br />

Drawings and Specifications have relied upon:<br />

A. Geotechnical Investigation Report by Freese and Nichols, Inc.<br />

“4.02.A.1 The following reports of explorations and tests of subsurface conditions at or<br />

contiguous to the site of the Work.<br />

4.02.A1.1 The report is in progress. The technical data contained in the report upon which<br />

the <strong>Bid</strong>der may rely is boring depth, boring logs, water levels. <strong>Bid</strong>der recognizes that the<br />

technical data listed reflect only the conditions for the day the data was collected and<br />

reflects only conditions existing at the exact location of Samples.<br />

B. Add the following paragraph.<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 6<br />

12/28/2011


“4.02.A.3 Copies of these reports and Drawings may be downloaded at the Project<br />

website when available. These reports and Drawings are not part of the Contract<br />

Documents, but the technical data contained therein upon which the <strong>Bid</strong>der is entitled to<br />

rely as provided in GC‐4.02B and as identified and established above are incorporated<br />

therein by reference. <strong>Bid</strong>der is not entitled to rely upon other information and data<br />

utilized by Engineer and Engineer's Consultants in preparation of Drawings and<br />

Specifications.”<br />

SC‐4.03 Make the following modifications to 4.03 Differing Subsurface or Physical Conditions.<br />

A. Amend paragraph 4.03 A. by deleting “promptly” and inserting “within three (3) days.”<br />

SC‐4.04 Make the following modifications to 4.04 Underground Facilities.<br />

A. Amend the first sentence of paragraph 4.04 B.1.as follows:<br />

“......accuracy in the Contract Documents, <strong>Bid</strong>der shall, within three days after becoming<br />

aware thereof ......”<br />

B. Amend the second sentence of paragraph 4.04 B.2.as follows:<br />

“An equitable adjustment shall be made in the Contract Price or Contract Times, or both,<br />

to the extent ....”<br />

SC‐4.06 Make the following modifications to 4.06 Hazardous Environmental Conditions at Site<br />

A. Amend paragraph 4.06 G. by changing reference to paragraph 4.06 E. to paragraph 4.06 G.<br />

B. Amend paragraph 4.06 H. by changing reference to paragraph 4.06 F. to paragraph 4.06 H.<br />

SC‐5.01 Make the following modifications to 5.01 Performance, Payment and Other Bonds<br />

A. Amend paragraph 5.01 A. by deleting “These Bonds shall remain in effect at least until one<br />

year after the date.” and adding the following:<br />

The Maintenance Bond shall remain in effect at least until 2 years after that date.”<br />

B. Add new paragraphs immediately after paragraph 5.01C<br />

“D. Amounts owed by Owner/CMAR to <strong>Bid</strong>der under the Contract shall be used for the<br />

performance of the Contract and to satisfy claims, if any, under any performance bond or<br />

payment bond. By <strong>Bid</strong>der furnishing and Owner/CMAR accepting these bonds, they agree<br />

that all funds earned by <strong>Bid</strong>der in the performance of the Contract are dedicated to satisfy<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 7<br />

12/28/2011


obligations of <strong>Bid</strong>der under these bonds, subject to Owner’s priority to use the funds for<br />

the completion of the Work.<br />

E. <strong>Bid</strong>der or surety on behalf of <strong>Bid</strong>der shall promptly notify the CMAR/Owner of all<br />

claims filed against the Payment Bond. When a claimant has satisfied the conditions<br />

prescribed by Texas Government Code 2253, the <strong>Bid</strong>der or surety on behalf of <strong>Bid</strong>der<br />

shall, with reasonable promptness, notify the claimant and CMAR/Owner of the amounts<br />

that are undisputed and the basis for challenging any amounts that are disputed,<br />

including, but not limited to, the lack of substantiating documentation to support the<br />

claim as to entitlement or amount, and the <strong>Bid</strong>der or surety on behalf of <strong>Bid</strong>der shall, with<br />

reasonable promptness, pay or make arrangements for payment of any undisputed<br />

amount; provided, however, that the failure of the <strong>Bid</strong>der or surety on behalf of <strong>Bid</strong>der to<br />

timely discharge its obligations under this paragraph or to dispute or identify any specific<br />

defense to all or any part of a claim shall not be deemed to be an admission of liability by<br />

the <strong>Bid</strong>der or surety as to such claim or otherwise constitute a waiver of the <strong>Bid</strong>der’s or<br />

surety’s defenses to, or right to dispute, such claim.<br />

F. CMAR/Owner shall not be liable for payment of any costs or expenses of any claimant<br />

under Payment Bonds, and shall have no obligations to make payments to, give notices on<br />

behalf of, or otherwise have obligations to claimants under Payment Bonds.”<br />

SC‐5.02<br />

Make the following modifications to 5.02 Licensed Sureties and Insurers<br />

A. Add a new paragraph “B.” as follows:<br />

“B. Insurance companies providing insurance required by Contract Documents shall have<br />

a minimum rating of A‐VIII according to A.M. Best Company.”<br />

SC‐5.03 Make the following modifications to 5.03 Certificates of Insurance<br />

A. Delete the following from Paragraph 5.03 A.:<br />

“Owner shall deliver to CMAR, with copies to each additional insured identified in the<br />

Supplementary Conditions, certificates of insurance (and other evidence of insurance<br />

requested by CMAR or any other additional insured) which Owner is required to purchase<br />

and maintain.”<br />

SC‐5.04 The following additional information is provided as required by paragraph 5.04 CMAR’s Liability<br />

Insurance and will be required by the <strong>Bid</strong>der as applicable.<br />

“A. The limits of liability for the insurance required by Paragraph 5.04 of the General<br />

Conditions shall provide the following coverage for not less than the following amounts or<br />

greater where required by Laws and Regulations.<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 8<br />

12/28/2011


Workers' Compensation, etc., under Paragraphs 5.04.A.1 and A.2. of the General<br />

Conditions:<br />

1) State: Statutory<br />

2) Applicable Federal (e.g., Longshore) Statutory<br />

3) Employers' Liability:<br />

Bodily Injury by Accident $500,000<br />

Bodily Injury by Disease ‐ Each Employee $500,000<br />

Bodily Injury by Disease ‐ Policy Limit $500,000<br />

4) Maritime Coverage Endorsement<br />

Insurance shall include a waiver of subrogation in favor of the Owner and Engineer,<br />

its officers, employees, agents and subconsultants.<br />

B. <strong>Bid</strong>der's Liability Insurance required by Paragraph 5.04.A.3, 5.04.A.4 and 5.04.A.5 is to<br />

provide coverage for not less than the following amounts or greater where required by Laws<br />

and Regulations. <strong>Bid</strong>der's Liability Insurance shall also include completed operations and<br />

product liability coverage, and eliminate the exclusion with respect to property under the<br />

care, custody and control of <strong>Bid</strong>der:<br />

(1) General Aggregate<br />

(Except Products ‐ Completed Operations)<br />

(2) Products ‐ Completed Operations<br />

Aggregate<br />

(3) Personal and Advertising Injury<br />

(One Person/Organization)<br />

(4) Each Occurrence<br />

(Bodily Injury and Property Damage)<br />

$1,000,000 / Occurrence<br />

$2,000,000 / Aggregate<br />

$1,000,000 / Occurrence<br />

$2,000,000 / Aggregate<br />

$1,000,000<br />

$1,000,000<br />

(5) Limit Per Person ‐ Medical Expense $5,000<br />

(6) Personal Injury Liability coverage will<br />

include claims arising out of Employment<br />

Practices Liability, limited to coverage<br />

provided under standard contract<br />

(7) Property Damage Liability insurance will<br />

provide explosion, collapse and<br />

$1,000,000<br />

$1,000,000<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 9<br />

12/28/2011


underground coverage where applicable<br />

(8) Watercraft Liability Policy: Coverage shall<br />

apply to all self propelled vessels<br />

(9) Excess Liability, Umbrella Form to include<br />

coverage of Watercraft Liability. General<br />

Aggregate ‐ Each Occurrence<br />

$1,000,000<br />

$1,000,000<br />

C. <strong>Bid</strong>der's Automobile Liability Insurance required by Paragraph 5.04.A.6 is to provide<br />

coverage for not less than the following amounts or greater where required by Laws and<br />

Regulations.<br />

(1) Bodily Injury:<br />

Each Person $1,000,000<br />

or<br />

Each Accident $1,000,000<br />

Property Damage ‐ Each Accident: $1,000,000<br />

(2) Combined Single Limit (Bodily Injury and<br />

Property Damage)<br />

$1,000,000<br />

D. Additional insured on all insurance policies in accordance with Paragraph 5.04 B.1 include:<br />

Colorado River Municipal Water District<br />

<strong>Garney</strong> Companies, inc.<br />

Freese and Nichols, Inc<br />

Villalobos and Associates<br />

Gregory Geotechnical<br />

Foster Wheeler USA Corporation<br />

Gorrondona and Associates<br />

William Stackhouse<br />

E. Add paragraph 5.04.A.8 ‐ In addition to the insurance listed above, <strong>Bid</strong>der shall provide<br />

the following insurance:<br />

F. Add to paragraph 5.04.B.4 ‐ The Contractual Liability coverage shall provide coverage for<br />

not less than the following amounts:”<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 10<br />

12/28/2011


(1) General Aggregate $1,000,000<br />

(2) Each Occurrence (Bodily Injury and Property<br />

Damage)<br />

$1,000,000<br />

SC‐5.06 Make the following modifications to 5.06 Before Property Insurance<br />

A. Delete Paragraph 5.06 A. of the General Conditions in its entirety and insert the following<br />

in its place:<br />

“5.06 A. BIDDER shall purchase and maintain property insurance upon the work at the site<br />

on a replacement cost basis with a limit not less than 100% of the Work‐Put‐In‐Place’s (for<br />

the applicable <strong>Bid</strong> <strong>Package</strong>) replacement value thereof (subject to such deductible<br />

amounts as may be provided in these Supplementary Conditions or required by Laws and<br />

Regulations). This limit should include “soft cost,” or expenses relating to the construction<br />

project(s) over and above those costs which would have been incurred if there had been<br />

no loss. These soft costs should include, but not be limited to, interest, additional taxes,<br />

advertising/promotional expenses, additional commissions, loss of rents, architects or<br />

engineering fees. This insurance shall:<br />

1. include the interests of BIDDER, Owner, CMAR, Subcontractors, Engineer, Engineer's<br />

Consultants and any other persons or entities identified in paragraph 5.04 B.1 (SC‐18) of<br />

these Supplementary Conditions, each of whom shall have an insurable interest and shall<br />

be listed as an additional insured;<br />

2. be written on a Builder's Risk "all risk" or open peril or special causes of loss policy<br />

form that shall at least include insurance for physical loss and damage to the Work,<br />

temporary buildings, false work and Work in transit and shall insure against at least the<br />

following perils; fire lightning, extended coverage, theft, vandalism and malicious<br />

mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of<br />

Laws and Regulations, water damage, and such other causes of loss as may be specifically<br />

required by the Supplementary Conditions.<br />

3. include expenses incurred in the repair or replacement of any insured property<br />

(including but not limited to fees and charges of engineers and architects);<br />

4. cover materials and equipment in transit to the Project site, and materials that the<br />

BIDDER has taken possession of whether stored at the Project site, or<br />

5. allow for Partial Utilization of the Work by Owner;<br />

6. include testing and startup; and<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 11<br />

12/28/2011


7. be maintained in effect until final payment is made unless otherwise agreed to in<br />

writing by BIDDER, Owner, CMAR, and Engineer with thirty days written notice to each<br />

other additional insured to whom a certificate of insurance has been issued.<br />

The policies of insurance required to be purchased and maintained by BIDDER in<br />

accordance with this paragraph 5.06 shall comply with the requirements of paragraph<br />

5.06C.”<br />

B. Delete Paragraph 5.06B. of the General Conditions in its entirety and insert the following<br />

in its place:<br />

“5.06 B. BIDDER shall purchase and maintain such boiler and machinery insurance or<br />

additional property insurance as may be required by the Supplementary Conditions or<br />

Laws and Regulations which will include the interests of BIDDER, Owner, CMAR,<br />

Subcontractors, Engineer, Engineer's Consultants and any other persons or entities<br />

identified in paragraph 5.04 B.1 (SC‐18) of these Supplementary Conditions, each of<br />

whom is deemed to have an insurable interest and shall be listed as an insured or<br />

additional insured.”<br />

C. Delete Paragraph 5.06 D. of the General Conditions in its entirety and insert the following<br />

in its place:<br />

“D. Owner/CMAR shall not be responsible for purchasing and maintaining any insurance<br />

to protect the interest of the <strong>Bid</strong>ders, Subcontractors, or others in the Work. The stated<br />

limits of insurance required are minimum only. <strong>Bid</strong>der shall determine the limits that are<br />

adequate . These limits may be basic policy limits or any combination of basic limits and<br />

umbrella limits. In any event, <strong>Bid</strong>der is fully responsible for all losses arising out of,<br />

resulting from or connected with operations under this contract whether or not said<br />

losses are covered by insurance. The acceptance of certificates or other evidence of<br />

insurance by the Owner, Engineer, CMAR and/or others listed as additional insured in<br />

Paragraph 5.04 B.1 (SC‐18) that in any respect do not comply with the Contract<br />

requirements does not release the <strong>Bid</strong>der from compliance herewith.”<br />

D. Delete Paragraph 5.06 E. of the General Conditions in its entirety.<br />

SC‐6.05 Make the following modifications to 6.05 Substitutes and “Or Equals”<br />

A. Delete paragraph 6.05 A. in its entirety and add the following:<br />

“6.05 Substitutes and “Or Equals”<br />

A. Where equipment and products are specified by name, no substitutes or “or‐equal”<br />

will be considered or approved unless the term “or‐equal” is included in the acceptable<br />

manufacturer section of that Specification.<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 12<br />

12/28/2011


1. If substitutes or “or equals” are specifically permitted for consideration by the<br />

individual Specifications, they must be submitted and will be reviewed and evaluated in<br />

accordance with the provisions established in General Condition paragraph 6.05 and in<br />

Division 1 of the Specifications.”<br />

B. Amend paragraph 6.05 B. by changing the reference in the last sentence from 6.05.A.2 to<br />

6.05.A.1<br />

C. Amend paragraph 6.05 C. by deleting the third sentence and replacing it with the<br />

following sentence:<br />

“No “or‐equal” or substitute will be ordered, installed or utilized until Engineer’s review is<br />

complete, which will be evidenced by either a Change Order or <strong>Field</strong> Order.”<br />

D. Amend paragraph 6.05 E. by changing the reference in the first sentence from 6.05.A.2 to<br />

6.05.A.1. In addition, amend paragraph 6.05 E. by deleting the word “substitute” in all<br />

locations and replacing it with the phrase “substitute or “or‐equal””.<br />

SC‐6.06 Make the following modifications to 6.06 Concerning Subcontractors, Suppliers and Others<br />

A. Amend paragraph 6.06 A. by adding the following to the last sentence:<br />

“unless called for in the Contract Documents.”<br />

B. Amend paragraph 6.06 B. by deleting the words “Supplementary Conditions” in two places<br />

and replacing them with the words “Contract Documents”.<br />

C. Add a new paragraph immediately after paragraph 6.06 G of the General Conditions which<br />

is to read as follows:<br />

“6.06 H. Owner or Engineer or CMAR may furnish to any such Subcontractor, Supplier, or<br />

other person or organization, to the extent practicable, information about amounts paid<br />

to <strong>Bid</strong>der in accordance with <strong>Bid</strong>der's Application for Payment on account of the particular<br />

Subcontractor's, Supplier's, other person's or other organization's Work.”<br />

SC‐6.09 Make the following modifications to 6.09 Laws and Regulations<br />

A. Add a new paragraph immediately after paragraph 6.09 C. of the General Conditions<br />

which is to read as follows:<br />

“6.09 D. All <strong>Bid</strong>ders are required to complete and submit with their <strong>Bid</strong> the Vendor<br />

Compliance to State Law form, which follows the proposal.”<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 13<br />

12/28/2011


B. Add a new paragraph immediately after paragraph 6.09 D. (SC‐30) of the General<br />

Conditions. Definitions included in this paragraph pertain only to this paragraph which is<br />

included verbatim as a statutory requirement of the State of Texas. The paragraph is to read<br />

as follows:<br />

“6.09 E. Workers Compensation Statement for Building or <strong>Construction</strong> Projects for<br />

Government entities in Texas<br />

A. Definitions:<br />

Certificate of coverage ("certificate") ‐ A copy of a certificate of insurance, a certificate<br />

of authority to self‐insure issued by the commission, or a coverage agreement (TWCC‐<br />

81, TWCC‐82, TWCC‐83, or TWCC‐84), showing statutory workers' compensation<br />

insurance coverage for the person's or entity's employees providing services on a<br />

project for the duration of the project.<br />

Duration of the project ‐ includes the time from the beginning of the work on the<br />

project until the <strong>Bid</strong>der's/person's work on the project has been completed and<br />

accepted by the governmental entity.<br />

Persons providing services on the project ("Subcontractor" in 406.096) ‐ includes all<br />

persons or entities performing all or part of the services the <strong>Bid</strong>der has undertaken to<br />

perform on the project, regardless of whether that person contracted directly with<br />

the <strong>Bid</strong>der and regardless of whether that person has employees. This includes,<br />

without limitation, independent <strong>Bid</strong>ders, Subcontractors, leasing companies, motor<br />

carriers, owner‐operators, employees of any such entity, or employees of any entity<br />

which furnishes persons to provide services on the project. "Services" include,<br />

without limitation, providing, hauling, or delivering equipment or materials, or<br />

providing labor, transportation, or other service related to a project. "Services" does<br />

not include activities unrelated to the project, such as food/beverage vendors, office<br />

supply deliveries, and delivery of portable toilets.<br />

B. The <strong>Bid</strong>der shall provide coverage, based on proper reporting of classification<br />

codes and payroll amounts and filing of any coverage agreements, which meets the<br />

statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of<br />

the <strong>Bid</strong>der providing services on the project, for the duration of the project.<br />

C. The <strong>Bid</strong>der must provide a certificate of coverage to the governmental entity prior<br />

to being awarded the contract.<br />

D. If the coverage period shown on the <strong>Bid</strong>der's current certificate of coverage ends<br />

during the duration of the project, the <strong>Bid</strong>der must, prior to the end of the coverage<br />

period, file a new certificate of coverage with the governmental entity showing that<br />

coverage has been extended.<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 14<br />

12/28/2011


E. The <strong>Bid</strong>der shall obtain from each person providing services on a project, and<br />

provide to the governmental entity:<br />

(1) a certificate of coverage, prior to that person beginning work on the project, so<br />

the governmental entity will have on file certificates of coverage showing coverage for<br />

all persons providing services on the project; and<br />

(2) no later than seven days after receipt by the <strong>Bid</strong>der, a new certificate of coverage<br />

showing extension of coverage, if the coverage period shown on the current<br />

certificate of coverage ends during the duration of the project.<br />

F. The <strong>Bid</strong>der shall retain all required certificates of coverage for the duration of the<br />

project and for one year thereafter.<br />

G. The <strong>Bid</strong>der shall notify the governmental entity in writing by certified mail or<br />

personal delivery, within 10 days after the <strong>Bid</strong>der knew or should have known, of any<br />

change that materially affects the provision of coverage of any person providing<br />

services on the project.<br />

H. The <strong>Bid</strong>der shall post on each project site a notice, in the text, form and manner<br />

prescribed by the Texas Workers' Compensation Commission, informing all persons<br />

providing services on the project that they are required to be covered, and stating<br />

how a person may verify coverage and report lack of coverage.<br />

I. The <strong>Bid</strong>der shall contractually require each person with whom it contracts to<br />

provide services on a project, to:<br />

(1) provide coverage, based on proper reporting of classification codes and payroll<br />

amounts and filing of any coverage agreements, which meets the statutory<br />

requirements of Texas Labor Code, Section 401.011(44) for all of its employees<br />

providing services on the project, for the duration of the project;<br />

(2) provide to the <strong>Bid</strong>der, prior to that person beginning work on the project, a<br />

certificate of coverage showing that coverage is being provided for all employees of<br />

the person providing services on the project, for the duration of the project;<br />

(3) provide the <strong>Bid</strong>der, prior to the end of the coverage period, a new certificate of<br />

coverage showing extension of coverage, if the coverage period shown on the current<br />

certificate of coverage ends during the duration of the project;<br />

(4) obtain from each other person with whom it contracts, and provide to the <strong>Bid</strong>der:<br />

(a) a certificate of coverage, prior to the other person beginning work on the project;<br />

and<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 15<br />

12/28/2011


(b) a new certificate of coverage showing extension of coverage, prior to the end of<br />

the coverage period, if the coverage period shown on the current certificate of<br />

coverage ends during the duration of the project;<br />

(5) retain all required certificates of coverage on file for the duration of the project<br />

and for one year thereafter;<br />

(6) notify the governmental entity in writing by certified mail or personal delivery,<br />

within 10 days after the person knew or should have known, of any change that<br />

materially affects the provision of coverage of any person providing services on the<br />

project; and<br />

(7) contractually require each person with whom it contracts, to perform as required<br />

by paragraphs (1) ‐ (7), with the certificates of coverage to be provided to the person<br />

for whom they are providing services.<br />

J. By signing this contract or providing or causing to be provided a certificate of<br />

coverage, the <strong>Bid</strong>der is representing to the governmental entity that all employees of<br />

the <strong>Bid</strong>der who will provide services on the project will be covered by workers'<br />

compensation coverage for the duration of the project, that the coverage will be<br />

based on proper reporting of classification codes and payroll amounts, and that all<br />

coverage agreements will be filed with the appropriate insurance carrier or, in the<br />

case of a self‐insured, with the commission's Division of Self‐Insurance Regulation.<br />

Providing false or misleading information may subject the <strong>Bid</strong>der to administrative<br />

penalties, criminal penalties, civil penalties, or other civil actions.<br />

K. The <strong>Bid</strong>der's failure to comply with any of these provisions is a breach of contract<br />

by the <strong>Bid</strong>der which entitles the governmental entity to declare the contract void if<br />

the <strong>Bid</strong>der does not remedy the breach within ten days after receipt of notice of<br />

breach from the governmental entity. “<br />

SC‐6.10 Make the following modifications to 6.10 Taxes<br />

A. Add the following language at the end of the first sentence of paragraph 6.10 A. of the<br />

General Conditions:<br />

“The Owner qualifies as an exempt agency as defined by the statutes of the State of Texas.<br />

The <strong>Bid</strong>der shall comply with all statutes and rulings of the State Comptroller. “<br />

SC‐6.16<br />

Make the following modifications to 6.16 Emergencies<br />

A. Amend paragraph 6.16 by revising the last sentence to read:<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 16<br />

12/28/2011


“If Engineer/CMAR determines that the incident giving rise to the emergency action was<br />

not the responsibility of the <strong>Bid</strong>der and that a change in the Contract Documents is<br />

required because of the action taken by <strong>Bid</strong>der in response to such an emergency, a Work<br />

Change Directive or Change Order maybe issued. “<br />

SC‐6.17<br />

Make the following modifications to 6.17 Shop Drawings and Samples<br />

A. Delete paragraph 6.17.C.3 entirely and insert the following in its place:<br />

“3. With each submittal, Contractor shall give CMAR/Engineer specific written notice of<br />

any variations that the Shop Drawing or Sample may have from the requirements of<br />

the Contract Documents on a Shop Drawing Deviation Request form provided by the<br />

CMAR/Engineer and request that a <strong>Field</strong> Order or Change Order be issued for each of<br />

the specific variations submitted for approval. This notice shall be both a written<br />

communication separate from the Shop Drawings or Sample submittal; and, in<br />

addition, by a specific notation made on each Shop Drawing or Sample submitted to<br />

Engineer for review and approval of each such variation. “<br />

B. Delete paragraph 6.17.D.3 entirely and insert the following in its place:<br />

“3. CMAR/Engineer’s review and approval shall not relieve <strong>Bid</strong>der from responsibility for<br />

any variation from the requirements of the Contract Documents unless <strong>Bid</strong>der has<br />

complied with the requirements of Paragraph 6.17.C.3 and CMAR/Engineer has given<br />

written approval of each such variation issuing a <strong>Field</strong> Order or Change Order. If the<br />

proposed modification is approved by the CMAR/Engineer, the submittal will be<br />

considered to be in strict compliance with the Contract Documents and it will be<br />

reviewed in accordance with the Contract Documents. If the proposed Modification is<br />

not approved, the submittal will be returned to the <strong>Bid</strong>der with appropriate<br />

comments. CMAR/Engineer’s review and approval shall not relieve <strong>Bid</strong>der from<br />

responsibility for complying with the requirements of Paragraph 6.17.C.1.”<br />

C. Delete paragraph 6.17 E.1 entirely and insert the following in its place:<br />

“1. <strong>Bid</strong>der shall make corrections required by CMAR/Engineer and shall return the<br />

required number of corrected copies of Shop Drawings and submit, as required, new<br />

Samples for review and approval. Re‐submittals shall reference and respond directly<br />

to Engineer’s previous comments. Any variations from strict compliance with the<br />

Contract Documents will be identified in the same manner as required in paragraph<br />

6.17.C.3 and will require the same approvals.”<br />

D. Add the following new paragraphs immediately after Paragraph 6.17.E:<br />

“F. <strong>Bid</strong>der shall furnish required submittals with sufficient information and accuracy in<br />

order to obtain required approval of an item with no more than two submittals.<br />

CMAR/Engineer will record CMAR/Engineer’s time for reviewing subsequent<br />

submittals of Shop Drawings, samples, or other items requiring approval and <strong>Bid</strong>der<br />

shall reimburse CMAR for CMAR/Engineer’s charges for such time.<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 17<br />

12/28/2011


SC‐6.18<br />

G. In the event that <strong>Bid</strong>der requests a change of a previously approved item, <strong>Bid</strong>der shall<br />

reimburse CMAR forCMAR/ Engineer’s charges for its review time unless the need for<br />

such change is beyond the control of <strong>Bid</strong>der.”<br />

Make the following modifications to 6.18 Continuing the Work<br />

A. Delete the following from paragraph 6.18 – “or as Owner and CMAR may otherwise agree<br />

in writing.” Add the following language at the end of the second sentence of paragraph 6.18<br />

of the General Conditions:<br />

“<strong>Bid</strong>der assumes and bears responsibility for all costs and time delays associated with any<br />

variation from the requirements of the Contract Documents. “<br />

SC‐6.20<br />

Make the following modifications to 6.20 INDEMNIFICATION<br />

A. Add new paragraphs immediately after paragraph 6.20 A.2:<br />

“3. FROM ALL CLAIMS, DEMANDS, LIENS, OR SUITS ALLEGING NON‐PAYMENT BY CMAR<br />

BY ANY PERSON OR ENTITY WHO FURNISHED LABOR, MATERIALS, OR EQUIPMENT FOR<br />

USE IN THE PERFORMANCE OF THE CONTRACT, PROVIDED THERE IS NO Owner DEFAULT.”<br />

SC‐9.03<br />

Make the following modifications to 9.03 Project Representative<br />

A. Delete paragraph 9.03 in its entirety. Add the following:<br />

“9.03 Project Representative<br />

A. The Engineer will have a Resident Project Representative on the Site. The<br />

duties, responsibilities and the limitations of authority of the Resident Project<br />

Representative, and designated assistants, are as follows:<br />

1. Resident Project Representative is Engineer's agent at the site, will act as<br />

directed by and under the supervision of Engineer, and will confer with<br />

Engineer regarding Resident Project Representative's actions. Resident<br />

Project Representative's dealings in matters pertaining to the on‐site Work<br />

shall in general be with Engineer and CMAR, keeping Owner advised as<br />

necessary. Resident Project Representative's dealings with Subcontractors<br />

shall only be through or with full knowledge and approval of CMAR. Resident<br />

Project Representative shall generally communicate with Owner with the<br />

knowledge of and under the direction of Engineer.<br />

B. Duties and Responsibilities of Resident Project Representative:<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 18<br />

12/28/2011


1. Schedules: Review the progress schedule, schedule of Shop Drawing<br />

submittals and schedules of values prepared by CMAR and consult with<br />

Engineer concerning acceptability.<br />

2. Conferences and Meetings: Attend meetings with CMAR, such as<br />

preconstruction conferences, progress meetings, job conferences and other<br />

project‐related meetings, and prepare and circulate copies of minutes<br />

thereof.<br />

3. Liaison:<br />

a. Serve as Engineer's liaison with CMAR, working principally through<br />

CMAR's superintendent and assist in understanding the intent of Contract<br />

Documents; and assist Engineer in serving as Owner's liaison with CMAR<br />

when CMAR's operations affect Owner's on‐site operations.<br />

b. Assist in obtaining from Owner additional details or information,<br />

when required for proper execution of the Work.<br />

4. Shop Drawings and Samples:<br />

a. Record date of receipt of Shop Drawings and Samples.<br />

b. Receive Samples which are furnished at the Site by CMAR, and notify<br />

Engineer of availability of Samples for examination.<br />

c. Advise Engineer and CMAR of the commencement of any Work<br />

requiring a Shop Drawing or Sample if the submittal has not been<br />

approved by Engineer.<br />

5. Review of Work, Rejection of Defective Work, Inspections and Tests:<br />

a. Conduct on‐site observations of the Work in progress to determine if<br />

the Work is in general proceeding in accordance with the Contract<br />

Documents.<br />

b. Report to Engineer whenever Resident Project Representative<br />

believes that any Work will not produce a completed Project that<br />

conforms generally to the Contract Documents or will prejudice the<br />

integrity of the design concept of the completed Project as a functioning<br />

whole as indicated in the Contract Documents, or has been damaged, or<br />

does not meet the requirements of any inspection, test or approval<br />

required to be made; and advise Engineer of Work the Resident Project<br />

Representative believes should be corrected or rejected or should be<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 19<br />

12/28/2011


uncovered for observation, or requires special testing, inspection or<br />

approval.<br />

c. Verify that tests, equipment and systems start‐up and operating and<br />

maintenance training are conducted in the presence of appropriate<br />

personnel, and the CMAR maintains adequate records thereof; and<br />

observe record and report to Engineer appropriate details relative to the<br />

test procedures and start‐ups.<br />

d. Accompany visiting inspectors representing public or other agencies<br />

having jurisdiction over the Project, record the results of these inspections<br />

and report to Engineer.<br />

6. Interpretation of Contract Documents: Report to Engineer when<br />

clarifications and interpretations of the Contract Documents are needed and<br />

transmit to CMAR clarifications and interpretations as issued by Engineer.<br />

7. Request for Revisions: Consider and evaluate CMAR's suggestions for<br />

revisions to Drawings or Specifications and report with Resident Project<br />

Representative's recommendations to Engineer. Transmit to CMAR in writing<br />

decisions as issued by Engineer.<br />

8. Records:<br />

a. Maintain at the job site orderly files for correspondence, reports of<br />

job conferences, Shop Drawings and Samples, reproductions of original<br />

Contract Documents, including all Work Change Directives, Addenda,<br />

Change Orders, <strong>Field</strong> Orders, Written Amendments, additional Drawings<br />

issued subsequent to the execution of the Contract, Engineer's<br />

clarifications and interpretations of the Contract Documents, progress<br />

reports, submittals and correspondence received from and delivered to<br />

CMAR and other Project related documents.<br />

9. Reports:<br />

a. Furnish to Engineer periodic reports as required of progress of the<br />

work and of CMAR's compliance with the progress schedule and schedule<br />

of Shop Drawings and Sample submittals.<br />

b. Consult with Engineer in advance of scheduled major tests,<br />

inspections or start of important phases of the Work.<br />

c. Draft proposed Written Amendments, Change Orders and Work<br />

Change Directives, obtaining backup material from CMAR and recommend<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 20<br />

12/28/2011


to Engineer Written Amendments, Change Orders, Work Change<br />

Directives, and <strong>Field</strong> Orders.<br />

d. Report immediately to Engineer and Owner the occurrence of any<br />

accident.<br />

10. Payment Requests: Review Applications for Payment with CMAR for<br />

compliance with the established procedure for their submission and forward<br />

with recommendations to Owner, noting particularly the relationship of the<br />

payment requested to the schedule of values, Work completed and materials<br />

and equipment at the Site but not incorporated in the Work.<br />

11. Certificates, Maintenance and Operation Manuals: During the course of<br />

the Work, verify that certificates, maintenance and operation manuals and<br />

other data required to be assembled and furnished by CMAR are applicable to<br />

the items actually installed and in accordance with the Contract Documents,<br />

and have this material delivered to Engineer for review and forwarding to<br />

Owner prior to final payment for the Work.<br />

12. Completion:<br />

a. Before Engineer issues a Certificate of Substantial Completion, submit<br />

to CMAR a list of observed items requiring completion or correction.<br />

b. Observe whether CMAR has performed inspections required by laws<br />

or regulations, ordinances, codes or order applicable to the Work,<br />

including but not limited to those to be performed by public agencies<br />

having jurisdiction over the Work.<br />

c. Conduct a final inspection in the company of Engineer, Owner and<br />

CMAR and prepare a final list of items to be completed or corrected.<br />

d. Observe whether all items on final list have been completed or<br />

corrected and make recommendations to Engineer concerning<br />

acceptance.<br />

C. Limitations of Authority of Resident Project Representative:<br />

1. Shall not authorize any deviation from the Contract Documents or substitution of<br />

materials or equipment (including "or‐equal" items), unless authorized by<br />

Engineer.<br />

2. Shall not exceed limitations of Engineer's authority as set forth in Agreement or<br />

the Contract Documents.<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 21<br />

12/28/2011


3. Shall not undertake any of the responsibilities of CMAR, Subcontractor, Suppliers,<br />

or CMAR's superintendent.<br />

4. Shall not advise on, issue directions relative to or assume control over any aspect<br />

of the means, methods, techniques, sequences or procedures of construction<br />

unless such advice or directions are specifically required by the Contract<br />

Documents.<br />

5. Shall not advise on, issue directions regarding or assume control over safety<br />

precautions and programs in connection with the Work or any activities or<br />

operations of Owner or CMAR.<br />

6. Shall not accept shop drawing or sample submittals from anyone other than the<br />

CMAR.<br />

7. Shall not participate in specialized field or laboratory tests or inspections<br />

conducted by others, except as specifically authorized by Engineer. “<br />

SC‐9.05 Make the following modifications to 9.05 Authorized Variations in Work<br />

A. Amend paragraph 9.05 by inserting the following sentence prior to the last sentence of<br />

the paragraph:<br />

“The <strong>Bid</strong>der shall notify the CMAR/Engineer in writing prior to beginning any Work<br />

addressed in a <strong>Field</strong> Order if the <strong>Bid</strong>der does not agree that the Work involved represents<br />

no additional cost and/or time change in the Contract Documents. “<br />

SC‐10.05<br />

Make the following modifications to 10.05 Claims and Disputes<br />

A. Amend paragraph 10.05 as follows:<br />

“Change the reference in the first sentence from “30 days” to “7 days.”<br />

SC‐11.01<br />

Make the following modifications to 11.01 Cost of the Work<br />

A. Amend paragraph 11.01 A. of the General Conditions by striking out the following words<br />

in the third sentence: "those prevailing in the locality of the Project, shall include only the<br />

following items, and shall not include any of the costs itemized in paragraph 11.01 B." and<br />

adding the following:<br />

"those paid for the Work included in the Contract Price, shall include only the following<br />

items, and shall not include any of the costs itemized in paragraph 11.01 B. <strong>Bid</strong>der shall<br />

provide certified payroll records listing personnel classifications and salaries for all<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 22<br />

12/28/2011


individuals involved in additional Work. Salaries for those not included in the certified<br />

payroll will be considered as being compensated under paragraph 11.01 B.”.<br />

B. Amend paragraph 11.01 A.1 of the General Conditions by striking out the following words<br />

in the second sentence: "without limitation superintendents, foreman" and adding the<br />

following:<br />

"one foreman (unless agreed upon prior to beginning Work)”.<br />

C. Amend paragraph 11.01 A.1 of the General Conditions by striking out the following words<br />

in the last sentence: "be included in the above" and adding the following:<br />

"not exceed 1.5 times regular pay and shall be included in the above"<br />

D. Amend paragraph 11.01 B.1 by adding the following to the list of excluded personnel in<br />

the first sentence:<br />

“superintendents”<br />

E. Amend paragraph 11.01 D. by modifying the sentence to read as follows;<br />

“..... and submit in a form and at intervals acceptable to Engineer ...”<br />

SC‐11.03<br />

Make the following modifications to 11.03 Unit Price Work<br />

A. Delete Paragraph 11.03 C. of the General Conditions in its entirety and insert the following<br />

in its place:<br />

“11.03 C. The unit price of an item of Unit Price Work shall be subject to reevaluation and<br />

adjustment in accordance with paragraph 10.05 under the following conditions:<br />

11.03 C.1. if the total cost of a particular item of Unit Price Work amounts to twenty<br />

percent (20%) or more of the Contract Price and the variation in the quantity of that<br />

particular item of Unit Price Work performed by the <strong>Bid</strong>der differs by more than twenty<br />

percent (20%) from the estimated quantity of such item indicated in the Agreement; and<br />

11.03 C.2. if there is not corresponding adjustments with respect to any other item of<br />

Work; and<br />

11.03 C.3. if <strong>Bid</strong>der believes that <strong>Bid</strong>der has incurred additional expense as a result<br />

thereof; or if Owner/CMAR believes that the quantity variation entitles Owner/CMAR to<br />

an adjustment in the Unit Price, either the Owner/CMAR or <strong>Bid</strong>der may make a claim for<br />

an adjustment in the Contract Price in accordance with Article 11.01 if the parties are<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 23<br />

12/28/2011


unable to agree as to the effect of any such variation in the quantity of the Unit Price<br />

Work performed. “<br />

B. Add new paragraph following 11.03<br />

“11.04 The <strong>Bid</strong>der agrees to make no claims for damage for delay in the performance of<br />

the Contract occasioned by any act or omission to act of the Owner, CMAR, Engineer, or<br />

any of the CMAR’s, Engineer’s or Owner’s agents, and agrees that any such claim shall be<br />

fully compensated by an extension of time, as set forth in a Change Order, to complete<br />

performance of the work as provided herein. “<br />

SC‐12.03<br />

Make the following modifications to 12.03 Delays Beyond CMAR’S Control<br />

A. Amend paragraph 12.03 A. by deleting “abnormal weather condition.” Add following: No<br />

time extensions will be allowed for weather conditions for Projects using calendar days for the<br />

Contract Time.<br />

SC‐13.07<br />

Make the following modifications to 13.07 Correction Period<br />

A. Add the following to paragraph 13.07 A.:<br />

“When early acceptance of a Substantially Completed portion of the Work is accomplished<br />

in the manner indicated, the correction period for that portion of the Work shall<br />

commence at the time of substantial completion of that Work. “<br />

SC‐14.02<br />

Make the following modifications to 14.02 Progress Payments<br />

A. Amend the first sentence of paragraph 14.02 C.1. to read as follows:<br />

“Thirty days after presentation of the Application for Payment to Owner”<br />

B. Add new paragraphs immediately after paragraph 14.02 D.1.d. of the General Conditions<br />

which are to read as follows:<br />

“e. Owner/CMAR has been notified of failure to make payments to Subcontractors or<br />

Suppliers or for labor, or<br />

f. failure to submit up‐to‐date record documents as required by GC‐6.12, or<br />

g. failure to submit monthly progress schedule updates or revised schedules as<br />

requested by the Owner or CMAR or Engineer. “<br />

D. Add new paragraph immediately after 14.02 D. 3.<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 24<br />

12/28/2011


“4. Owner may permanently withhold payment from Contract Price for<br />

a. liquidated damages incurred by CMAR, or<br />

b. compensation for Engineer for overtime charges of Resident Project<br />

Representative, third review of submittals, review of substitutions, reinspection fees,<br />

inspections or designs related to correction of defective Work, or other Services<br />

identified as requiring payment by the CMAR. Compensation will be based on the<br />

following rates:<br />

Position<br />

Hourly Rate<br />

Principal in Charge $270.00<br />

Project Manager $185.00<br />

Project Engineer $145.00<br />

<strong>Construction</strong> Manager $150.00<br />

Resident Engineer $145.00<br />

Resident Project Representative $100.00<br />

Senior Resident Representative $115.00<br />

Design Engineer $125.00<br />

Engineering Technician $200.00<br />

Clerk $105.00<br />

Expenses will be billed at the actual cost multiplied by 1.15.<br />

c. Costs for tests performed by the Owner to verify that work previously tested and<br />

found to be defective has been corrected. Verification testing is to be provided at the<br />

CMAR's expense to verify products or constructed works are in compliance after<br />

corrections have been made. “<br />

SC‐14.04<br />

Make the following modifications to 14.04 Substantial Completion<br />

A. Add a new paragraph immediately after paragraph 14.04B.<br />

“C. The following items must be fully functional and suitable for Substantial Completion:<br />

All Work must be completed.”<br />

SC‐14.07<br />

Make the following modifications to 14.07 Final Payment<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 25<br />

12/28/2011


A. Add the following to paragraph 14.07 A.2<br />

“If any claims were filed against the Payment Bond for the project, or if any liens were<br />

filed in connection with the work, <strong>Bid</strong>der shall provide a summary report indicating the<br />

disposition of these claims or liens with the releases or waivers. This report shall include a<br />

tabulation of the name of claimants, a description of the claim, amount of claim, date<br />

claim was filed, and date claim was settled.”<br />

B. Add the following after paragraph 14.07 C.<br />

“In the event the CMAR fails to attain Substantial Completion of the entire Project (all bid<br />

items) within the Contract Time, the Owner may withhold money permanently from the<br />

CMAR's total compensation a sum of $2,000.00 per day as liquidated damages and for<br />

added expenses including engineering services, etc. In the event the CMAR fails to attain<br />

Final Completion of the entire Project (all bid items) within the Contract Time, the Owner<br />

may withhold money permanently from the CMAR's total compensation a sum of<br />

$2,000.00 per day as liquidated damages and for added expenses including engineering<br />

services, etc. The Owner will be the sole judge as to whether the work has been<br />

completed within the allotted time. Accordingly, it is agreed and understood that said<br />

amount is to be assessed by the Owner, not as a penalty, but as a predetermined and<br />

agreed upon liquidated damage. Additionally, assessment of liquidated damages by the<br />

Owner shall not constitute a waiver of the Owner’s right to sue and collect additional<br />

damages which Owner may sustain by the failure of the CMAR to perform in accordance<br />

with the terms of its Contract. <strong>Bid</strong>ders will be held accountable to the same standards.“<br />

SC‐17.05<br />

Make the following modifications to 17.05 Controlling Law:<br />

A. Add the following paragraph after paragraph 17.05:<br />

“17.06 All references and conditions for a "calendar day contract" in the General Conditions and<br />

Supplementary Conditions shall apply for a "Fixed Date Contract." A “Fixed Date Contract” is one in which<br />

the calendar dates for reaching substantial completion and/or final completion are specified in lieu of<br />

identifying the actual calendar days involved.”<br />

END OF SECTION<br />

Supplementary Conditions (Revised per <strong>Garney</strong>)<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project - Pump Stations 00 73 00 - 26<br />

12/28/2011


Summary of Work


01 11 00 SUMMARY OF WORK<br />

1.00 GENERAL<br />

1.01 WORK TO BE INCLUDED<br />

A. Furnish all labor, materials, equipment and incidentals required and perform all excavation,<br />

construction, installation, and testing of all improvements and additions as shown on the<br />

Drawings and specified in the <strong>Bid</strong> Documents and Technical Specifications for “<strong>Bid</strong> <strong>Package</strong> #8,<br />

Raw Water Supply <strong>Well</strong> Sites-Ward County-<strong>North</strong> <strong>Well</strong> <strong>Field</strong> as described below and in the<br />

Contract Documents. The following items shall be included in the <strong>Bid</strong> Proposal’s COST OF<br />

WORK.<br />

1 BIDDER’S Material Suppliers shall include all required materials, accessories and<br />

incidentals required for complete field installation.<br />

2 All materials shall be delivered to the project site FOB Jobsite. Any claims for damaged<br />

materials shall be the responsibility of the BIDDER and the material supplier. All materials<br />

shall be inspected onsite at time of delivery prior to offloading from delivery vans.<br />

3 BIDDER shall include all supervision, material, labor, equipment, tools, cleanup and<br />

consumable supplies required to complete project as described in <strong>Bid</strong> <strong>Package</strong> #8 bidding<br />

documents and Technical Specifications.<br />

4 BIDDER shall include in their bid costs for all pressure testing per specifications for their<br />

portion of the work.<br />

5 BIDDER shall include the costs to provide materials inclusive and other items necessary for<br />

startup of equipment (if necessary), Operation and Maintenance Manuals, special tools (if<br />

required), spare parts, lubricants for startup, supplies, or other materials as indicated in<br />

Contract Documents for the operation and maintenance of the Project.<br />

6 Drawings and specifications do not indicate or describe all of the work required to complete<br />

the project. Additional details required for the correct installation of selected products are to<br />

be provided by the BIDDER and coordinated with the Project Team.<br />

1.02 JOB CONDITIONS<br />

A. The General Conditions, the Supplementary Conditions, and General Requirements apply to<br />

each <strong>Bid</strong> <strong>Package</strong>, where applicable and each technical specification section.<br />

B. Comply with all applicable state and local codes and regulations pertaining to the nature and<br />

character of the work being performed. In case of conflicts, the more stringent specification<br />

shall govern.<br />

1.03 DESCRIPTION OF WORK TO BE INCLUDED IN BID PACKAGE #8, RAW WATER SUPPLY<br />

WELL SITES-WARD COUNTY-NORTH WELL FIELD at the <strong>North</strong> <strong>Well</strong> <strong>Field</strong> location.<br />

A. Project Description: The Colorado River Municipal Water District (CRMWD) requires<br />

completion of 21 new supply well sites for its Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong>, near Monahans,<br />

Texas. Work of the project that will be required at each of the 21 separate locations includes<br />

installation of:<br />

1. Earthwork including mobilization, mass excavation, compact sub-grade material, import,<br />

backfill, compact and fine grade under all structures and slabs on grade.<br />

2. Concrete construction of all of the site concrete at the 21 well sites. Including but not<br />

limited to fine grading, furnish and installation of any necessary under slab piping,<br />

providing and installing all formwork, reinforcing, water-stops, structural concrete,<br />

applicable pipe encasements, embeds or block outs, pipe penetrations or pipe sleeves,<br />

Summary of Work – <strong>Bid</strong> <strong>Package</strong> #8 01 11 00-1<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


finishing, curing, patching, grinding, sacking and grout fill required to accommodate the<br />

installation.<br />

3. Fencing.<br />

4. Furnish and install miscellaneous metals.<br />

5. Paintings and coatings for ferrous metals, piping and valves as required.<br />

6. Unload, store and install submersible pumps supplied under separate contract by OWNER<br />

and as directed by supplier and per the stipulations detailed on the contract documents.<br />

7. Furnish and install all column pipe, drop check valve and pressure transducer in supply<br />

wells that are currently under construction.<br />

8. Above and below ground piping, valves, fittings and appurtenances totaling approximately<br />

100 linear feet for each well site.<br />

9. Provide and install Electrical, instrumentation and controls to provide complete and fully<br />

functional well sites. Coordinate new utility requirements with local utility (electrical)<br />

company.<br />

10. This project is tax exempt only for materials that are built into the project. Formwork<br />

materials, rental equipment small tools, etc. are not tax exempt.<br />

11. All excess materials including excavation spoils shall be the property of the owner<br />

and shall remain onsite.<br />

12. Any survey location pins provided by registered Land Surveyor damaged as a result<br />

of contractor operations shall be replaced by a registered Land Surveyor. Cost of<br />

replacement shall be paid by BIDDER causing the damage.<br />

13. Temporary security fencing is required at all areas where existing fencing is<br />

temporarily removed. Contractor performing work in the area shall provide all<br />

temporary fencing required as part of the <strong>Construction</strong> Safety Plan developed for the<br />

project, as described in the Job Safety Requirements.<br />

14. It shall be the BIDDER’s obligation to coordinate construction activities through the<br />

CMAR.<br />

15. It shall be the BIDDER’s obligation to pay claims for damages which result from<br />

damage to owner’s property, ongoing or completed work of other crafts or late<br />

completion of the project or any specified milestones that may impact the completion<br />

of the entire project.<br />

1.05 WORK BY OWNER<br />

A. The Owner shall be given unlimited project access to perform plant operations and<br />

routine maintenance at all times including working hours.<br />

B. The Owner awarded a construction contract on December 31, 2011, fopr drilling and<br />

installation of 21 supply wells. <strong>Well</strong> installation is not a part of the work for this<br />

project.<br />

C. The Owner awarded a procurement contract to Clowe & Cowan of El Paso (Pedro<br />

Rascon, 915-593-8833) on March 30, 2012, for supply of vertical turbine<br />

submersible pumping units, consisting of pump, motor, power cable, startup<br />

services (BIDDER to verify that enough days are included to satisfy their<br />

construction sequencing), testing (manufacturing and field), and appurtenances<br />

resulting in a complete, functional pumping unit. It is the intent of the Owner to<br />

assign this procurement contract to successful BIDDER, who will then be<br />

responsible for receipt of the equipment and payment to the supplier.<br />

1.07 WORK BY OTHERS<br />

A. The following work will be performed by others concurrently with the Work of this contract,<br />

that may impact construction scheduling, testing and startup:<br />

1. The Owner/CMAR will provide and program the SCADA system. The system will<br />

provided by Prime Controls (Scott Ogletree, 214-221-4849). The successful <strong>Bid</strong>der<br />

Summary of Work – <strong>Bid</strong> <strong>Package</strong> #8 01 11 00-2<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


shall install the SCADA equipment and provide all the equipment that may be required<br />

for the complete installation, such as concrete pad, bolts, wiring, conduit, and other<br />

appurtenances as necessary. Refer to Section 40 90 02.01, “Installation of Pre-<br />

Purchased SCADA Equipment” for additional information.<br />

2. <strong>Bid</strong> <strong>Package</strong>#1, Pumps and Motors. Supply of vertical turbine and horizontal<br />

centrifugal pumping units for the Transmission, Odessa and <strong>Well</strong> <strong>Field</strong> Transfer Pump<br />

Stations. All pumping units will be installed in <strong>Bid</strong> <strong>Package</strong> #6 except that the vertical<br />

turbine pump cans will be installed in <strong>Bid</strong> <strong>Package</strong> #5.<br />

3. <strong>Bid</strong> <strong>Package</strong> #2, Valves and Hydraulic Power Unit. Supply of pump station’s valves 18”<br />

and larger.<br />

4. <strong>Bid</strong> <strong>Package</strong> #3, <strong>Well</strong> Pads and Roads. Construct well pads and roads at the <strong>North</strong><br />

<strong>Well</strong> <strong>Field</strong>.<br />

5. <strong>Bid</strong> <strong>Package</strong> #4, Pre-Purchase of Electrical Equipment. Furnishing of the necessary<br />

medium voltage transformers, medium voltage metal enclosed switchgear, 600 volt<br />

switchboards, standalone low voltage solid state starters, medium voltage variable<br />

frequency drives and power factor correction equipment as indicated for the<br />

Transmission, Odessa and <strong>Well</strong> <strong>Field</strong> Transfer Pump Stations yet will be installed by <strong>Bid</strong><br />

<strong>Package</strong> #6 successful <strong>Bid</strong>der.<br />

6. <strong>Bid</strong> <strong>Package</strong> #5, Slab and Below <strong>Construction</strong>. Furnish and install all items necessary<br />

to complete the construction of the Transmission, Odessa and <strong>Well</strong> <strong>Field</strong> Transfer Pump<br />

Stations from the slabs and below. This includes all earthwork improvements, concrete<br />

construction, furnish and install misc. metals, coatings and linings, piping and<br />

accessories, drilled concrete piers, precast wire wound pre-stressed concrete storage<br />

tanks, plumbing and fencing to complete the three pump stations’ below slab<br />

construction. This includes the installation of pump cans supplied via <strong>Bid</strong> <strong>Package</strong> #1<br />

and any below slab valves supplied via <strong>Bid</strong> <strong>Package</strong> #2.<br />

7. <strong>Bid</strong> <strong>Package</strong> #6, Above Slab <strong>Construction</strong>. Furnish and install all items necessary to<br />

complete the construction of the Transmission, Odessa and <strong>Well</strong> <strong>Field</strong> Transfer Pump<br />

Stations from the slabs and above. This includes all earthwork improvements, concrete<br />

construction, furnish and install misc. metals, coatings and linings, piping and<br />

accessories, metal building systems, plumbing, HVAC, electrical and SCADA to<br />

complete the three pump stations’ above slab construction. This includes the<br />

installation of pumps supplied via <strong>Bid</strong> <strong>Package</strong> #1, any above slab valves supplied via<br />

<strong>Bid</strong> <strong>Package</strong> #2 and all Electrical Equipment supplied via <strong>Bid</strong> <strong>Package</strong> #4.<br />

8. <strong>Bid</strong> <strong>Package</strong> #7, Big Spring Pump Station. Furnish and install all items necessary to<br />

complete the construction of the Big Spring Pump Station, except for the<br />

SCADA/Instrumentation items contained in <strong>Bid</strong> <strong>Package</strong> #6. This includes the<br />

unloading and installation of booster pump skid provided by the CMAR.<br />

B. Successful BIDDER shall commit to, and attend weekly coordination and planning meetings<br />

hosted by CMAR to keep all bidders from impacting work activities of other trades during the<br />

entire project duration.<br />

C. <strong>Construction</strong> schedule may need to be adjusted around the vertical turbine submersible<br />

pumping unit’s lead time. Pump Orders will be coordinated by the Engineers/CMAR based on<br />

progress of the 21 new water supply wells currently under construction. The BIDDER will be<br />

responsible for Contract Milestones regardless of pump availability and encouraged to<br />

complete other components of the Work when the pumping units are not available.<br />

Summary of Work – <strong>Bid</strong> <strong>Package</strong> #8 01 11 00-3<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


1.<strong>08</strong> CONSTRUCTION UTILITIES<br />

A. Cost for Temporary Facilities, Controls as described in this section and provided by<br />

BIDDER’S Suppliers and Subcontractors as described in this section are to be included in the<br />

Cost of Work.<br />

1. Temporary power connections shall be provided by BIDDER and shall not adversely<br />

affect existing CMRWD operations.<br />

2. Potable water must be provided by BIDDER. Non-potable will be provided by owner<br />

and may be used for hydraulic testing of pipelines but any cost associated with the<br />

transporting of water is the responsibility of the BIDDER.<br />

3. BIDDER shall include cost for construction, testing, disinfection, and startup in cost of<br />

their work.<br />

4. Daily cleanup of work areas shall be the responsibility of BIDDER and costs shall be<br />

included in bid price.<br />

B. Onsite staging areas will be provided to the successful BIDDER.<br />

END OF SECTION<br />

Summary of Work – <strong>Bid</strong> <strong>Package</strong> #8 01 11 00-4<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


Payment Procedures


01 29 00 PAYMENT PROCEDURES<br />

1.00 GENERAL<br />

1.01 WORK INCLUDED<br />

A. Payments for Work shall conform to the provisions of the General Conditions, the<br />

Supplementary Conditions, the Agreement, and this Section. Apply provisions for payments<br />

in the section to all Subcontractors and Suppliers.<br />

B. Submit Applications for Payment at the amounts indicated in the Agreement<br />

1. Amounts for each item in the Agreement shall include but not be limited to cost for:<br />

a. Mobilization, demobilization, cleanup, bonds, and insurance,<br />

b. Professional services including but not limited to engineering and legal fees,<br />

c. The products to be permanently incorporated into the project,<br />

d. The products consumed during the construction of the project,<br />

e. The labor and supervision to complete the project,<br />

f. The equipment, including tools, machinery, and appliances required to complete the<br />

project.<br />

2. Payment will be made for materials on hand.<br />

a. Store materials properly on site per Section 01 31 00, Project Management And<br />

Coordination.<br />

1) Payment will be made for the invoice amount less the specified retainage of 10<br />

percent.<br />

2) Provide invoices at the time materials are included on the materials-on-hand<br />

tabulation.<br />

b. Provide documentation of payment for materials-on-hand with the next Application<br />

for Payment. Adjust payment to the amount actually paid if this differs from the<br />

invoice amount. Remove items from the materials on hand tabulation if this<br />

documentation is not provided so payment will not be made.<br />

c. Payment for materials-on-hand is provided for the convenience of the <strong>Bid</strong>der and<br />

does not constitute acceptance of the product.<br />

3. The Work covered by progress payments becomes the property of the Owner at the<br />

time of payment.<br />

1.02 SCHEDULE OF VALUES AND PAYMENTS<br />

A. Submit a detailed Schedule of Values for the Work to be performed on the project.<br />

1. Submit schedule within 10 days prior to submitting the first Application for Payment.<br />

2. Line items in the Agreement are to be used as line items in the schedule.<br />

3. Payment will be made on the quantity of Work completed per Contract Documents<br />

during the payment period and as measured per this section.<br />

a. Payment amount is the Work quantity measured multiplied by the unit prices for<br />

that line item in the Agreement.<br />

b. Partial payments will be made for lump sum line items in the Agreement.<br />

1) Lump sum line items in the Agreement are to be divided into smaller unit prices<br />

to allow more accurate determination of the percentage of the item that has<br />

been completed.<br />

a) Provide adequate detail to allow more accurate determination of the<br />

percentage of Work completed for each item.<br />

Payment Procedures – <strong>Bid</strong> <strong>Package</strong> #8 01 29 00-1<br />

Colorado River Municipal Water District<br />

Ward County Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


) Provide amounts for items that do not exceed $50,000.00. An exception<br />

may be made for equipment packages that cannot be subdivided into units<br />

or subassemblies.<br />

c) Separate product costs and installation costs.<br />

1. Product costs include cost for products, delivery and unloading costs,<br />

royalties and patent fees, taxes, and other cost paid directly to the<br />

Subcontractor or Supplier.<br />

2. Installation costs (if applicable) include cost for the supervision, labor<br />

and equipment for field fabrication, erection, installation, start-up,<br />

initial operation and overhead and profit.<br />

d) Lump sum items may be divided into an estimated number of units.<br />

1. The estimated number of units times the cost per unit must equal the<br />

lump sum amount for that line item.<br />

2. Payment will be made for all of the lump sum line item amount.<br />

e) Include a directly proportional amount of overhead and profit for each line<br />

item.<br />

f) Divide principal subcontract amounts into an adequate number of line items<br />

to allow determination of the percentage of Work completed for each item.<br />

2) These line items may be used to establish the value of Work to be added or<br />

deleted from the project.<br />

3) Correlate line items with other administrative schedules and forms:<br />

a) Progress schedule,<br />

b) List of Subcontractors,<br />

c) Schedule of allowances,<br />

d) Schedule of alternatives,<br />

e) List of products and principal Suppliers, and<br />

f) Schedule of Submittals<br />

4) Costs for mobilization (if applicable) shall be listed as a separate line items and<br />

shall be actual cost for:<br />

a) Bonds and insurance,<br />

b) Transportation and setup for equipment,<br />

c) Transportation and/or erection of all field offices, sheds and storage<br />

facilities,<br />

d) Salaries for preparation of submittals required before the first Application<br />

for Payment,<br />

5) The sum of all values listed in the schedule must equal the total contract<br />

amount.<br />

4. Submit a schedule indicating the anticipated schedule of payments to be made by the<br />

Owner. Schedule shall indicate:<br />

a. The Application for Payment number,<br />

b. Date the request is to be submitted, and<br />

c. Anticipated amount of payment to be requested.<br />

5. Update the Schedule of Values quarterly or more often if necessary to provide a<br />

reasonably accurate indication of the funds that the Owner will need to have available<br />

to make payment to the CMAR for the Work performed.<br />

B. Provide written approval of the Schedule of Values, Application for Payment form, and<br />

method of payment by the Surety Company providing performance, and bonds (if<br />

Payment Procedures – <strong>Bid</strong> <strong>Package</strong> #8 01 29 00-2<br />

Colorado River Municipal Water District<br />

Ward County Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


applicable) prior to submitting the first Application for Payment. Payment will not be made<br />

without this approval.<br />

1.03 PAYMENT PROCEDURES<br />

A. Submit Applications for Payment per the procedures indicated in Section 01 33 00,<br />

Submittal Procedures. Submit a Schedule of Values in the Application for Payment format<br />

to be used.<br />

B. Applications for Payment may be submitted on a pre -printed form as indicated in Section<br />

01 31 13 13, Forms or may be generated by computer. Computer generated payment<br />

requests must have the same format and information indicated in the pre-printed form and<br />

be approved by the Engineer.<br />

a. Indicate the total contract amount and the Work completed to date on the Tabulation<br />

of Values for Original Contract Performed (Attachment "A".)<br />

b. Include only approved Change Order items in the Tabulation of Extra Work on Approved<br />

Change Orders (Attachment "B".)<br />

c. List all materials on hand that are presented for payment on the Tabulation of Materials<br />

on Hand (Attachment "C".) Once an item has been entered on the tabulation it is not to<br />

be removed.<br />

d. Include the Project Summary Report (Attachment "D") with each Application for<br />

Payment. Data included in the Project Summary Report are to be taken from the other<br />

tabulations. Include a completed summary as indicated in with each Application for<br />

Payment submitted.<br />

1) Number each application sequentially and indicate the payment period.<br />

2) Show the total amounts for value of original contract performed, extra Work on<br />

approved Change Orders, and materials on hand on the Project Summary Report.<br />

Show total amounts that correspond to totals indicated on the attached tabulation<br />

for each.<br />

3) Note the number of pages in tabulations in the blank space on the Project Summary<br />

Report to allow a determination that all sheets have been submitted.<br />

4) Execute CMAR's certification by the CMAR's agent of authority and notarize for each<br />

Application for Payment.<br />

5. Do not alter the schedule of values and the form for the submission of requests without<br />

the written approval of the Engineer once these have been approved by the Engineer.<br />

6. Final payment requires additional procedures and documentation per Section 01 70 00,<br />

Execution and Closeout Requirements.<br />

C. Progress payments shall be made as the Work progresses on a monthly basis.<br />

1. End the payment period on the day indicated in the Agreement and submit an<br />

Application for Payment for Work completed and materials received since the end of<br />

the last payment period.<br />

2. At the end of the payment period, submit a draft copy of the Application for Payment<br />

for that month to the CMAR. Agreement is to be reached on:<br />

a) The percentage of Work completed for each lump sum item,<br />

b) The quantity of Work completed for each unit price item,<br />

c) The percentage of Work completed for each approved Change Order item, and<br />

d) The amount of materials on hand.<br />

Payment Procedures – <strong>Bid</strong> <strong>Package</strong> #8 01 29 00-3<br />

Colorado River Municipal Water District<br />

Ward County Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


3. On the basis of these agreements the CMAR is to prepare a final copy of the Application<br />

for Payment and submit it to the Engineer for approval.<br />

4. The Engineer will review the Application for Payment and if appropriate will recommend<br />

payment of the application to the Owner.<br />

1.04 MEASUREMENT PROCEDURES<br />

A. Measure the Work described in the Agreement for payment. Payment will be made only for<br />

the actual measured and/or computed length, area, solid contents, number and weight,<br />

unless otherwise specifically provided. No extra or customary measurements of any kind will<br />

be allowed.<br />

1.05 BASIS OF PAYMENT<br />

A. The Basis of Payment will be established with the Accepted <strong>Bid</strong> Proposal.<br />

END OF SECTION<br />

Payment Procedures – <strong>Bid</strong> <strong>Package</strong> #8 01 29 00-4<br />

Colorado River Municipal Water District<br />

Ward County Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


Project Management<br />

and Coordination


01 31 00 PROJECT MANAGEMENT AND COORDINATION<br />

1.00 GENERAL<br />

1.01 WORK INCLUDED<br />

A. Furnish equipment, manpower, products, and other items necessary to complete the<br />

Project with an acceptable standard of quality and within the contract time. Construct<br />

Project in accordance with current safety practices.<br />

B. Manage Site to allow access to Site and control construction operations.<br />

C. Provide labor, materials, equipment and incidentals necessary to construct temporary<br />

facilities to provide and maintain control over environmental conditions at the Site. Remove<br />

temporary facilities when no longer needed.<br />

D. Construct temporary impounding works, channels, diversions, furnishing and operation of<br />

pumps, installing piping and fittings, and other construction for control of conditions at the<br />

Site. Remove temporary controls at the end of the Project.<br />

E. Provide temporary controls for pollutions, management of water and management of<br />

excess earth as required in Section 01 57 00 Temporary Controls.<br />

F. Cost for Project Management and Coordination as described in this section are to be<br />

included in the BIDDER’s fee for <strong>Bid</strong> <strong>Package</strong> #8.<br />

1.02 QUALITY ASSURANCE<br />

A. Employ competent workmen, skilled in the occupation for which they are employed.<br />

Provide Work meeting quality requirements of the Contract Documents as determined by<br />

the Owner/CMAR/Engineer .<br />

B. Remove defective Work from the Site immediately unless provisions have been made and<br />

approved by the CMAR/Engineer to allow repair of the product at the Site. Clearly mark the<br />

Work as "Defective" until it is removed or allowable repairs have been completed.<br />

1.03 SUBMITTAL PROCEDURES<br />

C. Provide submittals in accordance with Section 01 33 00, Submittal Procedures:<br />

1.04 STANDARDS<br />

1. Provide copies of Supplier’s printed storage instructions prior to furnishing materials or<br />

products and installation instructions prior to beginning the installation. Maintain one<br />

copy of these documents at the Site until the Project is complete. Incorporate this<br />

information into submittals.<br />

2. Incorporate field notes, sketches, recordings, and computations made by the<br />

CMAR/Engineer in Record Drawings.<br />

A. Perform Work to comply Laws and Regulations.<br />

B. Provide materials and equipment that has National Science Foundation 60/61 approval for<br />

use in potable water supply systems. Advise the Engineer of any material requirements in<br />

these Contract Documents that conflict with National Science Foundation 60/61<br />

requirements.<br />

Project Management and Coordination – <strong>Bid</strong> <strong>Package</strong> #8 01 31 00-1<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


1.05 PERMITS<br />

A. Building Permit will be obtained by CMAR, if necessary but any special permits associated<br />

with <strong>Bid</strong> <strong>Package</strong> #6 should be included in the Cost of Work for <strong>Bid</strong> <strong>Package</strong> #6.<br />

B. Retain copies of permits and licenses at the Site and observe and comply with all regulations<br />

and conditions of the permit or license, including additional insurance requirements.<br />

C. Obtain and pay for all other necessary permits including any and all necessary highway,<br />

street and road permits for transporting construction materials and/or heavy equipment<br />

necessary for fulfilling the any and all construction associated with <strong>Bid</strong> <strong>Package</strong> #8.<br />

D. Obtain and pay for other permits necessary to conduct any part of the Work.<br />

E. Arrange and pay for inspections and certifications by agencies having jurisdiction over the all<br />

work associated with <strong>Bid</strong> <strong>Package</strong> #8.<br />

1.06 SAFETY REQUIREMENTS<br />

A. Assume sole responsibility for safety at the Site. Protect the safety and welfare of persons<br />

at the Site.<br />

B. Provide safe access to move through the Site. Provide and maintain barricades, guard rails,<br />

covered walkways, and other protective devices to warn and protect from hazards at the<br />

Site.<br />

C. Comply with latest provisions of the Occupational Health and Safety Administration (OSHA)<br />

and other regulatory agencies in performing Work.<br />

D. Cooperate with accident investigations related to the Site. Provide two copies of all reports<br />

prepared concerning accidents, injury, or death on the Site to the CMAR/Engineer as Record<br />

Data per Section 01 33 00, Submittal Procedures.<br />

1.07 COORDINATION<br />

A. Coordinate the Work of various trades having interdependent responsibilities for installing,<br />

connecting to, and placing equipment in service.<br />

B. Coordinate requests for substitutions to provide compatibility of space, operating elements,<br />

effect on the Work of other trades, and on the Work scheduled for early completion.<br />

C. Coordinate the use of Project space and the sequence of installation of equipment,<br />

elevators, walks, mechanical, electrical, plumbing, or other Work that is indicated<br />

diagrammatically on the Drawings.<br />

1. Follow routings shown for tubes, pipes, ducts, conduits, and other items as closely as<br />

practical, with due allowance for available physical space.<br />

2. Use space efficiently to maximize accessibility for Owner's maintenance and repairs.<br />

3. Schematics are diagrammatic in nature. Adjust routing of piping, ductwork, utilities, and<br />

location of equipment as needed to resolve spatial conflicts between the various trades.<br />

Document the actual routing on the Record Drawings.<br />

D. Conceal ducts, pipes, wiring, and other non-finish items in finished areas, except as<br />

otherwise shown. Coordinate locations of concealed items with finish elements.<br />

Project Management and Coordination – <strong>Bid</strong> <strong>Package</strong> #8 01 31 00-2<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


E. Coordinate with architectural reflected ceiling plans the exact location and dimensioning of<br />

items which occur within hung ceilings. Request clarification from the Engineer prior to<br />

proceeding with fabrication or installation if a conflict exists.<br />

F. Schedule construction activities in sequence required to obtain best results where<br />

installation of one part of the Work is dependent on installation of other components, either<br />

before or after its own installation.<br />

G. Make adequate provisions to accommodate items scheduled for later installation, including:<br />

1. Accepted alternates,<br />

2. Installation of products purchased with allowances,<br />

3. Work by others,<br />

4. Owner-supplied, BIDDER-installed items.<br />

H. Sequence, coordinate, and integrate the various elements of mechanical, electrical, and<br />

other systems, materials, and equipment if applicable. Comply with the following<br />

requirements:<br />

1. Coordinate mechanical and electrical systems, equipment, and materials installation<br />

with other building components.<br />

2. Verify all dimensions by field measurements.<br />

3. Arrange for chases, slots, and openings in other building components during progress of<br />

construction.<br />

4. Coordinate the installation of required supporting devices and sleeves to be set in castin-place<br />

concrete and other structural components, as they are constructed.<br />

5. Install systems, materials, and equipment as permitted by codes to provide the<br />

maximum headroom possible where mounting heights are not detailed or dimensioned.<br />

6. Coordinate the connection of systems with exterior underground and overhead utilities<br />

and services. Comply with the requirements of governing regulations, franchised<br />

service companies, and controlling agencies. Provide required connection for each<br />

service.<br />

7. Install systems, materials, and equipment to conform with approved submittal data,<br />

including coordination drawings, to the greatest extent possible. Conform to<br />

arrangements indicated by the Contract Documents, recognizing that portions of the<br />

Work are shown only in diagrammatic form. Adjust routing of piping, ductwork, utilities,<br />

and location of equipment as needed to resolve spatial conflicts between the various<br />

trades. Document changes in the indicated routings on the Record Drawings.<br />

8. Install systems, materials, and equipment level and plumb, parallel and perpendicular to<br />

other building systems and components.<br />

9. Install systems, materials, and equipment to facilitate servicing, maintenance, and repair<br />

or replacement of components. As much as practical, connect for ease of disconnecting,<br />

with minimum of interference with other installations. Extend grease fittings to<br />

accessible locations.<br />

10. Install access panel or doors where units are concealed behind finished surfaces.<br />

11. Install systems, materials, and equipment giving right-of-way priority to systems<br />

required to be installed at a specified slope.<br />

1.<strong>08</strong> BIDDER'S USE OF SITE<br />

A. Limit the use of Site for Work and storage to those areas designated on the Drawings or<br />

approved by the Engineer. Coordinate the use of the premises with the CMAR/Engineer.<br />

Project Management and Coordination – <strong>Bid</strong> <strong>Package</strong> #8 01 31 00-3<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


B. Repair or correct any damage to existing facilities, including contamination, caused by the<br />

BIDDER's personnel, visitors, materials, or equipment.<br />

C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons<br />

under the influence of alcoholic beverages or illegal substances to enter or remain on the<br />

Site at any time. Persons on Site under the influence of alcoholic beverages or illegal<br />

substances will be permanently prohibited from returning to the Site. Criminal or civil<br />

penalties may also apply.<br />

D. Park construction equipment in designated areas only and provide spill control measures as<br />

discussed in Section 01 57 00 Temporary Controls.<br />

E. Park employees' vehicles in designated areas only.<br />

F. Obtain written permission of the Owner before entering privately-owned land outside of the<br />

Owner's property, rights-of-way, or easements.<br />

G. Do not allow the use of loud audio devices, obnoxious, vulgar or abusive language, or sexual<br />

harassment in any form. These actions will cause immediate and permanent removal of the<br />

offender from the premises. Criminal or civil penalties may apply.<br />

H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not<br />

allow sleeveless shirts, shorts, exceedingly torn, ripped or soiled clothing to be worn on the<br />

project.<br />

I. Do not allow firearms or weapons of any sort to be brought on to the Site under any<br />

conditions. No exception is to be made for persons with concealed handgun permits.<br />

Remove any firearms or weapons and the person possessing these firearms or weapons<br />

permanently and immediately from the Site.<br />

1.09 ACCESS TO THE SITE<br />

A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or<br />

access to the various buildings, structures, stairways, or entrances. Provide safe temporary<br />

walks or other structures to allow access for normal operations during construction.<br />

B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding and<br />

protective equipment in place until inspections have been completed. Construct additional<br />

safe access if required for inspections.<br />

C. Provide security at the Site as necessary to protect against vandalism and loss by theft.<br />

D. Use State, County, or City roadways for construction traffic only with written approval of the<br />

appropriate representatives of each entity. State, County, or City roadways may not all be<br />

approved for construction traffic. Obtain written approval to use State, County, City or<br />

private roads to deliver pipe and/or heavy equipment to the Site. Copies of the written<br />

approvals must be furnished to the Owner as Record Data before Work begins. No<br />

additional compensation will be paid because the BIDDER is unable to gain access to the<br />

easement from public roadways.<br />

1.10 PROPERTY PROVISIONS<br />

A. Make adequate provisions to maintain the flow of storm sewers, sanitary sewers, drains and<br />

water courses encountered during the construction. Provide temporary service around the<br />

construction or otherwise construct the structure in a manner that the flow is not curtailed.<br />

Project Management and Coordination – <strong>Bid</strong> <strong>Package</strong> #8 01 31 00-4<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


Restore structures which may have been disturbed during construction to their original<br />

position as soon as construction in the area is completed.<br />

B. Protect trees, fences, signs, poles, guy wires, and all other property unless their removal is<br />

authorized. Restore any property damaged to equal or better condition per Paragraph 1.11<br />

of this Section.<br />

1.11 PROTECTION OF EXISTING STRUCTURES AND UTILITIES<br />

A. Examine the project site and review the available information concerning the site. Locate<br />

utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters.<br />

Verify the elevations of the structures adjacent to excavations. Report these to the<br />

CMAR/Engineer before beginning construction.<br />

B. Determine if existing structures, poles, piping, or other utilities at excavations will require<br />

relocation or replacement. Prepare a Plan of Action. Coordinate Work with<br />

Owner/CMAR/Engineer, local utility company and others. Include cost of demolition and<br />

replacement, restoration or relocation of these structures in the Cost of Work.<br />

C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences,<br />

wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems<br />

or structures unless they are shown to be replaced or relocated on the Drawings. Restore<br />

damage to items to be protected to the satisfaction of the CMAR/Engineer, utility owner<br />

and Owner without additional compensation from the Owner.<br />

D. Carefully support and protect all structures and/or utilities so that there will be no failure or<br />

settlement where excavation or demolition endangers adjacent structures and utilities. Do<br />

not take existing utilities out of service unless show in the Contract Documents or approved<br />

by the Engineer. Notify and cooperate with the utility owner if it is necessary to move<br />

services, poles, guy wires, pipelines or other obstructions. Include the cost of relocation and<br />

permits require to move existing utilities in the Cost of Work.<br />

E. Protect existing trees and landscaping at the site, if applicable.<br />

1. Visit site with CMAR/Engineer to identify trees that may be removed during<br />

construction.<br />

2. Mark trees to be removed with paint.<br />

3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the<br />

perimeter, securely wired in place, where machinery must operate around existing<br />

trees. Protect branches and limbs from damage by equipment.<br />

F. Protect buildings from damage when handling material or equipment. Protect finished<br />

surfaces, including floors, doors, and jambs. Remove doors and install temporary wood<br />

protective coverings over jambs.<br />

1.12 DISRUPTION TO SERVICES / CONTINUED OPERATIONS<br />

A. Existing facilities are to continue in service as usual during the construction unless noted<br />

otherwise. Owner or utilities must be able to operate and maintain the facilities.<br />

Disruptions to existing utilities, piping, process piping, or electrical services shall be kept to a<br />

minimum.<br />

1. Do not restrict access to critical valves, operators, or electrical panels.<br />

2. Do not store material or products inside structures.<br />

Project Management and Coordination – <strong>Bid</strong> <strong>Package</strong> #8 01 31 00-5<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


3. Limit operations to the minimum amount of space needed to complete the specified<br />

Work.<br />

4. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary<br />

service around the construction or otherwise construct the structure in a manner that<br />

the flow is not restricted.<br />

B. Provide a Plan of Action if facilities must be taken out of operation.<br />

1.13 FIELD MEASUREMENTS<br />

A. Perform complete field measurements for products required to fit existing conditions prior<br />

to purchasing products or beginning construction.<br />

B. Verify property lines, control lines, grades, and levels indicated on the Drawings.<br />

C. Verify pipe class, equipment capacities, existing electrical systems and power sources for<br />

existing conditions.<br />

D. Check Shop Drawings and indicate the actual dimensions available where products are to be<br />

installed.<br />

E. Include field measurements in record drawings as required in Section 01 31 13, Project<br />

Coordination.<br />

1.14 REFERENCE DATA AND CONTROL POINTS<br />

A. The Engineer will provide the following control points:<br />

1. Reference data provided on the contract drawings.<br />

B. Locate and protect control points prior to starting the Work and preserve permanent<br />

reference points during construction. Do not change or relocate points without prior<br />

approval of the Engineer. Notify CMAR/Engineer when the reference point is lost,<br />

destroyed, or requires relocation. Replace Project control points on the basis of the original<br />

survey.<br />

C. Provide complete engineering layout of the work needed for construction.<br />

1. Provide competent personnel. Provide equipment including accurate surveying<br />

instruments, stakes, platforms, tools, and materials.<br />

2. Provide surveying with accuracy meeting the requirements established for Category 5<br />

<strong>Construction</strong> Surveying as established in the Manual of Practice of Land Surveying in<br />

Texas published by the Texas Society of Professional Surveyors, latest revision.<br />

3. Record data and measurements per standards.<br />

1.15 DELIVERY AND STORAGE<br />

A. Deliver products and materials to the Site in time to prevent delays in construction.<br />

B. Deliver packaged products to Site in original undamaged containers with identifying labels<br />

attached. Open cartons as necessary to check for damage and to verify invoices. Reseal<br />

cartons and store properly until used. Leave products in packages or other containers until<br />

installed.<br />

C. Deliver products that are too large to fit through openings to the Site in advance of the time<br />

enclosing walls and roofs are erected. Set in place, raised above floor on cribs.<br />

Project Management and Coordination – <strong>Bid</strong> <strong>Package</strong> #8 01 31 00-6<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


D. Assume full responsibility for the protection and safekeeping of products stored at the Site.<br />

E. Store products at locations acceptable to the CMAR/Engineer and to allow Owner access to<br />

maintain and operate existing facilities.<br />

F. Store products in accordance with the Supplier's storage instructions immediately upon<br />

delivery. Leave seals and labels intact. Arrange storage to allow access for maintenance of<br />

stored items and for inspection. Store unpacked and loose products on shelves, in bins, or<br />

in neat groups of like items.<br />

G. Obtain and pay for the use of any additional storage areas as needed for construction. Store<br />

products subject to damage by elements in substantial weather-tight enclosures or storage<br />

sheds. Provide and maintain storage sheds as required for the protection of products.<br />

Provide temperature, humidity control and ventilation within the ranges stated in the<br />

Supplier's instructions. Remove storage facilities at the completion of the Project.<br />

H. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other<br />

objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved<br />

manner when pipe is not being installed. Clean or wash out pipe sections that become<br />

contaminated before continuing with installation. Take precautions to prevent the pipe<br />

from floating or moving out of the proper position during or after laying operations.<br />

Immediately correct any pipe that moves from its correct position.<br />

I. Provide adequate exterior storage for products that may be stored out-of-doors.<br />

1. Provide substantial platforms, blocking, or skids to support materials and products<br />

above ground; slope to provide drainage. Protect products from soiling or staining.<br />

2. Cover products subject to dislocation or deterioration from exposure to the elements,<br />

with impervious sheet materials. Provide ventilation to prevent condensation below<br />

covering.<br />

3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to<br />

prevent mixing with foreign matter.<br />

4. Provide surface drainage to prevent erosion and ponding of water.<br />

5. Prevent mixing of refuse or chemically injurious materials or liquids with stored<br />

materials.<br />

6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the<br />

entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from<br />

ultraviolet light exposure.<br />

7. Store light weight products to prevent wind damage.<br />

J. Protect and maintain mechanical and electrical equipment in storage.<br />

1. Provide Supplier's service instructions on the exterior of the package.<br />

2. Service equipment on a regular basis as recommended by the Supplier. Maintain a log<br />

of maintenance services. Submit the log as Record Data at the completion of the<br />

Project.<br />

3. Provide power to and energize space heaters for all equipment for which these devices<br />

are provided.<br />

4. Provide temporary enclosures for all electrical equipment, including electrical systems<br />

on mechanical devices. Provide and maintain heat in the enclosures until equipment is<br />

energized.<br />

Project Management and Coordination – <strong>Bid</strong> <strong>Package</strong> #8 01 31 00-7<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


K. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of<br />

severe weather to verify that:<br />

1. Storage facilities continue to meet specified requirements.<br />

2. Supplier's required environmental conditions are continually maintained.<br />

3. Surfaces of products exposed to the elements are not adversely affected.<br />

L. Replace any stored item damaged by inadequate protection or environmental controls.<br />

M. Payment may be withheld for any products not properly stored.<br />

1.16 CLEANING DURING CONSTRUCTION<br />

A. Provide positive methods to minimize raising dust from construction operations and provide<br />

positive means to prevent air-borne dust from disbursing into the atmosphere. Control dust<br />

and dirt from demolition, cutting, and patching operations.<br />

B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free<br />

from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do<br />

not allow waste materials or debris to blow around or off of the Site. Control dust from<br />

waste materials. Transport waste materials with as few handlings as possible.<br />

C. Comply with codes, ordinances, regulations, and anti-pollution laws. Do not burn or bury<br />

waste materials. Remove waste materials, rubbish and debris from the Site and legally<br />

dispose of these at public or private dumping areas.<br />

1.17 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS<br />

A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicle<br />

during all phases of construction unless the Owner approves a street closing. Submit a<br />

written request for Owner's approval of a street closing. The request shall state:<br />

1. The reason for closing the street.<br />

2. How long the street will remain closed.<br />

3. Procedures to be taken to maintain the flow of traffic.<br />

4. Do not close public roads overnight.<br />

B. Construct temporary detours, including by-pass roads around construction, with adequately<br />

clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and<br />

safety features around the detour and excavations.<br />

C. Maintain barricades, signs, and safety features around the Work in accordance with all<br />

provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD.)<br />

D. Assume responsibility for any damage resulting from construction along roads or drives.<br />

1.18 BLASTING<br />

A. Blasting for excavations is not allowed.<br />

1.19 ARCHAEOLOGICAL REQUIREMENTS<br />

A. Cease operations immediately and contact the Owner for instructions if an historical or<br />

archaeological find is made during construction.<br />

Project Management and Coordination – <strong>Bid</strong> <strong>Package</strong> #8 01 31 00-8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


B. Conduct all construction activities to avoid adverse impact on the Sites where significant<br />

historical or archaeological Sites have been identified at the Site.<br />

1. Obtain details for Working in these areas.<br />

2. Maintain confidentiality regarding the Site.<br />

3. Adhere to the requirements of the Texas Historical Commission.<br />

4. Notify the Owner and the Texas Historical Commission.<br />

C. Do not disturb Archaeological Sites.<br />

1. Obtain the services of a qualified archaeological specialist to instruct construction<br />

personnel on how to identify and protect archaeological finds on an emergency basis.<br />

2. Coordinate activities to permit Archaeological Work to take place within the area.<br />

a. Attempt to archaeologically clear areas needed for construction as soon as possible.<br />

b. Provide a determination of priority for such areas.<br />

D. Assume responsibility for any unauthorized destruction that might result to such Sites by<br />

construction personnel, and pay all penalties assessed by the State or Federal agencies for<br />

non-compliance with these requirements.<br />

E. Contract time will be modified to compensate for delays caused by such archaeological<br />

finds. No additional compensation shall be paid for delays.<br />

1.20 CUTTING AND PATCHING<br />

A. Perform cutting, fitting, and patching required to complete the work or to:<br />

1. Uncover work to provide for installation of new work or the correction of defective<br />

work.<br />

2. Provide routine penetrations of non-structural surfaces for installation of mechanical,<br />

electrical, and plumbing work.<br />

3. Uncover work that has been covered prior to observation by the Engineer.<br />

B. Submit written notification to the CMAR/Engineer in advance of performing any cutting<br />

which affects:<br />

1. Work of any other contractor, CMAR or the Owner.<br />

2. Structural integrity of any structure or system of the project.<br />

3. Integrity or effectiveness of weather exposed or moisture resistant structure or systems.<br />

4. Efficiency, operational life, maintenance, or safety of any structure or system.<br />

5. Appearance of any structure or surfaces exposed occasionally or constantly to view.<br />

C. The notification shall include:<br />

1. Identification of the project.<br />

2. Location and description of affected work.<br />

3. Reason for cutting, alteration, or excavation.<br />

4. Effect on the work of any separate contractor, CMAR or Owner.<br />

5. Effect on the structural or weatherproof integrity of the project.<br />

6. Description of proposed work, including:<br />

a. Scope of cutting, patching, or alteration.<br />

b. Trades that will perform the work.<br />

c. Products proposed for use.<br />

d. Extent of refinishing to be performed.<br />

Project Management and Coordination – <strong>Bid</strong> <strong>Package</strong> #8 01 31 00-9<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


e. Cost proposal, when applicable.<br />

7. Alternatives to cutting and patching.<br />

8. Written authorization from any separate contractor whose work would be affected.<br />

9. Date and time work will be uncovered or altered.<br />

D. Examine the existing conditions, including structures subject to damage or to movement<br />

during cutting or patching.<br />

1. Inspect conditions affecting installation of products or performance of the work after<br />

uncovering the work.<br />

2. Provide a written report of unacceptable or questionable conditions to the<br />

CMAR/Engineer. The BIDDER shall not proceed with work until CMAR/Engineer has<br />

provided further instructions. Beginning work will constitute acceptance of existing<br />

conditions by the BIDDER.<br />

E. Protect the structure and other parts of the work and provide adequate support to maintain<br />

the structural integrity of the affected portions of the work. Provide devices and methods<br />

to protect adjacent work and other portions of the project from damage. Provide<br />

protection from the weather for portions of the project that may be exposed by cutting and<br />

patching work.<br />

F. Execute cutting and demolition by methods which will prevent damage to other work, and<br />

will provide proper surfaces to receive installation of repairs.<br />

G. Execute fitting and adjustment of products to provide a finished installation to comply with<br />

specified products, functions, tolerances, and finishes.<br />

H. Cut, remove, and legally dispose of selected mechanical equipment, components, and<br />

materials as indicated, including but not limited to, the removal of mechanical piping,<br />

heating units, plumbing fixtures and trim, and other mechanical items made obsolete by the<br />

modified work.<br />

I. Restore work which has been cut or removed. Install new products to provide completed<br />

work per the Contract Documents.<br />

J. Fit work air-tight to pipes, sleeves, ducts, conduit, and other penetrations through the<br />

surfaces. Where fire rated separations are penetrated, fill the space around the pipe or<br />

insert with materials with physical characteristics equivalent to fire resistance requirements<br />

of penetrated surface.<br />

K. Patch finished surfaces and building components using new products specified for the<br />

original installation.<br />

L. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes:<br />

1. For continuous surfaces, refinish to the nearest intersection.<br />

2. For an assembly, refinish the entire unit.<br />

1.21 PRELIMINARY OCCUPANCY<br />

A. Owner may deliver, install and connect equipment, furnishings, or other apparatus in<br />

buildings or other structures. These actions do not indicate acceptance of any part of the<br />

building or structure and does not affect the start of warranties or correction periods.<br />

B. Protect the Owner's property after installation is complete.<br />

Project Management and Coordination – <strong>Bid</strong> <strong>Package</strong> #8 01 31 00-10<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


C. Owner, CMAR or Engineer may use any product for testing or determine that the product<br />

meets the requirements of the Contract Documents. This use does not constitute<br />

acceptance by either the Owner, CMAR or Engineer. These actions do not indicate<br />

acceptance of any part of the product and does not affect the start of warranties or<br />

correction periods.<br />

1.22 INITIAL MAINTENANCE AND OPERATION<br />

A. Maintain equipment until the project is accepted by the Owner. Ensure that mechanical<br />

equipment is properly maintained as recommended by the Supplier.<br />

B. Do not operate air handling equipment unless filters are in place and are clean. Change<br />

filters weekly during construction.<br />

C. Provide maintenance and start-up services prior to acceptance of equipment, per Section 01<br />

75 00, Starting and Adjusting (Where applicable to <strong>Bid</strong> <strong>Package</strong> #8).<br />

D. Remove and clean screens and strainers in piping systems.<br />

E. Clean insects from intake louver screens.<br />

F. Provide documentation of maintenance and operations when Owner takes over operation<br />

and control of the Project.<br />

1.23 ENDANGERED SPECIES RESOURCES<br />

A. No activity is authorized that is likely to jeopardize the continued existence of a threatened<br />

or endangered species as listed or proposed for listing under the Federal Endangered<br />

Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species,<br />

or to destroy or adversely modify the habitat of such species.<br />

B. If a threatened or endangered species is encountered during construction, the BIDDER shall<br />

immediately cease work in the area of the encounter and notify the CMAR/Owner, who will<br />

immediately implement actions in accordance with the ESA and applicable State statutes.<br />

These actions shall include reporting the encounter to the TWDB, the U. S. Fish and Wildlife<br />

Service, and the Texas Parks and Wildlife Department, obtaining any necessary approvals or<br />

permits to enable the work to continue, or implement other mitigative actions. The BIDDER<br />

shall not resume construction in the area of the encounter until authorized to do so by the<br />

CMAR/Owner.<br />

2.00 PRODUCTS<br />

2.01 MATERIALS<br />

A. Provide materials in accordance with the requirements of the individual Sections.<br />

3.00 EXECUTION<br />

3.01 PERFORMANCE OF WORK<br />

A. Perform the Work per the Supplier's published instructions. Do not omit any preparatory<br />

step or installation procedure unless specifically exempted or modified by <strong>Field</strong> Order.<br />

Project Management and Coordination – <strong>Bid</strong> <strong>Package</strong> #8 01 31 00-11<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


END OF SECTION<br />

Project Management and Coordination – <strong>Bid</strong> <strong>Package</strong> #8 01 31 00-12<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


Project Coordination


01 31 13 PROJECT COORDINATION<br />

1.00 GENERAL<br />

1.01 WORK INCLUDED<br />

A. Administer contract requirements to construct the project. Provide documentation per the<br />

requirements of this Section. Provide information as requested by the CMAR, Engineer or<br />

Owner.<br />

1.02 SUBMITTAL PROCEDURES<br />

A. Provide submittals in accordance with Section 01 33 00, Submittal Procedures.<br />

1.03 COMMUNICATION DURING THE PROJECT<br />

A. The CMAR is to be the first point of contact for all parties on matters concerning this<br />

project.<br />

B. The CMAR will coordinate correspondence concerning:<br />

1. Submittals, including Applications for Payment,<br />

2. Clarification and interpretation of the Contract Documents,<br />

3. Contract modifications,<br />

4. Observation of work and testing,<br />

5. Claims.<br />

C. The CMAR will normally communicate only with the <strong>Bid</strong>der. Any required communication<br />

with Subcontractors or Suppliers will only be with the direct involvement of the <strong>Bid</strong>der.<br />

D. Direct written communications to the CMAR at the address indicated at the Preconstruction<br />

Conference. Include the following with communications as a minimum:<br />

1. Name of the Owner<br />

2. Project name<br />

3. Contract title<br />

4. Project number<br />

5. Date<br />

6. A reference statement<br />

E. Submit communications on the forms referenced in this Section or in Section 01 33 00,<br />

Submittal Procedures.<br />

1.04 PROJECT MEETINGS<br />

A. Pre-construction Conference<br />

1. Attend a pre-construction meeting.<br />

2. The location of the conference will be determined by the CMAR.<br />

3. The time of the meeting will be determined by the CMAR but will be after the Notice of<br />

Award is issued and not later than fifteen days after the Notice to Proceed is issued.<br />

4. The Owner, Engineer, CMAR, representatives of utility companies, the <strong>Bid</strong>der's project<br />

manager and superintendent, and representatives from major Subcontractors and<br />

Suppliers.<br />

5. Provide and be prepared to discuss:<br />

Project Coordination – <strong>Bid</strong> <strong>Package</strong> #8 01 31 13-1<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


a. Preliminary construction schedule per Section 01 32 16 <strong>Construction</strong> Progress<br />

Schedule (if applicable).<br />

b. Preliminary submittal schedule per Section 01 33 00, Submittal Procedures.<br />

c. Schedule of values and anticipated schedule of payments per Section 01 29 00,<br />

Payment Procedures.<br />

d. List of Subcontractors and Suppliers.<br />

e. <strong>Bid</strong>der's organizational chart as it relates to this project.<br />

f. Letter indicating the agents of authority for the <strong>Bid</strong>der’s and the limit of that<br />

authority with respect to the execution of legal documents, contract modifications<br />

and payment requests.<br />

B. Progress Meetings<br />

1. Attend meetings with the CMAR, Engineer and Owner as required.<br />

a. Meet on a monthly basis or as requested by the CMAR to discuss the project.<br />

b. Meet at the project site or other location as designated by the CMAR.<br />

c. <strong>Bid</strong>der's superintendent and other key personnel are to attend the meeting. Other<br />

individuals may be requested to attend to discuss specific matters.<br />

d. Notify the CMAR of any specific items to be discussed a minimum of one week prior<br />

to the meeting.<br />

2. Provide information as requested by the CMAR, Engineer or Owner concerning this<br />

project. Prepare to discuss:<br />

a. Status of overall project schedule.<br />

b. CMAR's detailed schedule for the next month.<br />

c. Anticipated delivery dates for equipment.<br />

d. Coordination with the Owner/Engineer/CMAR.<br />

e. Status of submittals.<br />

f. Information or clarification of the Contract Documents.<br />

g. Claims and proposed modifications to the contract.<br />

h. <strong>Field</strong> observations, problems, or conflicts.<br />

i. Maintenance of quality standards.<br />

3. Engineer/CMAR will prepare minutes of meetings. Review the minutes of the meeting<br />

and notify the Engineer/CMAR of any discrepancies within ten days of the date of the<br />

meeting memorandum. The minutes will not be corrected after the ten days have<br />

expired. Corrections will be reflected in the minutes of the following meeting or as an<br />

attachment to the minutes.<br />

C. Pre-submittal and Pre-installation Meetings<br />

1. Conduct pre-submittal and pre-installation meetings as required in the individual<br />

technical Specifications or as determined necessary by the CMAR/Engineer (for<br />

example, instrumentation, roofing, concrete mix design, etc.).<br />

2. Attend the meeting and require the participation of appropriate Subcontractors and<br />

Suppliers in the meeting.<br />

3. CMAR will prepare minutes of the meeting for review. <strong>Bid</strong>der will review the minutes of<br />

the meeting and notify the CMAR of any discrepancies within ten days of the date of the<br />

meeting memorandum. The minutes will not be corrected after the ten days have<br />

expired. Corrections will be reflected in a revised set of meeting minutes.<br />

1.05 REQUESTS FOR INFORMATION<br />

Project Coordination – <strong>Bid</strong> <strong>Package</strong> #8 01 31 13-2<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


A. Submit Request for Information (RFI) to the CMAR to obtain additional information or<br />

clarification of the Contract Documents.<br />

1. Submit a separate RFI for each item on the form provided by the Engineer (provided<br />

after Notice of Award).<br />

2. Attach adequate information to permit a written response without further clarification.<br />

CMAR will return requests that do not have adequate information to the <strong>Bid</strong>der for<br />

additional information. <strong>Bid</strong>der is responsible for all delays resulting from multiple<br />

submittals due to inadequate information.<br />

3. A response will be made when adequate information is provided. Response will be<br />

made on the RFI form or in attached information.<br />

B. Response to an RFI is given to provide additional information, interpretation, or clarification<br />

of the requirements of the Contract Documents, and does not modify the Contract<br />

Documents.<br />

C. CMAR/Engineer will initiate a Contract Modification Request per Paragraph 1.<strong>08</strong> if the RFI<br />

indicates that a contract modification is required.<br />

D. Use the Project Issues Log to document decisions made at meetings and actions to be taken<br />

in Accordance with Paragraph 1.06.<br />

1.06 PROJECT ISSUES LOG<br />

A. CMAR/Engineer will maintain a project issues log to document key decisions made at<br />

meeting and track action on these issues:<br />

1. Review the log prior to each regular meeting.<br />

2. Report actions taken subsequent to the previous progress meeting on items in the log<br />

assigned to the <strong>Bid</strong>der or through the <strong>Bid</strong>der to a Subcontractor or Supplier to the<br />

CMAR/Engineer. Report on status of progress one week prior to each progress meeting<br />

established in Paragraph 1.04 to allow CMAR/Engineer to update the log prior to the<br />

Progress meetings.<br />

3. Be prepared to discuss the status at each meeting.<br />

B. Decisions or action items in the log that require a change in the Contract Documents will<br />

have the preparation of a contract modification as an action items if appropriate. The<br />

Contract Documents can only be changed by a Change Order or <strong>Field</strong> Order.<br />

1.07 NOTIFICATION BY BIDDER<br />

A. Notify the CMAR of:<br />

1. Need for testing.<br />

2. Intent to work outside regular working hours.<br />

3. Request to shut down facilities or utilities.<br />

4. Proposed utility connections.<br />

5. Required observation by CMAR/Engineer or inspection agencies prior to covering work.<br />

6. Training.<br />

B. Provide notification a minimum of two (2) weeks in advance in order to allow CMAR, Owner<br />

and Engineer time to respond appropriately to the notification.<br />

C. Use "Notification By Contractor" form provided by the CMAR/Engineer (provided after<br />

Notice of Award).<br />

Project Coordination – <strong>Bid</strong> <strong>Package</strong> #8 01 31 13-3<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


1.<strong>08</strong> REQUESTS FOR MODIFICATIONS<br />

A. Submit a request to the CMAR for any change in the Contract Documents.<br />

1. Use the "Contract Modification Request" (Contract Modification Request) form provided<br />

by the CMAR/Engineer (provided after Notice of Award).<br />

2. Assign a number to the Contract Modification Request when issued.<br />

3. Include with the Contract Modification Request:<br />

a. A complete description of the proposed modification.<br />

b. The reason the modification is requested.<br />

c. A detailed breakdown of the cost of the change (necessary only if the modification<br />

requires a change in contract amount). The itemized breakdown is to include:<br />

1) list of materials and equipment to be installed,<br />

2) man hours for labor by classification,<br />

3) equipment used in construction,<br />

4) consumable supplies, fuels, and materials,<br />

5) royalties and patent fees,<br />

6) bonds and insurance,<br />

7) overhead and profit,<br />

8) field office costs, and<br />

9) home office cost,<br />

10) other items of cost.<br />

d. Provide the level of detail outline in the paragraph above for each Subcontractor or<br />

Supplier actually performing the Work if work is to be provided by a Subcontractor<br />

or Supplier. Indicate appropriate <strong>Bid</strong>der mark ups for Work provided through<br />

Subcontractors and Suppliers. Provide the level of detail outline in the paragraph<br />

above for self performed Work.<br />

e. Provide a revised schedule indicating the effect on the critical path for the project<br />

and a statement of the number of days the project may be delayed by the<br />

modification.<br />

4. Submit a Contract Modification Request to the CMAR to request a field change.<br />

5. A Contract Modification Request is required for all substitutions or deviations from the<br />

Contract Documents.<br />

6. CMAR will evaluate the request for a contract modification.<br />

B. Owner will initiate changes through the CMAR.<br />

1. CMAR will prepare a description of proposed modifications to the Contract Documents.<br />

2. CMAR will use the Contract Modification Request form. CMAR will assign a number to<br />

the Contract Modification Request when issued.<br />

3. Return the Contract Modification Request with a proposal to incorporate the requested<br />

change. Include a breakdown of costs into materials and labor in detail outline above to<br />

allow evaluation by the CMAR.<br />

C. CMAR will issue a <strong>Field</strong> Order or a Change Order per the General Conditions if a contract<br />

modification is appropriate.<br />

1. Modifications to the contract can only be made by a <strong>Field</strong> Order or a Change Order.<br />

2. Changes in the project will be documented by a <strong>Field</strong> Order or by a Change Order.<br />

Project Coordination – <strong>Bid</strong> <strong>Package</strong> #8 01 31 13-4<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


3. <strong>Field</strong> Orders may be issued by the Engineer for contract modifications that do not<br />

change the Contract Price or Contract Time.<br />

4. Any modifications that require a change in Contract Price or Contract Time can only be<br />

approved by Change Order.<br />

a. Proposals issued by the <strong>Bid</strong>der in response to a Contract Modification Request will<br />

be evaluated by the CMAR.<br />

b. If a Change Order is recommended, the CMAR will prepare the Change Order.<br />

c. The Change Order will be sent to the <strong>Bid</strong>der for execution with a copy to the Owner<br />

recommending approval.<br />

d. Change Orders can only be approved by the Owner.<br />

1) Work performed on the proposed contract modifications prior to the approval<br />

of the Change Order will be performed at the <strong>Bid</strong>der's risk.<br />

2) No payment will be made for work on Change Orders until approved by the<br />

Owner.<br />

D. The <strong>Bid</strong>der may be informed that the Contract Modification Request is not approved and<br />

construction is to proceed in accordance with the Contract Documents.<br />

1.09 RECORD DRAWINGS<br />

A. Maintain at the site one complete record copy of:<br />

1. Drawings,<br />

2. Specifications,<br />

3. Addenda,<br />

4. Contract modifications,<br />

5. Approved Shop Drawings and record data,<br />

6. One set of construction photographs,<br />

7. Test records,<br />

8. Clarifications and other information provided in Request for Information responses, and<br />

9. Reference standards<br />

B. Store documents and samples in the CMAR's field office.<br />

1. Documents are to remain separate from documents used for construction. Do not use<br />

these documents for construction.<br />

2. Provide files and racks for the storage of documents.<br />

3. Provide a secure storage space for the storage of samples.<br />

4. Maintain documents in clean, dry, legible conditions, and in good order.<br />

5. Make documents and samples available at all times for inspection by the CMAR,<br />

Engineer and Owner.<br />

C. Marking Drawings<br />

1. Label each document as "Project Record" in large printed letters.<br />

2. Record information as construction is being performed.<br />

a. Do not conceal any Work until the required information is recorded.<br />

b. Mark drawings to record actual construction, including the following:<br />

1) Depths of various elements of the foundation in relation to finished first floor<br />

datum or the top of walls.<br />

Project Coordination – <strong>Bid</strong> <strong>Package</strong> #8 01 31 13-5<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


2) Horizontal and vertical locations of underground utilities and appurtenances<br />

constructed and existing utilities encountered during construction.<br />

3) Location of internal utilities and appurtenances concealed in the construction.<br />

Refer measurements to permanent structure on the surface. Include the<br />

following equipment:<br />

a) Piping<br />

b) Ductwork<br />

c) Equipment and control devices requiring periodic maintenance or repair<br />

d) Valves, unions, traps, and tanks<br />

e) Services entrance<br />

f) Feeders<br />

g) Outlets<br />

4) Changes of dimension and detail<br />

5) Changes made by <strong>Field</strong> Order and Change Order<br />

6) Details not on the original Drawings. Include field verified dimensions and<br />

clarifications, interpretations, and additional information issued in response to<br />

RFI’s.<br />

c. Mark Specifications and Addenda to identify products provided.<br />

1) Record product name, trade name, catalog number, and each Supplier (with<br />

address and phone number) of each product and item of equipment actually<br />

installed.<br />

2) Record changes made by <strong>Field</strong> Order and Change Order.<br />

d. Mark additional Work or information in erasable pencil.<br />

1) Use red for new or revised indication.<br />

2) Use purple for Work deleted or not installed (lines to be removed).<br />

3) Highlight items constructed per the Contract Documents in yellow.<br />

e. Submit record documents to CMAR for review and acceptance 30 days prior to final<br />

completion of the project.<br />

1) Provide one (1) set of marked up drawings.<br />

2) Provide six (6) sets of specifications.<br />

D. Applications for Payment will not be recommended for payment if record documents are<br />

found to be incomplete or not in order. Final payment will not be recommended without<br />

complete record documents.<br />

1.10 REVIEW BY CMAR, ENGINEER AND OWNER<br />

A. The Owner and authorized representatives and agents of the Owner shall have access to<br />

and be permitted to observe and review all work, materials, equipment, payrolls, personnel<br />

records, employment conditions, material invoices, and other relevant data and records<br />

pertaining to this Contract at all times, provided, however that all instructions and approval<br />

with respect to the Work will be given to the <strong>Bid</strong>der only by the Owner through authorized<br />

representatives or agents.<br />

END OF SECTION<br />

Project Coordination – <strong>Bid</strong> <strong>Package</strong> #8 01 31 13-6<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


<strong>Construction</strong> Progress Schedule<br />

(See Attached Preliminary Schedule in Section)


01 32 16 CONSTRUCTION PROGRESS SCHEDULE<br />

1.00 GENERAL<br />

1.01 REQUIREMENTS<br />

A. Using the attached Preliminary Schedule prepare and submit a progress schedule for the<br />

Work and update the schedule on a monthly basis for the duration of the Project. The<br />

attached Preliminary Schedule is to help identify Milestone Dates that must be adhered<br />

and is not intended to instruct the BIDDER as to how to plan the applicable construction<br />

sequence to complete the construction project within the timer frames.<br />

B. Provide schedule in adequate detail to allow CMAR/Owner/Engineer to monitor the Work<br />

progress, to anticipate the time and amount of Applications for Payment, and to relate<br />

submittal processing to sequential activities of the work.<br />

C. Incorporate and specifically designate the dates of anticipated submission of submittals and<br />

the dates when submittals must be returned to the BIDDER into the schedule.<br />

D. Assume complete responsibility for maintaining the progress of the Work per the schedule<br />

submitted.<br />

1.02 SUBMITTAL PROCEDURES<br />

A. Submit progress schedules in accordance with Section 01 33 00, Submittal Procedures.<br />

Submit schedules within the following times:<br />

1. Detailed schedule within 10 days after the <strong>Bid</strong> Date and notification of intent to award.<br />

The schedule is to be available at the pre-construction conference.<br />

B. Submit progress schedules with Applications for Payment. Schedules may be used to<br />

evaluate the Applications for Payment. Failure to submit the schedule may cause delay in<br />

the review and approval of Applications for Payment.<br />

1.03 SCHEDULE REQUIREMENTS<br />

A. Schedule is to be in adequate detail to:<br />

1. Assure adequate planning, scheduling, and reporting during the execution of the Work.<br />

2. Assure the coordination of the Work of the BIDDER and the various Subcontractors and<br />

Suppliers.<br />

3. Assist in monitoring the progress of the work.<br />

4. Assist in evaluating proposed changes to Contract Time and project schedule.<br />

5. Assist the CMAR/Engineer/Owner in review of Contractor's Application for Payment.<br />

B. Provide the schedule in the form of a time scaled horizontal bar chart which indicates<br />

graphically the Work scheduled at any time during the Project. The graph is to indicate:<br />

1. Complete sequence of construction by activity.<br />

2. Identification of the activity by structure, location, and type of Work.<br />

3. Chronological order of the start of each item of work.<br />

4. The activity start and stop dates.<br />

5. The activity duration.<br />

<strong>Construction</strong> Process Schedule – <strong>Bid</strong> <strong>Package</strong> #8 01 32 16-1<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong>s<br />

5/24/2012


6. Successor and predecessor relationships for each activity. Group related activities or<br />

use lines to indicate relationships.<br />

7. A clearly indicated critical path. Indicate only one critical path on the schedule. The<br />

subsystem with the longest time of completion is the critical path where several<br />

subsystems each have a critical path. Float time is to be assigned to other subsystems.<br />

8. Projected percentage of completion, based on dollar value of the Work included in each<br />

activity to the last day of the pay period for each Applications for Payment.<br />

C. Submit a separate submittal schedule indicating the dates when the submittals are to be<br />

sent to the CMAR/Engineer.<br />

1. List specific dates submittal is to be sent to the CMAR/Engineer.<br />

2. List specific dates submittal must be processed in order to meet the proposed schedule.<br />

3. Allow a reasonable time to review submittals, taking into consideration the size and<br />

complexity of the submittal, the submission of other submittals, and other factors that<br />

may affect review time.<br />

4. Allow time for re-submission of the submittals for each item. BIDDER is responsible for<br />

delays associated with additional time required to review incomplete or erroneous<br />

submittals and for the time lost when submittals are submitted for products that do not<br />

meet specification requirements.<br />

D. Update the schedule at the end of each monthly partial payment period to indicate the<br />

progress made on the project to that date.<br />

1.04 SCHEDULE REVISIONS<br />

A. Submit a written report if the schedule indicates that the Project is more than thirty days<br />

behind schedule. The report is to include:<br />

1. Number of days Project is behind schedule.<br />

2. Narrative description of the steps to be taken to bring the Project back on schedule.<br />

3. Anticipated time required to bring the Project back on schedule.<br />

Submit a revised schedule indicating the action that the BIDDER proposes to take to bring<br />

the Project back on schedule.<br />

B. Revise the schedule to indicate any adjustments in Contract Time approved by Change<br />

Order.<br />

1. Revised schedule is to be included with Contract Modification Request for which an<br />

extension of time is requested.<br />

2. Failure to submit a revised schedule indicates that the modification shall have no impact<br />

on the ability of the BIDDER to complete the project on time and that the cost<br />

associated with the change of additional plant or work force have been included in the<br />

cost proposed for the modification.<br />

C. Updating the project schedule to reflect actual progress is not considered a revision to the<br />

project schedule.<br />

D. Applications for Payment will not be recommended for payment without a revised schedule<br />

and if required, the report indicating the BIDDER's plan for bringing the project back on<br />

schedule.<br />

<strong>Construction</strong> Process Schedule – <strong>Bid</strong> <strong>Package</strong> #8 01 32 16-2<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong>s<br />

5/24/2012


1.05 FLOAT TIME<br />

A. Define float time as the amount of time between the earliest start date and the latest start<br />

date of a chain of activities on the construction schedule.<br />

B. Float time is not for the exclusive use or benefit of either the BIDDER, CMAR or Owner.<br />

C. Contract time cannot be changed by the submission of this schedule. Contract Time can<br />

only be modified by approved Change Order.<br />

D. Schedule completion date must be the same as the contract completion date. Time<br />

between the end of construction and the contract final completion date is to be indicated as<br />

float time.<br />

END OF SECTION<br />

<strong>Construction</strong> Process Schedule – <strong>Bid</strong> <strong>Package</strong> #8 01 32 16-3<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong>s<br />

5/24/2012


<strong>Bid</strong> <strong>Package</strong> #8 ‐ Raw Water Supply <strong>Well</strong> Sites ‐ Ward County ‐ <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Legend B = Begin Activity X = Activity C = Complete Activity<br />

Site Description of Work Start Date Finish Date<br />

May<br />

August September October November<br />

29‐5 6‐12 13‐19 20‐26 27‐2 3‐9 10‐16 17‐23 24‐30 1‐7 8‐14 15‐21 22‐28 29‐4 5‐11 12‐18 19‐25 26‐1 2‐8 9‐15 16‐22 23‐29 30‐6 7‐13 14‐20 21‐27 28‐3 4‐10 11‐17 18‐24 25‐1<br />

NWF<br />

NWF Procure Pumps D 4, 9, 10‐15, 17‐19, 22‐24 5/1/2012<br />

BXXXX<br />

7/31/2012<br />

XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XCXXX<br />

NWF Procure Pumps D 1‐3, 5‐8 6/8/2012 9/28/2012<br />

BXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXCX XXXXX XXXXX XXXXX XXXXC<br />

NWF Deliver SCADA Equipment TBD TBD<br />

NWF <strong>Well</strong> <strong>Field</strong> <strong>Construction</strong> 7/31/2012 11/1/2012<br />

BXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXC<br />

NWF Substantial Completion 11/1/2012 11/1/2012<br />

XXXXC<br />

NWF Final Completion 11/1/2012 11/30/2012<br />

XXXXB XXXXX XXXXX XXXXX XXXXC<br />

NWF<br />

June<br />

July


Submittal Procedures


01 33 00 SUBMITTAL PROCEDURES<br />

1.00 GENERAL<br />

1.01 WORK INCLUDED<br />

A. Submit documentation as required by the Contract Documents and as reasonably requested<br />

by the CMAR, Owner and Engineer to:<br />

1. Record the products incorporated into the Project for the Owner.<br />

2. Provide information for operation and maintenance of the Project.<br />

3. Provide information for the administration of the Contract.<br />

4. Allow the CMAR/Engineer to advise the Owner if products proposed for the project by<br />

the <strong>Bid</strong>der conform, in general, to the design concepts of the Contract Documents.<br />

B. <strong>Bid</strong>der's responsibility for full compliance with the Contract Documents is not relieved by<br />

the CMAR/Engineer's review of submittals. Contract modifications can only be approved by<br />

Change Order or <strong>Field</strong> Order.<br />

1.02 BIDDER'S RESPONSIBILITIES<br />

A. Review and certify all submittals prior to submission.<br />

B. Determine and verify:<br />

1. <strong>Field</strong> measurements.<br />

2. <strong>Field</strong> construction requirements.<br />

3. Location of all existing structures, utilities and equipment related to the submittals.<br />

4. Submittals are complete for their intended purpose.<br />

5. Conflicts between the submittals related to the various Subcontractors and Suppliers<br />

have been resolved.<br />

6. Quantities and dimensions shown on the submittals.<br />

C. Submit information per the procedures described in this section and the detailed<br />

specifications.<br />

D. Furnish the following submittals:<br />

1. As specified in the Submittal Schedule to be provided with Contract Documents when<br />

the design in complete.<br />

2. Schedules, data and other documentation as described in detail in this section or<br />

referenced in the Contract Documents.<br />

3. Documentation required for the administration of the Contract per Section 01 31 13,<br />

Project Coordination.<br />

4. Shop Drawings required for consideration of a contract modification per Paragraph 1.<strong>08</strong>.<br />

5. Submittals as required in the detailed specifications.<br />

6. Submittals not required will be returned without CMAR/Engineer's review.<br />

E. Submit a schedule indicating the date submittals will be sent to the CMAR and proposed<br />

dates that the product will be incorporated into the project. Make submittals promptly in<br />

accordance with the schedule to cause no delay in the Project.<br />

1. Send submittals to the CMAR allowing a reasonable time for delivery, review and<br />

marking submittals. Include time for review of a resubmission if necessary. Allow<br />

Submittal Procedures – <strong>Bid</strong> <strong>Package</strong> #8 01 33 00-1<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


adequate time for the submittal review process, ordering, fabrication, and delivery of<br />

the product to not delay progress on the Project.<br />

2. Schedule submittal to provide all information for interrelated work at one time. No<br />

review will be performed on submittals requiring coordination with other submittals.<br />

CMAR will return submittals for resubmission as a complete package.<br />

F. Submit information for all of the components and related equipment required for a<br />

complete and operational system in the same submittal.<br />

1. Include electrical, mechanical, and other information required to indicate how the<br />

various components of the system function.<br />

2. Provide certifications, warranties, and written guarantees with the submittal package<br />

for review when they are required.<br />

G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at<br />

the <strong>Bid</strong>der's risk. Products not meeting the requirements of Contract Documents are<br />

defective and may be rejected at the CMAR/Owner's option.<br />

H. Payment will not be made for products for which submittals are required until the<br />

submittals have been received. Payment will not be made for products for which Shop<br />

Drawings or Samples are required until these are approved by the CMAR/Engineer.<br />

1.03 QUALITY ASSURANCE<br />

A. Submit legible, accurate, complete documents presented in a clear, easily understood<br />

manner. Submittals not meeting these criteria will be returned without review.<br />

B. Demonstrate that the proposed products are in full and complete compliance with the<br />

design criteria and requirements of the Contract Documents including Drawings and<br />

Specifications as modified by Addenda, <strong>Field</strong> Orders, and Change Orders.<br />

C. Furnish and install products that fully comply with the information included in the submittal.<br />

D. Review and approve submittals prior to submitting them to the CMAR for review.<br />

Submittals will not be accepted anyone other than the <strong>Bid</strong>der.<br />

1.04 SUBMITTAL PROCEDURES<br />

A. Submit an electronic copy of each submittal through the Project portal (web site) provided<br />

by the CMAR/Engineer. The <strong>Bid</strong>der will be provided access to log onto the website to post<br />

submittal documents and check the status of submittals.<br />

1. The complete contents of each submittal, including associated drawings product data,<br />

etc., shall be submitted in Portable Document Format (PDF.) Submit PDF document<br />

with adequate resolution to allow documents to be printed in a format equivalent to the<br />

document original. Documents are to be scalable to allow printing on standard 81/2 x<br />

11 or 11 x 17 papers.<br />

2. Create and submit color PDF documents where color is important to the evaluation of<br />

the submittal and / or where comments will be lost if only black and white PDF<br />

documents are provided. Submit sample and color charts per Paragraph 1.04 H<br />

B. Transmit all submittals, with a properly completed Submittal Transmittal Form as provided<br />

by the CMAR/Engineer (provided after Notice of Award).<br />

Submittal Procedures – <strong>Bid</strong> <strong>Package</strong> #8 01 33 00-2<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


1. Use a separate transmittal form for each specific product, class of material, and<br />

equipment system.<br />

2. Submit items specified in different sections of the Specifications separately unless they<br />

are part of an integrated system.<br />

C. Assign a submittal number to the documents originated to allow tracking of the submittal<br />

during the review process.<br />

1. Assign the number consisting of a prefix, a sequence number, and a letter suffix.<br />

Prefixes shall be as follows:<br />

Prefix Description Originator<br />

AP Application for Payment <strong>Bid</strong>der<br />

CO Change Order CMAR<br />

CMR Contract Modification Request <strong>Bid</strong>der or CMAR<br />

CTR Certified Test Report <strong>Bid</strong>der<br />

EIR Equipment Installation Report <strong>Bid</strong>der<br />

FO <strong>Field</strong> Order CMAR<br />

NBC Notification by CMAR <strong>Bid</strong>der<br />

O&M Operation & Maintenance Manuals <strong>Bid</strong>der<br />

PD Photographic Documentation <strong>Bid</strong>der<br />

RD Record Data <strong>Bid</strong>der<br />

RFI Request for Information <strong>Bid</strong>der<br />

SAM Sample <strong>Bid</strong>der<br />

SD Shop Drawing <strong>Bid</strong>der<br />

SCH Schedule of Progress <strong>Bid</strong>der<br />

2. Issue sequence numbers in chronological order for each type of submittal.<br />

3. Issue numbers for resubmittals that have the same number as the original submittal<br />

followed by an alphabetical suffix indicating the number of times the same submittal<br />

has been sent to the <strong>Bid</strong>der for processing. For example: SD-025-A represents Shop<br />

Drawing 25 and the letter "A" designates that this is the second time this submittal has<br />

been sent for review.<br />

4. Clearly note the submittal number on each page or sheet of the submittal.<br />

5. Correct assignment of numbers is essential since different submittal types are processed<br />

in different ways.<br />

D. Submit documents with uniform markings<br />

1. Mark submittals to:<br />

a. Indicate <strong>Bid</strong>der's corrections in blue. CMAR will use green to indicate corrections.<br />

b. Highlight items pertinent to the products being furnished in yellow and delete items<br />

that are not when the Supplier's standard drawings or information sheets are<br />

provided.<br />

c. Cloud items and highlight in yellow where selections by the CMAR, Engineer or<br />

Owner are required.<br />

d. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop<br />

Drawings.<br />

e. Provide a blank space 8" x 3" for <strong>Bid</strong>der’s, CMAR's and Engineer's stamp. <strong>Bid</strong>der<br />

may use a digital certification if this is preferred. The certification must bear a<br />

digital signature.<br />

Submittal Procedures – <strong>Bid</strong> <strong>Package</strong> #8 01 33 00-3<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


2. Define abbreviations and symbols used in Shop Drawings.<br />

a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings.<br />

b. Provide a list of abbreviations and their meaning as used in the Shop Drawings.<br />

c. Provide a legend for symbols used on Shop Drawings.<br />

E. Mark submittals to reference the Drawing number and/or section of the Specifications,<br />

detail designation, schedule or location that corresponds with the data submitted. Other<br />

identification may also be required, such as layout drawings or schedules to allow the<br />

reviewer to determine where a particular product is to be used.<br />

F. Deliver samples required by the Specifications to the project site. Provide a minimum of<br />

two samples.<br />

G. Construct mock-ups from the actual products to be used in construction per detailed<br />

Specifications.<br />

H. Submit color charts and Samples for every product requiring color, texture or finish<br />

selection.<br />

1. Submit all color charts and Samples at one time.<br />

2. Do not submit color charts and Samples until all record data have been submitted or<br />

Shop Drawings for the products have been approved.<br />

3. Submit color charts and Samples not less than thirty days prior to when these products<br />

are to be ordered or released for fabrication to comply with the schedule for<br />

construction of the Project.<br />

I. Submit Contract Modification Request per Section 01 31 13, Project Coordination to request<br />

modifications to the Contract Documents.<br />

1.05 REVIEW PROCEDURES<br />

A. Shop drawings are reviewed in the order received, unless <strong>Bid</strong>der request that a different<br />

priority be assigned.<br />

B. Mark a submittal as "Priority" to place the review for this submittal ahead of submittals<br />

previously delivered. Priority submittals will be reviewed before other submittals for this<br />

Project which have been received but not reviewed. Use discretion in the use of "Priority"<br />

submittals as this may delay the review of submittals previously submitted. Revise the<br />

Schedule of <strong>Bid</strong>der's Submittals for substantial deviations from the previous schedule.<br />

C. Review procedures vary with the type of submittal as described in Paragraph 1.06.<br />

1.06 SUBMITTAL REQUIREMENTS<br />

A. Shop Drawings are required for those products that cannot adequately be described in the<br />

Contract Documents to allow fabrication, erection or installation of the product without<br />

additional detailed information from the Supplier.<br />

1. Shop Drawings are requested so that the CMAR/Engineer can:<br />

a. Assist the Owner in selecting colors, textures or other aesthetic features.<br />

b. Compare the proposed features of the product with the specified features so as to<br />

advise the Owner that the product does, in general, conform to the Contract<br />

Documents.<br />

Submittal Procedures – <strong>Bid</strong> <strong>Package</strong> #8 01 33 00-4<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


c. Compare the performance features of the proposed product with those specified so<br />

as to advise the Owner that it appears that the product will meet the designed<br />

performance criteria.<br />

d. Review required certifications, guarantees, warranties, and service agreements for<br />

compliance with the Contract Documents.<br />

2. Certify that <strong>Bid</strong>der has reviewed the Shop Drawings and made all necessary corrections<br />

such that the products, when installed, will be in full compliance with the Contract<br />

Documents. Shop Drawings submitted without this certification will be returned<br />

without review.<br />

3. Submit Shop Drawings for:<br />

a. Products indicated in the submittal schedule following this section.<br />

b. When a substitution or equal product is proposed in accordance with Paragraph<br />

1.<strong>08</strong> of this Section.<br />

4. Include a complete description of the material or equipment to be furnished.<br />

Information is to include:<br />

a. Type, dimensions, size, arrangement, model number, and operational parameters of<br />

the components.<br />

b. Weights, gauges, materials of construction, external connections, anchors, and<br />

supports required.<br />

c. Performance characteristics, capacities, engineering data, motor curves, and other<br />

information necessary to allow a complete evaluation of mechanical components.<br />

d. All applicable standards such as ASTM or Federal specification numbers.<br />

e. Fabrication and installation drawings, setting diagrams, manufacturing instructions,<br />

templates, patterns, and coordination drawings.<br />

f. Wiring and piping diagrams and related controls.<br />

g. Mix designs for concrete, asphalt, or other materials proportioned for the Project.<br />

h. Complete and accurate field measurements for products which must fit existing<br />

conditions. Indicate on the submittal that the measurements represent actual<br />

dimensions obtained at the site.<br />

5. Provide all required statements of certification, guarantees, extended service<br />

agreements, and other related documents with the Shop Drawing. The effective date of<br />

these documents shall be the date of acceptance of the work by the Owner.<br />

6. Comments will be made on items called to the attention of the CMAR/Engineer for<br />

review and comment. Any marks made by the CMAR/Engineer do not constitute a<br />

blanket review of the submittal or relieve the <strong>Bid</strong>der from responsibility for errors or<br />

deviations from the Contract Documents.<br />

a. Submittals that are reviewed will be returned with one or more of the following<br />

designations:<br />

1) Approved - Submittal is found to be acceptable as submitted.<br />

2) Approved as Noted - Submittal is acceptable with corrections or notations made<br />

by Engineer and may be used as corrected.<br />

3) Revise and Resubmit - Submittal has deviations from the Contract Documents,<br />

significant errors, or is inadequate and must be revised and resubmitted for<br />

subsequent review.<br />

4) Not Approved - Products are not acceptable.<br />

b. Drawings with a significant or substantial number of markings by the <strong>Bid</strong>der may be<br />

marked "Approved as Noted" and "Revise and Resubmit.” These drawings are to be<br />

revised to provide a clean record of the submittal.<br />

Submittal Procedures – <strong>Bid</strong> <strong>Package</strong> #8 01 33 00-5<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


c. Dimensions or other data that do not appear to conform to the Contract Documents<br />

will be marked as "At Variance With" (AVW) the Contract Documents or other<br />

information provided. The <strong>Bid</strong>der is to make revisions as appropriate to comply<br />

with Contract Documents.<br />

B. Certifications, Warranties and Service Agreements include documents as specified in the<br />

detailed specifications, as shown in the submittal schedule or as follows:<br />

1. Certified Test Reports (CTR) - A report prepared by an approved testing agency giving<br />

results of tests performed on products to indicate their compliance with the<br />

specifications. Refer to Section 01 40 00, Quality Requirements.<br />

2. Certification of Local <strong>Field</strong> Service (CLS) - A certified letter stating that field service is<br />

available from a factory or supplier approved service organization located within a 300<br />

mile radius of the project site. List names, addresses, and telephone numbers of<br />

approved service organizations on or attach it to the certificate.<br />

3. Extended Warranty (EW) - A guarantee of performance for the product or system<br />

beyond the normal one year warranty described in the General Conditions. Issue the<br />

warranty certificate in the name of the Owner.<br />

4. Extended Service Agreement (ESA) - A contract to provide maintenance beyond that<br />

required to fulfill requirements for warranty repairs, or to perform routine maintenance<br />

for a definite period beyond the warranty period. Issue the service agreement in the<br />

name of the Owner.<br />

5. Certification of Adequacy of Design (CAD) - A certified letter from the manufacturer of<br />

the equipment stating that they have designed the equipment to be structurally stable<br />

and to withstand all imposed loads without deformation, failure, or adverse effects to<br />

the performance and operational requirements of the unit. The letter shall state that<br />

mechanical and electrical equipment is adequately sized to be fully operational for the<br />

conditions specified or normally encountered by the product's intended use.<br />

6. Certification of Applicator/Subcontractor (CSQ) - A certified letter stating that the<br />

Applicator or Subcontractor proposed to perform a specified function is duly designated<br />

as factory authorized and trained for the application of the specified product.<br />

C. Submit record data to provide information to allow the Owner to adequately identify the<br />

products incorporated into the project and allow replacement or repair at some future date.<br />

1. Provide record data for all products per the submittal schedule. Record data is not<br />

required for items for which Shop Drawings and/or operations and maintenance<br />

manuals are required.<br />

2. Provide information only on the specified products. Submit a Contract Modification<br />

Request for approval of deviations or substitutions and obtain approval by <strong>Field</strong> Order<br />

or Change Order prior to submitting record data.<br />

3. Provide the same information required for Shop Drawings.<br />

4. Record data will be received by the CMAR/Engineer, logged, and provided to Owner for<br />

the Project record.<br />

a. Record data may be reviewed to see that the information provided is adequate for<br />

the purpose intended. Inadequate drawings may be returned as unacceptable.<br />

b. Record data is not reviewed for compliance with the Contract Documents.<br />

Comments may be returned if deviations from the Contract Documents are noted<br />

during the cursory review performed to see that the information is adequate.<br />

Submittal Procedures – <strong>Bid</strong> <strong>Package</strong> #8 01 33 00-6<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


D. Provide Samples for comparison with products delivered to the Site for use on the Project.<br />

1. Samples shall be of sufficient size and quantity to clearly illustrate the functional<br />

characteristics of the product, with integrally related parts and attachment devices.<br />

2. Indicate the full range of color, texture, and patterns.<br />

3. Dispose of Samples when related Work has been completed and approved, and disposal<br />

is requested by the Engineer. At Owner's option Samples will become the property of<br />

the Owner.<br />

E. Construct mock-ups for comparison with the Work being performed.<br />

1. Construct mock-ups of the size or area indicated in the detailed Specifications.<br />

2. Construct mock-ups complete with texture and finish to represent the finished product.<br />

3. Protect mock-ups until Work has been completed and accepted by the Owner.<br />

4. Dispose of mock-ups when related Work has been completed and disposal is approved<br />

by the Engineer.<br />

F. Submit Operation and Maintenance manuals (O&M) for all equipment, mechanical devices,<br />

or components described in the Contract Documents per Section 01 78 23, Operation And<br />

Maintenance Data. Include copies of approved Shop Drawings in the manual.<br />

G. Submit Request for Information (RFI) in accordance with Section 01 31 13, Project<br />

Coordination.<br />

H. Submit a Schedule of Values and Application for Payment (AP) in accordance with Section<br />

01130, Payment Procedures.<br />

I. Submit Progress Schedules (SCH) in accordance with Section 01 32 16 <strong>Construction</strong> Progress<br />

Schedules.<br />

J. Submit Certified Test Reports (CTR) from independent testing laboratories in accordance<br />

with Section 01 40 00, Quality Requirements.<br />

1. Submit test reports for material fabricated for this project with Shop Drawings for that<br />

product.<br />

2. Submit test reports produced at the point of production for standard production<br />

products with the record data for that product.<br />

K. Submit Equipment Installation Reports (EIR) in accordance with Section 01 75 00, Starting<br />

And Adjusting.<br />

L. Submit Notifications by <strong>Bid</strong>der (NBC) in accordance with Section 01 31 13, Project<br />

Coordination.<br />

M. Submit Process Performance Bonds (PPB) in accordance with Section 00 73 00,<br />

Supplementary Conditions and the detailed equipment specifications. These bonds will not<br />

be required until notified by the CMAR.<br />

1.07 REQUESTS FOR DEVIATION<br />

A. Submit requests for deviation from the Contract Documents for any product that does not<br />

fully comply with the Contract Documents.<br />

B. Submit request by Contract Modification Request (CMR) per Section 01 31 13, Project<br />

Coordination. Identify the deviations and the reason the change is requested.<br />

Submittal Procedures – <strong>Bid</strong> <strong>Package</strong> #8 01 33 00-7<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


C. Include the amount if cost savings to the Owner for deviations that result in a reduction in<br />

cost.<br />

D. A Change Order or <strong>Field</strong> Order will be issued by the CMAR/Engineer for deviations approved<br />

by the Owner. Deviations from the Contract Documents may only be approved by Change<br />

Order or <strong>Field</strong> Order.<br />

1.<strong>08</strong> SUBMITTALS FOR EQUAL NON-SPECIFIED PRODUCTS<br />

A. The products of the listed suppliers are to be furnished where detailed specifications list<br />

several manufacturers but do not specifically list "or equal" or "or approved equal"<br />

products. Use of any products other than those specifically listed is a substitution and<br />

must be approved per Paragraph 1.09.<br />

B. <strong>Bid</strong>der may submit other manufacturers' products that are in full compliance with the<br />

specification where detailed specifications list one or more manufacturers followed by the<br />

phase "or equal" or "or approved equal.”<br />

1. Submit Shop Drawings of adequate detail to document that the proposed product is<br />

equal or superior to the specified product.<br />

2. Prove that the product is equal. It is not the CMAR/Engineer's responsibility to prove<br />

the product is not equal.<br />

a. Indicate on a point by point basis for each specified feature that the product is equal<br />

to the Contract Document requirements.<br />

b. Make a direct comparison with the specified manufacturer's published data sheets<br />

and available information. Provide this printed material with the submittal.<br />

c. The decision of the CMAR/Engineer regarding the acceptability of the proposed<br />

product is final.<br />

3. Provide a typewritten certification that, in furnishing the proposed product as an equal,<br />

the <strong>Bid</strong>der:<br />

a. Has thoroughly examined the proposed product and has determined that it is equal<br />

or superior in all respects to the product specified.<br />

b. Has determined that the product will perform in the same manner and result in the<br />

same process as the specified product.<br />

c. Will provide the same warranties and/or bonds as for the product specified.<br />

d. Will assume all responsibility to coordinate any modifications that may be necessary<br />

to incorporate the product into the construction and will waive all claims for<br />

additional Work which may be necessary to incorporate the product into the Project<br />

which may subsequently become apparent.<br />

e. Will maintain the same time schedule as for the specified product.<br />

4. A modification request is not required for any product that is in complete compliance<br />

with the Contract Documents.<br />

1.09 SUBMITTALS FOR SUBSTITUTIONS<br />

A. Substitutions are defined as any product that the <strong>Bid</strong>der proposes to provide for the<br />

Project in lieu of the specified product.<br />

B. Submit the following for consideration of approval of a Supplier or product which is not<br />

specified::<br />

Submittal Procedures – <strong>Bid</strong> <strong>Package</strong> #8 01 33 00-8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


1. Contract Modification Request for deviation from the Contract Documents per<br />

Paragraph 1.07.<br />

2. Prove that the product is acceptable as a substitute. It is not the CMAR/Engineer's<br />

responsibility to prove the product is not acceptable as a substitute.<br />

a. Indicate on a point by point basis for each specified feature that the product is<br />

acceptable to meet the intent of the Contract Documents requirements.<br />

b. Make a direct comparison with the specified Suppliers published data sheets and<br />

available information. Provide this printed material with the submittal.<br />

c. The decision of the CMAR/Engineer regarding the acceptability of the proposed<br />

substitute product is final.<br />

3. Provide a written certification that, in making the substitution request, the <strong>Bid</strong>der:<br />

a. Has determined that the substituted product will perform in substantially the same<br />

manner and result in the same ability to meet the specified performance as the<br />

specified product.<br />

b. Will provide the same warranties and/or bonds for the substituted product as<br />

specified or as would be provided by the Manufacturer of the specified product.<br />

c. Will assume all responsibility to coordinate any modifications that may be necessary<br />

to incorporate the substituted product into the project and will waive all claims for<br />

additional Work which may be necessary to incorporate the substituted product<br />

into the Project which may subsequently become apparent.<br />

d. Will maintain the same time schedule as for the specified product.<br />

C. Pay engineering cost for review of substitutions.<br />

1. Cost for additional review time will be billed to the Owner by the Engineer for the actual<br />

hours required for the review and marking of Shop Drawings by Engineer and in<br />

accordance with the rates listed in Paragraph SC-14.02, Section 00 73 00,<br />

Supplementary Conditions:<br />

2. Cost for the additional review shall be paid to the Owner by the <strong>Bid</strong>der on a monthly<br />

basis.<br />

1.10 WARRANTIES AND GUARANTEES<br />

A. Submit warranties and guarantees required by the Contract Documents with the Shop<br />

Drawings or record data.<br />

B. Provide additional copies for equipment and include this additional copy in the Operation<br />

and Maintenance Manuals. Refer to Section 01 78 23, Operation And Maintenance Data.<br />

C. Provide a separate manual for warranties and guarantees.<br />

1. Provide a log of all products for which warranties or guarantees are provided, and for all<br />

equipment. Index the log by Specification section number on forms provided by the<br />

Engineer.<br />

2. Indicate the start date, warranty or guarantee period and the date upon which the<br />

warranty or guarantee expires for products or equipment for which a warranty or<br />

guarantee is required.<br />

3. Indicate the date for the start of the correction period specified in the General<br />

Conditions for each piece of equipment and the date on which the specified correction<br />

period expires.<br />

4. Provide a copy of the warranty or guarantee under a tab indexed to the log.<br />

Submittal Procedures – <strong>Bid</strong> <strong>Package</strong> #8 01 33 00-9<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


1.11 RESUBMISSION REQUIREMENTS<br />

A. Make all corrections or changes in the submittals required by the CMAR/Engineer and<br />

resubmit until approved.<br />

B. For Shop Drawings:<br />

1. Revise initial drawings or data and resubmit as specified for the original submittal.<br />

2. Highlight in yellow those revisions which have been made in response to the first review<br />

by the CMAR/Engineer.<br />

3. Highlight in blue any new revisions which have been made or additional details of<br />

information that has been added since the previous review by the CMAR/Engineer.<br />

C. For Samples:<br />

1. Submit new Samples as required for the initial Sample.<br />

2. Remove Samples which have been rejected.<br />

D. For mock-ups:<br />

1. Construct a new mock-up as initially required.<br />

2. Dispose of mock-ups which have been rejected.<br />

E. Pay for excessive review of Shop Drawings.<br />

1. Excessive review of Shop Drawings is defined as any review required after the original<br />

review has been made and the first resubmittal has been checked to see that<br />

corrections have been made.<br />

2. Cost for additional review time will be billed to the Owner by the Engineer for the actual<br />

hours required for the review and marking of shop drawings by Engineer and in<br />

accordance with the rates listed in Paragraph SC-14.02, Section 00 73 00,<br />

Supplementary Conditions<br />

3. Pay cost for the additional review to the Owner on a monthly basis as billed by the<br />

Owner.<br />

4. Need for more than one resubmission or any other delay of obtaining CMAR/Engineer's<br />

review of submittals, will not entitle the <strong>Bid</strong>der to an extension of Contract Time. All<br />

costs associated with such delays shall be at the <strong>Bid</strong>der's expense.<br />

1.12 ENGINEER'S DUTIES<br />

A. Review the submittals and return with reasonable promptness but not more than 21<br />

calendar days.<br />

B. Affix stamp, indicate approval, rejection, and the need for resubmittal.<br />

C. Distribute documents<br />

END OF SECTION<br />

Submittal Procedures – <strong>Bid</strong> <strong>Package</strong> #8 01 33 00-10<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


Quality Requirements


01 40 00 QUALITY REQUIRMENTS<br />

1.00 GENERAL<br />

1.01 BIDDER'S RESPONSIBILITIES<br />

A. <strong>Bid</strong>der is solely responsible for implementing a quality control (QC) program on the Project<br />

to determine that the Project will meet the requirements of the Contract Documents when<br />

completed. The Owner/CMAR will conduct quality assurance (QA) testing independently of<br />

the <strong>Bid</strong>der to determine that the <strong>Bid</strong>der’s quality control is effective in meeting the<br />

requirements of the Contract Documents. The Owner/CMAR will provide or contract for,<br />

independently of the <strong>Bid</strong>der, the inspection services, the testing of construction materials<br />

engineering, and the verification testing services necessary for acceptance of the facility by<br />

the Owner/CMAR.<br />

B. Control the quality of the Work and verify that the Work meets the standards of quality<br />

established in the Contract Documents.<br />

1. Inspect the Work of the <strong>Bid</strong>der, Subcontractors and Suppliers. Correct defective Work.<br />

2. Inspect products and materials to be incorporated into the Project. Ensure that<br />

Suppliers of raw materials, parts, components, assemblies, and other products have<br />

adequate quality control system to ensure that quality products are produced. Provide<br />

only products that comply with the Contract Documents.<br />

3. Provide and pay for the services of an approved professional materials testing<br />

laboratory acceptable to the Owner/CMAR to insure that products proposed for use<br />

fully comply with the Contract Documents.<br />

4. Provide all facilities and calibrated equipment required for quality control tests.<br />

5. Provide consumable construction materials of adequate quality to provide a finished<br />

product that complies with the Contract Documents.<br />

6. Perform tests as indicated in this and other sections of the specifications. Schedule the<br />

time and sequence of testing with the CMAR/Engineer. All quality control testing is to<br />

be observed by the CMAR/Engineer or designated representative.<br />

7. Maintain complete inspection and testing records at the site and make them available<br />

to Owner, CMAR and Engineer.<br />

C. Should requirements of this Section of the specification conflict with the requirements of<br />

the technical specifications, the technical specifications shall govern.<br />

F. Cost for Quality Management as described in this section, with the exception of Owner<br />

provided Materials Testing are to be included in the <strong>Bid</strong>der’s Proposal for construction of<br />

<strong>Bid</strong> <strong>Package</strong> #8.<br />

1.<br />

1.02 QUALITY ASSURANCE ACTIVITIES BY THE OWNER<br />

A. Owner will provide and pay for resident representation services and for the services of an<br />

approved professional materials testing laboratory to insure that Work fully complies with<br />

the Contract Documents. The Owner will provide services of a testing laboratory capable of<br />

performing a full range of testing procedures complying with the standards for testing<br />

procedures specified and as identified.<br />

Quality Requirements – <strong>Bid</strong> <strong>Package</strong> #8 01 40 00‐1<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/28/2012


B. Provide labor, materials, tools, equipment, and related items for testing by the Owner, the<br />

CMAR, the Engineer or their Materials Testing laboratory including, but not limited to<br />

temporary construction required for testing and operation of new and existing utilities.<br />

Assist the Owner, CMAR, Engineer, and testing organizations in performing quality<br />

assurance activities.<br />

1. Provide access to the Work and to Subcontractor’s and Supplier's operations at all times<br />

Work is in progress.<br />

2. Cooperate fully in the performance of sampling, inspection, and testing.<br />

3. Furnish labor and facilities to:<br />

a. Provide access to the work to be tested.<br />

b. Obtain and handle samples for testing at the project site or at the source of the<br />

product to be tested.<br />

c. Facilitate inspections and tests.<br />

d. Provide adequate lighting to allow Owner observations.<br />

e. Store and cure test samples.<br />

4. Furnish copies of the tests performed on materials and products.<br />

5. Provide adequate quantities of representative product to be tested to the laboratory at<br />

the designated location.<br />

6. Give the CMAR/Engineer adequate notice before proceeding with work that would<br />

interfere with testing.<br />

7. Notify the CMAR/Engineer and the testing laboratory prior to the time that testing is<br />

required. Lead time is to be adequate to allow arrangements to be made for testing.<br />

8. Do not proceed with any work until testing services have been performed and results of<br />

tests indicate that the work is acceptable.<br />

9. Provide complete access to the Site and make Contract Documents available.<br />

10. Provide personnel and equipment needed to perform sampling or to assist in making<br />

the field tests.<br />

11. Quality assurance testing performed by the Owner will be paid for by the Owner, except<br />

for verification testing performed by the Owner, which shall be paid for by the <strong>Bid</strong>der as<br />

described in Paragraph 1.06.<br />

C. Quality assurance activities of the Owner, CMAR or Engineer through their own forces or<br />

through contracts with materials testing laboratories and survey crews are for the purpose<br />

of monitoring the results of the <strong>Bid</strong>der's work to see that it is in compliance with the<br />

requirements of the Contract Documents.<br />

D. <strong>Bid</strong>der may rely on the technical results of all tests provided, but interpretation of those test<br />

results will be provided by the CMAR/Engineer. Quality assurance activities of the Owner,<br />

CMAR and Engineer or non‐performance of quality assurance activities:<br />

1. Do not relieve the <strong>Bid</strong>der of its responsibility to perform Work and furnish materials and<br />

products and constructed Work conforming to the requirements of the Contract<br />

Documents.<br />

2. Do not relieve the <strong>Bid</strong>der of its responsibility for providing adequate quality control<br />

measures.<br />

3. Do not relieve the <strong>Bid</strong>der of responsibility for damage to or loss of the material, product<br />

or Work before Owner's acceptance.<br />

4. Do not constitute or imply Owner's acceptance.<br />

Quality Requirements – <strong>Bid</strong> <strong>Package</strong> #8 01 40 00‐2<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/28/2012


5. Do not affect the continuing rights of the Owner after Owner's acceptance of the<br />

completed Work.<br />

E. The presence or absence of the Owner's Resident Representative, CMAR or Engineer does<br />

not relieve the <strong>Bid</strong>der from any contract requirement, nor is the Owner's Resident<br />

Representative, CMAR or Engineer authorized to change any term or condition of the<br />

Contract Documents without the Owner's written authorization in a <strong>Field</strong> Order or Change<br />

Order.<br />

F. Failure on the part of the Owner, CMAR or Engineer to perform or test products or<br />

constructed works in no way relieves the <strong>Bid</strong>der of the obligation to perform work and<br />

furnish materials conforming to the Contract Documents.<br />

G. All materials and products are subject to CMAR/Owner's quality assurance observations or<br />

testing at any time during preparation or use. Material or products which have been tested<br />

or observed or approved by CMAR/Owner at a supply source or staging area may be reobserved<br />

or re‐tested by CMAR/Owner before or during or after incorporation into the<br />

Work, and rejected if they do not comply with the Contract Documents.<br />

1.03 SUBMITTAL PROCEDURES<br />

A. Submittal Procedures shall be in accordance with Section 01 33 00, Submittal Procedures,<br />

and shall include:<br />

1.04 STANDARDS<br />

1. A written Quality Management Plan that establishes the methods of assuring<br />

compliance with the Contract Documents. Submit this program as Record Data<br />

2. A Statement of Qualification for the proposed testing laboratory. The statement of<br />

qualifications is to include a list of the engineers and technical staff that will provide<br />

testing services on the Project, descriptions of the qualifications of these individuals, list<br />

of tests that can be performed, equipment used with date of last certification and a list<br />

of recent projects for which testing has been performed with references for those<br />

projects.<br />

3. Test reports per Paragraph 1.07, Test Reports of this specification. Reports are to certify<br />

that products or constructed Works are in full compliance with the Contract Documents<br />

or indicate that they are not in compliance and describe how they are not in<br />

compliance.<br />

4. Provide Certified Test Reports on materials or products to be incorporated into the<br />

Project. Reports are to indicate that material or products are in full compliance with the<br />

Contract Documents or indicate that they are not in compliance and describe how they<br />

are not in compliance.<br />

A. Provide a testing laboratory that complies with the ACIL (American Council of Independent<br />

Laboratories) "Recommended Requirements for Independent Laboratory Qualifications".<br />

B. Perform testing per recognized test procedures as listed in the various sections of the<br />

specifications, standards of the State Department of Highways and Public Transportation,<br />

American Society of Testing Materials (ASTM), or other testing associations. Perform tests<br />

in accordance with published procedures for testing issued by these organizations.<br />

Quality Requirements – <strong>Bid</strong> <strong>Package</strong> #8 01 40 00‐3<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/28/2012


1.05 DELIVERY AND STORAGE<br />

A. Handle and protect test specimens of products and construction materials at the Site in<br />

accordance with recognized test procedures.<br />

1.06 VERIFICATION TESTING<br />

B. Provide verification testing when tests indicate that materials or the results of construction<br />

activities are not in conformance with Contract Documents.<br />

C. Verification testing is to be provided at the <strong>Bid</strong>der's expense to verify products or<br />

constructed works are in compliance after corrections have been made.<br />

D. Tests must comply with recognized methods or with methods recommended by the testing<br />

laboratory and approved by the CMAR/Engineer.<br />

1.07 TEST REPORTS<br />

A. Test reports are to be prepared for all tests.<br />

1. Tests performed by testing laboratories may be submitted on their standard test report<br />

forms. These reports must include the following:<br />

a. Name of the Owner, project title and number, equipment installer and <strong>Bid</strong>der.<br />

b. Name of the laboratory, address, and telephone number.<br />

c. Name and signature of the laboratory personnel performing the test.<br />

d. Description of the product being sampled or tested.<br />

e. Date and time of sampling, inspection, and testing.<br />

f. Date the report was issued.<br />

g. Description of the test performed.<br />

h. Weather conditions and temperature at time of test or sampling.<br />

i. Location at the site or structure where the test was taken.<br />

j. Standard or test procedure used in making the test.<br />

k. A description of the results of the test.<br />

l. Statement of compliance or non‐compliance with the Contract Documents.<br />

m. Interpretations of test results, if appropriate.<br />

2. Submit reports on tests performed by <strong>Bid</strong>der or his suppliers or vendors on the forms<br />

provided by the CMAR.<br />

3. CMAR will provide test reports for tests provided by the Owner’s materials testing<br />

laboratory or by Engineer.<br />

B. Distribute copies of the test reports to the CMAR within 24 hours of completing the test.<br />

Flag tests reports with results that do not comply with Contract Documents for immediate<br />

attention.<br />

C. Payment for Work subject to testing may be withheld until the <strong>Bid</strong>der's quality control test<br />

reports of the Work are submitted to the CMAR/Owner's Resident Representative.<br />

1.<strong>08</strong> NON‐CONFORMING WORK<br />

A. Immediately correct any Work that is not in compliance with the Contract Documents or<br />

submit a written explanation of why the Work is not to be corrected immediately and when<br />

corrective to the Work will be performed.<br />

Quality Requirements – <strong>Bid</strong> <strong>Package</strong> #8 01 40 00‐4<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/28/2012


B. Payment for non‐conforming Work shall be withheld until Work is brought into compliance<br />

with the Contract Documents.<br />

1.09 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY<br />

A. The testing laboratory representatives are limited to providing consultation on the test<br />

performed and in an advisory capacity.<br />

B. The testing laboratory is not authorized to:<br />

1. Alter the requirements of the Contract Documents.<br />

2. Accept or reject any portion of the Work.<br />

3. Perform any of the duties of the <strong>Bid</strong>der.<br />

4. Stop the work.<br />

1.10 QUALITY MANAGEMENT PLAN<br />

A. Submit <strong>Bid</strong>der’s Quality Management Plan that identifies personnel, procedures, control,<br />

instructions, tests, records, and forms to be used. <strong>Construction</strong> will be permitted to begin<br />

only after acceptance of the Quality Management Plan or acceptance of an interim plan<br />

applicable to the particular feature of work to be started. Work outside of the features of<br />

work included in an accepted interim plan will not be permitted to begin until acceptance of<br />

a Quality Management Plan or another interim plan containing the additional features of<br />

work to be started.<br />

B. Coordination Meeting. After the Pre‐construction Meeting and before start of construction,<br />

the <strong>Bid</strong>der shall meet with the CMAR to discuss the CMAR's Quality Management Plan.<br />

During the meeting, a mutual understanding of the system details shall be developed,<br />

including the forms for recording the Quality Control operations, testing, administration of<br />

the system for both onsite and offsite work, and the interrelationship of CMAR's<br />

management and control with the Owner's Quality Assurance. Revise the Quality<br />

Management Plan to reflect comments and recommended changes resulting from this<br />

meeting.<br />

2.00 PRODUCTS<br />

2.01 TESTING APPARATUS<br />

A. Furnish testing apparatus and related accessories necessary to perform the tests.<br />

3.00 EXECUTION<br />

3.01 QUALITY CONTROL PROGRAM<br />

A. Perform quality control observations and testing as required in each section of the<br />

specifications and where indicated on the drawings.<br />

B. Provide a quality control program that includes the following phases for each definable<br />

Work task. A definable Work task one which is separate and distinct from other tasks, has<br />

separate control requirements, may be provided by different trades or disciplines, or may<br />

be work by the same trade in a different environment.<br />

Quality Requirements – <strong>Bid</strong> <strong>Package</strong> #8 01 40 00‐5<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/28/2012


1. Planning Phase. Perform the following before beginning each definable Work task:<br />

a. Review the contract drawings.<br />

b. Review submittals and determine that they are complete in accordance with the<br />

Contract Documents.<br />

c. Check to assure that all materials and/or equipment have been tested, submitted,<br />

and approved.<br />

d. Examine the work area to assure that all required preliminary work has been<br />

completed and complies with the Contract Documents.<br />

e. Examine required materials, equipment, and sample work to assure that they are on<br />

hand, conform to submittals, and are properly stored.<br />

f. Review requirements for quality control inspection and testing.<br />

g. Discuss procedures for controlling quality of the work. Document construction<br />

tolerances and workmanship standards for the Work task.<br />

h. Check that the portion of the plan for the Work to be performed incorporates<br />

submittal comments.<br />

i. Discuss results of planning with the CMAR/Engineer. Conduct a meeting attended<br />

by the CMAR’s quality control manager, the Engineer, superintendent, other quality<br />

control personnel as applicable, and the supervisor responsible for the Work task.<br />

Instruct applicable workers as to the acceptable level of workmanship required in<br />

order to meet the requirements of the Contract Documents. Document the results<br />

of the preparatory phase actions by separate meeting minutes prepared by the<br />

quality control manager and attached to the quality control report.<br />

j. Do not move to the next phase unless results of investigations required for the<br />

planning phase indicate that requirements have been met.<br />

2. Work Phase. Complete this phase after the Planning Phase:<br />

a. Notify the CMAR at least 24 hours in advance of beginning the Work and discuss the<br />

review of the planning effort to indicate that requirements have been met.<br />

b. Check the Work to ensure that it is in full compliance with the Contract Documents.<br />

c. Verify adequacy of controls to ensure full compliance with Contract Documents.<br />

Verify required control inspection and testing is performed.<br />

d. Verify that established levels of workmanship meet acceptable workmanship<br />

standards. Compare with required sample panels as appropriate.<br />

e. Repeat the initial phase for each new crew to work onsite, or any time acceptable<br />

specified quality standards are not being met.<br />

3. Follow‐up Phase. Perform daily checks to assure control activities, including control<br />

testing, are providing continued compliance with contract requirements:<br />

a. Make checks daily and record observations in the quality control documentation.<br />

b. Conduct follow‐up checks to correct all deficiencies prior to the start of additional<br />

Work tasks that may be affected by the defective Work. Do not build upon nor<br />

conceal non‐conforming work.<br />

c. Conduct a review of the Work one month prior to the expiration of the correction<br />

period prescribed in the General Conditions with the CMAR. Correct defects noted<br />

during the review.<br />

C. Conduct additional planning and review if:<br />

1. The quality of on‐going work is unacceptable<br />

Quality Requirements – <strong>Bid</strong> <strong>Package</strong> #8 01 40 00‐6<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/28/2012


2. Changes are made in applicable quality control staff, onsite production supervision or<br />

work crew<br />

3. Work on a task is resumed after a substantial period of inactivity<br />

4. Other quality problems develop.<br />

3.02 CAST‐IN‐PLACE CONCRETE TESTING<br />

A. Test cast‐in‐place concrete in accordance with Section 03 30 00 Cast‐In‐Place Concrete.<br />

3.03 PROTECTIVE COATINGS<br />

A. Test protective coatings per Section 09 91 00, Architectural Painting, 09 96 00.01, High‐<br />

Performance Coatings and Section 09 97 13, Pipeline Coatings and Linings<br />

3.04 LEAKAGE TESTS FOR STRUCTURES<br />

A. Test structures that will contain water on a full time or intermittent basis for leaks. Perform<br />

tests prior to installing equipment or materials within the structure. In the event that the<br />

structure fails to pass the test, drain the structure, repair the leaks, re‐fill, and re‐test the<br />

structure. Repeat tests until the structure passes the test. The CMAR/Owner may repeat<br />

the test at any time during the correction period established in the General Conditions.<br />

B. Test the structure for leakage using the following procedure:<br />

1. Determine the evaporation allowance for loss of water.<br />

a. Use a standard circular pan procedure established by the U.S. Weather Bureau to<br />

measure evaporation rate.<br />

b. Calculate evaporation allowance by multiplying the evaporation rate in gallons per<br />

24 hours per square foot of surface area by the open surface area of the water in<br />

the structure.<br />

2. Calculate the allowable leakage for the structure. Allowable leakage is calculated as<br />

0.03 gallons per square foot of concrete area in contact with the water per 24 hours.<br />

3. Fill the structure to the overflow level with water at a rate not to exceed 2 feet per hour.<br />

4. Allow the structure to set for a minimum of 72 hours.<br />

5. Observe the perimeter of the structure and identify all leaks.<br />

6. Repair structure walls and floors where leaks have been identified.<br />

7. Mark the water level at the structure wall. Measure the fall in water level over a 24‐<br />

hour period to the nearest 1/8 inch at least twice a day to determine the quantity of<br />

water lost. Provide a stilling well for measurement if required to allow accurate<br />

measurement.<br />

8. Calculate the amount of water lost during this time.<br />

9. Compare the amount of water lost to the allowable loss.<br />

C. Drain the structure, determine the sources of leakage and repair if the amount of water lost<br />

exceeds the allowable leakage plus the evaporation allowance.<br />

3.05 PIPING SYSTEMS<br />

A. Test Requirements<br />

1. Perform test on piping systems including piping installed between or connected to<br />

existing pipe.<br />

Quality Requirements – <strong>Bid</strong> <strong>Package</strong> #8 01 40 00‐7<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/28/2012


2. Conduct tests on buried pipe to be hydrostatically tested after the trench is completely<br />

backfilled. If field conditions permit and if approved by the CMAR/Engineer, partially<br />

backfill the trench and leave the joints open for inspection and conducting of the initial<br />

service leak test. Do not conduct the acceptance test until backfilling is complete.<br />

3. Pneumatically test the buried piping and expose joints of the buried piping for the<br />

acceptance test.<br />

4. Conduct the test on exposed piping after the piping is completely installed, including<br />

supports, hangers, and anchors, but prior to insulation and coating application.<br />

5. Do not perform testing on pipe with concrete thrust blocking until the concrete has<br />

cured at least five days.<br />

6. Determine and remedy the cause of the excessive leakage for any pipe failing to meet<br />

the specified requirements for water or air tightness.<br />

7. Tests must be successfully completed and reports filed before piping is accepted.<br />

8. Submit a comprehensive plan and schedule for testing to the CMAR/Engineer for review<br />

at least 10 days prior to starting each type of testing.<br />

9. Remove and dispose of temporary blocking material and equipment after completion<br />

and acceptance of the piping test.<br />

10. Repair any damage to the pipe coating.<br />

11. Clean pipelines so they are totally free flowing prior to final acceptance.<br />

12. Test piping independently from tests on structures.<br />

13. Test method and test pressure depend upon the application of the piping.<br />

a. Pressure pipe is defined as piping that is part of a pumped or pressurized system.<br />

Perform test for pressure pipe per the procedures indicated in Paragraph B of this<br />

section.<br />

b. Gravity pipe is defined as piping that depends upon the force of gravity for flow<br />

through the pipe, with the exception of process piping described in paragraph d.<br />

Perform test for gravity pipe per the procedures indicated in Paragraph C, D, or E of<br />

this section.<br />

c. Chemical processing lines are to be tested as pressure pipe regardless of the<br />

operating conditions. The test pressure is to be 1.5 times the pressure rating of the<br />

pipe.<br />

d. Process piping between hydraulic structures is to be considered as pressure pipe.<br />

Perform the test for this pipe per Paragraph B of this section. The test pressure is to<br />

be the maximum hydrostatic head plus 10 feet. The maximum hydrostatic head is<br />

the difference in elevation of the pipe at its lowest point and the maximum top of<br />

the wall<br />

B. Pressure And Leakage Tests Of Pressure Piping<br />

1. Perform hydrostatic pressure and leakage tests using methods, and per performance<br />

requirements of Section 5 of AWWA C600 regardless of pipe material tested.<br />

a. The pressure required for hydrostatic pressure test shall be 50 percent above the<br />

normal working pressure. If the normal working pressure cannot be determined,<br />

use the pipe pressure rating as the normal working pressure.<br />

b. Provide temporary plugs and blocking necessary to maintain the required test<br />

pressure. Where piping is cast in the walls for a structure, brace the walls prior to<br />

testing as required to prevent load of test pressure from being imposed upon the<br />

structure.<br />

Quality Requirements – <strong>Bid</strong> <strong>Package</strong> #8 01 40 00‐8<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/28/2012


c. Provide corporation cocks at least 3/4 inch in diameter, pipe riser, and angle globe<br />

valves at each pipe dead‐end in order to bleed air from the line.<br />

d. Duration of pressure test shall be at least 24 hours.<br />

e. Repair any visible leaks regardless of the total leakage shown by the test.<br />

f. Repair pipelines which fail to meet the test and retest as necessary until the results<br />

conform to the test requirements.<br />

g. Remove and replace defective materials, pipes, valves, and accessories.<br />

h. Test the pipelines in sections by shutting valves or installing temporary plugs as<br />

necessary.<br />

i. Fill the pipeline with water and remove the air.<br />

j. Maintain the test pressure in the pipe for the entire test period by means of a force<br />

pump.<br />

k. Accurately measure the water required to maintain the pressure. The amount of<br />

water required is a measure of the leakage.<br />

2. The maximum allowable leakage is determined by the following formula:<br />

⁄ <br />

<br />

Equation<br />

Term<br />

Represents<br />

Measure<br />

L Maximum allowable leakage gallons per hour<br />

S Length of pipe tested feet<br />

D Nominal diameter of the pipe inches<br />

P Test pressure pounds per square inch gauge<br />

F<br />

Pipe factor<br />

Use 148,000 Ductile Iron Pipe and PVC Pipe.<br />

Use 133,200 for all other pipe types.<br />

a. Leakage is defined as the volume of water provided to maintain the test pressure<br />

after the pipe has been filled with water, the air expelled and the pipe brought to<br />

test pressure.<br />

b. Pipe with visible leaks or leakage exceeding the maximum allowable leakage is<br />

considered defective and must be corrected.<br />

C. Hydrostatic Leak Test‐Gravity Flow Sewer Lines<br />

1. Perform hydrostatic leak tests after backfilling.<br />

2. The length of the pipe to be tested shall be such that the head over the crown of the<br />

upstream end is not less than 2 feet or 2 feet above the ground water level whichever is<br />

higher and the head over the downstream crown is not more than 6 feet.<br />

3. Plug the pipe by pneumatic bags or mechanical plugs so that the air can be released<br />

from the pipe while it is being filled with water.<br />

Quality Requirements – <strong>Bid</strong> <strong>Package</strong> #8 01 40 00‐9<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/28/2012


4. Continue the test for one hour and make provisions for measuring the amount of water<br />

required to maintain the water at a constant level during this period.<br />

5. Remove the jointing material, and remake the joint if any joint shows any visible leakage<br />

or infiltration.<br />

6. Remove and replace any defective or broken pipes.<br />

7. Determine the maximum allowable leakage or infiltration by the following formula:<br />

<br />

<br />

126720<br />

Equation<br />

Term<br />

Represents<br />

Measure<br />

L Maximum allowable leakage gallons per hour<br />

S Length of pipe tested feet<br />

D Nominal diameter of the pipe inches<br />

C<br />

Infiltration / exfiltration rate<br />

Use 50 for C outside of 25 year floodplain.<br />

Use 10 for C within 25 year floodplain.<br />

8. Determine the rates of infiltration by means of V‐Notch weirs, pipe spigot, or plugs in<br />

the end of the pipe. Methods, times, and locations are subject to the Engineer's<br />

approval.<br />

9. Pipe with visible leaks or infiltration or exceeds the maximum allowable leakage or<br />

infiltration is considered defective and must be corrected.<br />

D. Low Pressure Air Test‐ Gravity Flow Sewer Lines<br />

1. Use air test in lieu of the hydrostatic test if desired, or if pipeline grades do not allow<br />

filling the entire pipeline segment or manhole to the indicated depth.<br />

2. Perform low‐pressure air tests, using equipment specifically designed and manufactured<br />

for the purpose of testing sewer pipelines using low‐pressure air. Test is to conform to<br />

procedure described in ASTM F1417 except for testing times. The following test times<br />

are required:<br />

Pipe Diameter<br />

(inches)<br />

Minimum Time<br />

(seconds)<br />

Length for<br />

Minimum Time<br />

(feet)<br />

Time for<br />

Long Length<br />

(seconds)<br />

6 340 398 0.855 (L)<br />

8 454 298 1.520 (L)<br />

10 567 239 2.374 (L)<br />

12 680 199 3.419 (L)<br />

15 850 159 5.342 (L)<br />

18 1020 133 7.693 (L)<br />

21 1190 114 10.471 (L)<br />

Quality Requirements – <strong>Bid</strong> <strong>Package</strong> #8 01 40 00‐10<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/28/2012


24 1360 100 13.676 (L)<br />

27 1530 88 17.309 (L)<br />

30 1700 80 21.369 (L)<br />

33 1870 72 25.856 (L)<br />

a. Provide the equipment with an air regulator valve or air safety valve set to an<br />

internal air pressure in the pipeline that cannot exceed 6 psig.<br />

b. Pass air through a single control panel.<br />

c. Provide pneumatic plugs that have a sealing length equal to or greater than the<br />

circumference of the pipe to be tested.<br />

d. Provide pneumatic plugs that resist internal test pressures without requiring<br />

external bracing or blocking.<br />

e. Provide an air compressor of adequate capacity for charging the system.<br />

3. Perform air test only on lines less than 36 inch diameter. Air tests for pipes larger than<br />

36 inch may be air tested at each joint.<br />

4. Check connections for leakage with a soap solution. Release the air pressure, repair the<br />

leak, and retest with soap solution until results are satisfactory, before resuming air test<br />

if leaks are found,.<br />

5. Determine the shortest allowable time for the pressure to drop from 3.5 pounds per<br />

square inch to 2.5 pounds per square inch by the following formula:<br />

0.<strong>08</strong>50<br />

<br />

Equation<br />

Term<br />

T<br />

Represents<br />

Time for the pressure to drop 1.0<br />

pound per square inch gauge<br />

Measure<br />

seconds<br />

K Factor equal to 0.000419DL, but not less than 1.0<br />

D<br />

L<br />

Q<br />

Average inside diameter of the<br />

inches<br />

pipe<br />

Length of line of the same pipe<br />

feet<br />

size<br />

Rate of loss. Use 0.0015 cubic feet per minute per<br />

square foot of internal surface<br />

E. AIR TEST FOR INDIVIDUAL JOINTS<br />

1. Lines 36 inch and larger may be tested at individual joints.<br />

2. The shortest allowable time for the pressure to drop from 3.5 pounds per square inch<br />

gauge to 2.5 pounds per square inch gauge is 10 seconds for all pipe sizes.<br />

F. DEFLECTION TESTING FOR PIPE<br />

1. Perform deflection tests on flexible and semi‐rigid pipe in accordance with TCEQ<br />

Requirements.<br />

Quality Requirements – <strong>Bid</strong> <strong>Package</strong> #8 01 40 00‐11<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/28/2012


a. The maximum allowable deflection of pipe measured as the reduction in vertical<br />

inside diameter is 5.0 percent unless specified otherwise.<br />

b. Conduct test after the final backfill has been in place a minimum of 30 days.<br />

c. Thoroughly clear the lines before testing.<br />

2. Perform test by pulling a properly sized mandrel through the line. Measure deflection<br />

from the inside the pipe.<br />

3. Excavate and repair pipe with deflections in excess of the maximum allowable<br />

deflection.<br />

G. MANHOLE TESTING<br />

Test manholes for leakage separately and independently of the wastewater lines by<br />

hydrostatic exfiltration testing, vacuum testing or other approved methods acceptable to<br />

TCEQ. Test manholes after installation with all connections (existing and/or proposed) in<br />

place. Plug lift holes with an approved non‐shrink grout prior to testing. Install dropconnections<br />

and gas sealing connections prior to testing.<br />

1. Vacuum Test – Temporarily plug lines entering the manhole with the plugs braced to<br />

prevent them from being drawn into the manhole. Install plugs in the lines beyond<br />

drop‐connections, gas sealing connections, etc. Place the test head inside the frame at<br />

the top of the manhole and inflate in accordance with the manufacturer’s<br />

recommendations. Draw a vacuum of 10 inches of mercury, then turn off the vacuum<br />

pump. Read the level of vacuum after the required test time with the valve closed. The<br />

manhole will pass the test if the drop in the level is less than 1 inch of mercury (final<br />

vacuum greater than 9 inches of mercury). The required test time for 48 inch, 60 inch,<br />

and 72 inch manholes with depths up to 30 feet is two minutes. Test times for<br />

manholes of greater size and depths will be determined by the Engineer.<br />

2. Manhole Repairs – Manholes will be accepted in accordance with the criteria above.<br />

Repair any manhole which fails the initial test with non‐shrink grout or other suitable<br />

material as determine for the material from which the manhole is constructed. Retest<br />

the manhole as described above until a successful test is achieved. Remove all<br />

temporary plugs and grout after a successful test.<br />

H. TESTS FOR PLUMBING DRAINAGE AND VENT SYSTEMS<br />

1. Plug openings as necessary.<br />

2. Test drainage and venting systems by filling piping with water to the level of the highest<br />

vent stack for 30 minutes.<br />

3. Make the examination for leakage at joints and connections.<br />

4. Test fail if there is any drop in water level.<br />

3.06 ELECTRICAL TESTING<br />

A. Qualifications<br />

1. Perform testing using qualified personnel with a minimum of five years' experience<br />

installing and testing electrical equipment and machinery, unless otherwise specified.<br />

2. Use testing firms or individuals to perform tests that have not provided services or<br />

materials used on the Project or are otherwise related or affiliated with other CMARs or<br />

Suppliers for this project unless permitted by the CMAR/Owner.<br />

B. Report Forms<br />

Quality Requirements – <strong>Bid</strong> <strong>Package</strong> #8 01 40 00‐12<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/28/2012


Complete appropriate test report neatly and in ink for the items being tested. Note listed<br />

data that is not applicable or cannot be obtained as "N/A" or document with an explanation<br />

for the omission. Incomplete test forms will not be witnessed by the CMAR. Repeat tests<br />

not accepted. Substitute forms recording similar data and test equipment as that specified<br />

may be used if approved by the CMAR.<br />

C. Test Equipment<br />

1. Provide test equipment and materials necessary to perform the requested tests.<br />

2. Test equipment and apparatus shall be appropriate for the full range and duration of<br />

the test to be performed.<br />

3. Demonstrate that the test equipment is functioning properly, prior to the<br />

commencement of the test. Suspend the test and repair or replace the equipment if<br />

test equipment fails during any portion of a test. Repeat the test in its entirety or as<br />

otherwise required by the CMAR.<br />

4. Provide a copy of the test equipment calibration certificate to the CMAR prior to the<br />

commencement of the test. Provide test equipment that has been calibrated with six<br />

months of the date of the test using methods approved by the National Institute of<br />

Standards and Technology.<br />

D. Execution<br />

1. Make appropriate repairs or replacements if the circuit, equipment or machinery being<br />

tested does not pass. Repeat test as directed by the CMAR.<br />

2. The more rigid requirement prevail if test procedures or equipment conflicts occur<br />

between the various sections and/or Supplier’s recommendations.<br />

E. Electrical Cable<br />

1. Communication Cable And Conductors ‐ Submit test forms to the Owner's for approval<br />

prior to performing the following tests:<br />

a. Test shielded pair, telephone, paging, signaling and computer cables for continuity,<br />

short circuits and grounds with a low voltage source, not to exceed the insulation<br />

rating of the conductors or jacket.<br />

b. Test fiber‐optic cable between terminating ends for each circuit per the Supplier’s<br />

recommendation. Cables, splices (where permitted), and connectors shall be tested<br />

for continuity, band width (maximum), and attenuation losses.<br />

2. 600 Volt Cable And Conductors:<br />

a. Test power and control conductors rated at 600 volts with an insulation resistance<br />

tester at 1,000 volts, with respect to ground, and at 1,000 volts with respect to all<br />

other conductors in each circuit.<br />

b. Verify suitable ground connections are provided and maintained throughout the<br />

test.<br />

c. Perform tests and record results as required by the "600 Volt Cable Test Report" or<br />

form provided by the CMAR/Engineer.<br />

d. Test each circuit and record the results for continuity between terminating ends<br />

with a low voltage source.<br />

3. 5kv Cable And Conductors:<br />

Quality Requirements – <strong>Bid</strong> <strong>Package</strong> #8 01 40 00‐13<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/28/2012


a. Perform insulation resistance test on 5KV cable for insulation resistance tested at<br />

2,500 volts with respect to ground and at 2,500 volts with respect to all other<br />

conductors in each circuit.<br />

b. H‐Pot test 5KV cables incrementally to 25 KVDC for 15 minutes per ANSI/IEE STD<br />

400. Record leakage current in the spaces provided, at the time intervals shown, on<br />

the "Medium Voltage Cable Test Report." Do not exceed the cable Supplier’s<br />

maximum test values or procedures.<br />

c. Perform Individual conductor resistance tests and recorded results. Test each<br />

circuit for continuity between terminations ends and record the test results.<br />

Provide additional tests and checks as requested by the Supplier.<br />

4. 15kv Cable And Conductors:<br />

a. Perform insulation resistance test on 15KV cable at 2500 volts with respect to all<br />

other conductors in each circuit.<br />

b. H‐Pot test 15KV cable incrementally to 55KVDC for 15 minutes per ANSI/IEE STD.<br />

400. Record leakage current at the time interval, shown, on the "Medium Voltage<br />

Cable Test Report." Do not exceed the cable Supplier's recommended maximum<br />

test values or procedures. Perform individual conductor resistance tests and record<br />

the results. Test each circuit for continuity between terminating ends and record<br />

the results. Provide additional tests and checks as required by the Supplier.<br />

F. Switchgear<br />

1. Test electrical switchgear and electrical devices and controls mounted on or in the<br />

switchgear in accordance with the "Switchgear Test Report" form.<br />

2. Record the following information and attach to the test report:<br />

a. Resistance reading across joints of each horizontal and vertical bus.<br />

b. Verify proper operation of electrical, mechanical and keyed interlocking systems.<br />

c. Operate devices at both their open and closed states. Operate stored energy<br />

devices mechanically and electrically as applicable. Operate remotely controlled<br />

devices from their remote location.<br />

d. Verify proper operation of draw‐out circuit breakers and switches. Remove and reinstall<br />

each unit. Verify proper operation of shutters and barriers.<br />

e. Disconnect electrical and electronic sensing and protective devices not rated to<br />

withstand insulation resistance test potentials. Reconnect the devices before<br />

energizing the switchgear.<br />

f. Perform insulation resistance tests at the test voltages shown below for the<br />

following equipment. Do not exceed the Supplier's recommended maximum test<br />

values or procedures.<br />

Equipment Rating<br />

Test Voltage<br />

0‐250 VOLTS 500 VOLTS<br />

251‐600 VOLTS 1,000 VOLTS<br />

601‐5,000 VOLTS 2,500 VOLTS<br />

5,001‐15,000 VOLTS 2,500 VOLTS<br />

15,001‐39,000 VOLTS 5,000 VOLTS<br />

g. Provide additional tests and checks as recommended by the Supplier before<br />

energizing.<br />

Quality Requirements – <strong>Bid</strong> <strong>Package</strong> #8 01 40 00‐14<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/28/2012


h. Energize switchgear. Measure and record instrument indications for no load and<br />

connected load conditions.<br />

G. Transformers<br />

1. Test single and three phase, liquid filled and dry transformers rated 5KVA and larger in<br />

accordance with the "Transformer Test Report," form.<br />

2. Record the following information and attach to the test report.<br />

a. Verify proper operation of all fans, alarms, and other auxiliary and monitoring<br />

devices.<br />

b. Verify "tap changer" operation, if applicable, in all positions. Set and secure "tap<br />

changer" to position recommended by the Engineer or Engineer.<br />

c. Obtain insulating liquid sample from all liquid filled transformers. Submit sample to<br />

testing laboratory, approved by the Owner for analysis. Perform standard insulating<br />

liquid tests as required by the Engineer or Engineer. Deliver test results to the<br />

Owner within 30 days after sampling.<br />

d. Perform insulation resistance tests at the test values shown below for the following<br />

equipment.<br />

e. Perform tests from each winding to ground and winding to winding. Primary and<br />

secondary sections shall be tested separately.<br />

f. Do not exceed the Supplier's recommended maximum test values or procedures.<br />

H. Motors<br />

Transformer Coil Rating<br />

Test Voltage<br />

0‐600 VOLTS 1,000 VOLTS<br />

601‐5,000 VOLTS 2,500VOLTS<br />

5,001‐15,000VOLTS<br />

5,000 VOLTS<br />

15,001‐39,000 VOLTS 10,000 VOLTS<br />

g. Provide additional tests and checks as recommended by the Supplier before<br />

energizing.<br />

h. Energize transformer. Measure and record primary and secondary volts and amps<br />

under no load and connected load conditions.<br />

1. Test electric motors in accordance with the "Motor Start‐Up Report" form.<br />

2. Check and record motor winding continuity phase to phase with a low voltage source.<br />

3. Check and record motor winding insulation resistance, each phase with respect to<br />

ground, at the test values shown below for A.C. induction motors per REF. IEEE Standard<br />

43.<br />

4. Do not exceed the Supplier's recommended maximum test values or procedures.<br />

Motor Voltage Rating (Volts)<br />

Test Voltage<br />

250V and below 500<br />

above 250 V 1,000<br />

2,360 Volt ‐ 3 Phase Per Manufacturer’s start‐up<br />

instructions or as otherwise directed<br />

by the Engineer.<br />

Quality Requirements – <strong>Bid</strong> <strong>Package</strong> #8 01 40 00‐15<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/28/2012


4,160 Volt ‐ 3 Phase Per Manufacturer’s start‐up<br />

instructions or as otherwise directed<br />

by the Engineer.<br />

5. Check and record motor circuit voltage before starting motor.<br />

6. Verify operation of motor space heater if applicable.<br />

7. Provide additional tests and checks as recommended by the Supplier before energizing.<br />

8. Start motor and verify immediately correct shaft rotation.<br />

9. Check and record motor running volts and amps.<br />

10. Verify correct operation of all interlocking and protective devices.<br />

4.00 SUBMERSIBLE PUMPS<br />

4.01 SUMMARY<br />

A. Section Includes<br />

1. Quality control and control of installation.<br />

2. Tolerances.<br />

3. References.<br />

4. Labeling.<br />

5. Testing and inspection services.<br />

6. Electrical Testing<br />

7. Manufacturers' field services.<br />

8. Examination.<br />

9. Preparation.<br />

4.02 QUALITY CONTROL AND CONTROL OF INSTALLATION<br />

A. Monitor quality control over suppliers, manufacturers, products, services, site conditions,<br />

and workmanship, to produce Work of specified quality.<br />

B. Comply with manufacturers' instructions, including each step in sequence.<br />

C. When manufacturers' instructions conflict with Contract Documents, request clarification<br />

from Engineer before proceeding.<br />

D. Comply with specified standards as minimum quality for the Work except where more<br />

stringent tolerances, codes, or specified requirements indicate higher standards or more<br />

precise workmanship.<br />

E. Perform Work by persons qualified to produce required and specified quality.<br />

F. Verify field measurements are as indicated on Shop Drawings or as instructed by<br />

manufacturer.<br />

G. Secure products in place with positive anchorage devices designed and sized to withstand<br />

stresses, vibration, physical distortion, or disfigurement.<br />

Quality Requirements – <strong>Bid</strong> <strong>Package</strong> #8 01 40 00‐16<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/28/2012


4.03 TOLERANCES<br />

A. Monitor fabrication and installation tolerance control of products to produce acceptable<br />

Work. Do not permit tolerances to accumulate.<br />

B. Comply with manufacturers' tolerances. When manufacturers' tolerances conflict with<br />

Contract Documents, request clarification from Engineer before proceeding.<br />

C. Adjust products to appropriate dimensions; position before securing products in place.<br />

4.04 REFERENCES<br />

A. For products or workmanship specified by association, trade, or other consensus standards,<br />

comply with requirements of standards, except when more rigid requirements are specified<br />

or are required by applicable codes.<br />

B. Conform to reference standard by date of issue current on date of Owner‐Contractor<br />

Agreement, except where specific date is established by code.<br />

C. Obtain copies of standards where required by product specification sections.<br />

D. When specified reference standards conflict with Contract Documents, request clarification<br />

from Engineer before proceeding.<br />

E. Neither contractual relationships, duties, nor responsibilities of parties in Contract or those<br />

of Engineer shall be altered from Contract Documents by mention or inference otherwise in<br />

reference documents.<br />

4.05 LABELING<br />

A. Attach label from agency approved by authority having jurisdiction for products, assemblies,<br />

and systems required to be labeled by applicable code.<br />

B. Label Information: Include manufacturer's or fabricator's identification, approved agency<br />

identification, and the following information, as applicable, on each label.<br />

1. Model number.<br />

2. Serial number.<br />

3. Performance characteristics.<br />

4.06 TESTING AND INSPECTION SERVICES<br />

A. Employ and pay for services of an independent testing agency or laboratory acceptable to<br />

Owner to perform specified testing.<br />

1. Prior to or at the Pre‐<strong>Construction</strong> meeting, submit testing laboratory name, address,<br />

and telephone number, and names of full‐time registered Engineer and responsible<br />

officer.<br />

Quality Requirements – <strong>Bid</strong> <strong>Package</strong> #8 01 40 00‐17<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/28/2012


2. Submit copy of report of laboratory facilities inspection made by Materials Reference<br />

Laboratory of National Bureau of Standards during most recent inspection, with<br />

memorandum of remedies of deficiencies reported by inspection.<br />

B. The independent firm will perform tests, inspections, and other services specified in<br />

individual specification sections and as required by Engineer.<br />

1. Laboratory: Authorized to operate at Project location.<br />

2. Laboratory Staff: Maintain full‐time specialist on staff to review services.<br />

3. Testing Equipment: Calibrated at reasonable intervals with devices of an accuracy<br />

traceable to National Bureau of Standards or accepted values of natural physical<br />

constants.<br />

C. Testing, inspections and source quality control may occur on or off project site. Perform<br />

off‐site testing as required by Engineer or Owner.<br />

D. Reports will be submitted by independent firm to Engineer, Contractor, and authority<br />

having jurisdiction, indicating observations and results of tests and indicating<br />

compliance or non‐compliance with Contract Documents.<br />

1. Submit final report indicating correction of Work previously reported as non‐compliant.<br />

E. Cooperate with independent firm; furnish samples of materials, design mix, equipment,<br />

tools, storage, safe access, and assistance by incidental labor as requested.<br />

1. Notify Engineer and independent firm 48 hours prior to expected time for operations<br />

requiring services.<br />

2. Make arrangements with independent firm and pay for additional samples and tests<br />

required for Contractor's use.<br />

F. Testing and employment of testing agency or laboratory shall not relieve Contractor of<br />

obligation to perform Work in accordance with requirements of Contract Documents.<br />

G. Re‐testing or re‐inspection required because of non‐conformance to specified<br />

requirements shall be performed by same independent firm on instructions by Engineer.<br />

Re‐testing will be at Contractor’s expense.<br />

H. Agency Responsibilities:<br />

1. Test samples of mixes submitted by Contractor.<br />

2. Provide qualified personnel at site. Cooperate with Engineer and Contractor in<br />

performance of services.<br />

3. Perform specified sampling and testing of products in accordance with specified<br />

standards.<br />

4. Ascertain compliance of materials and mixes with requirements of Contract Documents.<br />

5. Promptly notify Engineer and Contractor of observed irregularities or non‐conformance<br />

of Work or products.<br />

6. Perform additional tests required by Engineer.<br />

7. Attend preconstruction meetings and progress meetings.<br />

Quality Requirements – <strong>Bid</strong> <strong>Package</strong> #8 01 40 00‐18<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/28/2012


I. Agency Reports: After each test, promptly submit one copy of report to Engineer,<br />

Contractor, and authority having jurisdiction. When requested by Engineer, provide<br />

interpretation of test results. Include the following:<br />

1. Date issued.<br />

2. Project title and number.<br />

3. Name of inspector.<br />

4. Date and time of sampling or inspection.<br />

5. Identification of product and specifications section.<br />

6. Location in Project.<br />

7. Type of inspection or test.<br />

8. Date of test.<br />

9. Results of tests.<br />

10. Conformance with Contract Documents.<br />

J. Limits On Testing Authority:<br />

1. Agency or laboratory may not release, revoke, alter, or enlarge on requirements of<br />

Contract Documents.<br />

2. Agency or laboratory may not approve or accept any portion of the Work.<br />

3. Agency or laboratory may not assume duties of Contractor.<br />

4. Agency or laboratory has no authority to stop the Work.<br />

END OF SECTION<br />

Quality Requirements – <strong>Bid</strong> <strong>Package</strong> #8 01 40 00‐19<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/28/2012


Temporary Facilities and Controls


01 50 00 TEMPORARY FACILITIES AND CONTROLS<br />

1.00 GENERAL<br />

1.01 WORK INCLUDED<br />

A. Furnish temporary facilities, storage sheds, and temporary utilities needed to complete the<br />

Work.<br />

B. Cost for Temporary Facilities and Controls as described in this section and provided by<br />

Suppliers and Subcontractors as described in this section are to be included in the BIDDER’s<br />

proposal. BIDDER efforts are included in the <strong>Bid</strong> <strong>Package</strong> #8 proposal.<br />

1.02 DELIVERY AND STORAGE<br />

A. Arrange transportation, loading, and handling of temporary buildings and sheds.<br />

1.03 JOB CONDITIONS<br />

A. Locate buildings and sheds at the job site as indicated or as approved by the Owner.<br />

B. Prepare the site by removing trees, brush, or debris and performing demolition or grubbing<br />

needed to clear a space adequate for the structures.<br />

C. Pay for the utilities used by temporary facilities during construction.<br />

D. Provide each temporary service and facility ready for use at each location when the service<br />

or facility is first needed to avoid delay in the performance of the work. Maintain, expand as<br />

required, and modify temporary services and facilities as needed throughout the progress of<br />

the work.<br />

E. Remove services and facilities when approved by the CMAR/Engineer.<br />

F. Operate temporary facilities in a safe and efficient manner.<br />

1.04 OPTIONS<br />

1. Restrict loads on temporary services or facilities to within their designed or designated<br />

capacities.<br />

2. Provide sanitary conditions. Prevent public nuisance, or hazardous conditions from<br />

developing or existing at the site.<br />

3. Prevent freezing of pipes, flooding, or the contamination of water.<br />

4. Maintain site security and protection of the facilities.<br />

A. <strong>Field</strong> offices may be prefabricated buildings on skids or mobile trailers.<br />

B. Storage sheds may be prefabricated buildings on skids or truck trailers.<br />

1.05 TEMPORARY OFFICE AND STORAGE BUILDINGS<br />

A. Furnish office and storage buildings of adequate size to store any materials or equipment<br />

delivered to the site that might be affected by weather.<br />

Temporary Facilities and Controls –<strong>Bid</strong> <strong>Package</strong> #8 01 50 00-1<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


1.06 TEMPORARY SANITARY FACILITIES<br />

A. Provide sanitary facilities at the job site from the commencement of the project until project<br />

conclusion. Maintain these facilities in a clean and sanitary condition at all times, and<br />

comply with the requirements of the local health authority. On large sites, provide portable<br />

toilets at such locations that no point in the site shall be more than 600 feet from a toilet.<br />

B. Use these sanitary facilities. Do not use rest rooms within existing or Owner - occupied<br />

buildings.<br />

1.07 TEMPORARY HEAT<br />

A. Provide heating devices needed to protect the building during construction.<br />

1. Provide fuel needed to operate the heating devices.<br />

2. Attend heating devices at all times they are in operation, including overnight<br />

operations.<br />

1.<strong>08</strong> TEMPORARY UTILITIES<br />

A. Provide the temporary utilities for administration, construction, testing, disinfection, and<br />

start-up of the Work, including electrical power, water, and telephone. Pay all costs<br />

associated with furnishing temporary utilities.<br />

2.00 EXECUTION<br />

1. Provide a source of temporary electrical power of adequate size for the construction<br />

procedures as applicable.<br />

2. Provide temporary water. Obtain potable water as required. Non-potable water may<br />

be used for hydraulic testing of basins. Pay all water costs for construction, testing,<br />

disinfection, and start-up of the Work.<br />

2.01 LOCATION OF TEMPORARY FACILITIES<br />

A. Locate all temporary facilities in areas approved by the Owner/Engineer. Construct and<br />

install signs at locations approved by the Owner. Install informational signs so they are<br />

clearly visible.<br />

2.02 PROJECT IDENTIFICATION AND SIGNS<br />

2.03 TEMPORARY LIGHTING<br />

A. Provide temporary lighting inside the building once buildings are weatherproof.<br />

B. Lighting shall be adequate to perform work within any space.<br />

1. Lights shall be left in position in such a manner that every space has temporary light at<br />

all times.<br />

2. Temporary lights may be removed once the permanent lighting is in service.<br />

C. Provide portable flood lights at any time that work will be performed outside the structure<br />

at night. Provide adequate lighting to provide sufficient light at any location work is being<br />

performed.<br />

Temporary Facilities and Controls –<strong>Bid</strong> <strong>Package</strong> #8 01 50 00-2<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


D. Work outside the hours or 7:00 am. to 6:00 pm. will not normally be permitted. Obtain<br />

prior authorization from the Owner and Resident Project Representative for any night work<br />

required for Critical Work items identified in Section 01 35 00, Special Procedures.<br />

2.04 DRINKING WATER<br />

A. Provide field offices with potable water for BIDDER's employees.<br />

B. Pay for services and maintain daily.<br />

2.05 REMOVAL OF TEMPORARY FACILITIES<br />

A. Remove temporary buildings, sheds, and utilities at the conclusion of the project and<br />

restore the site to original condition or finished in accordance with the drawings.<br />

B. Remove informational signs upon completion of construction.<br />

C. Remove project identification signs, framing, supports, and foundations upon completion of<br />

the project.<br />

END OF SECTION<br />

Temporary Facilities and Controls –<strong>Bid</strong> <strong>Package</strong> #8 01 50 00-3<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


Temporary Controls


01 57 00 TEMPORARY CONTROLS<br />

1.00 GENERAL<br />

1.01 WORK INCLUDED<br />

A. Provide labor, materials, equipment and incidentals necessary to construct temporary<br />

facilities to provide and maintain control over environmental conditions at the Site. Remove<br />

temporary facilities when no longer needed.<br />

B. Construct temporary impounding works, channels, diversions, furnishing and operation of<br />

pumps, installing piping and fittings, and other construction for control of conditions at the<br />

Site. Remove temporary controls at the end of the Project.<br />

C. Provide a Storm Water Pollution Prevention Plan in accordance with TCEQ General Permit<br />

TXR150000, file required legal notices and obtain required permits prior to beginning any<br />

construction activity.<br />

D. Provide labor, materials, equipment, and incidentals necessary to prevent storm water<br />

pollution for the duration of the Project. Provide and maintain erosion and sediment<br />

control structures as required to preventive sediment and other pollutants from the Site<br />

from entering any storm water system, including open channels. Remove pollution control<br />

structures when no longer required to prevent storm water pollution.<br />

E. Cost for Temporary Controls as described in this section and provided by Suppliers and<br />

Subcontractors as described in this section are to be included in the Cost of Work. BIDDER’s<br />

efforts are include in the <strong>Bid</strong> Proposal.<br />

1.02 QUALITY ASSURANCE<br />

A. Construct and maintain temporary controls with adequate workmanship using durable<br />

materials to provide effective environmental management systems meeting the<br />

requirements of the Contract Documents and requiring minimal maintenance that will<br />

disrupt construction activities while providing adequate protection of the environment.<br />

B. Periodically inspect systems to determine that they are meeting the requirements of the<br />

Contract Documents.<br />

1.03 SUBMITTALS<br />

A. Provide copies of notices, records and reports required the Contract Document or<br />

regulations as Record Data in accordance with Section 01 33 00, Submittal Procedures.<br />

B. Provide documents requiring approval by the Owner, CMAR or Engineer as Shop Drawings in<br />

accordance with Section 01 33 00, Submittal Procedures.<br />

1.04 STANDARDS<br />

A. Provide a storm water pollution prevention plan that complies with Laws and Regulations.<br />

Comply with all requirements of the Texas Commission on Environmental Quality General<br />

Permit (TXR150000) for storm water discharges from construction activities under the Texas<br />

Pollutant Discharge Elimination System (TPDES) program.<br />

Temporary Controls –<strong>Bid</strong> <strong>Package</strong> #8 01 57 00-1<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


B. Perform Work to comply with “Best Practice” as established by the <strong>North</strong> Central Texas<br />

Council Of Governments (NCTCOG) integrated Storm Water Management (iSWM) Design<br />

Manual for <strong>Construction</strong> or the local agency of jurisdiction.<br />

1.05 PERMITS<br />

A. Submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer<br />

System (MS4) receiving construction site discharge from the Site:<br />

a. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity.<br />

<strong>Construction</strong> activity may commence 24 hours after the submittal of an electronic NOI.<br />

b. Notice of Change (NOC) letter when relevant facts or incorrect information was<br />

submitted in the NOI, or if relevant information in the NOI changes during the course of<br />

construction activity.<br />

c. Notice of Termination (NOT) when the construction project has been completed and<br />

stabilized.<br />

B. Post a copy of the NOI at the construction site in a location where it is readily available for<br />

viewing by the general public and Local, State, and Federal authorities prior to starting<br />

construction activities and maintain the posting until completion of the construction<br />

activities.<br />

C. Maintain copies of a schedule of major construction activities, inspection reports, and<br />

revision documentation with the storm water pollution prevention plan (SWPPP) required<br />

under the TPDES General Permit (TXR150000) for Storm Water Discharges from<br />

<strong>Construction</strong> Activities for all projects.<br />

1.06 STORM WATER POLLUTION CONTROL<br />

A. Comply with the current requirements of TPDES General Permit No. TXR15000 (General<br />

Storm Water Permit) set forth by the Texas Commission on Environmental Quality for the<br />

duration of the Project:<br />

1. Develop a Storm Water Pollution Prevention Plan meeting all requirements of the<br />

General Storm Water Permit.<br />

2. Submit of a Notice of Intent to the Texas Commission on Environmental Quality.<br />

3. Develop and implement appropriate Best Management Practices as established by local<br />

agencies of jurisdiction.<br />

4. Provide all monitoring and/or sampling required for reporting to the Texas Commission<br />

on Environmental Quality<br />

5. Submit reports to the Texas Commission on Environmental Quality as required as a<br />

condition of the permit<br />

6. Submit copies of the reports to the <strong>Construction</strong> Manager as Record Data in accordance<br />

with Section 01300 Submittals<br />

7. Retain copies of these documents on site at all times for review and inspection by the<br />

Owner or regulatory agencies. Post a copy of the permit as required by regulations.<br />

8. Pay all costs associated with complying with the provisions of the General Storm Water<br />

Permit. Assume solely responsible for implementing, updating, and modifying the<br />

General Storm Water Permit per regulatory requirements the Storm Water Pollution<br />

Prevention Plan and Best Management Practices.<br />

Temporary Controls –<strong>Bid</strong> <strong>Package</strong> #8 01 57 00-2<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


B. Use forms required by the Texas Commission on Environmental Quality to file the Notice of<br />

Intent. Submit the Notice of Intent at least two days prior to the start of construction.<br />

Develop the Storm Water Pollution Prevention Plan prior to submitting the Notice of Intent.<br />

Provide draft copies of the Notice of Intent, Storm Water Pollution Prevention Plan, and any<br />

other pertinent Texas Commission on Environmental Quality submittal documents to Owner<br />

for review prior to submittal to the Texas Commission on Environmental Quality.<br />

C. Return any property disturbed by construction activities to either specified conditions or<br />

pre-construction conditions as set forth in the Contract Documents. Provide an overall<br />

erosion and sedimentation control system that will protect all undisturbed areas and soil<br />

stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques<br />

to control erosion and sedimentation and maintain these practices and techniques in<br />

effective operating condition during construction. Permanently stabilize exposed soil and fill<br />

as soon as practical during the Work.<br />

D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures<br />

for furnishing, installing, and maintaining erosion and sedimentation control structures and<br />

procedures and overall compliance with the General Storm Water Permit. Modify the<br />

system as required to effectively control erosion and sediment.<br />

E. Retain copies of reports required by the General Storm Water Permit for three years from<br />

date of final completion.<br />

1.07 POLLUTION CONTROL<br />

A. Prevent the contamination of soil, water or atmosphere by the discharge of noxious<br />

substances from construction operations. Provide adequate measures to prevent the<br />

creation of noxious air-borne pollutants. Prevent dispersal of pollutants into the<br />

atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or<br />

sewers, nor allow noxious liquids to contaminate public waterways in any manner.<br />

B. Provide equipment and personnel and perform emergency measures necessary to contain<br />

any spillage.<br />

1. Contain chemicals in protective areas and do not dump on soil. Dispose of such<br />

materials at off-Site locations in an acceptable manner.<br />

2. Excavate contaminated soil and dispose at an off-Site location if contamination of the<br />

soil does occur. Fill resulting excavations with suitable backfill and compact to the<br />

density of the surrounding undisturbed soil.<br />

3. Provide documentation to the Owner/CMAR/Engineer which states the nature and<br />

strength of the contaminant, method of disposal, and the location of the disposal Site.<br />

4. Comply with local, State and Federal regulations regarding the disposal of pollutants.<br />

C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge,<br />

or sludge-contaminated soil is considered contaminated. Contaminated water must not be<br />

allowed to enter streams or water courses, leave the Site in a non-contained form or enter<br />

non-contaminated areas of the Site.<br />

1. Pump contaminated water to holding ponds constructed by the BIDDER for this<br />

purpose, or discharge to areas on the interior of the Site, as designated by the<br />

CMAR/Engineer.<br />

Temporary Controls –<strong>Bid</strong> <strong>Package</strong> #8 01 57 00-3<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


2. Construct temporary earthen dikes or take other precautions and measures as required<br />

to contain the contaminated water and pump to a designated storage area.<br />

3. Wash any equipment used for handling contaminated water or soil within contaminated<br />

areas three times with uncontaminated water prior to using such equipment in an<br />

uncontaminated area. Dispose of wash water used to wash such equipment as<br />

contaminated water.<br />

1.<strong>08</strong> EARTH CONTROL<br />

A. Remove excess soil, spoil materials and other earth not required for backfill at the time of<br />

generation Control stock pile material to eliminate interference with CMAR and Owner's<br />

operations.<br />

B. Dispose of excess earth off the Site. Pay cost for disposal unless otherwise noted. Provide<br />

written approval by the property owner for all disposal on private property, and approval by<br />

the Owner if such disposal affects the use of Site or other easements.<br />

1.09 MANAGEMENT OF WATER<br />

A. Manage water resulting from rains or ground water at the Site. Maintain trenches and<br />

excavations free of water at all times.<br />

B. Lower the water table in the construction area by acceptable means if necessary to maintain<br />

a dry and workable condition at all times. Provide drains, sumps, casings, well points, and<br />

other water control devices as necessary to remove excess water.<br />

C. Provide continuous operation of water management actions. Maintain standby equipment<br />

to provide proper and continuous operation for water management.<br />

D. Ensure that water drainage does not damage adjacent property. Divert water into the same<br />

natural watercourse in which its headwaters are located, or other natural stream or<br />

waterway as approved by the Owner. Assume responsibility for the discharge of water from<br />

the Site.<br />

E. Remove the temporary construction and restore the Site in a manner acceptable to the<br />

Engineer and to match surrounding material at the conclusion of the Work,<br />

2.00 PRODUCTS<br />

2.01 MATERIALS<br />

A. Provide materials meeting regulatory requirements.<br />

3.00 EXECUTION<br />

3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS<br />

A. Construct temporary controls in accordance with regulatory requirements.<br />

B. Maintain controls in accordance with regulatory requirements were applicable, or in<br />

accordance with the requirements of the Contract Documents.<br />

Temporary Controls –<strong>Bid</strong> <strong>Package</strong> #8 01 57 00-4<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


C. Remove temporary control when no longer required, but before the Project is complete.<br />

Correct any damage or pollution that occurs as the result of removing controls before the<br />

point where they are no longer required.<br />

END OF SECTION<br />

Temporary Controls –<strong>Bid</strong> <strong>Package</strong> #8 01 57 00-5<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


Product Requirements


01 60 00 PRODUCT REQUIREMENTS<br />

1.00 GENERAL<br />

1.01 WORK INCLUDED<br />

A. Provide products for this project that comply with the requirements of this section. Specific<br />

requirements of the detailed equipment specification govern in the case of a conflict with<br />

the requirements of this Section.<br />

B. Comply with applicable specifications and standards.<br />

C. Comply with size, make, type, and quality specified or as modified per Section 01 31 13,<br />

Project Coordination.<br />

1.02 QUALITY ASSURANCE<br />

A. Design Criteria<br />

1. Assume responsibility for the design of the products to include structural stability and<br />

operational capability.<br />

2. Design members to withstand all loads imposed by installation, erection, and operation<br />

of the product without deformation, failure, or adversely affecting the operational<br />

requirements of the product. Size and strength of materials for structural members are<br />

specified as minimums only.<br />

3. Design mechanical and electrical components for all loads, currents, stresses, and wear<br />

imposed by start-up and normal operations of the equipment without deformation,<br />

failure, or adversely affecting the operation of the unit. Mechanical and electrical<br />

components specified for equipment are specified as the minimum acceptable for the<br />

equipment.<br />

B. Coordination<br />

1. Provide coordination of the entire project, including verification that structures, piping,<br />

and equipment components to be furnished and installed for this project are<br />

compatible.<br />

2. Determine that the equipment furnished for this project is compatible with the Contract<br />

Document requirements and with the equipment and materials furnished by others.<br />

3. Electrical components provided for equipment shall comply with all provisions of the<br />

Contract Documents.<br />

4. Protective coatings and paints applied to equipment shall be fully compatible with the<br />

final coatings to be field applied in accordance with the Contract Documents.<br />

C. Adaptation Of Equipment<br />

1. Drawings and specifications are prepared for the specified products. Make<br />

modifications to incorporate the products into the project at no cost to the Owner, if a<br />

substitution for a product is requested and approved in accordance with Section 01 31<br />

13, Project Coordination.<br />

2. Do not provide a product with a physical size that exceeds the available space.<br />

Consideration may be given to the acceptance of these products or equipment if the<br />

Product Requirement – <strong>Bid</strong> <strong>Package</strong> #8 01 60 00-1<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


1.03 SUBMITTALS<br />

<strong>Bid</strong>der assumes all costs necessary to incorporate the item and the CMAR/Engineer<br />

approves such revisions.<br />

3. Coordinate electrical requirements for the products to be installed in the project,<br />

including revisions in electrical equipment components wiring and other factors<br />

necessary to incorporate the component.<br />

A. Provide Submittals in accordance with Section 01 33 00, Submittal Procedures, and shall<br />

include:<br />

1.04 STANDARDS<br />

1. Certificates of Adequacy of Design, as described in Section 01 33 00, Submittal<br />

Procedures;<br />

2. Equipment Installation Reports per Section 01 75 00, Starting and Adjusting;<br />

3. Other documentation as required by detailed equipment specifications.<br />

A. The applicable industry standards referenced in Specifications shall apply as if written here<br />

in its entirety.<br />

B. Except where otherwise indicated, structural and miscellaneous fabricated steel used in<br />

items of equipment shall conform to the Standards of the American Institute of Steel<br />

<strong>Construction</strong>.<br />

1.05 GUARANTEES AND WARRANTIES<br />

A. Guarantee and or Warranty products furnished by the <strong>Bid</strong>der under this contract against:<br />

1. Faulty or inadequate design,<br />

2. Improper assembly or erection,<br />

3. Defective workmanship or materials,<br />

4. Leakage, breakage, or other failure.<br />

B. Guarantee and or Warranty the products installed under this contract, including products<br />

furnished by the Owner, against leakage, breakage, or other failure due to improper<br />

assembly or erection and against improper installation of the equipment. The guarantee<br />

and or warranty period shall be as defined in the General Conditions. Individual specification<br />

sections may have more stringent warranty requirements than stated in the General<br />

Conditions The most stringent warranty will be required in the event of any difference in the<br />

two aforementioned locations.<br />

2.00 PRODUCTS<br />

2.01 MATERIALS<br />

A. Design, fabricate, assemble, deliver and install according to normally accepted engineering<br />

and shop practices, except where a higher standard of quality is required by the Contract<br />

Documents.<br />

B. Manufacture like parts of duplicate units to standard sizes and gages. Like parts are to be<br />

interchangeable.<br />

Product Requirement – <strong>Bid</strong> <strong>Package</strong> #8 01 60 00-2<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


C. Two or more items of the same kind are to be identical and made by the same Supplier.<br />

D. Provide products suitable for the intended service.<br />

E. Adhere to the equipment capacities, sizes, and dimensions indicated by the Contract<br />

Documents.<br />

F. Do not use products for any purpose other than that for which it is designed.<br />

G. Provide new products unless previously used products are specifically allowed in the<br />

Contract Documents.<br />

H. Equipment shall not have been in service at any time prior to delivery, except as required by<br />

tests.<br />

I. Materials shall be suitable for service conditions.<br />

J. Iron castings shall be tough, close-grained gray iron free from blowholes, flaws, or excessive<br />

shrinkage and shall conform to ASTM A48.<br />

K. Structural members shall be considered as subject to shock or vibratory loads.<br />

L. Unless otherwise indicated, steel which will be submerged, all or in part, during normal<br />

operation of the equipment shall be at least 1/4 inch thick. All edges are to be chamfered to<br />

preclude any sharp exposed edges.<br />

2.02 ELECTRIC MOTORS<br />

A. Unless otherwise required by the detailed equipment specifications, motors furnished with<br />

equipment shall comply with the following requirements:<br />

1. Motors shall be designed and applied in compliance with NEMA, ANSI, IEEE, and AFBMA<br />

standards and the NEC for the specific duty imposed by the driven equipment.<br />

2. Where frequent starting occurs, motors shall be designed for frequent starting duty<br />

equivalent to the duty service required by the driven equipment.<br />

3. Unless recognized and defined by the standards and codes for intermittent duty as a<br />

standard industry practice, motors shall be rated for continuous duty at 40 degrees C<br />

ambient. Motor temperature rise above 40 degrees C ambient on continuous operation<br />

at nameplate horsepower shall not exceed the NEMA limit.<br />

4. Motors shall be designed to start with appropriate starter or variable speed drive..<br />

5. Motor bearing life shall be based upon the actual operating load conditions imposed by<br />

the driven equipment.<br />

6. Motors shall be sized for the altitude at the location where the equipment is to be<br />

installed.<br />

7. Motors with 1.0 service factor shall not be loaded more than 87 percent of the<br />

nameplate horsepower. Motors with a 1.15 service factor shall not be loaded more<br />

than 100 percent of the nameplate horsepower.<br />

8. Where the detailed specifications call for encapsulated motor windings, the following<br />

process shall be used:<br />

a. After stator assembly, the stator assembly shall be sealed vacuum-pressure<br />

impregnation (VPI) of epoxy resin. The stator shall receive two VPI treatments, each<br />

treatment consisting of a dip followed by an oven bake. After the final cure, the<br />

stator assembly shall receive a final (third) coating of a durable epoxy varnish to<br />

Product Requirement – <strong>Bid</strong> <strong>Package</strong> #8 01 60 00-3<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


further protect against dust, moisture, and a chemical degradation. The windings<br />

shall comply with the latest applicable provisions of NEMA MG1.<br />

9. Motors shall have a clamp-type grounding terminal inside the motor conduit box.<br />

10. Motors with external conduit boxes shall have oversized conduit boxes.<br />

11. Maximum starting current shall be per NEMA MG1, Class H.<br />

12. Efficiency shall be per NEMA MG1 for Premium efficiency motors.<br />

13. Minimum insulation shall be Type F.<br />

14. Motors shall be random wound with copper coils.<br />

15. Motors located in a hazardous location shall be rated for the appropriate classification.<br />

B. It is intended that the Supplier use his standard motor on integrally constructed motor<br />

driven equipment such as appliances, hand tools, etc., which would otherwise require<br />

redesign of the complete unit in order to provide a motor having the specified features.<br />

C. Unless otherwise required by the detailed equipment specifications, motors within the<br />

horsepower ranges indicated below shall be rated and constructed as follows:<br />

1. Below 1/2 HP:<br />

a. 115 volt, 60 hz, single-phase.<br />

b. Dripproof in clean and dry locations; TEFP in all other locations.<br />

c. Permanently lubricated sealed bearings.<br />

d. Built-in manual-reset thermal protector; or furnished with integrally mounted<br />

stainless steel enclosed manual motor-overload switch.<br />

2. 1/2 to 1 HP:<br />

a. 230/460 volt, 60 hz, three phase.<br />

b. Dripproof in clean and dry locations; TEFC in all other locations.<br />

c. Permanently lubricated sealed bearings.<br />

3. 1-1/2 HP and Above:<br />

a. 230/460 [2<strong>08</strong>] volt, 60 hz, three phase.<br />

b. Dripproof in clean and dry locations; TEFC in all other locations.<br />

c. Oil or grease lubricated anti-friction or oil lubricated sleeve bearings.<br />

d. Vertical motors shall have fifteen year average life thrust bearings.<br />

D. Motors with horsepower ratings of 15 horsepower or greater shall be provided with space<br />

heaters to operate on 120 volt single-phase service.<br />

2.03 EQUIPMENT APPURTENANCES<br />

A. Cover belt or chain drives, fan blades, couplings, and other moving or rotating parts on all<br />

sides by a safety guard.<br />

1. Fabricate safety guards from 16 USS gage or heavier galvanized or aluminum-clad sheet<br />

steel or 1/2" mesh galvanized expanded metal.<br />

2. Design guards for easy installation and removal.<br />

3. Provide galvanized supports and accessories for each guard.<br />

4. Provide stainless steel bolts and hardware.<br />

5. Provide safety guards in outdoor locations designed to prevent the entrance of rain and<br />

dripping water.<br />

2.04 ANCHOR BOLTS<br />

Product Requirement – <strong>Bid</strong> <strong>Package</strong> #8 01 60 00-4<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


A. Provide suitable anchor bolts for each product.<br />

B. Provide anchor bolts, with templates or setting drawings, sufficiently early to permit setting<br />

the anchor bolts when the structural concrete is placed.<br />

C. Provide two nuts for each bolt.<br />

D. Provide anchor bolts for products mounted on baseplates that are long enough to permit 1 -<br />

1/2" of grout beneath the baseplate and to provide adequate anchorage into structural<br />

concrete.<br />

E. Provide stainless steel anchor bolts, nuts, and washers.<br />

2.05 SPECIAL TOOLS AND ACCESSORIES<br />

A. Furnish tools, instruments, lifting and handling devices, and accessories necessary for proper<br />

maintenance and adjustment that are available only from the Supplier or are not commonly<br />

available.<br />

2.06 EQUIPMENT IDENTIFICATION PLAQUES<br />

A. Provide a plaque for each piece of equipment in accordance with Section 40 05 53,<br />

Identification For Process Piping And Equipment.<br />

2.07 LUBRICATION SYSTEMS FOR EQUIPMENT<br />

A. Provide equipment lubricated by systems which:<br />

1. Require attention no more frequently than weekly during continuous operation.<br />

2. Do not require attention during start-up or shutdown.<br />

3. Do not waste lubricants.<br />

B. Provide lubricants to fill lubricant reservoirs and to replace lubricant consumed during<br />

testing, start-up, and operation prior to acceptance of equipment by the Owner.<br />

2.<strong>08</strong> INSULATION OF PIPING<br />

A. Insulate all piping on or related to equipment as required to prevent freezing under any<br />

condition. Insulate piping per the Supplier's written instruction or per Section 23 07 19-<br />

HVAC Piping whichever is more stringent.<br />

3.00 EXECUTION<br />

3.01 LUBRICATION<br />

A. Lubricate all products provided or installed for this <strong>Bid</strong> Proposal, including products<br />

furnished by the Owner, per the Supplier's written recommendations until the product is<br />

accepted by the Owner.<br />

END OF SECTION<br />

Product Requirement – <strong>Bid</strong> <strong>Package</strong> #8 01 60 00-5<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


Execution and Closeout<br />

Requirements


01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS<br />

1.00 GENERAL<br />

1.01 WORK INCLUDED<br />

Comply with requirements of the General Conditions and specified administrative procedures in<br />

closing out the <strong>Construction</strong> Contract.<br />

1.02 SUBMITTALS<br />

Submit affidavits and releases on forms Provided by the CMAR/Engineer.<br />

1.03 SUBSTANTIAL COMPLETION<br />

A. Submit written notification that the work or designated portion of the work is substantially<br />

complete to the CMAR when the work is considered to be substantially complete per the<br />

General Conditions. Include a list of the items remaining to be completed or corrected<br />

before the project will be considered to be complete.<br />

B. CMAR/Engineer shall visit the project site to observe the work within a reasonable time<br />

after notification is received to determine the status of completion.<br />

C. CMAR shall issue notification to the <strong>Bid</strong>der that the work is either substantially complete or<br />

that additional work must be performed before the project may be considered substantially<br />

complete.<br />

1. CMAR shall notify the <strong>Bid</strong>der in writing of items that must be completed before the<br />

project can be considered substantially complete.<br />

a. Correct the noted deficiencies in the work.<br />

b. Issue a second written notice with a revised list of deficiencies when work has been<br />

completed.<br />

c. CMAR/Engineer shall revisit the site and the procedure shall begin again.<br />

2. Engineer shall issue a tentative Certificate of Substantial Completion to the Owner when<br />

the project is considered to be substantially complete. Certificate shall include a<br />

tentative list of items to be corrected before final payment.<br />

a. Owner will review and revise the list of items and notify the CMAR/Engineer of any<br />

objections or other items that are to be included in the list.<br />

b. Engineer shall prepare and send to the CMR a definite Certificate of Substantial<br />

Completion with a revised tentative list of items to be corrected or completed.<br />

c. Review the list and notify the CMAR/Engineer in writing of any objections within 10<br />

days of receipt of Certificate of Substantial Completion.<br />

1.04 FINAL INSPECTION<br />

A. Submit written certification in the form provided by the Engineer when the project is<br />

complete and:<br />

1. Contract Documents have been reviewed.<br />

2. Work has been completed in compliance with the Contract Documents.<br />

3. Equipment and systems have been tested per Contract Documents and are fully<br />

operational.<br />

Execution and Closeout Requirements - <strong>Bid</strong> <strong>Package</strong> #8 01 70 00-1<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> well <strong>Field</strong><br />

5/24/2012


4. Final Operations and Maintenance Manuals have been provided to the Owner and all<br />

operator training has been completed.<br />

5. Specified spare parts and special tools have been provided.<br />

6. Work is complete and ready for final inspection.<br />

B. CMAR/Engineer shall make an inspection with the Owner and appropriate regulatory<br />

agencies to determine the status of completeness within a reasonable time after the receipt<br />

of the Certificate.<br />

C. CMAR shall issue notice that the project is complete or notify the <strong>Bid</strong>der that work is not<br />

complete or is defective.<br />

1. Submit the request for final payment with closeout submittals described in Paragraph<br />

1.07 if notified that the project is complete and the work is acceptable.<br />

2. Upon receipt of notification from the CMAR/Engineer that work is incomplete or<br />

defective, take immediate steps to remedy the stated deficiencies. Send a second<br />

certification to the CMAR when work has been completed or corrected.<br />

3. CMAR/Engineer shall re-visit the site and the procedure will begin again.<br />

1.05 REINSPECTION FEES<br />

A. Pay fees to the Owner to compensate the Engineer for reinspection of the work required by<br />

the failure of the work to comply with the claims of status of completion made by the<br />

Biodder.<br />

B. CMAR may withhold the amount of these fees from the <strong>Bid</strong>der's final payment.<br />

C. Cost for additional inspections will be billed to the <strong>Bid</strong>der by the CMAR for the actual hours<br />

required for the inspection and preparation of related reports in accordance with the rates<br />

provided in the Supplemental Conditions.<br />

1.06 CLOSEOUT SUBMITTALS TO THE CMAR<br />

A. Record Drawings per Section 01 31 00, Project Coordination.<br />

B. Keys and keying schedule.<br />

C. Warranties and bonds.<br />

D. Evidence of payment or release of liens on the forms provided by the Engineer and as<br />

required by the General Conditions.<br />

E. Consent from Surety to Final Payment.<br />

F. Equipment installation reports on equipment.<br />

G. Shop Drawings, record data, operations and maintenance manuals, and other submittals as<br />

required by the Contract Documents.<br />

H. Specified spare parts and special tools.<br />

I. Certificates of occupancy, operating certificates, or other similar releases required to allow<br />

the Owner unrestricted use of the work and access to services and utilities.<br />

J. Evidence of final, continuing insurance, and bond coverage as required by the Contract<br />

Documents.<br />

Execution and Closeout Requirements - <strong>Bid</strong> <strong>Package</strong> #8 01 70 00-2<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> well <strong>Field</strong><br />

5/24/2012


1.07 FINAL APPLICATION FOR PAYMENT REQUEST<br />

A. Submit a preliminary final Application for Payment. This application is to include<br />

adjustments to the Contract Amount for:<br />

1. Approved Change Orders<br />

2. Allowances not previously adjusted by Change Order<br />

3. Unit prices<br />

4. Deductions for defective work that has been accepted by the Owner<br />

5. Penalties and bonuses<br />

6. Deductions for liquidated damages<br />

7. Deductions for reinspection payments per Paragraph 1.05<br />

8. Other adjustments<br />

B. CMAR shall prepare a final Change Order, reflecting the approved adjustments to the<br />

contract amount which have not been covered by previously approved Change Orders.<br />

C. Submit the final application for payment per the General Conditions, including the final<br />

Change Order.<br />

1.<strong>08</strong> WARRANTIES, BONDS, AND SERVICES AGREEMENTS<br />

A. Provide warranties, bonds, and service agreements required by Section 01 33 00, Submittal<br />

Procedures or by the individual sections of the specifications.<br />

B. The date for the start of warranties, bonds, and service agreements is established per the<br />

General Conditions.<br />

C. Compile warranties, bonds, and service agreements and review these documents for<br />

compliance with the Contract Documents.<br />

1. Each document is to be signed by the respective Supplier or Subcontractor.<br />

2. Each document is to include:<br />

a. The product or work item description<br />

b. The firm, with the name of the principal, address, and telephone number<br />

c. Scope of warranty, bond or services agreement<br />

d. Date, duration, and expiration date for each warranty bond and service agreement<br />

e. Procedures to be followed in the event of a failure<br />

f. Specific instances that might invalidate the warranty or bond<br />

D. Submit two copies of each document to the CMAR/Engineer for review and transmittal to<br />

the Owner.<br />

1. Submit duplicate sets.<br />

2. Documents are to be submitted on 8-1/2" x 11" paper, punched for a standard threering<br />

binder.<br />

3. Submit each set in a commercial quality three-ring binder with a durable and cleanable<br />

plastic cover. The title "Warranties, Bonds, and Services Agreements", the project name<br />

and the name of the <strong>Bid</strong>der/CMAR are to be typed and affixed to the cover.<br />

E. Submit warranties, bonds and services agreements:<br />

1. At the time of final completion and before final payment.<br />

Execution and Closeout Requirements - <strong>Bid</strong> <strong>Package</strong> #8 01 70 00-3<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> well <strong>Field</strong><br />

5/24/2012


2. Within 10 days after inspection and acceptance for equipment or components placed in<br />

service during the progress of construction.<br />

1.09 CLAIMS AND DISPUTES<br />

Claims and disputes must be resolved prior to recommendations of final Application for<br />

Payment. Acceptance and final payment by the <strong>Bid</strong>der will indicate that any outstanding claims<br />

or disputed issues have been resolved to the full satisfaction of the <strong>Bid</strong>der.<br />

END OF SECTION<br />

Execution and Closeout Requirements - <strong>Bid</strong> <strong>Package</strong> #8 01 70 00-4<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> well <strong>Field</strong><br />

5/24/2012


Final Cleaning


01 74 23 FINAL CLEANING<br />

1.00 GENERAL<br />

1.01 This section specifies administrative and procedural requirements for final cleaning at<br />

Substantial Completion.<br />

1.02 WORK INCLUDED<br />

A. Perform a thorough cleaning of the site, buildings, or other structures prior to Owner<br />

occupancy of the buildings, and prior to final completion. Leave the project clean and ready<br />

for occupancy.<br />

1.03 SUBMITTALS<br />

A. Provide data for maintenance per Section 01 78 23, Operation And Maintenance Data.<br />

1.04 QUALITY CONTROL<br />

A. Use experienced workmen or professional cleaners for final cleaning.<br />

2.00 PRODUCTS<br />

2.01 MATERIALS<br />

A. Furnish the labor and products needed for cleaning and finishing as recommended by the<br />

Manufacturer of the surface material being cleaned.<br />

B. Use cleaning products only on the surfaces recommended by the Supplier.<br />

C. Use only those cleaning products which will not create hazards to health or property and<br />

which will not damage surfaces.<br />

3.00 EXECUTION<br />

3.01 FINAL CLEANING<br />

A. Thoroughly clean the entire site and make ready for occupancy.<br />

1. Remove construction debris, boxes, and trash from the site.<br />

2. Remove construction storage sheds and field offices.<br />

3. Restore grade to match surrounding condition and remove excess dirt.<br />

4. Sweep all drives and parking lots clean of dirt and debris. Use water truck or hose down<br />

paved site to like new appearance.<br />

B. Clean floors and inspect for damage.<br />

1. Remove oil, grease, paint drippings, and other contaminants from floors, then mop<br />

repeatedly until thoroughly clean. Replace damaged flooring.<br />

C. Clean and polish inside and outside glass surfaces. Wash with window cleaner and water,<br />

apply a coat of high quality glass polish and wipe clean. Do not scratch or otherwise mar<br />

glass surfaces.<br />

Final Cleaning – <strong>Bid</strong> <strong>Package</strong> #6 01 74 23-1<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – Pump Stations<br />

2/2/2012


D. Clean wall surfaces to remove dirt or scuff marks. Spot paint nicks and other damage. If<br />

spot-painting does not blend into the existing color and texture of the surrounding surfaces,<br />

repaint wall from inside corner to inside corner. Touch up damaged surfaces on factory<br />

finished equipment using special paint furnished by the Manufacturer.<br />

E. Remove dirt, oil, grease, dust and other contaminants from floors, equipment and<br />

apparatus in mechanical and electrical rooms with vacuum.<br />

F. Inspect exterior painted surfaces. Spot paint any damaged surfaces.<br />

G. Clean permanent filters and replace disposable filters on heating, ventilating, and air<br />

conditioning systems. Clean ducts, blowers, and coils if units were operated without filters<br />

during construction.<br />

H. Clean roof areas of debris; flush roof drainage systems with water until clear.<br />

I. Broom clean exterior paved surfaces and rake clean other surfaces of the grounds.<br />

J. Clean and polish all electrical equipment and exposed conduits. Remove paint overspray.<br />

Provide a blemish free appearance on all exposed equipment and conduits.<br />

END OF SECTION<br />

Final Cleaning – <strong>Bid</strong> <strong>Package</strong> #6 01 74 23-2<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – Pump Stations<br />

2/2/2012


Starting and Adjusting


01 75 00 STARTING AND ADJUSTING<br />

1.00 GENERAL<br />

1.01 WORK INCLUDED<br />

A. Provide step-by-step procedures for starting provided systems, including equipment, pumps<br />

and processes.<br />

B. Provide pre-start up inspections by equipment manufacturers.<br />

C. Provide instruction and demonstration of operation, adjustment, and maintenance of each<br />

system and the component parts.<br />

D. Place each system in service and operate the system to prove performance and to provide<br />

for initial correction of defects in workmanship, calibration, and operation.<br />

E. Provide for initial maintenance and operation.<br />

F. Cost for Starting and Adjusting provided by Suppliers and Subcontractors as described in this<br />

section are to be included in the <strong>Bid</strong>der’s Proposal. <strong>Bid</strong>der’s efforts are include in the<br />

<strong>Bid</strong>der’s Proposal.<br />

1.02 SUBMITTAL PROCEDURES<br />

A. Submittals shall be in accordance with Section 01 33 00, Submittal Procedures, and shall<br />

include:<br />

1.03 STANDARDS<br />

1. A Plan of Action for testing, checking, and starting major equipment and process piping<br />

systems. Submit reports as required by this specification.<br />

2. Equipment Installation Reports on form shown in Section 01 31 13.13, Forms per<br />

Section 01 33 00, Submittal Procedures.<br />

3. Operation and Maintenance Manuals per Section 01 78 23, Operation And Maintenance<br />

Data.<br />

Comply with any standards associated with the testing or start-up of equipment, as listed in the<br />

various sections of the specifications.<br />

1.04 SPECIAL JOB CONDITIONS<br />

A. Do not start or test any apparatus until the complete unit has been installed and thoroughly<br />

checked.<br />

B. A representative of the Supplier shall be in attendance of tests and start-up procedures<br />

when required by these specifications.<br />

2.00 PRODUCTS<br />

2.01 TESTING INSTRUMENTATION<br />

Furnish any instrumentation or other testing devices needed to conduct tests.<br />

3.00 EXECUTION<br />

Starting and Adjusting – <strong>Bid</strong> <strong>Package</strong> #8 01 75 00-1<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


3.01 SERVICES OF SUPPLIER'S' REPRESENTATIVES<br />

A. The Supplier's representative for inspection, supervision of installation, and training must be<br />

an experienced and competent technical (not sales) representative of the manufacturer or<br />

Supplier.<br />

B. Perform installation, adjustment, and testing of the equipment under the direct supervision<br />

of the Supplier's representative where specified.<br />

C. The Supplier's representative is to instruct the Owner or his authorized personnel on<br />

operational procedures and maintenance requirements.<br />

D. Include the cost of the services of the Supplier's representative in the equipment price.<br />

3.02 INSPECTION AND START-UP<br />

A. Inspect equipment prior to placing any equipment or system into operation. Make<br />

adjustments as necessary for proper operation.<br />

1. Check for adequate and proper lubrication.<br />

2. Determine that parts or components are free from undue stress from structural<br />

members, piping or anchorage.<br />

3. Adjust equipment for proper balance and operations.<br />

4. Determine that vibrations are within acceptable limits.<br />

5. Determine that equipment operates properly under full load conditions.<br />

6. Determine that the equipment is in true alignment.<br />

B. Have the Supplier's representative present when the equipment is placed in operation.<br />

1. The Representative is to be on site as often as necessary for proper and trouble free<br />

operation.<br />

2. Ensure that the proper procedure is employed in start up of systems.<br />

C. Provide Equipment Installation Reports for Equipment on the form indicated by Engineer.<br />

1. Certify that the equipment and related appurtenances have been thoroughly examined<br />

and approved for start-up and operation.<br />

2. Include the date when Owner's personnel were instructed in the proper operation and<br />

maintenance of the equipment in the report.<br />

3.03 STARTING REQUIREMENTS<br />

Refer to the individual sections of the specifications for specific start up procedures.<br />

3.04 INITIAL OPERATION<br />

A. Start, test, and place equipment and systems into operation for 30 days to allow the Owner,<br />

CMAR and Engineer to observe the operation and overall performance of the equipment<br />

and to determine that controls function as intended.<br />

B. Equipment which operates on a limited or part-time basis shall be operated in the presence<br />

of the CMAR and Engineer to demonstrate that controls function as specified.<br />

C. Perform acceptance test as specified in individual specification sections. Demonstrate that<br />

equipment and systems meet the specified performance criteria.<br />

Starting and Adjusting – <strong>Bid</strong> <strong>Package</strong> #8 01 75 00-2<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


D. Unless specifically stated otherwise in the individual equipment specifications, equipment<br />

and systems are not substantially complete until the end of this initial operation period. If<br />

an exception to this requirement is specifically noted in an individual equipment<br />

specification, the exception shall only apply to that particular piece of equipment and not to<br />

the remaining components provided under the project.<br />

3.05 OPERATOR TRAINING<br />

A. Provide instruction and demonstration of the care and operation of the equipment to the<br />

Owner's personnel. Instruction is to include classroom and hands-on training.<br />

B. Provide training in adequate detail to ensure that the trainees who complete the program<br />

will be qualified and capable of operating and maintaining the equipment, products, and<br />

systems provided.<br />

C. Operations Training is to include but not be limited to:<br />

1. Orientation to provide an overview of system/subsystem configuration and operation<br />

2. Terminology, nomenclature, and display symbols.<br />

3. Operations theory.<br />

4. Equipment appearance, functions, concepts, and operation.<br />

5. Operating modes, practices and procedures under normal, diminished, and emergency<br />

conditions.<br />

6. Start-up and shutdown procedures.<br />

7. Safety Precautions.<br />

8. On-the-job operating experience for monitoring functions, supervisory, or command<br />

activities. Include functions and activities associated with diminished operating modes,<br />

failure recognition, and responses to system/subsystem and recovery procedures.<br />

9. Content and use of Operation and Maintenance manuals and related reference<br />

materials.<br />

D. Provide training for performing on-site routine, preventive, and remedial maintenance of<br />

the equipment, product, or system. Maintenance training is to include but not be limited<br />

to:<br />

1. Orientation to provide an overview of system/subsystem concept, configuration, and<br />

operation.<br />

2. Operations theory and interfaces.<br />

3. Instructions necessary to ensure a basic theoretical and practical understanding of<br />

equipment appearance, layout and functions.<br />

4. Safety precautions.<br />

5. Use of standard and special tools and test equipment.<br />

6. Adjustment, calibration, and use of related test equipment.<br />

7. Detailed preventive maintenance activities.<br />

8. Troubleshooting, diagnostics, and testing.<br />

9. Equipment assembly and disassembly.<br />

10. Repair and parts replacement.<br />

11. Parts ordering practices and storage.<br />

12. Failure and recovery procedures.<br />

13. Cabling and/or interface connectors.<br />

Starting and Adjusting – <strong>Bid</strong> <strong>Package</strong> #8 01 75 00-3<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


14. Content and use of Operation and Maintenance manuals and related reference<br />

materials.<br />

15. Procedures for warranty repairs.<br />

16. Lubrication.<br />

17. Procedures, practices, documentation, and materials required to commence system<br />

maintenance.<br />

E. Provide a training plan that indicates the schedule and sequence of the training programs.<br />

The training plan is to include for each course:<br />

1. Number of hours for the course.<br />

2. Agenda and narrative description, including the defined objectives for each lesson.<br />

3. Draft copy of training handbooks.<br />

4. A descriptive listing of suggested reference publications.<br />

5. Audio-visual equipment required for training.<br />

6. Type and number of tools or test equipment required for each training session.<br />

F. Provide and use training aids to complement the instruction and enhance learning.<br />

1. Provide training handbooks for use in both the classroom and the hands-on phases of<br />

training for each course.<br />

2. Instructional materials shall include references to the Operation and Maintenance<br />

Manuals and identify and explain the use of the manual.<br />

3. Provide a copy of all audio/visual training materials used in the presentations.<br />

G. Provide qualified instructors to conduct the training.<br />

1. Instructors must have knowledge of the theory of operation and practical experience<br />

with the equipment, product, or system.<br />

2. Instructors must have successfully conducted similar training courses.<br />

H. Training may be recorded by the Owner or its consultants for use in future training. Provide<br />

legal releases or pay additional fees required to allow training by the manufacturer to be<br />

recorded.<br />

I. Schedule for training is to be approved by Owner.<br />

1. Schedule training and start-up operations for no more than one piece of equipment or<br />

system at a time.<br />

2. Owner may require re-scheduling of training if operations personnel are not available<br />

for training on a scheduled date.<br />

3. Provide a minimum of two weeks' notice if training must be rescheduled.<br />

4. Training is to be limited to 24 hours per week<br />

5. Time required for training is to be considered in the development of the project<br />

schedule.<br />

J. Schedule and coordinate training for equipment, products, or systems which depend upon<br />

other equipment or systems for proper operation so that trainees can be made familiar with<br />

the operation and maintenance of the entire operating system.<br />

K. Conduct a training course for the equipment products and systems provided for the <strong>Bid</strong><br />

Proposal. Training is to be adequate to meet the training objectives described above. Cost<br />

for training and start up will be included in the Cost of Work for each <strong>Bid</strong> Proposal package.<br />

Starting and Adjusting – <strong>Bid</strong> <strong>Package</strong> #8 01 75 00-4<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


3.06 INITIAL MAINTENANCE<br />

A. Maintain equipment until the project is accepted by the Owner.<br />

1. Insure that mechanical equipment is properly greased, oiled, or otherwise cared for as<br />

recommended by the Supplier.<br />

2. Operate air handling equipment only when filters are in place and are clean. Change<br />

filters weekly during construction.<br />

B. Service equipment per the Supplier's instructions immediately before releasing the<br />

equipment to the Owner.<br />

1. Replace replaceable filters and clean permanent filters associated with air handling units<br />

or other packaged equipment.<br />

2. Remove and clean screens at strainers in piping systems.<br />

3. Clean insects from intake louver screens.<br />

END OF SECTION<br />

Starting and Adjusting – <strong>Bid</strong> <strong>Package</strong> #8 01 75 00-5<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


Operation and Maintenance<br />

Data


01 78 23 OPERATION AND MAINTENANCE DATA<br />

1.00 GENERAL<br />

1.01 WORK INCLUDED<br />

A. Prepare a complete and detailed Operation and Maintenance Manual for each type and<br />

model of equipment or product furnished and installed under this <strong>Bid</strong> Proposal.<br />

B. Prepare the manuals in the form of an instruction manual for the Owner. The manual is to<br />

be suitable for use in providing operation and maintenance instruction as required by<br />

Section 01 75 00, Starting And Adjusting.<br />

C. Provide complete and detailed information specifically for the products or systems provided<br />

for this Project. Include the information required to operate and maintain the product or<br />

system.<br />

D. Manuals are to be in addition to any information packed with or attached to the product<br />

when delivered. This information is to be taken from the product and provided as an<br />

attachment to the manual.<br />

E. Cost for O&M Manuals provided by Suppliers and Subcontractors as described in this section<br />

are to be included in the <strong>Bid</strong> Proposal. Costs for <strong>Bid</strong>der’s efforts are to be include in the <strong>Bid</strong><br />

Proposal.<br />

1.02 SUBMITTALS<br />

A. Submit manuals in accordance with Section 01 33 00, Submittal Procedures. Attach to each<br />

manual a copy of the Operation and Maintenance Manual Review Form as shown in Section<br />

01 31 13.13, Forms with pertinent information completed.<br />

1.03 GUARANTEES<br />

A. Provide copies of the Manufacturer's warranties, guarantees, or service agreements in<br />

accordance with Section 01 70 00, Execution And Closeout Requirements.<br />

2.00 PRODUCTS<br />

2.01 MATERIALS<br />

A. Print manuals on heavy, first quality paper.<br />

1. Paper shall be 8 1/2 inch X 11 inch paper.<br />

a. Reduce drawings and diagrams to 8 1/2 inch X 11 inch paper size.<br />

b. When reduction is not practical, fold drawings and place each separately in a clear,<br />

super heavy weight, top loading polypropylene sheet protector designed for ring<br />

binder use. Provide a typed identification label on each sheet protector.<br />

2. Punch paper for standard three-ring binders.<br />

B. Place manuals in Wilson Jones 385 Line D-Ring Dubllock Presentation Binders.<br />

1. Binders are to have clear front, back, and spine covers.<br />

2. Sheet lifters are to be provided.<br />

3. Minimum size is 2 inch capacity. Maximum size is 3 inch capacity.<br />

Operation and Maintenance Data – <strong>Bid</strong> <strong>Package</strong> #8 01 78 23-1<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


C. Provide tab indexes for each section of the manual.<br />

1. Indexes are to be constructed of heavy-duty paper with a reinforced binding edge and<br />

punched with 9/32 inch holes to fit the binders.<br />

2. Index is to have clear insertable tabs for a typed insert.<br />

2.02 ELECTRONIC MANUAL FORMAT<br />

A. Manual contents to be provided on compact disc (CD).<br />

1. Minimum CD storage capacity is 700MB.<br />

2. CD to have read/write capability.<br />

B. Provide individual electronic files for each manual.<br />

1. Maximum file size is 5MB. If manual is greater than maximum allowable file<br />

size, provide individual files for each major section of manual.<br />

2. Acceptable file types for written documents are Portable Document File (PDF) or<br />

Microsoft Word formats. Acceptable file types for drawing files are PDF<br />

formats. All files shall be compatible with the latest software version available.<br />

3. Filename shall identify the plant site, plant area, equipment manufacturer, and<br />

date equipment placed in service. i.e. WWTP-PC1-Manufacturer-200503.pdf.<br />

4. Each electronic file shall contain a table of contents at the beginning of the file<br />

which includes hypertext links or bookmarks to navigate the file contents per<br />

section/chapter.<br />

5. Scanned images of written documents are not acceptable. Document must<br />

allow character selection. Text within a file shall be transferable to other<br />

documents.<br />

6. Drawing files shall have the ability to turn on/off drawing layers within the file.<br />

7. Submit a preliminary version of the electronic format of the manual for review.<br />

Upon approval of the preliminary submittal, the CMAR shall provide three<br />

copies of the electronic manual to the Owner.<br />

3.00 EXECUTION<br />

3.01 MANUAL ORGANIZATION AND CONTENTS<br />

A. Provide a Table of Contents listing each section of the manual for each product or system.<br />

1. Identify each product or system using the nomenclature shown in the Contract<br />

Documents.<br />

2. Assign a number and letter to each section in the manual.<br />

a. Assign a number to each product or system. The number is to correspond to the<br />

Owner's equipment numbering system or other system designated by the Engineer.<br />

b. A cross reference is to be provided for the Owner's numbering system and<br />

designations for equipment indicated in the Contract Documents.<br />

c. The letter assigned will represent the part of the manual, consistent with the<br />

manual contents as required by Paragraphs 3.02, 3.03, and 3.04.<br />

3. Provide index tabs for each section in the manual.<br />

4. The designation on each index tab is to correspond to the number and letter assigned in<br />

the Table of Contents.<br />

Operation and Maintenance Data – <strong>Bid</strong> <strong>Package</strong> #8 01 78 23-2<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


B. Include only the information that pertains to the product described. Annotate each sheet<br />

to:<br />

1. Clearly identify the specific product or component installed.<br />

2. Clearly identify the data applicable to the installation.<br />

3. Delete reference to inapplicable information.<br />

C. Supplement manual information with drawings as necessary to clearly illustrate relations of<br />

component parts of equipment and systems, and control and flow diagrams.<br />

D. Identify each manual by placing a printed cover sheet in the front cover of the binder and as<br />

the first page in the manual. The first page is to be placed in a clear polypropylene sheet<br />

protector. The information on first page and the cover page are to include:<br />

1. Name of Owner<br />

2. Project Name<br />

3. Volume number<br />

4. The Table of Contents for that volume<br />

E. Insert the Table of Contents into the spine of each manual.<br />

F. Manuals for several products or systems may be provided in the same binder.<br />

1. Sections for each product or system must be included in the same binder.<br />

2. Sections must be in numerical order from volume to volume.<br />

G. Correlate the data into related groups when multiple binders are used.<br />

H. Fill binders to only three fourths of its indicated capacity to allow for addition of materials to<br />

each binder by the Owner.<br />

3.02 EQUIPMENT AND SYSTEMS MANUAL CONTENT<br />

A. Manual shall provide the following information:<br />

1. A description of the unit and component parts.<br />

2. Operating instructions for startup, normal operations, regulation, control, shutdown,<br />

emergency conditions, and limiting operating conditions.<br />

3. Maintenance instructions including assembly, installation, alignment, adjustment, and<br />

checking instructions.<br />

4. Lubrication schedule and lubrication procedures. Include a cross reference for<br />

recommended lubrication products.<br />

5. Troubleshooting guide.<br />

6. Schedule of routine maintenance requirements.<br />

7. Description of sequence of operation by the Control Manufacturer.<br />

8. Warnings for detrimental maintenance practices.<br />

9. Parts lists including:<br />

a. Part numbers for ordering new parts,<br />

b. Assembly illustrations showing an exploded view of the complex parts of the<br />

product<br />

c. Predicted life of parts subject to wear<br />

d. List of the Manufacturer's recommended spare parts, current prices with effective<br />

date and number of parts recommended for storage<br />

Operation and Maintenance Data – <strong>Bid</strong> <strong>Package</strong> #8 01 78 23-3<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


e. Directory of a local source of supply for parts with company name, address, and<br />

telephone number<br />

f. Complete nomenclature and list of commercial replacement parts.<br />

10. Outline, cross section and assembly drawings, engineering data, test data, and<br />

performance curves.<br />

11. Control schematics and point to point wiring diagrams prepared for field installation,<br />

including circuit directories of panel boards and terminal strips.<br />

12. List of identification nameplates installed on equipment and valve identification per the<br />

Contract Documents.<br />

13. Other information as may be required by the individual sections of the specifications.<br />

3.03 ELECTRICAL AND ELECTRONICS SYSTEMS MANUAL<br />

A. Manual shall provide the following information:<br />

1. A description of the systems and component parts.<br />

2. Control schematics and point to point wiring diagrams prepared for field installation.<br />

Include circuit directories of panel boards and terminal strips and as installed color<br />

coded wiring diagrams.<br />

3. Operating procedures, maintenance procedures, and the Manufacturer's printed<br />

operating and maintenance instructions.<br />

4. List of the Manufacturer's recommended spare parts, current prices with effective date,<br />

and number of parts recommended for storage.<br />

5. Other information as may be required by the individual sections of the specifications.<br />

3.04 ARCHITECTURAL PRODUCTS MANUAL<br />

A. Manual shall provide the following information:<br />

1. Information required for ordering replacement products.<br />

2. Instructions for care and maintenance.<br />

3. List of the Manufacturer's recommended lubricants.<br />

4. The Manufacturer's recommendations for types of cleaning agents and methods.<br />

5. Cautions against cleaning agents and methods that are detrimental to the product.<br />

6. Recommended maintenance and cleaning schedule.<br />

B. Final balancing reports for mechanical systems.<br />

C. Other information as may be required by the individual sections of the specifications.<br />

3.05 LIST OF SERVICE ORGANIZATIONS<br />

A. Provide a directory of authorized service organizations with company name, address,<br />

telephone number, email address, and the contact person for warranty repair.<br />

END OF SECTION<br />

Operation and Maintenance Data – <strong>Bid</strong> <strong>Package</strong> #8 01 78 23-4<br />

Colorado River Municipal Water District<br />

Ward County Water Supply Expansion Project – <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

5/24/2012


Appendix A<br />

Contract Documents for<br />

Raw Water <strong>Well</strong> Sites – Ward<br />

County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

(Daniel B. Stephens &<br />

Associates, Inc. and Freese and Nichols)<br />

May 2012


This page intentionally left blank.


Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Technical Specifications<br />

Table of Contents<br />

Specification<br />

Number<br />

Description<br />

Division 03<br />

Concrete<br />

03 10 00 Concrete Formwork<br />

03 20 00 Concrete Reinforcement<br />

03 30 00 Cast-In-Place Concrete<br />

Division 05<br />

Metals<br />

05 05 10 Anchors, Inserts, and Epoxy Dowels<br />

Division 11<br />

Equipment<br />

11 97 00 Submersible Pumps and Installation<br />

Division 22<br />

Plumbing<br />

22 05 23 General-Duty Valves for Plumping Piping<br />

22 05 53 Identification for Plumbing Piping and Equipment<br />

22 07 00 Plumbing Insulation<br />

22 10 00 Plumbing and Piping<br />

Division 26<br />

Electrical<br />

26 01 26 Testing of Electrical Systems<br />

26 05 00 Common Work Results for Electrical<br />

26 05 19 Low Voltage Electrical Power Conductors & Cables<br />

26 05 26 Grounding & Bonding for Electrical Systems<br />

26 05 29 Hangers and Supports for Electrical Systems<br />

26 05 33.01 Conduits<br />

26 05 33.02 Wireways<br />

26 05 33.03 Outlet Boxes<br />

26 05 33.04 Pull and Junction Boxes for Electrical Systems<br />

26 05 53 Identification for Electrical Systems<br />

26 05 73.01 Electrical Power System Studies<br />

26 24 16.02 Lighting and Branch Panelboards<br />

26 27 26 Wiring Devices<br />

26 28 16 Enclosed Switches and Circuit Breakers<br />

26 29 13 Enclosed Controllers<br />

May 18, 2012<br />

Revision 0<br />

Technical Specifications<br />

Table of Contents


Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Technical Specifications<br />

Table of Contents<br />

(continued)<br />

Specification<br />

Number<br />

Division 31<br />

Earthwork<br />

Description<br />

31 11 00 Clearing and Grubbing<br />

31 23 13 Subgrade Preparation<br />

31 23 33 Trenching, Backfilling and Compacting<br />

Division 32<br />

Exterior Improvements<br />

32 31 13 Chain Link Fences and Gates<br />

Division 40<br />

Process Integration<br />

40 90 01 Instrumentation<br />

40 90 01.01 Instrumentation – Flow Meters<br />

40 90 02.01 Installation of Pre-Purchased SCADA Equipment<br />

Appendix A<br />

Appendix B<br />

Oncor Electric Delivery Requirements<br />

SCADA Pre-Purchase Contract Specifications<br />

May 18, 2012<br />

Revision 0<br />

Technical Specifications<br />

Table of Contents


Division 03


This page intentionally left blank.


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 03 10 00<br />

CONCRETE FORMWORK<br />

PART 1 GENERAL<br />

1.1 SUMMARY<br />

A. Section Includes<br />

1. Formwork for cast-in-place concrete, with shoring, bracing, and anchorage.<br />

2. Openings for other affected work.<br />

3. Form accessories.<br />

4. Stripping forms.<br />

B. Related Sections<br />

1. Division 01 - General Requirements<br />

2. Section 03 20 00 - Concrete Reinforcement<br />

3. Section 03 30 00 - Cast-In-Place Concrete<br />

1.2 REFERENCES<br />

A. American Concrete Institute (ACI)<br />

1. ACI 301-89 - Specifications for Structural Concrete for Buildings.<br />

1.3 QUALITY ASSURANCE<br />

A. Construct and erect concrete formwork in accordance with ACI 301.<br />

1.4 SUBMITTALS<br />

A. General: Follow provisions of Section 01 33 00.<br />

B. Product Data: Submit product data for all proprietary materials proposed for this work<br />

including but not limited to form ties, form release agent, and dovetail anchor slots.<br />

PART 2 PRODUCTS<br />

2.1 FORM MATERIAL<br />

A. Plywood: American plywood association (AA) B-B Plyform Class I, ¾-inch minimum<br />

thickness; sound, undamaged sheets with straight edges.<br />

B. Steel: Minimum 16 gage sheet, well matched, tight fitting, stiffened to support weight of<br />

concrete without deflection detrimental to tolerances and appearance of finished surfaces.<br />

May 18, 2012<br />

Concrete Formwork<br />

Revision 0 03 10 00 - 1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

2.2 FORMWORK ACCESSORIES<br />

A. Form Ties: Removable or snap-off type of adjustable length; to leave no metal within<br />

1 inch of concrete surface and no holes larger than 1 inch in diameter in surface of<br />

concrete.<br />

B. Form Release Agent: Colorless material which will not stain concrete, absorb moisture,<br />

or impair bonding capability of finishes or coating on concrete.<br />

C. Dovetail Anchor Slots: Minimum 16 gage galvanized steel; longest possible length with<br />

alignment splines for joints; release tape sealed slots; securable to concrete formwork.<br />

D. Fillets for Chamfered Corners: Clear wood or rigid plastic, ¾ inch x ¾ inch; furnished in<br />

maximum possible lengths.<br />

PART 3 EXECUTION<br />

3.1 GENERAL REQUIREMENTS<br />

A. Formwork design and fabrication, as well as its construction, are the responsibility of the<br />

Contractor.<br />

B. Formwork shall be used to confine the concrete and to shape it to the required shapes,<br />

lines, and dimensions.<br />

C. Formwork shall have sufficient strength to resist the loads that result from the placing and<br />

vibration of concrete and shall have sufficient rigidity to maintain the dimensions of the<br />

concrete within the specified tolerances.<br />

D. Except at inside faces of turned-down slabs, earth cuts shall not be used as forms for<br />

vertical surfaces.<br />

3.2 FORM CONSTRUCTION AND INSTALLATION<br />

A. Forms shall be adequately braced and securely fastened before any concrete is placed.<br />

Arrange exposed joints symmetrically. Make joints tight to prevent mortar leakage.<br />

Design forms to be removed without damage to concrete in place. Used form material<br />

can be used subject to approval by the Engineer if clean and undamaged.<br />

B. Except as otherwise shown, specified, or permitted, forms may be constructed of wood or<br />

steel.<br />

C. Provide openings and recesses required for Work under this contract.<br />

D. Provide ¾-inch chamfer at exposed exterior corners and edges except as otherwise<br />

shown.<br />

May 18, 2012<br />

Concrete Formwork<br />

Revision 0 03 10 00 - 2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

E. Set forms and screeds for floors and slabs to provide uniform slope to drains and positive<br />

drainage of exterior slabs and steps.<br />

F. Construct formwork so that the finished concrete will conform to the tolerance<br />

requirements specified in Section 03 30 00: Cast-in-Place Concrete. Set and maintain in<br />

an undisturbed condition sufficient control points and bench marks to be used for<br />

reference purposes to check tolerances.<br />

3.3 FORM COATING APPLICATION<br />

A. Apply in accordance with manufacturer's written instructions.<br />

B. Apply to form surfaces before placing reinforcement or embedded items.<br />

C. Do not use on surface scheduled to receive special finishes or coatings that may be<br />

affected by agent. Soak surfaces of untreated forms with clean water and keep wet until<br />

concrete is placed.<br />

3.4 FORM REMOVAL<br />

A. Minimum time before removal after placing concrete, unless permitted otherwise.<br />

1. Side forms for footings: 24 hours.<br />

2. Side forms for walls, columns and beams: 48 hours.<br />

3. Soffit forms for beams and slabs: When concrete has reached not less than 100%<br />

of its specified 28-day strength. Subject to prior approval by the Engineer,<br />

reshoring may be used to support beams and slabs until specified concrete<br />

strength has been reached. When reshoring is permitted or required, conform to<br />

requirements of Section 4.6 of ACI 301.<br />

B. Remove formwork without prying against concrete. Repair all surface defects as<br />

specified in Section 03 30 00: Cast-in-Place Concrete.<br />

END OF SECTION<br />

May 18, 2012<br />

Concrete Formwork<br />

Revision 0 03 10 00 - 3


This page intentionally left blank.


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 03 20 00<br />

CONCRETE REINFORCEMENT<br />

PART 1 GENERAL<br />

1.1 SUMMARY<br />

A. Section Includes<br />

1. Reinforcing steel bars, welded wire fabric, and accessories for reinforcement for<br />

cast-in-place concrete.<br />

B. Related Sections<br />

1. Division 01 - General Requirements<br />

2. Section 03 10 00 - Concrete Formwork<br />

3. Section 03 30 00 - Cast-in-Place Concrete<br />

1.2 REFERENCES<br />

A. American Society for Testing and Materials (ASTM):<br />

1. ASTM A615 - Deformed and Plain Billet-Steel Bars for Concrete<br />

Reinforcement, including Supplementary Requirements.<br />

2. ASTM A185 - Welded Steel Fabric for Concrete Reinforcement.<br />

B. American Concrete Institute (ACI):<br />

1. ACI 301-89 - Specifications for Structural Concrete for Buildings.<br />

2. ACI 315-80/86 - Details and Detailing of Concrete Reinforcement.<br />

3. ACI 318-89 - Building Code Requirements for Reinforced Concrete.<br />

C. Concrete Reinforcing Steel Institute (CRSI):<br />

1. Manual of Standard Practice.<br />

a. CRSI 63 - Recommended Practice for Placing Reinforcing Bars.<br />

b. CRSI 65 - Recommended Practice for Placing Bar Supports<br />

Specifications, and Nomenclature.<br />

1.3 SUBMITTALS<br />

A. Submit mill test certificates for reinforcing bars and welded wire fabric, indicating<br />

physical and chemical analysis.<br />

B. Submit product data for all proprietary items or materials proposed for use in the project.<br />

C. Shop Drawings. Submit shop drawings for fabrication, bending, and placement of<br />

concrete reinforcement. Comply with ACI 315 “Details and Detailing of Concrete<br />

Reinforcement” and ACI 315R “Manual of Engineering and Placing Drawings for<br />

Reinforced Concrete” showing bar and “Placing Drawings for Reinforced Concrete”<br />

showing bar schedules, stirrup spacing, diagrams of bent bars, arrangement of concrete<br />

May 18, 2012<br />

Concrete Reinforcement<br />

Revision 0 03 20 00 - 1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

reinforcement. Include special reinforcement required at openings through concrete<br />

structures.<br />

D. In accordance with Section 01 33 00: Submittal Procedures.<br />

PART 2 PRODUCTS<br />

2.1 MATERIAL STANDARDS<br />

A. Reinforcing Bars: ASTM A615, deformed, Grade 40 for beam stirrups and column ties;<br />

Grade 60 for other uses.<br />

B. Welded Wire Fabric: ASTM A185, furnished in flat sheets or standard rolls.<br />

PART 3 EXECUTION<br />

3.1 DETAILING<br />

A. Except as shown otherwise in the details on the Drawings or required by the applicable<br />

provisions of the current edition of ACI 318, reinforcement shall be detailed in<br />

accordance with ACI 315.<br />

3.2 FABRICATION<br />

A. Except as otherwise shown on the drawings or specified in this section or other sections<br />

of these specifications, fabrication of reinforcing steel shall be in accordance with the<br />

CRSI Manual of Standard Practice.<br />

B. All reinforcing steel shall be bent cold to the required configurations.<br />

C. Except as specifically shown otherwise on the Drawings, all reinforcing steel shall be<br />

shop fabricated.<br />

D. Do not weld reinforcing bars without specific prior approval of the Engineer.<br />

3.3 INSTALLATION<br />

A. General: Verify that field conditions are acceptable and are ready for the beginning of<br />

installation of reinforcement and other embedded items. Do not begin installation until<br />

all unsatisfactory conditions have been corrected.<br />

B. Except as otherwise shown on the Drawings or specified in this section or other sections<br />

of these Specifications, install reinforcing steel in accordance with CRSI 63.<br />

C. Prior to placing reinforcement, remove scale, loose or flaking rust, dirt, grease, and other<br />

coatings that may prevent or impair bond. Protect reinforcement from contaminants after<br />

placement.<br />

May 18, 2012<br />

Concrete Reinforcement<br />

Revision 0 03 20 00 - 2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

D. Install reinforcing steel in correct position by use of preformed bolsters, chairs, and<br />

spacers. Solid concrete blocks of appropriate size may be used to position bars in<br />

concrete placed on grade. Legs of steel supports that are in contact with form work shall<br />

be stainless steel or plastic tipped.<br />

E. All steel shall have a 2-inch minimum cover of concrete.<br />

F. Space bars properly and tie securely in position before placing concrete. Tack welding to<br />

keep reinforcing in place is not permitted. The spacings shown on the drawings for<br />

reinforcement and other embedded items are maximums. Provide and install a sufficient<br />

number of items so that the spacings shown are not exceeded. Locate the first and last<br />

items in a run of uniformly spaced items at not more than one-half the typical spacing nor<br />

12 inches from the end of a structural element.<br />

G. Locate reinforcement and other items to avoid conflict with the work of other trades.<br />

Provide additional reinforcement around openings as shown. Do not cut or remove<br />

reinforcement for any reason without the prior approval of the Engineer.<br />

H. Continuity of Vertical Reinforcement: No splices are permitted except as shown.<br />

Provide dowels from footings to walls or columns at all vertical bars in walls or columns.<br />

Except as otherwise shown, dowels shall have standard 90-degree ACI hooks with<br />

12-inch horizontal extensions and vertical legs of sufficient length to provide ACI<br />

Class B tension lap splices with the vertical bars.<br />

I. Continuity of Horizontal Reinforcement.<br />

1. Footings, walls, turned-down slab edges: Bars shall be lapped not less than<br />

32 bar diameters or 24 inches except where larger splices lengths are shown.<br />

Except where bar lengths are given, reinforcement is to be continuous for full<br />

length or width of member less required concrete covers. Do not splice<br />

transverse footing bars. Additional reinforcement shall be provided at corners,<br />

intersections, and other discontinuities as shown on the drawings.<br />

2. Concrete slabs-on-grade: Welded wire fabric shall be lapped not less than one<br />

and one-half meshes or 8 inches on all sides.<br />

3. Elevated slabs, beams: No splices except as shown.<br />

END OF SECTION<br />

May 18, 2012<br />

Concrete Reinforcement<br />

Revision 0 03 20 00 - 3


This page intentionally left blank.


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 03300<br />

CAST-IN-PLACE CONCRETE<br />

PART 1 GENERAL<br />

1.1 SUMMARY<br />

A. Section Includes<br />

1. Cast-in-place concrete foundations.<br />

2. Slabs on grade.<br />

3. Control, and expansion and contraction joint devices associated with concrete<br />

work.<br />

4. Equipment pads.<br />

B. Related Sections<br />

1. Division 01 - General Requirements<br />

2. Section 03 10 00 - Concrete Formwork: Formwork and accessories.<br />

3. Section 03 20 00 - Concrete Reinforcement.<br />

1.2 REFERENCES<br />

A. American Concrete Institute (ACI):<br />

1. ACI 301 - Structural Concrete for Buildings.<br />

2. ACI 302 - Guide for Concrete Floor and Slab <strong>Construction</strong>.<br />

3. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and<br />

Placing Concrete.<br />

4. ACI 305R - Hot Weather Concreting.<br />

5. ACI 306R - Cold Weather Concreting.<br />

6. ACI 3<strong>08</strong> - Standard Practice for Curing Concrete.<br />

7. ACI 318 - Building Code Requirements for Reinforced Concrete.<br />

B. American Society for Testing and Materials (ASTM):<br />

1. ASTM C33 - Concrete Aggregates.<br />

2. ASTM C94 - Ready-Mixed Concrete.<br />

3. ASTM C150 - Portland Cement.<br />

4. ASTM C260 - Air Entraining Admixtures for Concrete.<br />

5. ASTM C494 - Chemicals Admixtures for Concrete.<br />

6. ASTM D994 - Standard Specification for Preformed Expansion Joint Filler for<br />

Concrete (Bituminous Type)<br />

7. ASTM D1752 - Standard Specification for Preformed Sponge Rubber Cork and<br />

Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural<br />

<strong>Construction</strong><br />

8. ASTM D2628 - Standard Specification for Preformed Polychloroprene<br />

Elastomeric Joint Seals for Concrete Pavements<br />

May 18, 2012<br />

Cast-in-Place Concrete<br />

Revision 0 03 30 00 - 1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

1.3 SUBMITTALS<br />

A. Product Data: Provide data on joint devices, attachment accessories, admixtures, cement<br />

types to be used, and final concrete mixture ratios.<br />

B. Testing: Submit slump test results and 28-day strength testing results of concrete<br />

cylinders.<br />

C. Manufacturer's Installation Instructions: Indicate installation procedures and interface<br />

required with adjacent Work.<br />

D. In accordance with Section 01 33 00: Submittal Procedures.<br />

1.4 QUALITY ASSURANCE<br />

A. Perform Work in accordance with ACI 301.<br />

B. Acquire cement and aggregate from same source for all work.<br />

C. Conform to ACI 305R when concreting during hot weather.<br />

D. Conform to ACI 306R when concreting during cold weather.<br />

1.5 COORDINATION<br />

A. Coordinate the placement of joint devices with erection of concrete formwork and<br />

placement of form accessories.<br />

PART 2 PRODUCTS<br />

2.1 CONCRETE MATERIALS<br />

A. Cement: ASTM C150, Type I - Normal, Type II - Moderate, Portland type. All cement<br />

shall be from the same manufacturer unless approved by the Engineer.<br />

B. Fine and Coarse Aggregates: ASTM C33, Size No. 67 (maximum 3/4-inch).<br />

C. Water: Clean and not detrimental to concrete.<br />

2.2 ADMIXTURES<br />

A. Air Entrainment: ASTM C260.<br />

B. Chemical: ASTM C494, Type A - Water Reducing; Type B - Retarding; Type C -<br />

Accelerating; Type D - Water Reducing and Retarding; Type E - Water Reducing and<br />

Accelerating admixture.<br />

C. Fly Ash: Not allowed.<br />

May 18, 2012<br />

Cast-in-Place Concrete<br />

Revision 0 03 30 00 - 2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

2.3 JOINT MATERIALS<br />

A. Waterstops: flat dumbbell type not less than 3 / 16 -inch for widths up to 5-inches and made<br />

of rubber in accordance with ASTM D1752 or preformed polychloroprene elastomeric<br />

joint seals in accordance with ASTM D2628.<br />

B. Expansion joints: not less than ½-inch and placed between new and existing concrete slab<br />

construction.<br />

1. Provided by placing asphalt, coal-tar saturated felt, or equivalent material in<br />

accordance with ASTM D994.<br />

2. Continuously sealed utilizing a sealant approved by the manufacturer of the<br />

expansion joint materials.<br />

2.4 CONCRETE MIX<br />

A. Mix and deliver concrete in accordance with ASTM C94, Alternative No. 2 and 3.<br />

B. Select proportions for normal weight concrete in accordance with ACI 301 Method 1,<br />

Method 2 and Method 3.<br />

C. Provide concrete to the following criteria:<br />

1. Compressive Strength (28 days): 3,000 psi.<br />

2. Slump: 3 to 5 inches.<br />

3. Air: 4.5 to 7.5 percent.<br />

4. Water to cement ratio: 0.50.<br />

D. Use set retarding admixtures during hot weather only when approved by Engineer.<br />

E. Add air entraining agent to normal weight concrete mix.<br />

PART 3 EXECUTION<br />

3.1 EXAMINATION<br />

A. Verify requirements for concrete cover over reinforcement.<br />

B. Verify that anchors, seats, plates, reinforcement and other items to be cast into concrete<br />

are accurately placed, positioned securely, and will not cause hardship in placing<br />

concrete.<br />

3.2 PREPARATION<br />

A. Prepare previously placed concrete by cleaning with steel brush and applying bonding<br />

agent in accordance with manufacturer's instructions.<br />

3.3 PLACING CONCRETE<br />

A. Place concrete in accordance with ACI 304.<br />

May 18, 2012<br />

Cast-in-Place Concrete<br />

Revision 0 03 30 00 - 3


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

B. Notify Engineer minimum 24 hours prior to commencement of operations.<br />

C. Ensure reinforcement, inserts, embedded parts, formed joint fillers are not disturbed<br />

during concrete placement.<br />

3.4 CONCRETE FINISHING<br />

A. Provide formed concrete surfaces to be left exposed with smooth surfaces free of<br />

honeycombs, aggregate breakout, and fins.<br />

B. Steel trowel and brush top surfaces of slabs.<br />

3.5 CURING AND PROTECTION<br />

A. Immediately after placement, protect concrete from premature drying, excessively hot or<br />

cold temperatures, and mechanical injury.<br />

B. Cure concrete in accordance with ACI 3<strong>08</strong>, Standard Practice for Curing Concrete.<br />

C. Maintain concrete with minimal moisture loss at relatively constant temperature for a<br />

minimum of three (3) days for hydration of cement and hardening of concrete.<br />

3.6 FIELD QUALITY CONTROL<br />

A. <strong>Field</strong> inspection and testing will be performed in accordance with ACI 301.<br />

B. Provide free access to Work and cooperate with appointed firm.<br />

C. Submit proposed mix design of each class of concrete to Engineer for review prior to<br />

commencement of Work.<br />

D. Tests of cement and aggregates may be performed by Owner to ensure conformance with<br />

specified requirements.<br />

E. Four concrete test cylinders will be taken for every 100 or less cubic yards of each class<br />

of concrete placed or as determined by the Engineer.<br />

F. One additional test cylinder may be taken during cold weather concreting, cured on job<br />

site under same conditions as concrete it represents.<br />

G. One slump test will be taken for each set of test cylinders taken.<br />

3.7 PATCHING<br />

A. Allow Engineer to inspect concrete surfaces immediately upon removal of forms.<br />

B. Excessive honeycomb or embedded debris in concrete is not acceptable. Notify Engineer<br />

upon discovery.<br />

May 18, 2012<br />

Cast-in-Place Concrete<br />

Revision 0 03 30 00 - 4


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

C. Patch imperfections as directed.<br />

3.8 DEFECTIVE CONCRETE<br />

A. Defective Concrete: Concrete not conforming to required lines, details, dimensions,<br />

tolerances or specified requirements.<br />

B. Repair or replacement of defective concrete will be determined by the Engineer.<br />

C. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express<br />

direction of Engineer for each individual area.<br />

D. Defective concrete work shall be repaired or replaced at Contractor’s expense.<br />

3.9 SCHEDULE - CONCRETE TYPES AND FINISHES<br />

A. All concrete - 3,000 psi, 28 day compressive strength, Type 1 cement, maximum water to<br />

cement ratio is 0.50.<br />

END OF SECTION<br />

May 18, 2012<br />

Cast-in-Place Concrete<br />

Revision 0 03 30 00 - 5


This page intentionally left blank.


Division 05


This page intentionally left blank.


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 05 05 10<br />

ANCHORS, INSERTS, AND EPOXY DOWELS<br />

PART 1 GENERAL<br />

1.1 SUMMARY<br />

A. Section Includes<br />

1. Furnish all labor, materials, equipment, and incidentals required to provide epoxy<br />

grouted anchors bolts, threaded rod anchors, adhesive anchors to be installed in<br />

hardened concrete and masonry.<br />

2. Adhesive for the adhesive anchors is specified herein.<br />

B. Related Sections<br />

1. Division 01 - General Requirements<br />

1.2 SYSTEM DESCRIPTION<br />

A. Provide the size, type, and length of anchor shown on the drawings or, if not shown, as<br />

specified in the detailed sections of these specifications.<br />

B. When the size, length or load carrying capacity of an anchor bolt, expansion anchor,<br />

toggle bolt, or concrete insert is not shown or specified, provide the size, length and<br />

capacity required to carry the design load times a minimum safety factor of 4.<br />

C. For equipment anchors, if the design load is not specified by the manufacturer, provide<br />

anchors of diameter no less than the diameter of the hole minus 3/16 inch.<br />

1.3 SUBMITTALS<br />

A. Shop Drawings: Submit for approval copies of manufacturer's specifications, load tables,<br />

dimension diagrams and installation instructions for the devices.<br />

1.4 QUALITY ASSURANCE<br />

A. Expansion anchors and inserts shall be ICC approved.<br />

PART 2 PRODUCTS<br />

2.1 MATERIALS<br />

A. Anchor bolts and Nuts shall be carbon steel anchors unless otherwise indicated.<br />

B. Threaded Rod Anchors and Nuts shall be carbon steel unless otherwise indicated.<br />

May 18, 2012<br />

Anchors, Inserts, and Epoxy Dowels<br />

Revision 0 05 05 10 - 1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

C. In buried, submerged, or wet locations, provide AISI Type 304 stainless steel anchors,<br />

nuts and washers complying with ASTM A320. Other AISI types may be used, subject to<br />

Engineer's approval.<br />

2.2 ADHESIVE ANCHORS (FOR CONCRETE AND GROUT FILLED MASONRY)<br />

A. Provide adhesive anchors where specifically shown and where adhesive anchors are<br />

allowed.<br />

B. Adhesive shall be two-component liquid epoxy adhesive for threaded rod anchors.<br />

C. Vinylester resin anchors are NOT allowed.<br />

D. Product and Manufacturer: Provide one of the following:<br />

1. HIT RE 500, as manufactured by Hilti, Incorporated.<br />

2. C-6, as manufactured by ITW Ramset/Red Head.<br />

3. SET as manufactured by Simpson Strong-Tie, Inc.<br />

4. Or equal.<br />

PART 3 EXECUTION<br />

3.1 INSTALLATION<br />

A. Drilling equipment used and installation of post-installed anchors shall be in accordance<br />

with manufacturer's instructions.<br />

B. Assure that embedded items are protected from damage and are not filled in with<br />

concrete.<br />

C. Anchor bolts, threaded rod anchors, and adhesive anchors that are to be epoxy grouted<br />

shall be clean and fee of coatings that would weaken the bond with epoxy.<br />

D. Two nuts and a washer shall be furnished for anchor bolts, threaded rod anchors, and<br />

adhesive anchors.<br />

1. Anti-seize thread lubricant shall be liberally applied to projecting, threaded<br />

portions immediately before final installation and tightening of the nuts.<br />

E. Unless otherwise shown, provide the following minimum embedment, where “d” is the<br />

nominal anchor diameter:<br />

1. Cast-in-place anchors: 12d.<br />

2. Adhesive anchors and epoxied dowels: 8d.<br />

3. Wedge anchors: 8d.<br />

F. Unless otherwise shown, provide a minimum edge distance equal to six times the bolt<br />

diameter and a bolt spacing equal to twelve times the bolt diameter.<br />

G. For the adhesive and expansion anchors and adhesive material, Contractor shall comply<br />

with the manufacturer's installation instructions on the hole diameter and depth.<br />

May 18, 2012<br />

Anchors, Inserts, and Epoxy Dowels<br />

Revision 0 05 05 10 - 2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

H. Contractor shall properly clean out the hole utilizing a wire brush and compressed air to<br />

remove all loose material from the hole, prior to installing adhesive or expansion anchor.<br />

3.2 GROUT INSTALLATION<br />

A. Shim bearing plates and equipment supports to proper elevation, snug tighten anchor<br />

bolts.<br />

B. Fill void under bearing surface with grout. Install and pack grout to remove air pockets.<br />

C. Moist cure grout.<br />

D. Remove forms after grout is set. Trim grout edges to from smooth surface, splayed<br />

45 degrees.<br />

E. Tighten anchor bolts after grout has cured for a minimum of 3 days.<br />

END OF SECTION<br />

May 18, 2012<br />

Anchors, Inserts, and Epoxy Dowels<br />

Revision 0 05 05 10 - 3


This page intentionally left blank.


Division 11


This page intentionally left blank.


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 11 97 00<br />

SUBMERSIBLE PUMPS AND INSTALLATION<br />

PART 1 GENERAL<br />

1.1 SUMMARY<br />

A. Section Includes:<br />

1. Installation of submersible pumping units, complete in place. Includes column<br />

pipe, column check valve, casing pipe spacers, surface plate, discharge head, and<br />

appurtenances.<br />

2. Pump procurement: per the contract specified in the Summary of Work. Includes<br />

pump, motor, power cable, startup services, testing (manufacturing and field),<br />

and appurtenances.<br />

B. Related Sections<br />

1. Division 01 - General Requirements<br />

2. Division 26 - Electrical<br />

3. Division 40 - Process Integration<br />

1.2 REFERENCES<br />

A. American Water Works Association (AWWA):<br />

1. AWWA A100 - Standard for Water <strong>Well</strong>s<br />

2. AWWA C654 - Disinfection of <strong>Well</strong>s<br />

B. Texas Administrative Code (TAC):<br />

1. Title 30, Part 1, Chapter 290 - Public Drinking Water<br />

1.3 SUBMITTALS<br />

A. Product Data:<br />

1. Column pipe: Submit manufacturer’s catalog information on pipe materials and<br />

fittings. Submit mill test certificates indicating physical and chemical analysis.<br />

2. Column check valve: Submit manufacturer’s catalog information with valve data<br />

and ratings for each service.<br />

3. Submit manufacturer’s catalog information for related products as specified in<br />

related sections.<br />

1.4 STARTUP AND DEMONSTRATION<br />

A. The Owner reserves the right to operate each submersible pumping unit, after installation,<br />

for a period of thirty (30) days before final acceptance. During such period, the<br />

Contractor, or his field service technician, shall make such adjustments as may be<br />

deemed necessary to improve the operating performance of the equipment.<br />

May 18, 2012<br />

Submersible Pumps and Installation<br />

Revision 0 11 97 00 - 1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

1.5 CLOSEOUT SUBMITTALS<br />

A. Operation and Maintenance Data: Submit spare parts lists and maintenance procedures in<br />

accordance with Section 01 70 00 Execution and Closeout Requirements.<br />

1.6 QUALITY ASSURANCE<br />

A. Perform Work in accordance with drawings and specifications.<br />

1.7 WARRANTY<br />

A. Furnish minimum 1-year manufacturer warranty for all materials.<br />

PART 2 PRODUCTS<br />

2.1 SUBMERSIBLE PUMPS<br />

A. Vertical Turbine Submersible Pumping Units: provided per separate procurement<br />

contract with the Owner. Make and model of pump and motor to be provided to<br />

Contractor on award of this Contract or soon thereafter.<br />

B. Supplier: Clowe & Cowan Of El Paso, Pedro Rascon, 915-593-8833.<br />

2.2 COLUMN PIPE<br />

A. Column pipe: carbon steel, high strength, with a minimum grade of API-5L X-42. Yield<br />

shall be a minimum of 42,000 psi and tensile shall be a minimum of 60,000 psi. Heat<br />

numbers will be exposed on the pump column matching the Mill Test Reports. Column<br />

pipe shall be minimum schedule 40 wall thickness.<br />

B. Column pipe diameter and length: as indicated in Attachment A, this section. As well<br />

installation and aquifer testing will be concurrent with award of this Contract, column<br />

pipe diameters and lengths are subject to revision by the Engineer. Contractor to confirm<br />

diameters and lengths with Engineer prior to procurement of materials.<br />

C. The method of threading the pump column shall be with Computer Numeric Controlled<br />

(CNC) equipment to ensure consistently precise threads. No oil based threading coolant<br />

will be used in the manufacturing of the pump column. The column pipe shall an 8-V,<br />

¾ taper thread and couplings.<br />

2.3 COLUMN CHECK VALVE<br />

A. Manufacturers:<br />

1. Flomatic Series 80 DI.<br />

2. Substitutions: Permitted with Engineer’s Approval.<br />

May 18, 2012<br />

Submersible Pumps and Installation<br />

Revision 0 11 97 00 - 2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

B. 2 inches and Larger: Drop check valve with factory-installed knockout plug, ductile iron<br />

body, threaded female by female connection, Buna-N seals, stainless steel spring and<br />

fasteners, ductile iron poppet.<br />

C. Appurtenances: Contractor to provide one additional knockout plug for each valve<br />

installation.<br />

2.4 SURFACE PLATE AND DISCHARGE HEAD<br />

A. Surface Plate:<br />

1. Sized to accommodate well casing and column pipe diameters indicated in<br />

Attachment A, this section.<br />

2. Support the total weight of the pump, motor, and column pipe when filled with<br />

water.<br />

B. Discharge Head: Long radius, 90-degree elbow with 150 pound flange having an outlet<br />

size equal to that of the aboveground discharge piping as indicated on the drawings.<br />

C. Sanitary Seal: Provide between the surface plate and well casing flange as indicated on<br />

the drawings.<br />

2.5 CASING SPACERS<br />

A. Manufacturers:<br />

1. APS, model CI<br />

2. Substitutions: Permitted with Engineer’s Approval.<br />

B. Casing Spacers:<br />

1. Polyethylene with stainless steel hardware (nuts and bolts) suitable for<br />

continuous submergence.<br />

2. Sized to fit within ½ inch of the inside diameter of the well casing pipe. Spacers<br />

not meeting this size will be rejected.<br />

3. NSF-approved.<br />

PART 3 EXECUTION<br />

3.1 INSTALLATION<br />

A. Install submersible pumps and appurtenances complete in place, to provide for a fully<br />

functioning water supply well. Install pump and motor in accordance with manufacturer's<br />

written instructions.<br />

B. Installation depths listed in Attachment A are subject to revision by the Engineer.<br />

Contractor to confirm depths in writing prior to installation of equipment associated with<br />

the submersible pump.<br />

C. Pump Installation:<br />

May 18, 2012<br />

Submersible Pumps and Installation<br />

Revision 0 11 97 00 - 3


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

1. Contractor shall verify that the well casing, screen, and sump are free of<br />

sediment. If sediment has accumulated, clean by bailing or other Engineerapproved<br />

method.<br />

2. Prior to installation of pumping equipment, Contractor to ensure pump outside<br />

diameter is at least one (1) inch less than the inside diameter of the well casing to<br />

the pump installation depth.<br />

D. Power cable: supported on the column pipe by means of cable clamps and stainless steel<br />

bands. Cable clamps shall be suitable for continuous submergence and carry an NSF seal<br />

if not stainless steel. Place cable clamps every 20 feet, minimum.<br />

E. Column check valves: Install less than 20 feet above the pump and thereafter in<br />

conformance with manufacturer suggested spacing. In no case shall the distance between<br />

valves and the surface plate be equal. Unequal distances are essential to prevent harmonic<br />

valve hammer.<br />

F. Surface plate: Install per manufacturer’s installation instructions and as indicated on the<br />

drawings.<br />

3.2 DISINFECTION<br />

A. Disinfection of <strong>Well</strong>s: per AWWA C654.<br />

B. The Contractor is advised that all wells were previously disinfected after construction and<br />

were found to be absent of coliform. Three consecutive days of testing were performed<br />

during the step-drawdown test. However, disinfection will be required following<br />

submersible pump installation.<br />

C. Contractor shall disinfect each well to satisfy the requirements of TCEQ Water Hygiene<br />

(Drinking Water) rules (TAC Chapter 290). Official testing for coliform will be<br />

conducted after the permanent pump has been installed. A minimum of 10 casing<br />

volumes shall have been evacuated prior to obtaining the official samples for testing.<br />

D. Forms of Chlorine: Disinfectant used for the wells shall be in liquid form. Solid tablets or<br />

powders will not be allowed. A simple chlorine solution will not be satisfactory.<br />

E. <strong>Well</strong> chlorination:<br />

1. Water in the well casing shall be treated with chlorine so that an average chlorine<br />

residual of 50 milligrams per liter (mg/L) is in the entire volume of water in the<br />

well casing. Chlorinated water shall rest in the well casing for at least 12 hours,<br />

but no more than 24 hours.<br />

2. Following the rest period, circulate the chlorinated water by pumping, wasting<br />

some of the water and returning some to the well, periodically testing for chlorine<br />

residual. When zero chlorine residual is measured, continue pumping the well to<br />

waste for at least 15 minutes or 10 casing diameters, whichever is greater. The<br />

Contractor shall then sample the well for bacteriological evaluation.<br />

3. Testing for chlorine residual shall be performed by the Contractor or his<br />

approved testing laboratory.<br />

May 18, 2012<br />

Submersible Pumps and Installation<br />

Revision 0 11 97 00 - 4


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

F. Bacteriological evaluation: performed by a Texas Department of Health approved<br />

laboratory for the presence of coliform in accordance with Standard Methods of the<br />

Examination of Water and Wastewater. If any of the samples show the presence of<br />

coliform, the Contractor shall repeat the process or modify (as approved by Engineer)<br />

until testing indicates zero coliform. Repeat disinfecting and testing shall be completed at<br />

no additional cost to the Owner.<br />

G. Contractor responsible for safe disposal of heavily chlorinated water.<br />

H. Cost for disinfection and testing required by this specification, including alternate<br />

pumping equipment if required, shall be incidental to the Work and included in the most<br />

applicable bid item.<br />

3.3 FIELD QUALITY CONTROL<br />

A. Contractor to coordinate field quality control with submersible pump manufacturer’s<br />

representative for items specified in pump procurement contract.<br />

END OF SECTION<br />

May 18, 2012<br />

Submersible Pumps and Installation<br />

Revision 0 11 97 00 - 5


This page intentionally left blank.


Specification Section 11 97 00, Attachment A<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Pump Assumptions a<br />

Assumed c Column Pipe Projected Water Depth Pump <strong>Well</strong> Friction Pipeline Head Loss b Assumed c Static Nominal Top of Bottom of Total Column Conveyance Motor<br />

<strong>Well</strong> Pumping Flow Velocity Level Depth During to be Set Head Loss and Delivery Pressure TDH Calculated c Nominal c Water Level Casing Screen Screen <strong>Well</strong> Depth Pipe Pipe Voltage<br />

ID Rate (gpm) (ft/s) Pumping (ft bgs) (ft bgs) (feet) (feet) (feet) Input Hp Hp (ft bgs) Dia. (in) (ft bgs) (ft bgs) (ft bgs) Size (in) Size (in) (volts)<br />

D-1 400 4.5 215 290 5 88 3<strong>08</strong> 39 50 198 16 342 680 690 6 8 480<br />

D-2 660 7.5 235 310 14 75 324 68 75 180 16 280 540 550 6 8 480<br />

D-3 500 5.7 250 325 9 85 344 54 75 182 16 449 687 697 6 8 480<br />

D-4 400 4.5 152 227 4 143 299 38 50 129 16 218 446 456 6 8 480<br />

D-5 540 6.1 195 270 8 95 298 51 75 164 16 332 804 814 6 8 480<br />

D-6 360 4.1 210 285 4 135 349 40 50 138 16 285 673 683 6 8 480<br />

D-7 580 6.6 250 325 11 158 419 77 100 124 16 406 714 724 6 8 480<br />

D-8 770 8.7 226 301 18 119 364 88 100 112 16 256 672 682 6 8 480<br />

D-9 900 10.2 183 258 21 145 349 99 125 122 12 264 594 604 6 8 480<br />

D-10 1,600 10.2 178 253 16 143 337 170 175 126 16 280 788 798 8 10 480<br />

D-11 800 5.1 226 301 5 117 347 88 100 153 16 302 750 760 8 8 480<br />

D-12 900 10.2 178 253 21 153 352 100 125 120 12 275 488 498 6 8 480<br />

D-13 1,600 10.2 164 239 15 158 337 170 175 116 16 278 646 656 8 10 480<br />

D-14 1,600 10.2 165 240 15 155 335 169 175 120 16 301 720 730 8 10 480<br />

D-15 400 4.5 171 246 4 146 321 41 50 132 12 236 752 762 6 8 480<br />

D-17 1,600 10.2 156 231 14 169 339 171 175 1<strong>08</strong> 16 250 549 559 8 10 480<br />

D-18 600 6.8 222 297 11 144 377 72 75 134 12 304 659 669 6 8 480<br />

D-19 700 7.9 179 254 13 142 334 74 100 132 16 260 724 734 6 8 480<br />

D-22 950 10.8 183 258 24 182 389 117 125 118 12 300 736 746 6 8 480<br />

D-23 1,600 10.2 148 223 14 177 339 171 175 116 16 260 678 688 8 10 480<br />

D-24 1,600 10.2 162 237 15 163 340 172 175 125 16 301 730 740 8 10 480<br />

Total 19,060 GPM Legend / Notes: Conversion Factors Assumptions<br />

Total 27,446,400 GPD = Indicates well installation and aquifer test complete 7.5 gallons per cubic foot 80% minimum overall efficiency<br />

Total 27.45 MGD<br />

a <strong>Well</strong> characteristics (pumping rates, dimensions, pump requirements, etc.) 60 seconds per minute 25% increase due to minor losses<br />

subject to revision pending well installation. 550 ft*lbf/s/hp 62.4 lb/ft 3 , unit weight of water<br />

gpm = gallons per minute<br />

b Pipeline head loss modeled by Freese & Nichols for pumping 12 inches per foot 32.2 ft/s 2 , acceleration of gravity<br />

ft/s = feet per second directly to Base 21 (Scenario B). 2.31 feet water per psi 1.2E-05 ft 2 /s, kinematic viscosity<br />

ft bgs = feet below ground surface<br />

c TDH and Pumping Rates take priority in pumping unit sizing.<br />

1.E-03 relative roughness<br />

TDH = total dynamic head The Calculated Input Hp and Nominal Hp displayed on the table 20 psi, delivery pressure<br />

Hp = horsepower are for reference purposes and are based on minimum overall 75 feet below pumping level<br />

in = inches pump and motor efficiency.<br />

5/14/2012<br />

Revision 0


This page intentionally left blank.


S:\Projects\CRMWD\WR11.0143_CRMWD_Ward_Co_Groundwater_Supply_Phase_1\GIS\MXD\Site_maps\<strong>Well</strong>_field_pipeline_design.mxd<br />

D-2<br />

D-1<br />

D-3<br />

D-5<br />

D-8<br />

D-9<br />

D-6<br />

D-11<br />

D-4<br />

D-10<br />

C-5<br />

C-1<br />

D-15<br />

D-12<br />

C-18<br />

D-13<br />

D-14<br />

D-19<br />

D-18<br />

D-7<br />

D-17<br />

D-24<br />

M-6<br />

D-23<br />

D-22<br />

N<br />

0 1,500 3,000 Feet<br />

Figure A-1<br />

Explanation<br />

Proposed wells<br />

Ward north well<br />

<strong>Well</strong> field boundary<br />

Pipeline alignments (FNI)<br />

<strong>Well</strong> field pipeline<br />

Source: 2011 aerial photograph provided by Freese & Nichols, Inc.<br />

Daniel B. Stephens & Associates, Inc.<br />

2/22/2012<br />

JN WR11.0143.00<br />

CRMWD WARD COUNTY NORTH WELL FIELD<br />

<strong>Well</strong> <strong>Field</strong> Layout


This page intentionally left blank.


Division 22


This page intentionally left blank.


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 22 05 23<br />

GENERAL-DUTY VALVES FOR PLUMBING PIPING<br />

PART 1 GENERAL<br />

1.1 SUMMARY<br />

A. Section Includes:<br />

1. Gate valves.<br />

2. Check valves.<br />

3. Air Release valves.<br />

B. Related Sections:<br />

1. Division 01 - General Requirements<br />

2. Section 22 07 00 - Plumbing Insulation.<br />

3. Section 22 10 00 - Plumbing and Piping.<br />

1.2 REFERENCES<br />

A. ASTM International:<br />

1. ASTM D1785 - Standard Specification for Rigid Poly (Vinyl Chloride) (PVC)<br />

Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds.<br />

2. ASTM D4101 - Standard Specification for Propylene Injection and Extrusion<br />

Materials.<br />

B. Manufacturers Standardization Society (MSS) of the Valve and Fittings Industry:<br />

1. MSS SP 70 - Cast Iron Gate Valves, Flanged and Threaded Ends.<br />

2. MSS SP 80 - Bronze Gate, Globe, Angle and Check Valves.<br />

C. American Water Works Association (AWWA)<br />

1. AWWA C5<strong>08</strong> - AWWA Standard for Swing-Check Valves for Waterworks<br />

Service<br />

2. AWWA C512 - AWWA Standard for Air-Release, Air/Vacuum, and<br />

Combination Air Valves for Waterworks Service<br />

1.3 SUBMITTALS<br />

A. Section 01 33 00 - Submittal Procedures: Requirements for submittals.<br />

B. Product Data: Submit manufacturers catalog information with valve data and ratings for<br />

each service.<br />

C. Manufacturer's Installation Instructions: Submit hanging and support methods, joining<br />

procedures.<br />

D. Manufacturer's Certificate: Certify products meet or exceed specified requirements.<br />

May 18, 2012<br />

General-Duty Valves for Plumbing Piping<br />

Revision 0 22 05 23 - 1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

1.4 CLOSEOUT SUBMITTALS<br />

A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for submittals.<br />

B. Project Record Documents: Record actual locations of valves.<br />

C. Operation and Maintenance Data: Submit installation instructions, spare parts lists,<br />

exploded assembly views.<br />

1.5 QUALITY ASSURANCE<br />

A. For drinking water service, provide valves complying with NSF 61.<br />

1.6 QUALIFICATIONS<br />

A. Manufacturer: Company specializing in manufacturing Products specified in this section<br />

with minimum three years documented experience.<br />

B. Installer: Company specializing in performing work of this section with minimum three<br />

years documented experience.<br />

1.7 DELIVERY, STORAGE, AND HANDLING<br />

A. Section 01 60 00 - Product Requirements: Requirements for transporting, handling,<br />

storing, and protecting products.<br />

B. Accept valves on site in shipping containers with labeling in place. Inspect for damage.<br />

C. Provide temporary protective coating on cast iron and steel valves.<br />

1.8 WARRANTY<br />

A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for warranties.<br />

B. Furnish five year minimum manufacturer warranty for valves excluding packing.<br />

1.9 EXTRA MATERIALS<br />

A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for extra<br />

materials.<br />

B. Furnish two packing kits for each size valve.<br />

PART 2 PRODUCTS<br />

2.1 GATE VALVES<br />

A. 3 inches and Smaller:<br />

May 18, 2012<br />

General-Duty Valves for Plumbing Piping<br />

Revision 0 22 05 23 - 2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

1. Manufacturers:<br />

a. Crane, Series 437 Gate Valves<br />

b. Milwaukee Valve, 105 Series Gate Valves<br />

c. Watts Water Technologies, GV Series Gate Valves<br />

d. Substitutions: Permitted with Engineer’s Approval.<br />

2. MSS SP 80, Class 125 bronze body, bronze trim, threaded bonnet, non-rising<br />

stem, hand-wheel, inside screw with back-seating stem, solid wedge disc,<br />

threaded ends.<br />

B. 3-1/2 inches and Larger:<br />

1. Manufacturers:<br />

a. Mueller Co., Series 2360 Resilient Wedge Gate Valves.<br />

b. American Cast Iron Company, Series 2500 Resilient Wedge Gate Valves<br />

c. M&H AWWA C509 Resilient Wedge Gate Valve, Model 4067-02-HW.<br />

d. Substitutions: Not Permitted.<br />

2. MSS SP 70, NSF 61/AWWA C509, cast iron body, bronze trim, bolted bonnet<br />

with o-ring, non-rising stem, hand-wheel, outside screw and yoke, solid wedge<br />

disc with bronze seat rings, flanged ends. Furnish valves with universal position<br />

indicators.<br />

2.2 CHECK VALVES<br />

A. Horizontal Swing Check Valves:<br />

1. Manufacturers:<br />

a. APCO Series 6000 Cushion Swing Check Valve.<br />

b. Mueller Co., Model A-2602-06BB.<br />

c. Substitutions: Not Permitted.<br />

2. 2-1/2 inches and Larger: AWWA C5<strong>08</strong> compliant, cast iron body, bolted cap,<br />

bronze or cast iron disc, flanged ends.<br />

2.3 AIR RELEASE VALVES<br />

A. Air Release Valve for Vertical Turbine Submersible Pumps:<br />

1. Manufacturers:<br />

a. APCO Model 144DAT (1,450 gpm max at no head pump capacity)<br />

b. APCO Model 146DAT (3,500 gpm max at no head pump capacity)<br />

c. Substitutions: Not Permitted.<br />

2. Valves shall meet applicable requirements of AWWA C512.<br />

3. Cast iron body and cover, stainless steel center-guided float, Buna-N seat, brass<br />

water diffuser, and throttling device.<br />

4. Contractor to confirm well flow rate and valve model prior to procuring valves.<br />

Contractor assumes full responsibility and expense for purchases made prior to<br />

Engineer approval.<br />

B. Air Release Valves:<br />

1. Manufacturers:<br />

a. APCO Model 50<br />

b. Substitutions: Not Permitted.<br />

2. Valves shall meet applicable requirements of AWWA C512.<br />

May 18, 2012<br />

General-Duty Valves for Plumbing Piping<br />

Revision 0 22 05 23 - 3


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

3. Cast iron body and cover, stainless steel center-guided float, Buna-N needle,<br />

3/32-inch-orifice.<br />

PART 3 EXECUTION<br />

3.1 EXAMINATION<br />

A. Verify existing conditions before starting work. Confirm valve sizes with Engineer.<br />

B. Verify piping system is ready for valve installation.<br />

3.2 INSTALLATION<br />

A. Install valves with stems upright or horizontal, not inverted.<br />

B. Install valves with clearance for installation of insulation and allowing access.<br />

C. Refer to Section 22 07 00 for insulation requirements for valves.<br />

D. Refer to Section 22 10 00 for piping materials applying to various system types.<br />

3.3 VALVE APPLICATIONS<br />

A. Install shut-off valves at locations indicated on Drawings in accordance with this Section.<br />

B. Install gate valves for shut-off and to isolate equipment, part of systems, or vertical risers.<br />

C. Install gate valves in water systems for shut-off service.<br />

END OF SECTION<br />

May 18, 2012<br />

General-Duty Valves for Plumbing Piping<br />

Revision 0 22 05 23 - 4


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 22 05 53<br />

IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT<br />

PART 1 GENERAL<br />

1.1 SUMMARY<br />

A. Section Includes:<br />

1. Tags.<br />

2. Pipe markers.<br />

B. Related Sections<br />

1. Division 01 - General Requirements<br />

2. Section 22 10 00 - Plumbing and Piping<br />

1.2 REFERENCES<br />

A. American Society of Mechanical Engineers:<br />

1. ASME A13.1 - Scheme for the Identification of Piping Systems.<br />

1.3 SUBMITTALS<br />

A. Section 01 33 00 - Submittal Procedures: Submittal procedures.<br />

B. Product Data: Submit manufacturers catalog literature for each product required.<br />

C. Shop Drawings: Submit list of wording, symbols, letter size, and color coding for<br />

mechanical identification and valve chart and schedule, including valve tag number,<br />

location, function, and valve manufacturer's name and model number.<br />

1.4 CLOSEOUT SUBMITTALS<br />

A. Record Drawings: furnish two sets of plan-view drawings showing valves installed under<br />

this Contract, accurately located and labeled. Drawings shall be neat and easily readable.<br />

B. Valve Chart: provide a valve chart, typed neatly on 8½- x 11-inch sheets, listing the well<br />

location, valve number, size, and normal operating position on each valve installed under<br />

this Contract.<br />

1.5 QUALITY ASSURANCE<br />

A. Conform to ASME A13.1 for color scheme for identification of piping systems and<br />

accessories.<br />

1.6 FIELD MEASUREMENTS<br />

A. Verify field measurements prior to fabrication.<br />

May 18, 2012<br />

Plumbing Identification<br />

Revision 0 22 05 53 - 1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

PART 2 PRODUCTS<br />

2.1 TAGS<br />

A. Each process system valve shall be provided with a stamped metal tag secured to the<br />

valve. This tag shall indicate the well location, valve number, service, and function of<br />

each valve.<br />

B. Tags shall be stamped brass 1½-inch diameter with finished edges, and secured to valves<br />

by heavy copper figure eight hooks, braided stainless steel wire anchor, or other approved<br />

means.<br />

2.2 PIPE MARKERS<br />

A. Color and Lettering: Conform to ASME A13.1.<br />

B. Plastic Tape Pipe Markers:<br />

1. Manufacturers:<br />

a. Mifab Manufacturing.<br />

b. Almetek Industries<br />

c. Brimar Industries, Inc.<br />

d. Substitutions: Permitted with Engineer’s approval.<br />

2. Flexible, vinyl film tape with pressure sensitive adhesive backing and printed<br />

markings.<br />

C. Plastic Underground Pipe Markers:<br />

1. Bright colored continuously printed detectable plastic ribbon tape, minimum 6<br />

inches wide by 4 mil thick, manufactured for direct burial service.<br />

PART 3 EXECUTION<br />

3.1 PREPARATION<br />

A. Degrease and clean surfaces to receive adhesive for identification materials.<br />

3.2 INSTALLATION<br />

A. Install identifying devices after completion of coverings and painting.<br />

B. Install labels with sufficient adhesive for permanent adhesion and seal with clear lacquer.<br />

For unfinished canvas covering, apply paint primer before applying labels.<br />

C. Install underground plastic pipe markers 6 to 8 inches below finished grade, directly<br />

above buried pipe.<br />

D. Identify piping, concealed or exposed, with plastic tape pipe markers. Use tags on piping<br />

3/4 inch diameter and smaller. Identify service and flow direction. Install in clear view<br />

and align with axis of piping. Locate identification spacing not to exceed 20 feet on<br />

May 18, 2012<br />

Plumbing Identification<br />

Revision 0 22 05 53 - 2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

3.3 SCHEDULES<br />

straight runs including risers and drops, adjacent to each valve and tee, at each side of<br />

penetration of structure or enclosure, and at each obstruction.<br />

A. Identification:<br />

1. <strong>Well</strong> <strong>Field</strong> Raw Water Piping.<br />

a. Identification Type: Raw Water<br />

b. Background Size: 24-inch length<br />

c. Background Color: Safety Green<br />

d. Lettering Size: 2½ inches<br />

e. Lettering Color: White<br />

B. Valve Tags:<br />

1. <strong>Well</strong> <strong>Field</strong> Raw Water Piping.<br />

a. Tag Material: Brass<br />

b. Tag Size: 1½-inch diameter<br />

c. Tag Shape: Round<br />

END OF SECTION<br />

May 18, 2012<br />

Plumbing Identification<br />

Revision 0 22 05 53 - 3


This page intentionally left blank.


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 22 07 01<br />

PLUMBING INSULATION<br />

PART 1 GENERAL<br />

1.1 SUMMARY<br />

A. Section Includes:<br />

1. Plumbing heat trace, insulation, jackets and accessories for exterior, aboveground<br />

piping.<br />

B. Related Sections<br />

1. Division 01 - General Requirements<br />

2. Section 22 05 23 - General-Duty Valves for Plumbing Piping<br />

3. Section 22 10 00 - Process Plumbing and Piping<br />

1.2 REFERENCES<br />

A. ASTM International:<br />

1. ASTM C195 - Standard Specification for Mineral Fiber Thermal Insulating<br />

Cement.<br />

2. ASTM C449/C449M - Standard Specification for Mineral Fiber Hydraulic-<br />

Setting Thermal Insulating and Finishing Cement.<br />

3. ASTM C450 - Standard Practice for Fabrication of Thermal Insulating Fitting<br />

Covers for NPS Piping, and Vessel Lagging.<br />

4. ASTM C547 - Standard Specification for Mineral Fiber Pipe Insulation.<br />

5. ASTM C585 - Standard Practice for Inner and Outer Diameters of Rigid Thermal<br />

Insulation for Nominal Sizes of Pipe and Tubing (NPS System).<br />

6. ASTM C795 - Standard Specification for Thermal Insulation for Use in Contact<br />

with Austenitic Stainless Steel.<br />

7. ASTM C1136 - Standard Specification for Flexible, Low Permeance Vapor<br />

Retarders for Thermal Insulation<br />

8. ASTM D1785 - Standard Specification for Rigid Poly (Vinyl Chloride) (PVC)<br />

Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds.<br />

9. ASTM E84 - Standard Test Method for Surface Burning Characteristics of<br />

Building Materials.<br />

1.3 SUBMITTALS<br />

A. Product Data: Submit product descriptions, thermal characteristics, and material<br />

thickness for each service, and location.<br />

B. Samples: Submit two samples, of representative size, illustrating each insulation type.<br />

C. Manufacturer's Installation Instructions: Submit manufacturer's published literature<br />

indicating proper installation procedures.<br />

May 18, 2012<br />

Plumbing Insulation<br />

Revision 0 22 07 00 - 1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

D. Manufacturer's Certificate: Certify that products meet or exceed the specified<br />

requirements.<br />

1.4 QUALITY ASSURANCE<br />

A. Test pipe insulation for maximum flame spread index of 25 and maximum smoke<br />

developed index not exceeding 450, in accordance with ASTM E84.<br />

B. Pipe insulation manufactured in accordance with ASTM C585 for inner and outer<br />

diameters.<br />

C. Factory fabricated fitting covers manufactured in accordance with ASTM C450.<br />

D. Maintain 2 copies of each document onsite.<br />

1.5 QUALIFICATIONS<br />

A. Manufacturer: A company specializing in manufacturing products specified in this<br />

section, with a minimum of 3 years of experience.<br />

B. Applicator: A company specializing in performing the Work described in this section,<br />

with a minimum of 3 years of experience.<br />

1.6 DELIVERY, STORAGE, AND HANDLING<br />

A. Accept materials on site in original factory packaging, labeled with manufacturer's<br />

identification, including product density and thickness.<br />

B. Protect materials from weather and construction traffic, dirt, water, chemicals, and<br />

damage, by storing in original wrapping and in a dry storage area.<br />

1.7 ENVIRONMENTAL REQUIREMENTS<br />

A. Install insulation only when ambient temperature and humidity conditions are within the<br />

range recommended by the manufacturer.<br />

B. Maintain the temperature before, during, and after installation, for a minimum period of<br />

24 hours.<br />

1.8 FIELD MEASUREMENTS<br />

A. Verify field measurements prior to fabrication.<br />

1.9 WARRANTY<br />

A. Furnish 1-year manufacturer warranty for insulation and jacketing.<br />

B. Furnish 1-year manufacturer warranty for heat trace.<br />

May 18, 2012<br />

Plumbing Insulation<br />

Revision 0 22 07 00 - 2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

PART 2 PRODUCTS<br />

2.1 MANUFACTURERS<br />

A. Heat Trace Manufacturers:<br />

1. Thermon FLX.<br />

2. Chromalox SRF.<br />

3. Substitutions: Permitted with Engineer’s Approval.<br />

B. Manufacturers for Insulation and Jacketing Products:<br />

1. CertainTeed.<br />

2. Knauf.<br />

3. Johns Manville.<br />

4. Substitutions: Permitted with Engineer’s Approval.<br />

2.2 HEAT TRACE<br />

A. Heat trace shall conform to the following:<br />

1. Traced surface type: metallic piping.<br />

2. Outer jacket chemical resistance:<br />

a. Aqueous inorganic chemical: (modified polyolefin outer jacket).<br />

b. Organic chemicals or corrosives: (flouropolymer outer jacket).<br />

3. Voltage: 120V AC<br />

4. Minimum expected ambient temperature: minus 10°F.<br />

5. Maximum operating temperature: 150°F.<br />

6. Ground-fault protection required.<br />

7. Bus wire size: 16 AWG.<br />

B. Self-regulating heat trace shall be low temperature and have a tinned copper braid.<br />

Thermostat shall be line sensing electronic thermostat. Installations shall include a splice<br />

and tee for each cut in the wire and be covered to protect against corrosion.<br />

C. Furnish appurtenances recommended by manufacturer for a fully functioning heat trace<br />

system on exposed piping, including attachment tape, cable end terminations, and<br />

“Electric Heat Tracing” labels.<br />

2.3 PIPE INSULATION<br />

A. Product Description: ASTM C547, molded glass fiber pipe insulation. Conform to<br />

ASTM C795 for application on Austenitic stainless steel.<br />

1. Thermal Conductivity: 0.23 at 75°F.<br />

2. Operating Temperature Range: 0 to 850°F.<br />

3. Vapor Barrier Jacket: ASTM C1136, Type I, factory applied reinforced foil kraft<br />

with self-sealing adhesive joints.<br />

4. Jacket Temperature Limit: minus 20 to 150°F.<br />

5. Minimum thickness: 1-1/2 inch.<br />

2.4 PIPE INSULATION JACKETS<br />

A. PVC Plastic Pipe Jacket:<br />

May 18, 2012<br />

Plumbing Insulation<br />

Revision 0 22 07 00 - 3


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

1. Product Description: ASTM D1785, One piece molded type fitting covers and<br />

sheet material, off-white color.<br />

2. Thickness: 30 mil.<br />

3. Connections: Brush on welding adhesive.<br />

B. <strong>Field</strong> Applied Glass Fiber Fabric Jacket System:<br />

1. Insulating Cement/Mastic: ASTM C195; hydraulic setting on mineral wool.<br />

2. Glass Fiber Fabric:<br />

a. Cloth: Untreated; 9 oz/sq yd weight.<br />

b. Blanket: 1.0 lb/cu ft density.<br />

c. Weave: 10 x 10.<br />

3. Indoor Vapor Retarder Finish:<br />

a. Cloth: Untreated; 9 oz/sq yd weight.<br />

b. Vinyl emulsion type acrylic, compatible with insulation, white color.<br />

2.5 PIPE INSULATION ACCESSORIES<br />

A. Adhesives: Compatible with insulation.<br />

B. Piping 1½-inch-diameter and smaller: Galvanized steel insulation protection shield. MSS<br />

SP-69, Type 40. Length: Based on pipe size and insulation thickness.<br />

C. Piping 2-inch-diameter and larger: Wood insulation saddle, hard maple. Inserts length:<br />

not less than 6 inches long, matching thickness and contour of adjoining insulation.<br />

D. Closed Cell Elastomeric Insulation Pipe Hanger: Polyurethane insert with aluminum<br />

single piece construction and self adhesive closure. Thickness to match pipe insulation.<br />

E. Tie Wire: 0.048-inch stainless steel with twisted ends on maximum 12-inch centers.<br />

F. Mineral Fiber Hydraulic-Setting Thermal Insulating and Finishing Cement:<br />

ASTM C449/C449M.<br />

PART 3 EXECUTION<br />

3.1 EXAMINATION<br />

A. Verify piping has been tested before applying insulation materials per Section 22 10 00 -<br />

Plumbing and Piping.<br />

B. Verify surfaces are clean and dry, with foreign material removed.<br />

3.2 INSTALLATION - HEAT TRACE<br />

A. Heat Trace: install on all exterior pipes beneath pipe insulation according to manufacturer<br />

instructions.<br />

B. Heat Trace Exposed to View in Outdoor Finished Spaces: Locate heat trace and cover<br />

seams in least visible locations.<br />

May 18, 2012<br />

Plumbing Insulation<br />

Revision 0 22 07 00 - 4


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

C. Heat trace shall be labeled in order to identify and warn of heat trace location.<br />

D. Gland entry kit shall be used to transition heat trace into a junction box when making<br />

connections of a pipe or tank. It may be used for power splice or tee connections.<br />

3.3 INSTALLATION - PIPING SYSTEMS<br />

A. Exterior Piping: Insulate fittings, joints, and valves with insulation of like material and<br />

thickness as adjoining pipe, and finish with glass mesh reinforced vapor retarder cement.<br />

Cover with jacket with seams located at 3 or 9 o’clock position on side of horizontal<br />

piping with overlap facing down to shed water or on bottom side of horizontal piping.<br />

END OF SECTION<br />

May 18, 2012<br />

Plumbing Insulation<br />

Revision 0 22 07 00 - 5


This page intentionally left blank.


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 22 10 00<br />

PLUMBING AND PIPING<br />

PART 1 GENERAL<br />

1.1 SUMMARY<br />

A. Section Includes:<br />

1. Pipe and pipe fittings.<br />

2. Piping specialties.<br />

B. Related Work:<br />

1. Division 01 - General Requirements<br />

2. Section 22 05 00 - Plumbing Identification<br />

C. References<br />

1. ASTM A53/A53M<br />

2. American Water Works Association (AWWA) C-205 - Standard for Cement-<br />

Mortar Protective Lining and Coating for Steel Water Pipe―4 In. (100 mm) and<br />

Larger―Shop-Applied<br />

3. AWWA C900: AWWA Standard for Polyvinyl Chloride (PVC) Pressure Pipe<br />

and Fabricated Fittings, 4 In. Through 12 In. (100 mm Through 300 mm), for<br />

Water Transmission and Distribution<br />

4. AWWA C210: AWWA Standard for Liquid-Epoxy Coating Systems for the<br />

Interior and Exterior of Steel Water Pipelines<br />

5. AWWA C601: AWWA Standard for Disinfecting Water Mains<br />

6. AWWA Manual of Water Supply Practices M23: PVC Pipe - Design and<br />

Installation<br />

1.2 SUBMITTALS<br />

A. Product Data: Submit manufacturers catalog information with sizes, capacities, and<br />

finishes.<br />

B. Manufacturer's Installation Instructions: Submit installation instructions for material and<br />

equipment.<br />

C. Manufacturer's Certificate: Certify products meet or exceed specified requirements.<br />

D. Coatings:<br />

1. Manufacturer's color charts and product data for each proposed coating system.<br />

2. Reference samples showing the color and texture of the final paint to be applied.<br />

3. Letter from the Coatings Manufacturer approving and endorsing Coatings<br />

Installer.<br />

May 18, 2012<br />

Plumbing and Piping<br />

Revision 0 22 10 00 - 1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

1.3 CLOSEOUT SUBMITTALS<br />

A. Operation and Maintenance Data: Submit spare parts lists and maintenance procedures.<br />

1.4 WARRANTY<br />

A. Furnish minimum one year manufacturer warranty for all materials.<br />

PART 2 PRODUCTS<br />

2.1 PLUMBING AND PIPING<br />

A. Water Piping, above Grade:<br />

1. Steel Pipe (Cold Water Only Sizes 4 inch and Larger): ASTM A53/A53M, Grade<br />

B, Schedule 40 with cast iron fittings.<br />

a. Shall be cement-mortar lined in accordance with the most recent version<br />

of AWWA C205.<br />

b. The exterior of the pipe shall be epoxy coated in accordance with the<br />

most recent version of AWWA C210.<br />

B. Water Piping, below Grade:<br />

1. PVC Pipe: AWWA C900, DR18<br />

2.2 PIPING SPECIALTIES<br />

A. Flanges, Unions, and Couplings:<br />

1. Pipe Size 2 inches and Under: Malleable iron unions for threaded ferrous piping;<br />

bronze unions for copper pipe, soldered joints.<br />

2. Pipe Size Over 2 inches: Forged steel flanges for ferrous piping; bronze flanges<br />

for copper piping; preformed neoprene gaskets.<br />

3. Grooved and Shouldered Pipe End Couplings: Malleable iron housing, C-shape<br />

elastomer composition sealing gasket, steel bolts, nuts, and washers.<br />

4. Dielectric Connections: Union with galvanized or plated steel threaded end,<br />

copper solder end, water impervious isolation barrier.<br />

PART 3 EXECUTION<br />

3.1 EXAMINATION<br />

A. Verify excavations are to required grade, dry, and not over-excavated.<br />

3.2 PREPARATION<br />

A. Ream pipe and tube ends. Remove burrs. Bevel plain end ferrous pipe.<br />

B. Remove scale and dirt on inside and outside piping before assembly.<br />

May 18, 2012<br />

Plumbing and Piping<br />

Revision 0 22 10 00 - 2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

C. Prepare piping connections to equipment with flanges or unions.<br />

3.3 INSTALLATION - PIPING SYSTEMS<br />

A. Install dielectric connections wherever jointing dissimilar metals.<br />

B. Route piping to maintain gradient.<br />

C. Install piping to maintain headroom. Group piping to conserve space. Group piping<br />

whenever practical at common elevations.<br />

D. Install piping to allow for expansion and contraction without stressing pipe, joints, or<br />

connected equipment.<br />

E. Sleeve pipe passing through partitions, walls and floors.<br />

F. Install piping system allowing clearance for installation of insulation and access to valves<br />

and fittings.<br />

G. Install identification on piping systems including underground piping in accordance with<br />

Section 22 05 00.<br />

H. Protect piping systems from entry of foreign materials by temporary covers, completing<br />

sections of the work, and isolating parts of completed system.<br />

3.4 DISINFECTION AND HYDROSTATIC TESTING OF WATER PIPING SYSTEM<br />

A. Leakage and hydrostatic testing of the lines shall be performed in accordance with<br />

AWWA M23, specifically:<br />

1. The lines shall be tested at 150 pounds, or 1.5 times the normal working pressure<br />

of the line, whichever is greater, for not less than two hours.<br />

2. The quantity of make-up water required to maintain a given pressure must be less<br />

than that defined by Equation 8-1 in AWWA M23 for the line to pass the leakage<br />

test.<br />

B. Disinfection of the line shall be performed in accordance with AWWA C651, and shall<br />

occur after hydrostatic testing.<br />

END OF SECTION<br />

May 18, 2012<br />

Plumbing and Piping<br />

Revision 0 22 10 00 - 3


This page intentionally left blank.


Division 26


This page intentionally left blank.


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 26 01 26<br />

TESTING OF ELECTRICAL SYSTEMS<br />

PART 1 GENERAL<br />

1.1 WORK INCLUDED<br />

A. Furnish labor, material, equipment and incidentals of a NETA certified independent<br />

testing agency. Testing shall be inclusive of all low voltage equipment including<br />

conductors for the pump station. Testing shall include all relay protective schemes and<br />

operation of the medium and low voltage equipment.<br />

1.2 QUALITY ASSURANCE<br />

A. Independent testing agency shall be NETA certified.<br />

1.3 SUBMITTALS<br />

Submittals shall be in accordance with Section 01 33 00, “Submittal Procedures” and shall<br />

include:<br />

A. ELECTRICAL TESTING REPORT<br />

1. 60 days prior to any testing taking place, Contractor shall submit to the<br />

Owner/Engineer the name of the testing agency; a list of all tests to be conducted<br />

shall also be submitted at this same time.<br />

2. A written report shall be submitted by the testing agency performing installation<br />

checks, operation and testing of the low voltage equipment. This report shall<br />

certify that 1) the equipment has been properly installed, 2) is in accurate<br />

alignment, 3) meets the acceptance testing specifications of NETA and the<br />

equipment manufacturer, and 4) NETA certification of the testing agency.<br />

Provide a detailed list of all tests that were performed and the test results as part of<br />

the Electrical Testing Report.<br />

3. Electrical Testing Report shall be submitted to the Engineer for approval at least 4<br />

weeks before start-up.<br />

1.4 STANDARDS<br />

A. The applicable provisions of the following standards shall apply as if written here in their<br />

entirety:<br />

1. American National Standards Institute (ANSI)<br />

2. American Standards for Testing and Materials (ASTM)<br />

3. Institute of Electrical and Electronic Engineers (IEEE)<br />

4. National Electrical Manufacturers Association (NEMA)<br />

5. International Electrical Testing Association (NETA)<br />

May 18, 2012<br />

Testing of Electrical Systems<br />

Revision 0 26 01 26-1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

PART 2 EXECUTION<br />

2.1 GENERAL<br />

A. All testing shall be witnessed by the Owner’s Representative. Types of equipment<br />

required to be tested by these specifications shall include but not be limited to the<br />

following:<br />

1. The following tests shall be conducted by the Contractor:<br />

a. Low Voltage Cables.<br />

b. Grounding.<br />

B. All testing shall be in accordance with the manufacturer’s recommendations for<br />

energization and start-up of the equipment.<br />

C. Testing shall include a complete functionality testing of electrical equipment under all the<br />

different operating parameters identified by the OWNER and ENGINEER.<br />

D. The following is a listing of the major equipment test to be performed.<br />

1. Low Voltage Cables<br />

a. Insulation – resistance heat.<br />

E. Perform testing as indicated in section 01 40 00 “Quality Requirements”. Refer to the<br />

following attachments for the associated forms.<br />

1. 600 Volt Cable Test Report<br />

2. Motor Start-up Report<br />

3. Switchgear Test Report<br />

4. Transformer Test Report<br />

2.2 POWER SYSTEM TESTING<br />

A. CONTRACTOR shall test the operation of the power distribution system, i.e.<br />

transformers, disconnect switches, etc., for the various possible system configurations<br />

under load conditions.<br />

B. CONTRACTOR shall submit a detailed testing plan of the different configurations to be<br />

tested for the Owner’s and Engineer’s approval.<br />

END OF SECTION<br />

May 18, 2012<br />

Testing of Electrical Systems<br />

Revision 0 26 01 26-2


PROJECT:<br />

OWNER:<br />

CONTRACTOR:<br />

ENGINEER:<br />

INSTALLED BY:<br />

DESCRIPTION:<br />

REPORT NO.:<br />

SPEC. NO.:<br />

600V. CABLE TEST REPORT<br />

(4.74 / )<br />

PROJECT NUMBER:<br />

RESISTANCE TESTER:<br />

MFGR. MODEL SERIAL NO. DATE OF LAST CALIBRATION_________<br />

RANGE MEGOHMS MAXVOLTAGE VDC<br />

Ambient Temp. F. %RH<br />

Duct Temp. F. Date<br />

Insulation Resistance<br />

(Megohms after 15 sec.)<br />

Station<br />

From To<br />

Sleeve<br />

Identification<br />

Cable<br />

Size<br />

Cable<br />

Insulation<br />

Cable<br />

Mfgr.<br />

Raceway<br />

Cond.* Phase A Phase B Phase C<br />

Retest<br />

Req'd<br />

*RACEWAY CONDITIONS:<br />

Test By:<br />

A. ABOVE GROUND CONDUIT D. JACKETED CABLE Date:<br />

B. BELOW GROUND CONDUIT E. ARMORED CABLE (ABOVE GROUND)<br />

C. TRAY CABLE F. ARMORED CABLE (BELOW GROUND) Witness By:<br />

Date:<br />

T:\specs\<strong>Well</strong> Sites -Elect <strong>Package</strong>\Re<strong>Bid</strong> 05.2012\Div 26 Electrical\26 01 26.01 600 VOLT CABLE TEST.doc<br />

Page 1 of 2


600V CABLE TEST REPORT<br />

CHECK LIST<br />

1. Check exposed cable for physical damage.<br />

2. Check terminations of exposed cable where applicable.<br />

3. Observe ground lead of insulation tester to be solidly connected to grounding source. Re-check continuity of ground lead to source each<br />

time ground lead is moved.<br />

4. Check cable tested for size, type, phasing, wire tags and terminations per plans, specifications and wiring diagrams.<br />

Please list discrepancies noted on above items.<br />

COMMENTS<br />

T:\specs\<strong>Well</strong> Sites -Elect <strong>Package</strong>\Re<strong>Bid</strong> 05.2012\Div 26 Electrical\26 01 26.01 600 VOLT CABLE TEST.doc<br />

Page 2 of 2


PROJECT:<br />

OWNER:<br />

CONTRACTOR:<br />

ENGINEER:<br />

MOTOR START UP REPORT<br />

(4. / )<br />

PROJECT NUMBER:<br />

REFERENCE DATA:<br />

Report No.: Description:<br />

Specification Section No.: Page No.: Par. No.:<br />

Sheet No.: Entitled:<br />

Detail Designation:<br />

Drawing Attached (Y/N)<br />

EQUIPMENT IDENTIFICATION:<br />

Name (From Drawings): Identification No.: Unit No.: .<br />

Motor Manufacturer: .<br />

Motor Model No.: Serial No.: .<br />

Installed by: .<br />

LOCATION:<br />

Structure:<br />

N/S Coord.: E/W Coord.: Station: Elev.:<br />

H.P.: R.P.M.: Frame: Volts:<br />

F.L. Amps:<br />

Encl.:<br />

Name Plate Data:<br />

Other (Name Plate Data):<br />

Starter Size:<br />

Heaters:<br />

Breaker Size: Megohmmeter Max.Voltage Output**: VDC<br />

Control CKT Insulation Readings:<br />

Motor Insulation Readings T 1 : T 2 : T 3 :<br />

Continuity Check T 1 & T 2 :<br />

Motor Rotation Checked:<br />

Continuity Check T 1 & T 2<br />

Motor Ground Checked:<br />

Control Check:<br />

Interlock Checked:<br />

Motor Amps T 1 : T 2 : T 3 :<br />

Demonstrate Operation of Safety Devices:<br />

Remarks:<br />

Test by: Date: Witness by: Date:<br />

**SHALL NOT EXCEED: 500 VDC for 2300 V, 3φ Motors; 250 VDC for 480 V, 3φ Motors;<br />

100 VDC for 240 V, 3φ Motors; 100 VDC for 240 V, 1φ Motors; 100 VDC for 120 V, 1φ Motors<br />

T:\specs\<strong>Well</strong> Sites -Elect <strong>Package</strong>\Re<strong>Bid</strong> 05.2012\Div 26 Electrical\26 01 26.02 MOTOR STARTUP REPORT.doc Page 1 of 2


MOTOR START UP REPORT<br />

CHECK LIST<br />

1. Check motor for physical damage.<br />

2. Check motor for correct size and type per plans and wiring diagram.<br />

3. Check for adequate ventilation, lighting and clearance per N.E.C. and manufacturer's recommendations.<br />

Note discrepancies.<br />

4. Check for appropriate chain, belt or shaft guards.<br />

5. Check wiring and mounting of motor accessories such as: mag. pick-ups, vibration sensors, safety<br />

switches.<br />

T:\specs\<strong>Well</strong> Sites -Elect <strong>Package</strong>\Re<strong>Bid</strong> 05.2012\Div 26 Electrical\26 01 26.02 MOTOR STARTUP REPORT.doc Page 2 of 2


PROJECT:<br />

OWNER:<br />

CONTRACTOR:<br />

ENGINEER:<br />

SWITCHGEAR TEST REPORT<br />

(4. / )<br />

PROJECT NUMBER:<br />

REFERENCE DATA:<br />

Report No.: Description :<br />

Specification Section No. : Page No.: Par No.:<br />

Sheet No. :<br />

Entitled:<br />

Detail Designation:<br />

Drawing Attached: Yes No <br />

EQUIPMENT IDENTIFICATION:<br />

Name (From Drawings):<br />

Identification No.:<br />

Manufacturer:<br />

Model No.:<br />

Installed by:<br />

Unit No.:<br />

Serial No.:<br />

Date:<br />

LOCATION:<br />

Structure:<br />

N/S Coord. E/W Coord. Station Elev.<br />

RESISTANCE TESTER:<br />

Mfgr. Model No.: Serial No.<br />

Range Megohms MaxVoltage<br />

Date Last Calibrated<br />

Comments<br />

WEATHER: F %RH DATE<br />

NAME PLATE DATA:<br />

TYPE AND RATING<br />

VOLTAGE CURRENT PHASE<br />

FAULT CURRENT RATING<br />

Insulation Resistance (Megohms after 15 seconds)<br />

Phase A Phase B Phase C<br />

Performance:<br />

Witnessed:<br />

Date:<br />

T:\specs\<strong>Well</strong> Sites -Elect <strong>Package</strong>\Re<strong>Bid</strong> 05.2012\Div 26 Electrical\26 01 26.03 SWITCHGEAR TEST REPORT.doc<br />

Page 1 of 2


SWITCHGEAR TEST REPORT CHECKLIST<br />

<br />

<br />

<br />

<br />

<br />

<br />

Check equipment internally and externally for physical damage.<br />

Check switches, circuit breakers and fuses for correct rating and setting per Plans and wiring diagrams. Check<br />

adjustable setting for compliance with short- circuit cord study.<br />

Check all switches and circuit breakers for proper mechanical operation (open & closure). Check metering<br />

switches for proper operation.<br />

Check all Adraw-out@ switches for proper withdrawal and insertion.<br />

Check all Astored energy@ circuit breakers and switches for proper operation.<br />

Adequate ventilation, lighting and clearance per N.E.C. and manufacturer=s<br />

recommendations. Note discrepancies.<br />

RECOMMENDED ADDITIONAL TESTS<br />

(Test Potentials, Duration and Conditions per ANSI, IEEE and NEMA recommendations.)<br />

Insulation tests at<br />

volts (determined by switchgear rating) as follows:<br />

Phase to Phase<br />

Phase to Ground<br />

Across Open Poles<br />

Ground Bus continuity-equipment grounded<br />

Key interlocking system where applicable<br />

Bus-Tie Phasing internally and with external service & load<br />

Overpotenial test per ANSI/IEEE for type and rating of tested equipment.<br />

Demonstrate ground fault relay operation by activating Atest@ circuit.<br />

Demonstrate ground fault relay operation of AShunt trip@devices where applicable.<br />

Demonstrate proper operation of al electrically operated circuit breakers.<br />

T:\specs\<strong>Well</strong> Sites -Elect <strong>Package</strong>\Re<strong>Bid</strong> 05.2012\Div 26 Electrical\26 01 26.03 SWITCHGEAR TEST REPORT.doc<br />

Page 2 of 2


PROJECT:<br />

OWNER:<br />

CONTRACTOR:<br />

ENGINEER:<br />

TRANSFORMER TEST REPORT<br />

(4. / )<br />

PROJECT NUMBER:<br />

REFERENCE DATA:<br />

Report No.:<br />

Description:<br />

Specification Section No.: Page No.: Par. No.:<br />

Sheet No.:<br />

Entitled:<br />

Detail Designation:<br />

Drawing Attached (Y/N)<br />

EQUIPMENT IDENTIFICATION:<br />

Name (From Drawings):<br />

Unit No.:<br />

Manufacturer:<br />

Model No.:<br />

Installed by:<br />

Serial No.:<br />

Date:<br />

Identification No.:<br />

LOCATION:<br />

Structure:<br />

N/S Coord.: E/W Coord.: Station: Elev.:<br />

RESISTANCE TESTER:<br />

Mfgr.: Model No.: Serial No.:<br />

Range: Megohms: MaxVoltage: vdc Date Last Calibrated:<br />

WEATHER: F %RH<br />

NAMEPLATE DATA:<br />

KVA:<br />

PRIMARY VOLTAGE<br />

TYPE:<br />

Primary Insulation Resistance<br />

(Megahoms after 15 sec)<br />

PHASE:<br />

SECONDARY VOLTAGE<br />

HZ:<br />

Secondary Insulation Resistance<br />

(Megahoms after 15 sec)<br />

Phase A Phase B Phase C Phase A Phase B Phase C<br />

Test By:<br />

Witness By:<br />

Date:<br />

Test by:<br />

Witness by:<br />

Date:<br />

T:\specs\<strong>Well</strong> Sites -Elect <strong>Package</strong>\Re<strong>Bid</strong> 05.2012\Div 26 Electrical\26 01 26.04 TRANSFORMER TEST REPORT.doc Page 1 of 2


TRANSFORMER TEST<br />

CHECK LIST<br />

1. Check transformer for physical damage.<br />

2. Check nameplate for correct rating and type per plans and wiring diagrams.<br />

3. Check all mechanical components (doors, latches, tap switches, etc.) for proper operation.<br />

4. Check for adequate ventilation, lighting, clearance and personnel protection per N. E. C. and manufacturer's<br />

recommendations. Note discrepancies.<br />

RECOMMENDED ADDITIONAL TESTS<br />

1. Take transformer oil sample and send to approved laboratory for analysis. Test report to include:<br />

a. Dielectric strength<br />

b. Color<br />

c. Interfacial tension<br />

d. Acid.<br />

Test results to be sent to the engineer and owner for review and records.<br />

2. Demonstrate operation of temperature switches, pressure switches and other protective devices.<br />

3. Perform overpotential tests per ANSI/IEEE for type and rating of transformer tested.<br />

4. Demonstrate operation of cooling fans if any.<br />

5. Record primary and secondary voltages, current, (under load), and tap settings, if applicable.<br />

T:\specs\<strong>Well</strong> Sites -Elect <strong>Package</strong>\Re<strong>Bid</strong> 05.2012\Div 26 Electrical\26 01 26.04 TRANSFORMER TEST REPORT.doc Page 2 of 2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 26 05 00<br />

COMMON WORK RESULTS FOR ELECTRICAL<br />

PART 1 GENERAL<br />

1.1 WORK INCLUDED<br />

A. Furnish labor, materials, equipment and incidentals necessary for complete and<br />

operational electrical systems, as specified herein.<br />

B. This Section, as well as Division 1, concerns all other Sections in Division 26, and shall<br />

be considered a part of each of those Sections as if written in their entirety.<br />

1.2 QUALITY ASSURANCE<br />

A. Electrical Contractors' Qualifications<br />

1. Use adequate numbers of skilled workmen, trained and experienced in their crafts,<br />

and who are familiar with the specifications and methods of performing the work<br />

in this Division. A licensed Journeyman shall be on site at all times when<br />

electrical work is being performed. Electrical work shall be performed under the<br />

direct supervision of a Master Electrician who holds a valid license in the State of<br />

Texas. The Contractor shall provide a monthly report to the Owner/Engineer for<br />

review stating that the Master Electrician has been to the job site and thoroughly<br />

reviewed the work. The report shall be signed by the Master Electrician and<br />

include the data and time the Master Electrician was on site.<br />

B. Workmanship<br />

1. Work shall be performed in accordance with quality, commercial practices. The<br />

appearance of finished work shall be of equal importance with its operation.<br />

Materials and equipment shall be installed based upon the actual dimensions and<br />

conditions at the project site. Locations for materials or equipment requiring an<br />

exact fit shall be field measured. Conduit and motors shall be isolated to avoid<br />

unacceptable noise levels from objectionable vibrations from all systems.<br />

1.3 SUBMITTALS<br />

A. Submittals shall be separated by specification section and shall not be combined with any<br />

submittals for a separate specification section. Submittals shall be in accordance with<br />

Section 01 33 00, “Submittal Procedures” and shall include:<br />

1. Component catalog number and manufacturing data sheet, indicating pertinent<br />

data and identifying each component by the item number and nomenclature as<br />

specified.<br />

2. Component drawings showing dimensions, mounting, and external connection<br />

details in AutoCAD format.<br />

May 18, 2012<br />

Common Work Results for Electrical<br />

Revision 0 26 05 00-1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

3. Complete interconnection and point to point wiring diagrams in AutoCAD format<br />

for all field control and instrumentation wiring between instruments, electrical<br />

equipment, starters, VFDs, etc.. A hard copy shall be submitted to the Engineer<br />

for approval prior to the final AutoCAD files being submitted.<br />

Interconnection/wiring diagrams shall include cable numbers, wire tags, actual<br />

equipment terminal strip numbers, etc.<br />

4. Operation and maintenance manuals shall contain the shop drawings, submittals,<br />

spare part lists, schematics, final wiring diagrams with any changes made during<br />

start-up and maintenance procedures.<br />

5. Unless other additional information is required by the detailed equipment<br />

specifications, the following information shall be included for motors:<br />

a. Motor identification number and nomenclature as specified<br />

b. Make and motor type<br />

c. Brake horsepower of the motor<br />

d. Locked rotor current at full load<br />

e. Motor efficiency at full load (3-phase motors only)<br />

f. Starting torque<br />

g. Method of insulating and impregnating motor coils (3-phase only)<br />

h. Speed of the motor at full torque<br />

i. Full load current<br />

j. Service factor<br />

k. Motor temperature rise measured by resistance over 40 degrees C ambient<br />

6. The Contractor shall provide a monthly report to the Owner/Engineer for review<br />

stating that the Master Electrician has been to the job site and thoroughly<br />

reviewed the work. The report shall be signed by the Master Electrician and<br />

include the data and time the Master Electrician was on site.<br />

a. The CONTRACTOR shall submit a copy of the Master electrician’s<br />

license and Journeyman’s license who will be working on the project.<br />

This information shall be submitted as a formal submittal prior to<br />

beginning any work.<br />

7. The Contractor shall:<br />

a. Prepare, and keep up-to-date, the Record Drawings and detailed<br />

construction drawings;<br />

b. Record the exact locations of each of these differences, sizes and details<br />

of the <strong>Construction</strong> Work as executed, with cross-references to and other<br />

requirements on the Record Drawings.<br />

c. Keep the Record Drawings on the Work Site;<br />

d. Upon completion of the Work, or at such other time as may be determined<br />

by the Engineer, submit the Record Drawings and copies to the Owner’s<br />

Representative in accordance with the Owner’s Requirements.<br />

e. Underground Interference drawing showing all underground duct banks,<br />

ground rods, ground conductors, pipes, piers, vaults, manholes, pull<br />

boxes, etc. that clearly identifies the location and routing of these systems.<br />

All interferences shall be brought to the Engineer’s attention.<br />

f. Provide revised drawings in AutoCAD noting any changes made to<br />

equipment during start-up.<br />

May 18, 2012<br />

Common Work Results for Electrical<br />

Revision 0 26 05 00-2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

1.4 STANDARDS<br />

8. The Contractor shall provide a 11x17 copy of the one-line diagram in the RTU<br />

Cabinet (cabinet provided by others) as follows:<br />

a. The one-line shall reflect all changes made including but not limited to<br />

changes made during construction. The one-line diagram shall include a<br />

color copy of the 11x17 finalized one-line diagram as specified in section<br />

26 05 73.01, “Electrical Power System Studies”.<br />

b. The copy shall be laminated<br />

A. Electrical work shall be executed in accordance with local, State and national codes,<br />

ordinances and regulations which have jurisdiction or authority over the work. If the<br />

standards and codes conflict with each other, the most stringent shall apply. The<br />

applicable provisions of the following standard shall apply as if written here in their<br />

entirety:<br />

1. National Electrical Manufacturer Association (NEMA)<br />

2. American Society for Testing and Materials (ASTM)<br />

3. National Fire Protection Association (NFPA)<br />

4. National Electrical Safety Code (NESC)<br />

5. Institute of Electrical and Electronic Engineers (IEEE)<br />

6. National Electrical Code (NEC)<br />

7. Underwriters' Laboratories (UL)<br />

8. American National Standards Institute (ANSI)<br />

9. Uniform Building Code (UBC)<br />

10. Occupational Safety and Health Administration (OSHA)<br />

11. Local utility companies<br />

12. Local Electrical Ordinance<br />

13. Rural Electrification Association (REA)<br />

14. Insulated Power Cable Engineers Association (IPCEA)<br />

15. International Electrical Testing Association (NETA)<br />

16. National Electrical Contractors Association (NECA)<br />

17. Association Edison Illuminating Companies (AEIC)<br />

B. Electrical work shall be performed under the direct supervision of a Master Electrician<br />

who holds a valid license in the State of Texas.<br />

1.5 DELIVERY AND STORAGE<br />

A. Follow the Manufacturer's directions for the delivery, storage and handling of equipment<br />

and materials. Tightly cover equipment and materials and protect it from dirt, water,<br />

chemical or mechanical injury and theft. Major electrical equipment shall be stored<br />

indoors and space heaters energized where applicable, no exceptions. Equipment that will<br />

be stored indoors for an extended period of time and that do not have space heaters shall<br />

have a 100 watt incandescent light placed in it and energized to eliminate the build-up of<br />

condensation in the equipment. Coordinate with equipment manufacturer for storage<br />

requirements. Damaged equipment shall not be acceptable. Upon installation, protect the<br />

materials until the work is completed and accepted by the Owner.<br />

May 18, 2012<br />

Common Work Results for Electrical<br />

Revision 0 26 05 00-3


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

1.6 JOB CONDITIONS<br />

A. Permits, licenses and inspections shall be secured and paid for as required by law for the<br />

completion of the work. Certificates of approval shall be secured, paid for, and delivered<br />

to the Owner before receiving the final acceptance of the work.<br />

B. The location of materials, equipment, devices and appliances indicated are approximate<br />

and subject to revisions at the time the work is installed. Final location shall be as<br />

proposed by the Contractor and approved by the Engineer.<br />

C. Should project conditions require any rearrangement of work, or if equipment or<br />

accessories can be installed to a better advantage than the general arrangement of work on<br />

the plans, the Contractor shall before proceeding with the work prepare and submit plans<br />

of the proposed rearrangement for the Engineer's review and approval.<br />

D. Motor Horsepower ratings identified are anticipated ratings. If the actual equipment is a<br />

different size, the contractor shall provide the appropriate wiring, conduit, over current<br />

protection, starters and accessories for a complete and working system at no cost to the<br />

owner.<br />

E. All enclosures for equipment unless specifically identified otherwise shall be NEMA 4X,<br />

304 stainless steel.<br />

PART 2 PRODUCTS (Not Used)<br />

PART 3 EXECUTION<br />

3.1 INSTALLATION<br />

A. Maintain the waterproof integrity of conduit penetrations through the roof, exterior walls<br />

and floors.<br />

B. Install stainless steel sleeves for each conduit passing through floors. Extend sleeves 1-<br />

1/2" above the floor slab and grout watertight. The sleeve sizes shall permit the<br />

subsequent insertion of a properly sized conduit or raceway.<br />

C. Submit location drawings and obtain Engineer approval prior to installing conduit<br />

penetrations through slabs, beams, and walls. Install stainless steel pipe sleeves around<br />

the conduit and raceway which pass through concrete beams or walls and masonry exterior<br />

walls. The inside diameter of the sleeves shall be at least 1/2" greater than the outside of<br />

the service pipes. After the pipes are installed into these sleeves, fill the annular space<br />

between the pipes and sleeves with mastic. The complete installation shall be watertight<br />

and the fire rating of penetrations through walls, floors and ceilings shall be maintained.<br />

May 18, 2012<br />

Common Work Results for Electrical<br />

Revision 0 26 05 00-4


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

D. Install steel reinforced concrete foundations below floor mounted switchboards,<br />

panelboards, motor control centers, transformers, and other floor mounted electrical<br />

equipment. Concrete foundations shall not be less than 4" high. Neatly chamfer top<br />

edges. Concrete foundations shall be 6" wider and 6" longer than the base of the<br />

equipment being installed. Concrete shall be in accordance with Division 03, and shall be<br />

reinforced with a minimum of 6" x 6" #6 welded wire mesh.<br />

E. Route all conduits parallel to building lines, columns, or steel route conduits near to<br />

columns and roof beams.<br />

3.2 CUTTING AND PATCHING<br />

A. Provide adequate support during cutting operations to prevent any damage to the affected<br />

masonry. Where openings are cut through masonry walls, provide lintels or structural<br />

supports to protect the remaining masonry. The cutting of structural members shall not be<br />

permitted without the specific written approval of the Engineer.<br />

3.3 PAINTING<br />

A. Maintain the original factory finish on material and equipment installed, unless<br />

specifically indicated on the plans or specifications. If the finish is marred in transit or<br />

during installation, re-finish to a neat, workmanlike appearance. Leave equipment and<br />

raceway systems clean and free of grease, dirt, rust, and in a suitable condition for<br />

painting.<br />

3.4 EXCAVATION, TRENCHING, BACKFILLING AND GRADING<br />

A. Prior to any excavation or trenching, notify the Owner’s representative, utility companies<br />

and Owner’s facilities department. Allow sufficient time for utilities to be located prior to<br />

excavation to avoid disruption of services. Provide a minimum of 72 hours written notice<br />

to the Owner prior to trenching or excavation. Do not proceed with trenching or<br />

excavation until authorized by the Owner. Utilities or services which are damaged, which<br />

are identified prior to excavation or trenching, or where confirmation by utility companies<br />

has not been obtained verifying that utilities are marked, shall be repaired to operable<br />

condition immediately, at no cost to the Owner.<br />

B. Barricade open trenches and excavations for the entire duration of the project. Barricades<br />

for excavations shall have warning lights maintained during hours of darkness. Trenches<br />

shall be marked with warning tape, or access to trenches shall be prohibited with readily<br />

identifiable sawhorses, warning tape or other acceptable means. Barriers shall be<br />

illuminated or recognizable during hours of darkness. Barriers and tape shall be properly<br />

maintained at all times.<br />

C. Protect all adjacent work, structures and properties. Damage to adjacent work, structures<br />

or properties shall be repaired, or the cost of repair reimbursed in full.<br />

May 18, 2012<br />

Common Work Results for Electrical<br />

Revision 0 26 05 00-5


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

D. All construction areas shall be finally graded as indicated on the contract documents or to<br />

the conditions of the site prior to construction. Grading shall bring the site back to the<br />

existing conditions as close as practical. Turfed areas shall be sodded, or hydro-mulched<br />

with matching turf. Landscaping shall be replaced with identical shrubbery, ground cover,<br />

or plants as existed. Contractor shall be responsible for maintaining water on new turf<br />

and landscaping until established. If new turf and landscaping is impractical due to<br />

weather conditions, contractor shall provide satisfactory arrangements to have turf and<br />

landscaping furnished and installed at the earliest opportunity thereafter. Provide a 90-day<br />

year warranty on new turn and landscaping.<br />

E. Determine if irrigation systems exist prior to trenching and excavation. Obtain record or<br />

as-built drawings and locate control wiring and pressure main branches and devices.<br />

Determine by actual operation that systems are functional and repair or replace damaged<br />

systems to their original condition prior to beginning construction.<br />

3.5 LOCKING OF ELECTRICAL FACILITIES<br />

A. Install locks immediately upon the installation of the electrical facility. Provide padlocks<br />

for exterior electrical facilities subject to unauthorized entry. Furnish the Owner with two<br />

(2) keys per lock up to a quantity of 10 keys. Key all locks alike. The Owner will provide<br />

permanent locks for the facility.<br />

3.6 ACCESS DOORS<br />

A. Wherever access is required in walls, ceilings, or soffits to concealed junction boxes, pull<br />

boxes or other electrical equipment, provide and install access doors. Install panels in<br />

locations approved by the Engineer. Paint as directed.<br />

3.7 CLEAN AND ADJUST<br />

A. Remove shipping labels, dirt, paint, grease, and stains from equipment. Remove debris as<br />

it accumulates. Upon completion of work, clean electrical equipment and the entire<br />

electrical installation.<br />

END OF SECTION<br />

May 18, 2012<br />

Common Work Results for Electrical<br />

Revision 0 26 05 00-6


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 26 05 19<br />

LOW VOLTAGE ELECTICAL POWER CONDUCTORS & CABLES<br />

PART 1 GENERAL<br />

1.1 WORK INCLUDED<br />

A. Furnish labor, materials, equipment and incidentals necessary to install and test 600 volt<br />

wires and cables. Electrical work shall be in accordance with Section 26 05 00,<br />

“Common Work Results for Electrical”.<br />

B. Work shall include building wire, cable, wiring connections and terminations, and<br />

modular wiring systems.<br />

1.2 QUALITY ASSURANCE: TESTING<br />

A. Megger test circuits for continuity and ground. Verify phasing at connection points.<br />

Torque test conductor connections and terminations to the Manufacturer's recommended<br />

values. Megger tests shall be performed by a testing company with a minimum of 10<br />

years’ experience.<br />

1.3 SUBMITTALS<br />

Submittals for 26 05 19, “Low Voltage Electrical Power Conductors & Cables” shall not be combined<br />

with any other submittals. Submittals shall be in accordance with Section 01 33 00, “Submittal<br />

Procedures” and shall include:<br />

A. Shop Drawings:<br />

1. Low voltage wire<br />

2. Ground wire<br />

3. Shielded cable<br />

4. Terminations and Connections<br />

1.4 STANDARDS<br />

A. The applicable provisions of the following standards shall apply as if written here in their<br />

entirety:<br />

ICEA S-19-81/NEMA WC-3<br />

ICEA S-61-402/NEMA WC-5<br />

NFPA 70<br />

ANSI/TIA/EIA 606A<br />

UL 83<br />

Rubber-Insulated Wire and Cable for the Transmission<br />

and Distribution of Electrical Energy<br />

Thermoplastic-Insulated Wire and Cable for the<br />

Transmission and Distribution of Electrical Energy<br />

National Electrical Code<br />

Standard for Telecommunications Infrastructure<br />

Thermoplastic Insulated Wires and Cables<br />

May 18, 2012<br />

Low Voltage Electrical Power Conductors & Cables<br />

Revision 0 26 05 19-1


Colorado River Municipal Water District<br />

UL 1063<br />

ASTM B3<br />

STM B8<br />

Machine Tool Wires and Cables<br />

Soft or Annealed Copper Wires<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Concentric-Lay-Stranded Copper Conductors, Hard,<br />

Medium, Hard, Soft<br />

1.5 DELIVERY AND STORAGE<br />

A. Deliver cable and wire to the project site in the original packages. Conductors with<br />

damaged insulation or exposed nylon jacketing shall not be permitted.<br />

B. Where cut lengths are specified, mark reel footage accordingly. Each reel shall contain<br />

one continuous length of cable.<br />

C. Check for reels not completely restrained, reels with interlocking flanges or broken<br />

flanges, damaged reel covering or any other indication of damage. Provide impact<br />

protection by wood lagging or suitable barrier across the traverse of the reel.<br />

D. Do not drop reels from any height.<br />

E. Unload reels using a sling and spreader bar. Roll reels in the direction of the arrows<br />

shown on the reel and on surfaces free of obstructions that could damage the wire and<br />

cable.<br />

F. Store cable on a solid, well drained location. Cover cable reels with plastic sheeting or<br />

tarpaulin. Do not lay reels flat.<br />

G. Provide moisture protection by using manufacturer’s standard procedure or heat<br />

shrinkable self-healing end caps applied to both ends of cable. Do not remove end caps<br />

until cables are ready to be terminated.<br />

PART 2 PRODUCTS<br />

2.1 GENERAL<br />

A. Wires and cables shall be soft-drawn, annealed copper with a conductivity of not less<br />

than that of 98% pure copper, UL83 and UL1063 listed, rated 600 volts and certified for<br />

continuous operation at maximum conductor temperature of 90 Celsius in dry locations<br />

and 75 Celsius in wet locations<br />

B. Conductors #8 or larger shall be stranded and conductors #14 shall be stranded. Utilize<br />

single conductors.<br />

C. Except for control, signal and instrumentation circuits and as specifically indicated on the<br />

plans the minimum conductor permitted is #12.<br />

May 18, 2012<br />

Low Voltage Electrical Power Conductors & Cables<br />

Revision 0 26 05 19-2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

2.2 WIRE MARKING<br />

A. Wire marking shall be in accordance with the National Electrical Code Article 310 and<br />

shall be printed on the wire insulation at 2 foot intervals. The printing method used shall<br />

be permanent and the color shall sharply contrast with the jacket color.<br />

B. Wire marking shall include the U.L. label and necessary identification, including the<br />

Manufacturer, the number of conductors, size, conductor insulation type, sun-resistance,<br />

and other pertinent information.<br />

2.3 CONDUCTORS AND CABLES<br />

A. SINGLE CONDUCTOR CABLES: Conductor with thermoplastic insulation rated at 600<br />

volts and insulated with type XHHW-2 insulation. Wire shall be water tank tested and<br />

approved as machine tool wire, in accordance with National Machine Tool Builders<br />

Association. Wire in light fixture channels and other special locations shall be as<br />

specifically noted for temperature in NEC Article 300. Conductors 38 or larger and<br />

conductors #14 shall be stranded. Wire shall be manufactured by Southwire, Okonite,<br />

Encore, General Cable, or Houston Wire & Cable.<br />

B. GROUND WIRE: Ground wire shall be Class B stranded tin-plated conductor without<br />

insulation in all cases where a single ground wire is indicated to be installed in a conduit<br />

with no other conductors in the conduit, or where the ground wire is directly buried in<br />

earth or concrete. In all other cases, insulate ground wire with green insulator as<br />

specified for low voltage wire.<br />

C. PAIRED SHIELDED CABLE: Individually and overall shielded 18 gauge, 7/28<br />

stranded, tinned copper conductors with .021" extruded PVC; .004" nylon insulation<br />

twisted into pairs, stranded into a core and enclosed by a non-hygroscopic core tape,<br />

100% coverage, helically wound, aluminum foil shield, drain wire, and .050" minimum<br />

extruded PVC jacket. Pairs shall be black/red or black/white numbered. Cables shall be<br />

600 volts in accordance with NEC-725 and IEEE 383 and shall be suitable for wet<br />

location and cable tray rated. Cables shall be manufactured by Alpha, Okonite, General<br />

Cable, Southwire, Belden, or Houston Wire & Cable.<br />

2.4 WIRE CONNECTIONS AND DEVICES<br />

A. CONNECTORS, COMPRESSION, COPPER, 600 VOLT: As manufactured by Burndy,<br />

Thomas & Betts, or Ideal Industries; of the appropriate hole sizes and spacing which are<br />

in accordance with NEMA standards; two (2) holes in the tongue for use on conductor<br />

sizes 250 kcmil or larger; not required for connections to the circuit breakers in the<br />

lighting and/or receptacle panels. All compression connectors shall be long-barrel type,<br />

no exceptions.<br />

B. 600 VOLT PLASTIC TAPE: Minnesota Mining & Manufacturing Company, No. 35.<br />

May 18, 2012<br />

Low Voltage Electrical Power Conductors & Cables<br />

Revision 0 26 05 19-3


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

C. WIRENUTS: Silicone-based pre-filled spring wire connecting devices with plastic<br />

covering; UL listed for damp and wet locations. Wirenut shall meet requirements of UL<br />

486D for Sealed Wire Connector Systems and shall be manufactured by Ideal Industries,<br />

Inc model 63, or as manufactured by ITT or Panduit. Wirenut shall be spring insulated,<br />

properly sized and resistant to vibration may be used for No.12 through No.10 solid<br />

gauge conductor for lighting and branch circuits only.<br />

D. SPLIT BOLTS: Kearney, Burndy, or Ilsco; shall be usable for connecting conductors<br />

which are both copper, both aluminum or one copper and one aluminum. Split bolts shall<br />

have a spacer between the two conductors, which it connects.<br />

E. MECHANICAL SET SCREW CONNECTOR: Blackburn HPS, ADR-ALCUL, GP or<br />

GT, Burndy or Ilsco; consisting of an aluminum body which has openings on opposite<br />

ends for insertion of the conductors. Conductors inserted into these holes shall each be<br />

clamped by two set screws. Connectors shall be suitable for use with copper conductors.<br />

F. RUBBER TAPE: Scotch 2210.<br />

G. VINYL TAPE: Scotch 88.<br />

H. ARC PROOFING TAPE: 3M “Scotch 77 Fire and Electric Arc Proofing Tape”.<br />

Fireproofing shall be done with a half-lapped layer of arc proofing tape, anchored at each<br />

end with a double wrap of 3M “Scotch 69 Glass Cloth Electrical Tape”.<br />

I. INSULATING RESIN: Scotch 3576, 3577, or 3578.<br />

J. POWER DISTRIBUTION BLOCKS: Ferraz Shawmut, Ilsco or Allen-Bradley; rated for<br />

600 VAC and termination of copper conductors. Individual poles shall be constructed of<br />

tin plated aluminum and mounted on an insulating base.<br />

PART 3 EXECUTION<br />

3.1 PREPARATION<br />

A. Completely swab raceway system before installing conductors. Do not use cleaning<br />

agents and lubricants which have a deleterious effect on the conductors or their<br />

insulation.<br />

May 18, 2012<br />

Low Voltage Electrical Power Conductors & Cables<br />

Revision 0 26 05 19-4


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

3.2 INSTALLATION<br />

A. GENERAL<br />

1. Install raceway first as a complete system without conductors. Do not install pull<br />

wires and conductors until the raceway system is in place in accordance with the<br />

NEC and these specifications. Exception: Only flexible connections to motors<br />

shall be permitted to be installed after the installation of the remainder of the<br />

raceway system. The installation of these conductors shall be limited to exposure<br />

to damage for a maximum of one (1) week prior to installing flexible connection<br />

and making final terminations. Any conductors exposed to damage (i.e. not<br />

installed in raceway) longer than one (1) week shall be subject to rejection by the<br />

Owner and/or Engineer. If rejected, the cables shall be removed, discarded,<br />

replaced, reinstalled and retermination at the Contractor’s expense.<br />

2. Installed unapproved wire shall be removed and replaced at the Contractor’s<br />

expense.<br />

3. Grouping conductors together into one conduit shall not be allowed where the<br />

plans indicate the conductors to be placed in separate conduits. Each home run<br />

shown on the plans shall be in its own conduit.<br />

4. Neatly train wiring inside boxes, equipment and panelboards. Pull conductors<br />

into a raceway at the same time and use U.L. listed, wire pulling lubricant for<br />

pulling No. 4 AWG and larger wire.<br />

5. Except for hand-pulled conductors into raceways, all wire and cable installation<br />

shall be installed with tension-monitoring equipment. Where conductors are<br />

found to have been installed without tension-monitoring, the conductors and<br />

cables shall be immediately removed from the raceways, permanently identified<br />

as rejected material, and removed from the jobsite. New conductors and cables<br />

shall be reinstalled, tagged and raceways resealed, all at the Contractor’s<br />

expense.<br />

6. Do not exceed cable manufacturer’s recommendations for maximum pulling<br />

tensions and minimum bending radii. Where pulling compound is used, use only<br />

UL listed compound compatible with the cable outer jacket and with the raceway<br />

involved.<br />

7. All wire and cable installed in cable trays shall be UL Listed as Type TC, for<br />

cable tray use.<br />

8. Where single conductors and cables in manholes, hand holes, vaults, cable trays,<br />

and other indicated locations are not wrapped together by some other means such<br />

as arc and fireproofing tapes, bundle throughout their exposed length all<br />

conductors entering from each conduit with nylon, self-locking, releasable, cable<br />

ties placed at intervals not exceeding 4 inches on center.<br />

9. Properly support cables in accordance with the NEC and manufacturer’s<br />

recommendations in all raceways. Provide strain relief as required.<br />

10. Arrange wiring in cabinets and panels neatly cut to proper length, remove surplus<br />

wire, and bundle and secure in an acceptable manner. Identify all circuits<br />

entering motor control centers or other control cabinets in accordance with the<br />

conductor identification system specified herein and in specification section 26<br />

05 53, “Identification For Electrical Systems.”<br />

11. Cap spare conductors and conductors not terminated, with the UL listed end caps.<br />

12. Where conductors pass through holes or over edges in sheet metal, remove all<br />

burrs, chamfer all edges, and install bushings and protective strips of insulating<br />

material to protect the conductors.<br />

May 18, 2012<br />

Low Voltage Electrical Power Conductors & Cables<br />

Revision 0 26 05 19-5


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

13. For conductors that will be connected by others, provide at least 6 feet spare<br />

conductors in free standing panels and at least 2 feet spare in other assemblies.<br />

Provide additional spare conductor in any particular assembly where it is obvious<br />

that more conductor will be needed to reach the termination point.<br />

B. SPLICES<br />

1. Power Conductors: Splice in junction boxes or at outlets only for lighting and<br />

receptacle branch circuits. Splices for all other circuits shall be disallowed. All<br />

splices are subject to the Engineer’s approval. Obtain approval from Engineer<br />

before installing any splices.<br />

a. For existing installations, splices of 120V circuits shall use twist-on wire<br />

nuts.<br />

b. For splices of existing 480V circuits, the Contractor shall terminate the<br />

existing and new conductors using power distribution blocks mounted in<br />

a junction box.<br />

2. Control and Instrumentation Conductors: No splicing of control and<br />

instrumentation conductors shall be permitted between terminal points except as<br />

specifically indicated on the plans.<br />

3. No splicing of conductors shall be performed in any below ground structure.<br />

4. Condulet type fittings shall not contain splices. Under no condition shall<br />

conductors of a different color be spliced together.<br />

5. For No. 10 and smaller, connect conductors with a twist-on spring wirenut. If a<br />

splice or tap is below 3' above the final grade, fill the spring connectors with an<br />

electrical insulating resin so that the resin encapsulates conductor and spring<br />

materials. Conductor splices and taps inside the MCC, VFDs, panels, etc. shall<br />

be on the terminal strips or power distribution blocks.<br />

6. For No. 8 and larger, connect conductors with a split bolt type of connector or a<br />

mechanical, set screw type connector. Wrap splices and taps with a single halflapped<br />

layer or rubber tape followed by successive layers of vinyl tape until a<br />

vinyl tape layer thickness of twice the original conductor insulation thickness is<br />

achieved. If splice or tap is below 3' above the finished grade, the tape or splice<br />

shall have a final outer coating or insulating resin.<br />

C. TERMINATIONS<br />

1. Conductors terminated on a screw termination shall have a crimp on type spade<br />

connector applied on the wire end, Panduit PanTerm or approved equal.<br />

2. Furnish and install power distribution blocks as required for tapping conductors<br />

at their load connection point with conductors of smaller size. Install power<br />

distribution blocks with the number of poles and sizes needed for connecting the<br />

phase, neutral, and ground conductors.<br />

3. Tighten all screws and terminal bolts using torque type wrenches and/or drivers<br />

to tighten to the inch-pound requirements of the NEC and UL.<br />

4. Use crimp connectors on all stranded conductors.<br />

5. Soldered mechanical joints insulated with tape will not be acceptable.<br />

6. SINGLE CONDUCTORS: Sufficient wire shall be left at outlets to make<br />

connections to equipment without straining. Light switches and receptacles shall<br />

be connected with pig-tails and crimp-on connectors.<br />

May 18, 2012<br />

Low Voltage Electrical Power Conductors & Cables<br />

Revision 0 26 05 19-6


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

7. PAIRED SHIELDED AND TRIAD SHIELDED CABLE: Ground paired<br />

shielded and triad shielded cables at the instrument panel or starter end only and<br />

insulate from ground elsewhere. The shield shall be continuous for the entire<br />

run. The paired shielded and triad shielded cable shall not be laced with or<br />

placed in the same conduit with power cables and digital control cables. Each<br />

termination of paired shielded or triad shielded cable shall be coated with silicone<br />

jelly after termination. The shield of pair shielded cable and triad shielded cable<br />

shall only be broken when the conductors are terminated on terminal strips. Each<br />

conductor and shield shall be landed on its own terminal. Sharing of shield shall<br />

not be allowed.<br />

D. GROUNDING<br />

1. Conduits and other raceway shall contain an equipment grounding conductor<br />

whether the raceway is metallic or not. Conduits, motors, cabinets, outlets, and<br />

other equipment shall be properly grounded in accordance with National<br />

Electrical Code requirements. Where ground wire is exposed to mechanical<br />

damage, install wire in rigid aluminum conduit. Make connections to equipment<br />

with solderless connections. All connections to ground rods shall be of the fused<br />

type utilizing an exothermic welding process.<br />

2. Ground metallic material, including but not limited to metallic raceway, metallic<br />

boxes and metallic enclosures. Where metallic material is not connected by<br />

raceway to a solid ground, connect the metallic material to the largest equipment<br />

grounding conductor, which it houses. Clean the metal surface under the<br />

grounding lug to bright metal. Grounding connections to motors shall be to the<br />

grounding stud, which shall be threaded into the stationary frame; Use Burndy<br />

KC Servit, or approved equal. The ground wire shall not be lugged to a<br />

mounting bolt.<br />

3. Ground wire shall be uninsulated tin plated copper sized as shown on the plans in<br />

all cases where a single ground wire is indicated to be installed in a conduit with<br />

no other conductors in the conduit, or where the ground wire is directly buried in<br />

earth or concrete. In all other cases, insulate ground wire with green insulation as<br />

specified for low voltage wire. Provide and size bonding conductors in<br />

accordance with the National Electrical Code.<br />

4. Provide a bare uninsulated ground wire to run the entire length of all cable trays.<br />

The contractor shall bond to each section and to every enclosure served by<br />

conductors routed through the cable tray system<br />

E. TESTING<br />

1. Testing: All testing required shall be per Specification Section 26 01 26,<br />

“Testing of Electrical Systems”.<br />

2. Perform tests and inspections and prepare test reports and submit to the<br />

Owner/Engineer prior to final inspection. Test reports shall be submitted as<br />

required by Specification Section 26 01 26, “Testing of Electrical Systems”. All<br />

test reports shall be submitted in one binder under Specification Section 26 01<br />

26, “Testing of Electrical Systems”.<br />

3. Tests and Inspections:<br />

a. After installing conductors and cables and before electrical circuitry has<br />

been energized, test for compliance with requirements.<br />

b. Perform each visual and mechanical inspection and electrical tests stated<br />

in NETA Acceptance Testing Specification. Certify compliance with<br />

test parameters.<br />

May 18, 2012<br />

Low Voltage Electrical Power Conductors & Cables<br />

Revision 0 26 05 19-7


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

c. Infrared Scanning: After Substantial Completion, but not more than 60<br />

days after Final Acceptance, perform an infrared scan of each splice in<br />

cables and conductors No.3 AWG and larger. Remove box and<br />

equipment covers so terminations are accessible to portable scanner.<br />

1) Follow-up Infrared Scanning: Perform an additional follow-up<br />

infrared scan of each termination 11 months after date of<br />

Substantial Completion.<br />

2) Instrument: Use an infrared scanning device designed to<br />

measure temperature or to detect significant deviations from<br />

normal values. Provide calibration record for device.<br />

3) Record of Infrared Scanning: Prepare a certified report that<br />

identifies splices checked and that describes scanning results.<br />

Include notation of deficiencies detected, remedial action taken,<br />

and observations after remedial action.<br />

d. Test Reports: Prepare a written report to record the following:<br />

1) Test procedures used<br />

2) Test results that comply with requirements.<br />

3) Test results that do not comply with requirements and corrective<br />

action taken to achieve compliance with requirements.<br />

e. Remove and replace malfunctioning units and retest as specified above.<br />

END OF SECTION<br />

May 18, 2012<br />

Low Voltage Electrical Power Conductors & Cables<br />

Revision 0 26 05 19-8


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 26 05 26<br />

GROUNDING & BONDING FOR ELECTRICAL SYSTEMS<br />

PART 1 GENERAL<br />

1.1 WORK INCLUDED<br />

A. Furnish labor, materials, equipment and incidentals necessary to install a complete<br />

grounding system in strict accordance with Article 250 of the National Electrical Code<br />

(NEC) as shown on the drawings or as specified herein. Electrical work shall be in<br />

accordance with Section 26 05 00 “Common Work Results for Electrical”.<br />

1.2 SUBMITTALS<br />

Submittals for 26 05 26, “Grounding & Bonding for Electrical Systems” shall not be combined<br />

with any other submittals. Submittal shall be in accordance with Section 01 33 00 “Submittal<br />

Procedures” and shall include:<br />

A. Grounding materials, equipment and processes.<br />

B. Product Data: For each type of product supplied.<br />

C. <strong>Field</strong> quality-control test reports.<br />

1.3 QUALITY ASSURANCE<br />

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in<br />

NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction,<br />

and marked for intended use.<br />

B. Comply with UL 467 for grounding and bonding materials and equipment.<br />

1.4 JOB CONDITIONS<br />

A. Measure the ground grid resistance with the earth test megger and install additional<br />

ground rods and conductors as required until the resistance to the ground conforms to<br />

National Electrical Code requirements. Ground resistance measurement shall not exceed<br />

5 ohms. Add ground rods as required to bring resistance to 5 ohms and connect to<br />

grounding system.<br />

PART 2 PRODUCTS<br />

2.1 MATERIALS<br />

A. GROUND RODS: Copper-clad having a diameter of 3/4" and a minimum length of 10'.<br />

May 18, 2012<br />

Grounding & Bonding for Electrical Systems<br />

Revision 0 26 05 26 - 1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

B. GROUND CABLES: Stranded, bare tinned copper of 98% conductivity. Ground wire<br />

shall be Class B stranded tin-plated conductor without insulation in all cases where a<br />

single ground wire is indicated to be installed in a conduit with no other conductors in the<br />

conduit, or where the ground wire is directly buried in earth or concrete. In all other<br />

cases, insulate ground wire with green insulator as specified for low voltage wire.<br />

C. CONDUIT GROUND FITTINGS: Fittings for bonding ground cable to the conduit shall<br />

be FCI Burndy Corp., type NE or Thomas & Betts No. 3951 series.<br />

D. GROUND ROD BOXES: Precast Box with cast iron lid. Lid shall read “ground rod” on<br />

lid. Brooks Precast Model. “3-RT” or approved equal. Ground rod boxes located in<br />

driveway areas shall have an AASHO HS-20 rating.<br />

E. GROUND PLATE ELECTRODES: 20 gauge copper with terminated two (2) foot<br />

welded pigtail connection.<br />

F. EXOTHERMIC WELDING PROCESS: CADWELD MATERIALS – as manufactured<br />

by ERICO products or approved equal.<br />

2.2 PROCESSES<br />

A. All grounding system connections to building steel and ground rods shall be<br />

exothermically welded including all cable connections, and cable steel terminations. The<br />

use of mechanical type connectors is not acceptable.<br />

B. All materials involved must be from the same sources to insure compatibility.<br />

Connections made from this process shall meet the requirements of IEEE Standards 80<br />

and 837 and as listed in MIL 419 and other standards, National Electrical Code, etc.<br />

GROUNDING SYSTEM<br />

C. Provide a grounding system that includes all connections and the testing of ground rods,<br />

ground cables, ground buses, conduits, fittings, anchor supports, thermite process<br />

materials and equipment and other materials required for a complete installation.<br />

Grounding system shall be installed and sized in accordance with the National Electrical<br />

Code.<br />

PART 3 EXECUTION<br />

3.1 INSTALLATION<br />

A. Conductor Terminations and Connections:<br />

1. Pipe and Equipment Grounding Conductor Terminations: Bolted/clamp type<br />

connectors.<br />

2. Underground Connections: Exothermically welded connectors, except at test<br />

wells and as otherwise indicated.<br />

3. Connections to Ground Rods at Test <strong>Well</strong>s: Exothermically welded connectors.<br />

4. Connections to Structural Steel: Exothermically welded connectors.<br />

B. Ground electrical work in accordance with NEC Article 250 and local codes.<br />

May 18, 2012<br />

Grounding & Bonding for Electrical Systems<br />

Revision 0 26 05 26 - 2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

C. Install ground cables in conduits above grade or directly buried in earth to a depth of not<br />

less than 12" below grade. Installation to provide sufficient mechanical protection so as<br />

not to break ground cables or connections.<br />

D. Install ground cables continuously between connections. Splices shall not be permitted,<br />

except where indicated on the plans. Where ground cables pass through floor slabs,<br />

buildings, etc., and when not in metallic enclosures, provide a sleeve of approved, nonmetallic<br />

materials.<br />

E. Install a green-colored, equipment grounding conductor in raceways. Size conductors in<br />

accordance with NEC Article 250.<br />

F. Where ground wire is directly buried in earth or concrete, use standard bare tinned copper<br />

cable, in all other cases install a green-colored insulation, equipment grounding<br />

conductor. Size conductors in accordance with NEC Article 250. Provide grounding<br />

conductors as required per the NEC.<br />

G. Metal conduits stubbed up into switchgear, motor control center or other electrical<br />

equipment shall be terminated with insulated grounding bushings and connected to the<br />

equipment ground bus. Size the grounding wire in accordance with applicable sections of<br />

the National Electrical Code.<br />

H. Provide exothermic weld connection for extension to existing stub-up ground conductors.<br />

I. Bonding Straps and Jumpers: Install in locations accessible for inspection and<br />

maintenance, except where routed through short lengths of conduit.<br />

1. Provide grounding and bonding jumpers as required per the NEC.<br />

2. Bonding to Structure: Bond straps directly to basic structure, taking care not to<br />

penetrate any adjacent parts.<br />

3. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports:<br />

Install so vibration is not transmitted to rigidly mounted equipment.<br />

4. Use exothermic-welded connectors for outdoor locations, but if a disconnect-type<br />

connection is required, use a bolted clamp.<br />

J. Grounding and Bonding for Piping:<br />

1. Metal Water Service Pipe: Install insulated copper grounding conductors, in<br />

conduit, from building's main service equipment, or grounding bus, to main<br />

metal water service entrances to building. Connect grounding conductors to<br />

main metal water service pipes, using a bolted clamp connector or by bolting a<br />

lug-type connector to a pipe flange, using one of the lug bolts of the flange.<br />

Where a dielectric main water fitting is installed, connect grounding conductor<br />

on street side of fitting. Bond metal grounding conductor conduit or sleeve to<br />

conductor at each end.<br />

2. Water Meter Piping: Use braided-type bonding jumpers to electrically bypass<br />

water meters. Connect to pipe with a bolted connector.<br />

3. Bond each aboveground portion of gas piping system downstream from<br />

equipment shutoff valve.<br />

K. Bonding Interior Metal Ducts: Bond metal air ducts to equipment grounding conductors<br />

of associated fans, blowers, electric heaters, and air cleaners. Install a copper bonding<br />

jumper to bond across flexible duct connections to achieve continuity.<br />

May 18, 2012<br />

Grounding & Bonding for Electrical Systems<br />

Revision 0 26 05 26 - 3


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

L. Liquid tight flexible metal conduit in sizes 1-1/2” or larger shall have bonding jumpers.<br />

Bonding jumpers shall be external, run in parallel (not spiraled) and fastened with plastic<br />

tie wraps. Contractor shall provide bonding jumpers sized in accordance with the<br />

National Electrical Code.<br />

M. All equipment enclosures, motor and transformer frames, conduit systems, cable armor,<br />

exposed structural steel and all other equipment and materials required by the NEC to be<br />

grounded, shall be grounded and bonded in accordance with the NEC. Provide<br />

grounding and bonding jumpers as required per the NEC.<br />

N. Ground transformer neutrals to the nearest available grounding electrode with a<br />

conductor sized in accordance with NEC article 250.<br />

O. Run a grounding cable the full length of each cable tray section and bond to each cable<br />

tray section. Provide #4/0 bare copper in cable tray.<br />

P. Where exothermic bonding is used, molds shall be of the appropriate size for the wire and<br />

rod used. All bonds shall remain exposed for inspection of the Owner’s Representative.<br />

Q. Ground rod shall be installed such that the top of the ground rod is 6” below grade and<br />

enclosed by a ground rod box.<br />

R. Install #4/0 AWG bare tinned copper ground cable that follows the route of the<br />

underground duct banks on top of the duct bank envelop, but in no case is embedded in<br />

the concrete. Run ground through the manholes. Tie ground cable to pump station main<br />

grounding system at both ends.<br />

S. At each convenience outlet, install a grounding clip attached to the outlet box and leave a<br />

sufficient length of #12 wire with green-colored insulation to connect to the grounding<br />

terminal at the receptacle.<br />

3.2 INSPECTION<br />

A. Inspect the grounding and bonding system conductors and connections for tightness and<br />

proper installation.<br />

B. Use <strong>Bid</strong>dle Direct Reading Earth Resistance Tester or equivalent to measure resistance to<br />

ground of the system. Perform testing in accordance with the test instrument<br />

manufacturer’s recommendation using the fall of potential method.<br />

C. All test equipment shall be provided under this section and approved by the Engineer.<br />

D. Resistance to ground testing shall be performed during dry season. Submit test results in<br />

the form of a graph showing the number of points measured (12 minimum) and the<br />

numerical resistance to ground.<br />

E. Testing shall be performed before energizing the distribution system.<br />

F. A separate test shall be conducted for each building or system.<br />

May 18, 2012<br />

Grounding & Bonding for Electrical Systems<br />

Revision 0 26 05 26 - 4


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

G. Notify the Engineer immediately if the resistance to ground for any building or system is<br />

greater than five ohms. Provide additional ground rods and conductors as required to<br />

bring the resistance to five ohms.<br />

END OF SECTION<br />

May 18, 2012<br />

Grounding & Bonding for Electrical Systems<br />

Revision 0 26 05 26 - 5


This page intentionally left blank.


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 26 05 29<br />

HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS<br />

PART 1 GENERAL<br />

1.1 Work Included<br />

A. Furnish labor, materials, equipment and incidentals necessary to install hangers and<br />

supports for electrical equipment and systems. Electrical work shall be in accordance<br />

with Section 26 05 00, “Common Work Results for Electrical”.<br />

1.2 PERFORMANCE REQUIREMENTS<br />

A. Design supports for multiple raceways capable of supporting combined weight of<br />

supported systems and its contents.<br />

B. Design equipment supports capable of supporting combined operating weight of<br />

supported equipment and connected systems and components.<br />

1.3 SUBMITTALS<br />

A. Submittals shall be in accordance with Section 01 33 00, “Submittal Procedures” and<br />

shall include Record Data.<br />

1.4 QUALITY ASSURANCE<br />

A. Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural<br />

Welding Code - Steel."<br />

B. Comply with NFPA 70.<br />

1.5 COORDINATION<br />

A. Coordinate size and location of concrete bases. Cast anchor-bolt inserts into bases.<br />

Concrete, reinforcement, and formwork requirements are specified in Division 03.<br />

PART 2 PRODUCTS<br />

2.1 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS<br />

A. Steel Slotted Support Systems: Comply with MFMA-4, factory-fabricated components<br />

for field assembly.<br />

1. Manufacturers: Subject to compliance with requirements, provide products by<br />

one of the following:<br />

a. Allied Tube & Conduit.<br />

b. Cooper B-Line, Inc.; a division of Cooper Industries.<br />

c. ERICO International Corporation.<br />

d. GS Metals Corp.<br />

e. Thomas & Betts Corporation.<br />

May 18, 2012<br />

Hangers and Supports for Electrical Systems<br />

Revision 0 26 05 29-1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

f. Unistrut; Tyco International, Ltd.<br />

g. Wesanco, Inc.<br />

2. Nonmetallic Coatings: Manufacturer's standard PVC, polyurethane, or polyester<br />

coating applied according to MFMA-4.<br />

3. Channel Dimensions: Selected for applicable load criteria.<br />

B. Raceway and Cable Supports: As described in NECA 1 and NECA 101.<br />

C. Conduit and Cable Support Devices: 304 stainless steel hangers, clamps, and associated<br />

fittings, designed for types and sizes of raceway or cable to be supported.<br />

D. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M, steel plates,<br />

shapes, and bars; black and galvanized.<br />

E. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items<br />

or their supports to building surfaces include the following:<br />

1. Mechanical-Expansion Anchors: Insert-wedge-type, stainless steel, for use in<br />

hardened portland cement concrete with tension, shear, and pullout capacities<br />

appropriate for supported loads and building materials in which used.<br />

a. Manufacturers: Subject to compliance with requirements, provide<br />

products by one of the following:<br />

1) Cooper B-Line, Inc.; a division of Cooper Industries.<br />

2) Empire Tool and Manufacturing Co., Inc.<br />

3) Hilti Inc.<br />

4) ITW Ramset/Red Head; a division of Illinois Tool Works, Inc.<br />

5) MKT Fastening, LLC.<br />

2. Concrete Inserts: Steel or malleable-iron, slotted support system units similar to<br />

MSS Type 18; complying with MFMA-4 or MSS SP-58.<br />

3. Clamps for Attachment to Steel Structural Elements: MSS SP-58, type suitable<br />

for attached structural element.<br />

4. Through Bolts: Structural type, hex head, and high strength. Comply with<br />

ASTM A 325.<br />

5. Toggle Bolts: All-steel springhead type.<br />

6. Hanger Rods: Threaded stainless steel.<br />

PART 3 EXECUTION<br />

3.1 APPLICATION<br />

A. Comply with NECA 1 and NECA 101 for application of hangers and supports for<br />

electrical equipment and systems except if requirements in this Section are stricter.<br />

B. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space<br />

supports for RIGID METAL CONDUIT as required by NFPA 70. Minimum rod size<br />

shall be 1/4 inch in diameter.<br />

May 18, 2012<br />

Hangers and Supports for Electrical Systems<br />

Revision 0 26 05 29-2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

C. Multiple Raceways or Cables: Install trapeze-type supports fabricated with stainless steel<br />

slotted support system, sized so capacity can be increased by at least 25 percent in future<br />

without exceeding specified design load limits.<br />

1. Secure raceways and cables to these supports with single-bolt conduit clamps<br />

using spring friction action for retention in support channel.<br />

3.2 SUPPORT INSTALLATION<br />

A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in<br />

this Article.<br />

B. Raceway Support Methods: In addition to methods described in NECA 1, RIGID<br />

METAL CONDUIT may be supported by openings through structure members, as<br />

permitted in NFPA 70.<br />

C. Strength of Support Assemblies: Where not indicated, select sizes of components so<br />

strength will be adequate to carry present and future static loads within specified loading<br />

limits. Minimum static design load used for strength determination shall be weight of<br />

supported components plus 200 lb.<br />

D. Mounting and Anchorage of Surface-Mounted Equipment and Components: Anchor and<br />

fasten electrical items and their supports to building structural elements by the following<br />

methods unless otherwise indicated by code:<br />

1. To Wood: Fasten with lag screws or through bolts.<br />

2. To New Concrete: Bolt to concrete inserts.<br />

3. To Masonry: Approved toggle-type bolts on hollow masonry units and<br />

expansion anchor fasteners on solid masonry units.<br />

4. To Existing Concrete: Expansion anchor fasteners.<br />

5. To Steel: Beam clamps (MSS Type 19, 21, 23, 25, or 27) complying with<br />

MSS SP-69.<br />

6. To Light Steel: Sheet metal screws.<br />

7. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount<br />

cabinets, panelboards, disconnect switches, control enclosures, pull and junction<br />

boxes, transformers, and other devices on slotted-channel racks attached to<br />

substrate.<br />

E. Drill holes for expansion anchors in concrete at locations and to depths that avoid<br />

reinforcing bars.<br />

3.3 CONCRETE BASES<br />

A. Construct concrete bases of dimensions indicated but not less than 4 inches larger in both<br />

directions than supported unit, and so anchors will be a minimum of 10 bolt diameters<br />

from edge of the base.<br />

B. Concrete shall be in accordance with Section 03 30 00, “Cast-In-Place Concrete” for<br />

3000 psi concrete.<br />

May 18, 2012<br />

Hangers and Supports for Electrical Systems<br />

Revision 0 26 05 29-3


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

C. Anchor equipment to concrete base.<br />

1. Place and secure anchorage devices. Use supported equipment manufacturer's<br />

setting drawings, templates, diagrams, instructions, and directions furnished with<br />

items to be embedded.<br />

2. Install anchor bolts to elevations required for proper attachment to supported<br />

equipment.<br />

3. Install anchor bolts according to anchor-bolt manufacturer's written instructions.<br />

END OF SECTION<br />

May 18, 2012<br />

Hangers and Supports for Electrical Systems<br />

Revision 0 26 05 29-4


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 26 05 33.01<br />

CONDUITS<br />

PART 1 GENERAL<br />

1.1 WORK INCLUDED<br />

A. Furnish labor, materials, equipment and incidentals necessary to install a complete<br />

conduit system for each type of electrical system. Electrical work shall be in accordance<br />

with Section 26 05 00, “Common Work Results for Electrical”.<br />

1.2 SUBMITTALS<br />

A. Submittals for 26 05 33.01, “Conduits” shall not be combined with any other submittals.<br />

Submittals shall be in accordance with Section 01 33 00, “Submittal Procedures” and<br />

shall include:<br />

1. Shop Drawings to include cut sheets of each material to be used on the project.<br />

1.3 STANDARDS<br />

A. The applicable provisions of the following standards shall apply as if written here in their<br />

entirety:<br />

ANSI C80.1 Rigid Steel Conduit, Zinc-Coated<br />

ANSI/NEMA FB 1 Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and<br />

Cable Assemblies<br />

NEMA RN 1<br />

NEMA TC 2<br />

NEMA TC 3<br />

PVC Externally-Coated Galvanized Rigid Steel Conduit and<br />

Electrical Metallic Tubing<br />

Electrical Plastic Tubing (EPT) and Conduit (EPC-40 and EPC-80)<br />

PVC Fittings for Use with Rigid PVC Conduit and Tubing<br />

PART 2 PRODUCTS<br />

2.1 MANUFACTURED PRODUCTS<br />

A. FLEXIBLE METAL CONDUIT:<br />

1. LIQUID TIGHT FLEXIBLE ALUMINUM CONDUIT: Single strip, helically<br />

wound, interlocking, aluminum, in accordance with U.L. 1. Liquid tight conduit<br />

shall have an extruded, polyvinyl jacket over the flexible metal. Acceptable<br />

product shall be Anaconda Type U.A.<br />

B. RIGID ALUMINUM CONDUIT: Heavy wall, aluminum alloy 6063; low temper<br />

number, tube, free from defects and manufactured in accordance with ANSI C80.5<br />

standards and U.L. listed. Acceptable manufacturers shall be VAW, Western, and<br />

Alumax.<br />

May 18, 2012<br />

Conduits<br />

Revision 0 26 05 33.01 - 1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

C. RIGID STEEL CONDUIT: Heavy wall, mold steel tube with metallic, corrosion<br />

resistant coating on interior and exterior, hot dipped galvanized steel, free from defect;<br />

manufactured in accordance with FED. Spec. WW-C-581, ANSI C80.1 standards, and<br />

U.L. listed. Acceptable manufacturers shall be Allied, Triangle, and Wheatland.<br />

D. PVC COATED RIGID ALUMINUM: Meeting the requirements of rigid aluminum<br />

conduit; 40 mil PVC exterior coating and 2 mil urethane interior coating, U.L. 6A listed.<br />

Acceptable Manufacturers shall be Rob Roy Plastibond Red, Ocal and Perma-Cote.<br />

E. PVC COATED RIGID STEEL: Heavy wall, mild steel tube with metallic, corrosionresistant<br />

coating on interior and exterior, hot-dipped, galvanized steel, free from defects<br />

rigid steel conduit; 40 mil PVC, exterior coating and 2 mil urethane interior coating;<br />

manufactured in accordance with Fed. Spec. WW-C-581, ANSI C80.1 standards, and<br />

U.L. listed. Acceptable Manufacturers shall be Rob Roy Plastibond Red, Ocal and<br />

Perma-Cote.<br />

F. RIGID NONMETALLIC CONDUIT: Schedule 40 high impact, polyvinylchloride, in<br />

accordance with Fed. Spec. W-C-1094 and U.L. listed. Acceptable manufacturers shall<br />

be Carlon, Cantex, and Certainteed.<br />

G. FITTINGS AND CONDUIT BODIES:<br />

1. RIGID METAL CONDUIT: Threaded type material to match the conduit, in<br />

accordance with ANSI/NEMA FB1 and as manufactured by Appleton Form 35,<br />

Killark "O" Series, Crouse Hinds, OZ Gedney, or RACO.<br />

2. FLEXIBLE AND LIQUID TIGHT FITTINGS: In accordance with<br />

ANSI/NEMA FB1; cadmium-plated, malleable iron body and nut; aluminum<br />

ferrule; insulated throat; integrally-cast, external ground lugs, as manufactured by<br />

Appleton "ST" series, Hubbel, OZ Gedney Type 4QL, or RACO.<br />

3. PVC CONDUIT: Solvent-welded, slip-on joints, in accordance with NEMA<br />

TC3, as manufactured by Carlon, CertainTeed.<br />

4. CONDUIT SEALS: Explosion-proof, rigid metal conduit fitting as defined by<br />

NEC Article 500, and as manufactured by Crouse Hinds fitting with Chico "X"<br />

Fiber and Chico "A" compound or Appleton fitting with Apelco fiber and<br />

compound. Seal shall be same material as conduit.<br />

H. ELBOW AND BENDS: Rigid, nonmetallic conduit system shall use PVC-coated rigid<br />

steel for conduits 2" and larger for all bends greater than 45 degrees. Meeting the<br />

requirements of rigid steel conduit; 40 mil PVC, exterior coating and 2 mil urethane<br />

interior coating. Acceptable Manufacturers shall be Rob Roy Plastibond Red, Ocal and<br />

Perma-Cote. Other conduit systems shall use the same material as the conduit with<br />

which they are installed.<br />

I. BUSHINGS: High impact, thermosetting, phenolic insulation; 150 degrees C.; as<br />

manufactured by Appleton "BBUH", Blackburn, or OZ Gedney type A.<br />

J. GROUNDING BUSHINGS: Conduit grounding bushings shall consist of an aluminum,<br />

insulated throat conduit bushing with an attached aluminum set screw lug. Grounding<br />

bushing shall comply with Fed. Spec. W-F-4<strong>08</strong>b and W-W-C-581d, UL Standards 514B<br />

and 467, and shall be Crouse Hinds Lazy Lug or approved equal.<br />

May 18, 2012<br />

Conduits<br />

Revision 0 26 05 33.01 - 2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

K. LOCKNUTS: Aluminum as manufactured by Appleton "BL", OZ Gedney, RACO, or<br />

Steel City.<br />

L. HUBS:<br />

1. ALUMINUM CONDUIT: Cast aluminum, with broad flat surfaces with<br />

gripping teeth on both sides of conduit entry. Hub portion on exterior side of<br />

entry shall contain "O" ring for watertight seal of conduit entry. Hubs shall be<br />

Meyers Hub, Appleton or Efcor.<br />

M. CONDUIT THROUGH-WALL AND FLOOR SEAL: Malleable iron body with<br />

oversized sleeves, sealing ring, pressure clamp and rings and sealing grommet; hex head<br />

cap screw, as manufactured by OZ Gedney, type FSK.<br />

N. END BELLS: Hot-dipped, galvanized, threaded, malleable iron, as manufactured by OZ<br />

Gedney type TNS.<br />

O. EXPANSION FITTINGS: Aluminum with aluminum bonding jumpers. Linear<br />

expansion fittings shall be OZ Gedney Zx for rigid, use with aluminum conduit or<br />

Appleton "XJ" series. Combination linear and deflection expansion fittings shall be OZ<br />

Gedney type AXDX.<br />

P. THREADED NIPPLES: As manufactured by Allied or Triangle. Aluminum Conduit<br />

nipples shall have two (2) independent sets of threads. Running threads shall not be used.<br />

Utilize the conduit union when joining two (2) fixed conduits in a continuous run.<br />

Q. ACCESSORIES: Reducers, washers, etc., shall be cadmium-plated, malleable iron.<br />

R. CONDUIT DRAINS: Conduit drains shall be 316 stainless steel as manufactured by<br />

Crouse Hinds ECD Universal, or approved equal.<br />

S. DUCT BANK SPACERS: Interlocking module spacers as manufactured by Formex, or<br />

approved equal.<br />

T. LINK SEAL: Link seal shall be modular, mechanical type, consisting of inter-locking<br />

synthetic rubber links shaped to continuously fill the space between the conduit and the<br />

wall opening. Link seal shall be suitable for use in a core-drilled and pre-cast wall<br />

openings and shall be manufactured by Pipeline Seal & Insulator, Inc. or approved equal.<br />

PART 3 EXECUTION<br />

3.1 CONDUIT INSTALLATION SCHEDULE<br />

A. Conduit types shall be installed in accordance with the following schedule:<br />

1. BURIED CONDUIT: PVC Schedule 40 or PVC coated rigid steel unless noted<br />

otherwise.<br />

2. ABOVE GRADE CONDUIT: Rigid Aluminum unless noted otherwise.<br />

3. PVC COATED RIGID ALUMINUM CONDUIT: Shall be used for all<br />

underground conduit bends 45° or more where the conduit ultimately terminates<br />

to aluminum conduit; and for conduit stub-ups through concrete and concrete<br />

wall penetrations.<br />

May 18, 2012<br />

Conduits<br />

Revision 0 26 05 33.01 - 3


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

3.2 GENERAL<br />

4. PVC COATED RIGID STEEL CONDUIT: All instrumentation cables – 4-<br />

20mA cables, or manufactured supplied cables – those that are associated with<br />

the level transmitters, flow meters, etc. shall be routed in rigid steel conduit in<br />

underground duct banks.<br />

5. RIGID ALUMINUM CONDUIT: May be used in all locations. PVC coated rigid<br />

aluminum conduit shall be used in corrosive environments or where in contact<br />

with concrete.<br />

6. RIGID NONMETALLIC CONDUIT: May be used in non-hazardous locations,<br />

installed single or grouped either underground or encased in concrete.<br />

7. LIQUID TIGHT FLEXIBLE METALLIC CONDUIT: Shall only be used to<br />

equipment in non-hazardous locations not subject to physical damage or<br />

excessive temperatures, requiring vibration isolation unless otherwise indicated,<br />

6’-0” maximum length. The bending radius shall be in accordance with Chapter<br />

9, Table 2 of the NEC and shall not deform or alter the flex jacket.<br />

A. Size conduits as required by the National Electrical Code for the number and sizes of<br />

wires to be drawn into the conduit. Above grade conduit less than ¾” shall not be used<br />

unless specified otherwise. Below Grade conduit shall not be less than 1”.<br />

B. Conduit stubbed up under free standing enclosures, such as motor control centers shall be<br />

PVC, stubbed up 1" above the finished floor level, and shall have a PVC bell terminator<br />

solvent welded onto each conduit end.<br />

C. Underground conduit from the service entrance disconnect switch to the equipment rack<br />

disconnect shall be concrete encased, all other underground conduit shall be concrete<br />

capped. Straight runs of conduit which is below the finished grade shall be rigid PVC.<br />

Unless otherwise indicated, all other conduit shall be rigid aluminum.<br />

D. At the transition from underground and or from concrete, protect PVC conduit from<br />

mechanical damage by extending PVC coated rigid aluminum conduit a maximum of<br />

12" and a minimum of 4" into the earth or concrete at the transition. For installations<br />

where the conduit does not penetrate concrete, provide a 12” wide housekeeping pad<br />

around conduit for transitions from underground to exposed conduit.<br />

E. Aluminum conduit, straps, and struts shall not be in direct contact with concrete or CMU<br />

walls, painted or not. Provide a rubber washer between the two materials.<br />

F. Aluminum conduit which penetrates into concrete shall be factory-coated with 0.20" of<br />

polyvinylchloride, per Spec. MIL-P-15147.<br />

G. Conduit extending into concrete shall not be closer than 3" from adjacent conduit and<br />

shall not be closer than 1" from any reinforcement bars.<br />

H. PVC conduit shall not be installed above grade level, above concrete slab level, or for<br />

any exposed installations unless specified. Conduit shall not be placed horizontally in a<br />

concrete floor slab or a beam without the Engineer's written approval.<br />

May 18, 2012<br />

Conduits<br />

Revision 0 26 05 33.01 - 4


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

I. Flexible metal conduit used for connecting light fixtures, i.e., fixture whips, shall be 1/2"<br />

as a minimum. Fixture whips shall contain only three conductors: one hot, one neutral,<br />

and one equipment grounding conductor. Other conduit types shall be 3/4" as a<br />

minimum. The inside surface of the conduit shall be reamed smooth after it has been cut.<br />

J. Provide conduit sizes as shown on the plans. Where hash marks are used to indicate the<br />

number of conductors in a conduit without indicating the conduit size, provide a 3/4"<br />

conduit for up to nine #12 conductors, and a 1" conduit for ten to 20 #12 conductors.<br />

K. Where conduits stub up through a floor slab from below finished floor level for multilevel<br />

structures, install a threaded fitting with PVC plug so that the top of the fitting is<br />

flush with the concrete or finished floor surface.<br />

L. Conduit system shall be swabbed clean prior to installation of conductors.<br />

M. Ground conduits in accordance with the National Electrical Code and Specification 26 05<br />

26, “Grounding & Bonding For Electrical Systems”.<br />

N. Contractor shall properly tape PVC coated aluminum conduit where it transitions to PVC<br />

conduit in underground concrete encased duct banks so that no aluminum conduit is in<br />

contact with concrete encasement. Tape shall be manufactured by Scotch or approved<br />

equal. Coordinate with tape manufacturer for type of tape to use for the installation.<br />

O. Conduit shall not penetrate the top of NEMA 3R and NEMA 4X enclosures.<br />

3.3 UNDERGROUND<br />

A. Underground conduit from the service entrance disconnect switch to the equipment rack<br />

disconnect shall be concrete encased, all other underground conduit shall be concrete<br />

capped.<br />

B. Bury underground conduit a minimum of 18" deep for low voltage duct banks to the top<br />

of the concrete cap/encasement, and as shown on the plans, whichever is greater.<br />

Backfill buried conduit banks with material which is free from large rock, paving<br />

material, or large angular substance. Install underground conduit with the conduit duct<br />

bank dimensions shown on the plans. Adhere to conduit spacing by using spacers at<br />

intervals to ensure that proper spacings are maintained. The concrete shall be red in<br />

color. Red dye for duct bank shall be mixed with concrete or the top of the duct bank<br />

shall be painted red.<br />

C. For installation of conduits to be used by Oncor Electric Delivery, coordinate with the<br />

utility for exact requirements<br />

D. Grade underground and outdoor conduits to drain free of condensation and moisture.<br />

Provide for automatic draining at lowpoints. Install horizontal runs of conduit to provide<br />

a natural drain for condensation without pockets or traps where moisture may collect.<br />

E. Underground conduits shall drain to an underground structure with a floor drain, such as<br />

a manhole or a building basement.<br />

May 18, 2012<br />

Conduits<br />

Revision 0 26 05 33.01 - 5


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

F. Install conduit drain assemblies in outside or underground conduits to provide for<br />

draining.<br />

G. Underground conduit bends shall have a minimum 2' bend radius for conduits 3” and<br />

smaller and a minimum 3’ bend radius for conduits 4” or greater in size. Underground<br />

conduit bends which are 45 degrees or more shall utilize PVC factory-coated rigid steel<br />

bends.<br />

H. Minimum size for underground conduits outside the building is 2”.<br />

I. Contractor shall install duct bank spacers a minimum of every 8 feet.<br />

J. Conduit shall slope uniformly at not less than 4” per 100’, or more than 60” per 100’<br />

unless indicated otherwise on the plans or approved by the Engineer. Arrange duct banks<br />

to drain into manholes with no low pockets in the duct runs. The electrical contractor<br />

shall coordinate with the Contractor and the plans on the proposed grades for the site.<br />

3.4 ROUTING AND SUPPORT<br />

A. Use the conduit route where shown on the plans. Route conduits that do not have a<br />

specified route in the most direct path between the two points, i.e. home runs shown with<br />

an arrow symbol. Route conduits parallel to building lines. Concealed conduits on the<br />

plans shall be below grade, within walls, or above ceilings.<br />

B. Route conduit through roof openings for piping and ductwork where possible.<br />

Otherwise, route conduit through the roof with pitch pocket. Conduit shall not penetrate<br />

ductwork. Exposed conduit shall not be installed on the roof without the Engineer's prior<br />

approval.<br />

C. Install conduit at elevations which maintain headroom, and at locations which avoid<br />

interference with other work requiring grading of pipe, the structure, finished walls, etc.<br />

Avoid crossing other work. Conduits shall not be placed in close proximity to<br />

equipment, systems, and service lines. Maintain a minimum of 3" separation, except in<br />

crossing which shall be a minimum of 1". Conduits shall not be installed/concealed in<br />

water bearing walls.<br />

D. Conduits in buildings shall be exposed on unfinished ceilings and basements, as shown<br />

on the plans. Rigidly support conduits to the building structures using hardware bolted or<br />

screwed to the structure. The mounting hardware shall not mount the conduit directly on<br />

concrete walls and ceilings, but shall space the conduit away from the surfaces using<br />

mineralac-type hardware, strut channel clamps, or one hole straps with clamp backs.<br />

E. Provide expansion fittings at expansion, construction and seismic joints. Provide<br />

combination expansion/deflection fittings where conduits are concealed at these joints.<br />

F. Group conduit in parallel runs where practical. Use a conduit rack constructed of<br />

channels with conduit straps or clamps. Provide space for an additional 25% conduit.<br />

May 18, 2012<br />

Conduits<br />

Revision 0 26 05 33.01 - 6


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

G. Parallel runs of conduit shall have bends and offsets made at the same point such that the<br />

angle of bend is the same in each conduit and the conduits remain parallel throughout the<br />

run. Conduits not installed in this manner shall be removed and reinstalled at the<br />

Contractor’s expense. Conductors that are installed shall be removed and replaced at the<br />

Contractor’s expense.<br />

H. Conduits installed in parallel shall be arranged such that crossings are eliminated.<br />

I. Rigid aluminum conduit systems shall utilize aluminum straps, clamps and strut channel.<br />

Coated rigid steel conduit shall utilize PVC factory coated or fiberglass straps, clamps<br />

and thread rods, etc. as manufactured by Robroy.<br />

J. Nuts, bolts, concrete anchor bolts and other metallic fasteners shall be stainless steel.<br />

K. Install conduit other than PVC with threaded couplings and other threaded fittings.<br />

Threadless, or clamp type fittings shall not be used on metallic conduit. Rigid aluminum<br />

conduit shall have each set of threads coated with an oxidation inhibitor, Ilsco, De-Ox,<br />

ITT Noalox, Blackburn Contax or approved equal.<br />

L. Use PVC coated, rigid steel, factory elbows for bends in PVC conduit unless indicated<br />

otherwise.<br />

M. Use suitable conduit caps to protect installed conduit against entry of dirt and moisture.<br />

N. Use watertight hubs to fasten conduit to metal boxes, etc. in wet or damp locations per<br />

the National Electrical Code.<br />

O. Use suitable conduit caps to protect installed conduit against entry of dirt and moisture.<br />

P. Use watertight hubs to fasten conduit to metal boxes, etc. in wet or damp locations per<br />

the National Electrical Code.<br />

Q. Install a pulling string in empty (spare) conduit, except sleeves and nipples, and leave for<br />

future pulling as applicable.<br />

3.5 TERMINATIONS<br />

A. Use threaded hubs for termination of conduits. Locknut termination of conduits shall not<br />

be used on this project.<br />

END OF SECTION<br />

May 18, 2012<br />

Conduits<br />

Revision 0 26 05 33.01 - 7


This page intentionally left blank.


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 26 05 33.02<br />

WIREWAYS<br />

PART 1 GENERAL<br />

1.1 WORK INCLUDED<br />

A. Furnish labor, materials, equipment and incidentals necessary to install a complete<br />

wireway system. Electrical work shall be in accordance with Section 26 05 00,<br />

“Common Work Results for Electrical”. Contractor shall size wireways in accordance<br />

with the National Electrical Code.<br />

1.2 SUBMITTALS<br />

A. Submittals shall be in accordance with Section 01 33 00, “Submittal Procedures” and<br />

shall include Record Data for:<br />

1. Wireways<br />

PART 2 PRODUCT<br />

2.1 MATERIALS<br />

A. WIREWAY: Provide as manufactured by Hoffman or equal.<br />

B. WIREWAY ENCLOSURES, SUPPORTS AND ASSOCIATED FITTINGS: NEMA<br />

4X, 304 stainless steel, lay-in wireway, quick release cover latches, continuously welded<br />

seams, oil resistant gasket. Hoffman Lay-In-Type NEMA 4X wireway or equal. NEMA<br />

4X, 304 stainless steel for all locations.<br />

2.2 FABRICATIONS<br />

A. WIREWAYS: Complete wireway system with enclosures, supports, and associated<br />

fittings, having the form and dimension suited to the application, and as manufactured by<br />

Hoffman or approved equal.<br />

PART 3 EXECUTION<br />

3.1 INSTALLATION<br />

A. Provide systems of wireways of sufficient size where indicated.<br />

B. Size wireway cross-sectional area and length based upon conductor fill and equipment<br />

served as required by NEC and local codes.<br />

C. Install types based on environmental conditions to which exposed.<br />

END OF SECTION<br />

May 18, 2012<br />

Wireways<br />

Revision 0 26 05 33.02-1


This page intentionally left blank.


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 26 05 33.03<br />

OUTLET BOXES<br />

PART 1 GENERAL<br />

1.1 WORK INCLUDED<br />

A. Furnish labor, materials, equipment and incidentals necessary to install outlet boxes.<br />

Electrical work shall be in accordance with Section 26 05 00, “Common Work Results<br />

for Electrical”.<br />

1.2 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS<br />

A. Steel City Series 600<br />

1.3 SUBMITTALS<br />

A. No submittals required for Section 26 05 33.03, “Outlet Boxes”.<br />

1.4 STANDARDS<br />

A. The applicable provisions of the following standards shall apply as if written here in their<br />

entirety:<br />

ANSI/NEMA OS 1<br />

ANSI/NEMA OS 2<br />

Sheet steel outlet boxes, device boxes, covers and box supports.<br />

Non-metallic outlet boxes, device boxes, covers and box<br />

supports.<br />

PART 2 PRODUCTS<br />

2.1 MATERIALS<br />

A. GENERAL: Provide boxes with plaster ring where required. Boxes for installation in<br />

masonry walls shall be special square corner masonry type. Furnish boxes with proper<br />

covers and device plates. Boxes shall be non-metallic in accordance with ANSI/NEMA<br />

0S 2.<br />

B. CAST BOXES: Cast feralloy metal, deep type, gasketed cover, threaded hubs. Use cast<br />

boxes for damp and outdoor installation. Boxes shall be manufactured by Crouse-Hinds,<br />

Appleton or approved equal.<br />

PART 3 EXECUTION<br />

3.1 PREPARATION; COORDINATION OF BOX LOCATIONS<br />

A. Provide electrical boxes in the locations shown on the Plans, and as required for splices,<br />

taps, wire pulling, equipment connections, and code compliance.<br />

May 18, 2012<br />

Outlet Boxes<br />

Revision 0 26 05 33.03-1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

B. Electrical box locations shown on Contract Drawings are approximate unless<br />

dimensioned. Verify locations of boxes and outlets prior to rough-in. Outlet locations<br />

may be modified to accommodate changes in door swings, space changes or to clear<br />

other interferences that arise or from job modifications. Make such modifications at no<br />

cost to the Owner as a matter of job coordination. Coordinate job conditions and notify<br />

the Engineer of discrepancies before proceeding with the installation of the work. Set<br />

wall boxes in advance of wall construction blocked in place, and secured. Set wall boxes<br />

flush with the finish. Install extension sleeves as required to extend boxes to finished<br />

surfaces.<br />

C. Unless otherwise noted, location of outlet boxes shall be as follows:<br />

Equipment or Outlets<br />

Toggle switches<br />

Receptacles<br />

Equipment or Outlets<br />

Flow/Level Transmitters<br />

Circular Chart Recorder<br />

Motor starters<br />

Control stations<br />

Manual starters<br />

Thermostats<br />

Telephone outlets<br />

Circuit protective devices<br />

* Above Finished Floor.<br />

Elevation *(A.F.F.)<br />

4'0"<br />

1'6"<br />

Elevation *(A.F.F.)<br />

5'5"<br />

5'5"<br />

5'0"<br />

4'0"<br />

5'0"<br />

4'0"<br />

1'6"<br />

6'6" to top of enclosure<br />

D. Locate and install boxes to allow access. Where installation is inaccessible, coordinate<br />

locations and sizes of required access doors in accordance with other sections of the<br />

specifications.<br />

3.2 INSTALLATION<br />

A. Do not install boxes back-to-back in walls. Provide minimum 6" separation, except<br />

provide minimum 24" separation in acoustic-rated walls.<br />

B. Locate boxes in masonry walls to require cutting of masonry unit corner only.<br />

Coordinate masonry cutting to achieve neat openings for boxes.<br />

C. Provide knockout closures for unused openings.<br />

D. Use multiple-gang boxes where more than one (1) device is installed together; do not use<br />

sectional boxes. Provide barriers to separate wiring of different voltage systems.<br />

E. Install boxes in walls without damaging wall insulation.<br />

F. Provide recessed outlet boxes in finished areas; secure boxes to interior wall and partition<br />

studs, position to allow for surface finish thickness. Use stamped steel stud bridges for<br />

flush outlets in hollow stud wall, and adjustable steel channel fasteners for flush ceiling<br />

outlet boxes.<br />

May 18, 2012<br />

Outlet Boxes<br />

Revision 0 26 05 33.03-2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

G. Align wall-mounted outlet boxes for switches, thermostats and similar devices.<br />

H. Aluminum conduit shall use cast aluminum boxes. Cast aluminum boxes shall not be in<br />

direct contact with concrete or CMU walls, painted or not.<br />

I. Drilling through the back of the outlet box for mounting purposes is not allowed.<br />

J. Wall mounted outlet boxes shall be installed with an air gap behind the boxes.<br />

END OF SECTION<br />

May 18, 2012<br />

Outlet Boxes<br />

Revision 0 26 05 33.03-3


This page intentionally left blank.


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 26 05 33.04<br />

PULL AND JUNCTION BOXES FOR ELECTRICAL SYSTEMS<br />

PART 1 GENERAL<br />

1.1 WORK INCLUDED<br />

A. Furnish labor, materials, equipment and incidentals necessary to install pull and junction<br />

boxes. The contractor shall be responsible for sizing all pull boxes and junction boxes<br />

per the National Electrical Code (NEC) Article 314 and all other relevant sections of the<br />

NEC. Electrical work shall be in accordance with Section 26 05 00, “Common Work<br />

Results for Electrical”.<br />

1.2 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS<br />

A. Appleton<br />

B. Bryant<br />

C. Crouse Hinds<br />

D. Hoffman<br />

E. Hubbell<br />

F. O Z Gedney<br />

G. Raco<br />

H. Rob Roy<br />

1.3 SUBMITTALS<br />

Submittals shall be in accordance with Section 01 33 00, “Submittal Procedures” and shall<br />

include the following:<br />

A. Shop Drawings<br />

1. Pull and Junction Boxes<br />

2. Pull and Junction Boxes Sizing Calculations: Detailed calculations shall be<br />

submitted to the Engineer with the pull and junction boxes’ initial submittal.<br />

Submittals submitted without sizing calculations shall not be accepted.<br />

1.4 STANDARDS<br />

A. The applicable provisions of the following standards shall apply as if written here in their<br />

entirety:<br />

NEMA 250<br />

ANSI/NEMA OS 1<br />

NEC<br />

Enclosure for Electrical Equipment (1000 volts maximum)<br />

Sheet steel Outlet Boxes, Device Boxes, Covers and Box<br />

Supports<br />

National Electrical Code<br />

May 18, 2012<br />

Pull and Junction Boxes for Electrical Systems<br />

Revision 0 26 05 33.04-1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

PART 2 PRODUCTS<br />

2.1 MATERIALS<br />

A. GENERAL: Exposed wall recessed pull and junction boxes shall be 304 stainless steel.<br />

Pull boxes in floors shall be of galvanized malleable cast iron, with gasketed covers.<br />

Exposed pull boxes or junction boxes installed outdoors, per NEMA 250 shall be<br />

weatherproof and shall be provided with watertight gasketed covers fastened with<br />

stainless steel screws.<br />

B. NEMA 4X, 304 stainless steel for all other locations.<br />

C. PULL AND JUNCTION BOXES: Metal construction conforming to National Electrical<br />

Code and ANSI/NEMA OS 1. Provide hinge type for sheet metal boxes of 12" or larger<br />

in any dimension.<br />

D. FLUSH-MOUNTED PULL BOXES: Provide overlapping covers with flush-head cover<br />

retaining screws.<br />

PART 3 EXECUTION<br />

3.1 INSTALLATION<br />

A. Use separate pull boxes and junction boxes for electric power, control and<br />

communication systems.<br />

B. Install pull boxes and junction boxes where required by the National Electrical Code and<br />

wherever required to overcome mechanical difficulties.<br />

C. Install pull boxes in interior conduit at not more than 100' apart when conduit runs are not<br />

broken by junction or outlet boxes.<br />

D. Pull and junction boxes shall be accessible and not buried.<br />

E. Do not install boxes back to back in walls and provide a minimum of 6" separation,<br />

except in acoustic-rated walls, provide 24" separation.<br />

F. Support boxes independently of conduit except for cast boxes that is connected to two<br />

rigid metal conduits, both supported within 12" of box.<br />

G. Junction boxes shall have terminal strips/distribution blocks for splicing conductors<br />

where approved by the Engineer or as shown/specified on the plans. Terminal strips shall<br />

be 600V, NEMA rated manufactured by Allen-Bradley, Phoenix Contact or approved<br />

equal. Distribution blocks shall be per Section 26 05 19.01, “Low Voltage Electrical<br />

Power Conductors and Cables”.<br />

END OF SECTION<br />

May 18, 2012<br />

Pull and Junction Boxes for Electrical Systems<br />

Revision 0 26 05 33.04-2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 26 05 53<br />

IDENTIFICATION FOR ELECTRICAL SYSTEMS<br />

PART 1 GENERAL<br />

1.1 Work Included<br />

A. Drawings and general provisions of the Contract, including General and Supplementary<br />

Conditions and Division 01 Specification Sections, apply to this Section.<br />

B. Section Includes:<br />

1. Identification for raceways.<br />

2. Identification of power and control cables.<br />

3. Identification for conductors.<br />

4. Underground-line warning tape.<br />

5. Warning labels and signs.<br />

6. Instruction signs.<br />

7. Equipment identification labels.<br />

8. Miscellaneous identification products.<br />

1.2 SUBMITTALS<br />

A. Submittals shall be in accordance with Section 01 33 00, “Submittal Procedures” and<br />

shall include:<br />

1. Product Data to include cut sheets for each electrical identification product to be<br />

used on the project.<br />

2. Identification Schedule: An index of nomenclature of electrical equipment and<br />

system components used in identification signs and labels.<br />

1.3 QUALITY ASSURANCE<br />

A. Comply with ANSI A13.1.<br />

B. Comply with NFPA 70.<br />

C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145.<br />

D. Comply with ANSI Z535.4 for safety signs and labels.<br />

E. Adhesive-attached labeling materials, including label stocks, laminating adhesives, and<br />

inks used by label printers are not acceptable.<br />

PART 2 PRODUCTS<br />

2.1 POWER RACEWAY IDENTIFICATION MATERIALS<br />

A. Colors for Raceways Carrying Circuits at 600 V or Less:<br />

1. Black letters on an white field.<br />

2. Legend: Indicate voltage.<br />

May 18, 2012<br />

Identification for Electrical Systems<br />

Revision 0 26 05 53-1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

B. Colors for Raceways Carrying Circuits at More Than 600 V:<br />

1. Black letters on an orange field.<br />

2. Legend: "DANGER CONCEALED HIGH VOLTAGE WIRING" with 3-inch-<br />

(75-mm-) high letters on 20-inch (500-mm) centers.<br />

C. Tape and Stencil for Raceways Carrying Circuits More Than 600 V: 4-inch- (100-mm-)<br />

wide black stripes on 10-inch (250-mm) centers diagonally over orange background that<br />

extends full length of raceway or duct and is 12 inches (300 mm) wide. Stop stripes at<br />

legends.<br />

D. Metal Tags: Brass or aluminum, 2 by 2 by 0.05 inch (50 by 50 by 1.3 mm), with stamped<br />

legend, punched for use with self-locking cable tie fastener.<br />

E. Identify each circuit with non-ferrous metal or fiber tags in manholes and junction boxes<br />

and at terminations.<br />

F. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and<br />

enclosures as follows:<br />

1. Tags relying on adhesives or tapes-on markers are not acceptable.<br />

2. Provide conductor tags for conductors No. 10 AWG and below with legible<br />

permanent sleeve of yellow or white PVC with machine printed black marking,<br />

Raychem TMS sleeves or approved equal.<br />

3. Provide tags for cables and for conductors No. 8 AVWG and larger consisting of<br />

permanent nylon marker plates with legible designations hot stamped on the<br />

plate. Attach these marker plates to conductors and cables with plastic wire<br />

wraps. Tags shall be Raychem TMS-CM cable markers or approved equal.<br />

4. Tags shall be imprinted with panelboard and panelboard position number (e.g.<br />

LA3-23) for conductors fed from panelboards. Other conductors shall have tags<br />

imprinted with the MCC which feeds the conductors (e.g. MCC 1).<br />

5. Switchlegs shall have the designation described above on their tags, plus an “S”<br />

suffix. Travelers shall have the designation described above on their tags, plus a<br />

“T” suffix.<br />

6. Where more than one neutral is present with a group of conductors, a tag shall be<br />

applied to each neutral indicating which phase conductors are served by each<br />

neutral (e.g. HA-2, 4, 6).<br />

2.2 CONDUCTOR IDENTIFICATION MATERIALS<br />

A. Color-coding conductor Tape:<br />

1. Colored, self-adhesive vinyl tape not less than 3 mils thick by 1 to 2 inches wide.<br />

2.3 UNDERGROUND-LINE WARNING TAPE<br />

A. Tape:<br />

1. Recommended by manufacturer for the method of installation and suitable to<br />

identify and locate underground electrical and communications lines.<br />

2. Printing on tape shall be permanent and shall not be damaged by burial<br />

operations.<br />

3. Tape material and ink shall be chemically inert, and not subject to degrading<br />

when exposed to acids, alkalis, and other destructive substances commonly found<br />

in soils.<br />

May 18, 2012<br />

Identification for Electrical Systems<br />

Revision 0 26 05 53-2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

B. Color and Printing:<br />

1. Comply with ANSI Z535.1 through ANSI Z535.5.<br />

2. Inscriptions for Red-Colored Tapes: ELECTRIC LINE.<br />

3. Inscriptions for Orange-Colored Tapes: COMMUNICATIONS CABLE,<br />

OPTICAL FIBER CABLE.<br />

2.4 WARNING LABELS AND SIGNS<br />

A. Comply with NFPA 70 and 29 CFR 1910.145.<br />

B. Self-Adhesive Warning Labels: Factory-printed, multicolor, pressure-sensitive adhesive<br />

labels, configured for display on front cover, door, or other access to equipment unless<br />

otherwise indicated.<br />

C. Baked-Enamel Warning Signs:<br />

1. Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend,<br />

and size required for application.<br />

2. 1/4-inch (6.4-mm) grommets in corners for mounting.<br />

3. Nominal size, 7 by 10 inches (180 by 250 mm).<br />

D. Warning label and sign shall include, but are not limited to, the following legends:<br />

1. Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK<br />

HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES."<br />

2. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA<br />

IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR<br />

FOR 36 INCHES (915 MM)."<br />

2.5 INSTRUCTION SIGNS<br />

A. Engraved, laminated acrylic or melamine plastic, minimum 1/16 inch (1.6 mm) thick for<br />

signs up to 20 sq. inches (129 sq. cm) and 1/8 inch (3.2 mm) thick for larger sizes.<br />

1. Engraved legend with white letter on black face.<br />

2. Punched or drilled for mechanical fasteners.<br />

3. Framed with mitered acrylic molding and arranged for attachment at applicable<br />

equipment.<br />

2.6 EQUIPMENT IDENTIFICATION LABELS<br />

A. Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw<br />

mounting. White letters on a dark-gray background. Minimum letter height shall be 3/8<br />

inch (10 mm).<br />

PART 3 EXECUTION<br />

3.1 INSTALLATION<br />

A. Verify identity of each item before installing identification products.<br />

B. Location: Install identification materials and devices at locations for most convenient<br />

viewing without interference with operation and maintenance of equipment.<br />

May 18, 2012<br />

Identification for Electrical Systems<br />

Revision 0 26 05 53-3


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

C. Apply identification devices to surfaces that require finish after completing finish work.<br />

D. Self-Adhesive Identification Products: Clean surfaces before application, using materials<br />

and methods recommended by manufacturer of identification device.<br />

E. Attach signs and plastic labels that are not self-adhesive type with stainless steel<br />

mechanical fasteners appropriate to the location and substrate.<br />

F. Underground-Line Warning Tape: During backfilling of trenches install continuous<br />

underground-line warning tape directly above line at 6 to 8 inches (150 to 200 mm)<br />

below finished grade. Use multiple tapes where width of multiple lines installed in a<br />

common trench or concrete envelope exceeds 16 inches (400 mm) overall.<br />

G. Painted Identification: Comply with requirements in Division 09 painting Sections for<br />

surface preparation and paint application.<br />

3.2 IDENTIFICATION SCHEDULE<br />

A. Concealed Raceways, Duct Banks, More Than 600 V, within Buildings: Tape and<br />

stencil 4-inch- (100-mm-) wide black stripes on 10-inch (250-mm) centers over orange<br />

background that extends full length of raceway or duct and is 12 inches (300 mm) wide.<br />

Stencil legend "DANGER CONCEALED HIGH VOLTAGE WIRING" with 3-inch-<br />

(75-mm-) high black letters on 20-inch (500-mm) centers. Stop stripes at legends. Apply<br />

to the following finished surfaces:<br />

1. Floor surface directly above conduits running beneath and within 12 inches (300<br />

mm) of a floor that is in contact with earth or is framed above unexcavated space.<br />

2. Wall surfaces directly external to raceways concealed within wall.<br />

3. Accessible surfaces of concrete envelope around raceways in vertical shafts,<br />

exposed in the building, or concealed above suspended ceilings.<br />

B. Accessible Raceways and Cables within Buildings: Identify the covers of each junction<br />

and pull box of the following systems with self-adhesive vinyl labels with the wiring<br />

system legend and system voltage. System legends shall be as follows:<br />

1. Emergency Power.<br />

2. Power.<br />

3. UPS.<br />

C. Power-Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull<br />

and junction boxes, manholes, and handholes, use color-coding conductor tape to identify<br />

the phase.<br />

1. Color-Coding for Phase Identification, 600 V or Less: Use colors listed below<br />

for ungrounded service, feeder, and branch-circuit conductors.<br />

a. Color shall be field applied for sizes larger than No. 8 AWG.<br />

b. Colors for 120/240-V Circuits:<br />

1) Phase A: Black.<br />

2) Phase B: Red.<br />

3) Neutral: White<br />

May 18, 2012<br />

Identification for Electrical Systems<br />

Revision 0 26 05 53-4


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

c. Colors for 2<strong>08</strong>/120-V Circuits:<br />

1) Phase A: Black.<br />

2) Phase B: Red.<br />

3) Phase C: Blue.<br />

4) Neutral: White<br />

d. Colors for 480/277-V Circuits:<br />

1) Phase A: Brown.<br />

2) Phase B: Orange.<br />

3) Phase C: Yellow.<br />

e. <strong>Field</strong>-Applied, Color-Coding Conductor Tape: Apply in half-lapped<br />

turns for a minimum distance of 6 inches (150 mm) from terminal points<br />

and in boxes where splices or taps are made. Apply last two turns of tape<br />

with no tension to prevent possible unwinding. Locate bands to avoid<br />

obscuring factory cable markings.<br />

D. Power-Circuit Conductor Identification, More than 600 V: For conductors in vaults, pull<br />

and junction boxes, manholes, and handholes, use nonmetallic plastic tag holder with<br />

adhesive-backed phase tags, and a separate tag with the circuit designation.<br />

E. Install instructional sign including the color-code for grounded and ungrounded<br />

conductors using adhesive-film-type labels.<br />

F. Conductors to Be Extended in the Future: Attach type-on tags to conductors and list<br />

source.<br />

G. Auxiliary Electrical Systems Conductor Identification: Identify field-installed alarm,<br />

control, and signal connections.<br />

1. Identify conductors, cables, and terminals in enclosures and at junctions,<br />

terminals, and pull points. Identify by system and circuit designation.<br />

2. Use system of marker tape designations that is uniform and consistent with<br />

system used by manufacturer for factory-installed connections.<br />

3. Coordinate identification with Project Drawings, manufacturer's wiring diagrams,<br />

and the Operation and Maintenance Manual.<br />

H. Locations of Underground Lines: Identify with underground-line warning tape for<br />

power, lighting, communication, and control wiring and optical fiber cable.<br />

1. Limit use of underground-line warning tape to direct-buried cables.<br />

2. Install underground-line warning tape for both direct-buried cables and cables in<br />

raceway.<br />

I. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting:<br />

Self-adhesive warning labels.<br />

1. Comply with 29 CFR 1910.145.<br />

2. Identify system voltage with black letters on an orange background.<br />

3. Apply to exterior of door, cover, or other access.<br />

4. For equipment with multiple power or control sources, apply to door or cover of<br />

equipment including, but not limited to, the following:<br />

a. Power transfer switches.<br />

b. Controls with external control power connections.<br />

May 18, 2012<br />

Identification for Electrical Systems<br />

Revision 0 26 05 53-5


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

J. Operating Instruction Signs: Install instruction signs to facilitate proper operation and<br />

maintenance of electrical systems and items to which they connect. Install instruction<br />

signs with approved legend where instructions are needed for system or equipment<br />

operation.<br />

K. Equipment Identification Labels: On each unit of equipment, install unique designation<br />

label that is consistent with wiring diagrams, schedules, and the Operation and<br />

Maintenance Manual. Apply labels to disconnect switches and protection equipment,<br />

central or master units, control panels, control stations, terminal cabinets, and racks of<br />

each system. Systems include power, lighting, control, communication, signal,<br />

monitoring, and alarm systems unless equipment is provided with its own identification.<br />

1. Labeling Instructions:<br />

a. Indoor Equipment: Stainless steel screws and nuts, engraved and<br />

laminated acrylic nameplates. Unless otherwise indicated, provide a<br />

single line of text with 1/2-inch- (13-mm-) high letters on 1-1/2-inch-<br />

(38-mm-) high label; where two lines of text are required, use labels 2<br />

inches (50 mm) high.<br />

b. Outdoor Equipment: Engraved, laminated acrylic or melamine label.<br />

c. Elevated Components: Increase sizes of labels and letters to those<br />

appropriate for viewing from the floor.<br />

d. Unless provided with self-adhesive means of attachment, fasten labels<br />

with appropriate mechanical fasteners that do not change the NEMA or<br />

NRTL rating of the enclosure.<br />

2. Equipment to Be Labeled:<br />

a. Panelboards: Typewritten directory of circuits in the location provided<br />

by panelboard manufacturer. Panelboard identification shall be<br />

laminated acrylic or melamine label placed in a clear plastic sleeve.<br />

b. Enclosures and electrical cabinets.<br />

c. Access doors and panels for concealed electrical items.<br />

d. Switchgear/Switchboards<br />

e. Transformers: Label that includes tag designation shown on Drawings<br />

for the transformer, feeder, and panelboards or equipment supplied by<br />

the secondary.<br />

f. Substations.<br />

g. Emergency system boxes and enclosures.<br />

h. Motor Control Centers.<br />

i. Enclosed switches.<br />

j. Enclosed circuit breakers.<br />

k. Enclosed controllers.<br />

l. Variable Frequency Drives/ Soft Starters<br />

m. Push-button stations.<br />

n. Power transfer equipment.<br />

o. Contactors.<br />

p. Remote-controlled switches, dimmer modules, and control devices.<br />

q. Monitoring and control equipment.<br />

r. UPS equipment.<br />

s. Pull and Junction Boxes<br />

t. Exposed Conduits.<br />

END OF SECTION<br />

May 18, 2012<br />

Identification for Electrical Systems<br />

Revision 0 26 05 53-6


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 26 05 73.01<br />

ELECTRICAL POWER SYSTEM STUDIES<br />

PART 1 GENERAL<br />

1.1 DESCRIPTION<br />

General: This section specifies that the CONTRACTOR prepare a short circuit and protective<br />

device coordination study, load flow and motor starting study, and an arc flash hazard analysis for<br />

the electrical power system as shown on the plans for each <strong>Well</strong> Site.<br />

NO EQUIPMENT IS TO BE ENERGIZED UNTIL THE POWER SYSTEM STUDIES<br />

HAVE BEEN APPROVED BY THE ENGINEER, THE PROTECTIVE RELAYS AND<br />

BREAKERS HAVE BEEN SET PER THE SHORT CIRCUIT AND RELAY<br />

COORDINATION STUDY AND THE ARC FLASH LABELS HAVE BEEN INSTALLED<br />

ON THE EQUIPMENT. NO EXCEPTIONS.<br />

Short Circuit and Protective Device Coordination Study, Arc Flash Analysis, Load Flow<br />

Study, and Motor Starting Study<br />

The studies shall provide an evaluation of the electrical power system and the model numbers and<br />

settings of the protective relays or devices and metering or motor monitoring devices for setting<br />

by the CONTRACTOR. The Studies shall include settings for all protective relays and electric<br />

system monitoring. The Contractor shall obtain any needed data or information for the electrical<br />

equipment from Contract Documents, various suppliers, and from conducting his own field<br />

investigations.<br />

A. Scope:<br />

1. The CONTRACTOR is responsible for providing all pertinent information<br />

necessary for the successful completion of the Short Circuit and Relay<br />

Coordination Study, Load Flow and Motor Starting Study, and Arc Flash<br />

Analysis. All cable and raceway data, data from all new Switchgear, motor<br />

control centers, transformers, panelboards, and separately mounted fuses, starters<br />

or circuit breakers shall be obtained by the CONTRACTOR. Obtain all existing<br />

or new protective device information to include all present settings. The<br />

CONTRACTOR shall obtain any needed data or information from Contract<br />

Documents, various suppliers, the Electric Utility and from conducting his own<br />

field investigations. The data obtained shall be organized and submitted to the<br />

ENGINEER to show that all the necessary data gathering work has been done.<br />

2. Calculations shall utilize actual X/R and three phase short circuit values obtained<br />

by the CONTRACTOR from the Electric Utility. The use of infinite bus fault<br />

current calculation is not acceptable.<br />

May 18, 2012<br />

Electrical Power System Studies<br />

Revision 0 26 05 73.01-1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

3. Provide a complete short circuit study. Include three phase and phase-to-ground<br />

calculations. Provide an equipment interrupting or withstand evaluation based on<br />

the actual equipment and model numbers provided on this project. Generic<br />

devices are not acceptable. Normal system operating method, alternate<br />

operation, and operations that could result in maximum fault conditions shall be<br />

thoroughly addressed in the study. The study shall assume all motors operating at<br />

rated voltage with the exception that motors identified as "standby" shall not be<br />

included. Electrical equipment bus impedance shall be assumed zero. Short<br />

circuit momentary duties and interrupting duties shall be calculated on the basis<br />

of maximum available fault current at the electrical equipment busses. The<br />

Study shall be performed using actual available short circuit currents available<br />

and system impedances as obtained from the Electric Utility. An assumption of<br />

infinite bus for the purposes of the Study is not acceptable. Study shall use actual<br />

motor X/R and subtransient reactance data obtained from equipment suppliers.<br />

4. A protective device coordination study shall be performed to determine<br />

appropriate relay settings. The study shall include all electrical equipment<br />

provided under this contract and any up-stream equipment that has an impact on<br />

the coordination study. The study shall show transformer damage curves,<br />

generator damage curves, cable short circuit withstand curves and motor curves.<br />

Include all medium and low voltage switchgear, distribution switchboards, motor<br />

control centers, starters, and panelboards main circuit breakers. Complete the<br />

short circuit study down to the main breaker or main lugs on all panelboards.<br />

Panelboard branch circuit devices need not be considered. The phase over<br />

current and ground-fault protection shall be included as well as settings for all<br />

other adjustable protective devices. All motor monitoring relays and protective<br />

or monitoring devices that are a part of a supplier’s equipment (such as soft<br />

starters, switchgear) shall be in included. Include the last protective device in the<br />

Electric Utility’s system feeding each facility being considered.<br />

5. Provide Time-Current Curves on 11X17 log-log paper. Do not put more than<br />

one branch of protective devices on any one coordination curve. Include a oneline<br />

diagram and the names of each protective device in the branch. Use the<br />

names designated in the Contract Documents. Include motor and transformer<br />

damage curves, and cable short circuit withstand curves. Coordination study<br />

time-current curves (11x17 log-log type) including the instrument transformer<br />

ratios, model numbers of the protective relays, and the relay settings associated<br />

with each breaker. Organize the curves as specified here in. Ground fault time<br />

current curves shall be on a separate sheet.<br />

6. An equipment evaluation study shall be performed to determine the adequacy of<br />

the fault bracing of all bus from the panelboard level up to the main Switchgear<br />

or protective device. Include circuit breakers, controllers, surge arresters,<br />

busway, switches, and fuses by tabulating and comparing the short circuit ratings<br />

of these devices with the available fault currents.<br />

7. Provide arc flash hazard analysis in accordance with the applicable NFPA, ANSI,<br />

and IEEE standards.<br />

8. The studies shall be performed, sealed and signed by a Registered Professional<br />

Engineer licensed in the state of Texas.<br />

9. Any problem areas or inadequacies in the equipment shall be promptly brought to<br />

the ENGINEER's attention.<br />

10. Use industry standard short circuit software, SKM CAPTOR and DAPPER or an<br />

equal approved by the ENGINEER.<br />

May 18, 2012<br />

Electrical Power System Studies<br />

Revision 0 26 05 73.01-2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

1.2 REFERENCES<br />

11. The report shall include a comparison of short circuit duties of each bus to the<br />

interrupting capacity of the equipment that is protecting that bus.<br />

12. The report shall include all data that was used as input to the report. This data<br />

shall include cable impedance, conduit type, source impedance, equipment<br />

ratings, motor X/R and subtransient reactance data, etc.<br />

13. The CONTRACTOR shall coordinate with the Utility, Oncor Electric Delivery.<br />

Utility Contact: Cliff Snell (432) 620-6251 for electrical data required for the<br />

studies.<br />

14. The studies shall include and model the different operating configurations that<br />

may be encountered at the pump station.<br />

A. This Section contains references to the following documents. They are a part of this<br />

Section as specified and modified. In case of conflict between the requirements of this<br />

Section and those of the listed documents, the requirements of this Section shall prevail.<br />

Reference<br />

IEEE 141<br />

Title<br />

Recommended Practice for Electric Power Distribution for Industrial<br />

Plants<br />

IEEE 242<br />

NFPA 70E<br />

IEEE 1584<br />

NEC<br />

Recommended Practice for Protection and Coordination of Industrial<br />

and Commercial Power Systems<br />

Handbook for Electrical Safety in the Workplace<br />

IEEE Guide for Performing Arc-Flash Hazard Calculations<br />

National Electrical Code<br />

1.3 SCHEDULE<br />

A. THE REPORT SHALL BE PROVIDED TO THE ENGINEER NO LATER THAN 60<br />

DAYS BEFORE THE EQUIPMENT IS SHIPPED TO THE WORK SITE. SHIPMENT<br />

AND DELIVERY OF EQUIPMENT WILL NOT BE ACCEPTED AT THE JOBSITE<br />

UNTIL THE STUDY HAS BEEN COMPLETED, SUBMITTED AND APPROVED BY<br />

THE ENGINEER.<br />

1.4 SUBMITTALS<br />

Submittals for 26 05 73.01, “Electrical Power System Studies” shall not be combined with any<br />

other submittals. Submittals shall be in accordance with Section 01 33 00, “Submittal<br />

Procedures” and shall include:<br />

A. Shop Drawings:<br />

1. Short Circuit and Protective Device Coordination Study. Time current curves<br />

shall be on 11x17 log-log type paper. The CONTRACTOR can provide time<br />

current curves on 8 ½ x 11 log-log type paper as a supplement but not as a<br />

replacement.<br />

2. Load Flow Study<br />

May 18, 2012<br />

Electrical Power System Studies<br />

Revision 0 26 05 73.01-3


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

3. Motor Starting Study<br />

a. Contractor shall coordinate with the motor manufacturer and the Soft<br />

Starter & VFD manufacturers for all data required to perform the motor<br />

starting analysis. The preliminary starting analysis shall determine the<br />

maximum inrush allowed when starting the motor to not drop out the<br />

loads under the worst operating conditions.<br />

4. Arc Flash Hazard Analysis<br />

a. Provide a color copy of project specific Arc Flash labels for each<br />

panelboard, switchboard, switchgear, disconnect, Motor Control Center,<br />

VFDs, starters, transfer switches, including all existing electrical<br />

equipment – switchgear, starters, motor control center, panelboards,<br />

starters, etc.<br />

b. Provide a copy of the one-line diagram color-coded to show the incident<br />

ranges & clothing classifications at each bus. The one-line shall be on<br />

11x17 paper and shall be separated out across three (3)-11x17 sheets.<br />

1) Provide a table indicating the color coding used for each incident<br />

range & clothing classification. The one-line shall also include<br />

the information specified in section 2.03 below. The following<br />

is a recommended color coding for the following Hazard/Risk<br />

Category numbers:<br />

a) Green to indicate a Category 0<br />

b) Blue to indicate a Category 1<br />

c) Brown to indicate a Category 2<br />

d) Yellow to indicate a Category 3<br />

e) Orange to indicate a Category 4<br />

f) Red to indicate Above a Category 4<br />

B. Provide six (6) bound color copies of the completed studies to be submitted to the<br />

ENGINEER for approval. Each hard copy of studies shall be bound in a 3-ring binder.<br />

C. After the report and one-line has been approved, provide a color copy in PDF format of<br />

the finalized 11x17 one-line diagram to the Contractor for the Contractor’s use to frame<br />

in the electrical room as specified in section 26 05 00, “Common Work Results for<br />

Electrical”. The one-line shall reflect all changes made including but not limited to<br />

changes made during construction<br />

D. The Contractor shall redo the Power System Studies if any changes are made during the<br />

field testing checkout and/or start-up. The Contractor shall submit the Power System<br />

Studies for Engineer Approval. The Studies shall include an updated copy of the color<br />

copy Arc Flash Labels.<br />

E. A CD with all SKM input files and a PDF of all output files is required for both the<br />

preliminary and final power system studies submittals.<br />

1. Two Software copies of actual power systems computer program project data<br />

files burned in on a CD. The CONTRACTOR shall provide an electronic copy<br />

on a CD-ROM of all files used to develop the electrical system model in the<br />

power system analysis program and all files for the written study analysis and<br />

summary data tables. For instance if SKM software is used for the power system<br />

studies, then the SKM files shall be burned in on a CD-ROM and provided to the<br />

OWNER/ENGINEER. This shall include any library files used for circuit<br />

breakers, fuses, etc. for the power system analysis.<br />

May 18, 2012<br />

Electrical Power System Studies<br />

Revision 0 26 05 73.01-4


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

PART 2 EXECUTION<br />

2.1 GENERAL<br />

A. Provide a short-circuit and relay coordination study load flow and motor starting study,<br />

and arc flash hazard analysis on the electrical power distribution system, as specified.<br />

The studies shall be performed in accordance with IEEE Standards 141 and 242, IEEE<br />

1584, ANSI, and the NEC and shall utilize the ANSI method of short circuit analysis in<br />

accordance with ANSI C37.010. The studies shall be performed using actual equipment<br />

data for all equipment. The coordination studies shall use the data from the manufacturer<br />

of protective devices.<br />

2.2 QUALIFICATIONS<br />

A. The studies shall be performed by the by an electrical manufacturer/consultant<br />

service/electrical testing agency who is regularly engaged in power system studies. A<br />

Licensed Professional Engineer with proficiency in electrical power engineering shall<br />

conduct the studies and shall seal and sign the studies. The Professional ENGINEER<br />

shall be licensed to practice engineering in the State of Texas. A study submitted without<br />

a Professional ENGINEER’s seal will not be reviewed and returned Not Approved,<br />

Revise & Resubmit.<br />

2.3 SHORT CIRCUIT STUDY<br />

A. The CONTRACTOR shall be responsible for obtaining and verifying all data needed to<br />

perform the study.<br />

B. As a minimum, each short circuit study shall include the following:<br />

1. One-Line Diagram:<br />

a. Location and function of each protective device in the system, such as<br />

relays, direct-acting trips, fuses, etc.<br />

b. Type designation, current rating, range or adjustment, manufacturer's<br />

style and catalog number for all protective devices.<br />

c. Power and voltage ratings, impedance, primary and secondary<br />

connections of all transformers. Use the ratings (ie. Impedance, X/R,<br />

etc.) of the actual transformers being provided where available.<br />

d. Type, manufacturer, and ratio of all instrument transformers energizing<br />

each relay.<br />

e. Nameplate ratings of all motors and generators with their subtransient<br />

reactances. Transient reactances of synchronous motors and generators<br />

and synchronous reactances of all generators. Obtain data on the actual<br />

equipment being provided. Generic or average data numbers are not<br />

acceptable.<br />

May 18, 2012<br />

Electrical Power System Studies<br />

Revision 0 26 05 73.01-5


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

f. Sources of short circuit currents such as utility ties, generators,<br />

synchronous motors, and induction motors. Provide short circuit studies<br />

using each source of power separately. The study shall determine if<br />

there is sufficient short circuit current to adequately cause interruption of<br />

a protective device using the weaker power source (typically local<br />

generation), and shall determine if the equipment can safely interrupt the<br />

fault if the greater power source is connected. Additional short circuit<br />

calculations shall include emergency as well as normal switching<br />

conditions as well as normal and emergency power sources described<br />

here in.<br />

1) Show short circuit calculations listing short circuit levels at each<br />

bus. Provide the same data in tabular from.<br />

g. All significant circuit elements such as transformers, cables, breakers,<br />

fuses, reactors, etc. shall be included.<br />

h. The time-current setting of existing adjustable relays and direct-acting<br />

trips, if applicable.<br />

i. One-Line showing available fault current at each bus all the way down to<br />

the 2<strong>08</strong>Y/120V panelboards.<br />

2. Impedance Diagram:<br />

a. Available MVA or impedance from the utility company.<br />

b. Local generated capacity impedance.<br />

c. Bus impedance.<br />

d. Transformer and/or reactor impedances.<br />

e. Cable impedances.<br />

f. Equipment impedances.<br />

g. System voltages.<br />

h. Grounding scheme (resistance grounding, solidly grounding, or no<br />

grounding).<br />

i. Motor contribution assuming the new and existing motors as shown on<br />

the plans all running at the same time.<br />

3. Calculations:<br />

a. Determine the paths and situations where short circuit currents are the<br />

greatest. Assume bolted faults and calculate the 3-phase and line-toground<br />

short circuits of each case.<br />

b. Calculate the maximum and minimum fault currents.<br />

c. A discussion section evaluating the adequacy or inadequacy of the<br />

equipment method of calculation and formulas used such that all<br />

calculations can be verified manually by the ENGINEER, with<br />

recommendations as required for improvements to the system.<br />

d. Any inadequacies shall be called to the attention of the ENGINEER and<br />

recommendation made for improvements.<br />

May 18, 2012<br />

Electrical Power System Studies<br />

Revision 0 26 05 73.01-6


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

2.4 PROTECTIVE DEVICE COORDINATION STUDY<br />

A. As a minimum, the coordination study for the power distribution system shall include the<br />

following on 5-cycle, log-log graph paper:<br />

1. The time-current coordination analysis shall be performed with aid of a digital<br />

computer.<br />

a. Time-current curves for each device shall be positioned to provide for<br />

maximum selectivity to minimize system disturbances during fault<br />

clearing, but still maintain a low incident energy level. Where selectivity<br />

cannot be achieved, the ENGINEER shall be notified as to the cause.<br />

2. Time-current curves for each device shall be positioned to provide for maximum<br />

selectivity to minimize system disturbances during fault clearing. Where<br />

selectivity cannot be achieved, the ENGINEER shall be notified as to the cause.<br />

3. Time-current curves and points for cable and equipment damage.<br />

4. Circuit interrupting device operating and interrupting times.<br />

5. Indicate maximum fault values on the graph.<br />

6. Sketch of bus and breaker arrangement.<br />

2.5 ARC FLASH HAZARD ANALYSIS<br />

A. The study shall be performed in accordance with the NEC and all applicable OSHA,<br />

ANSI, and IEEE standards.<br />

B. The CONTRACTOR shall adjust all adjustable time-current devices such that the trip<br />

settings lower the arc flash exposure and minimizing the clearing time. However, the<br />

CONTRACTOR shall adjust the time-current devices to avoid nuisance tripping.<br />

C. The CONTRACTOR shall utilize fault current values from the short circuit analysis to<br />

determine the Incident energy, limited approach boundary, restricted approach boundary,<br />

prohibited approach boundary and appropriate PPE required.<br />

D. The CONTRACTOR shall provide project specific arc-flash labeling. The arc-flash<br />

labeling shall be placed on the outside of the cover of the switchgear, motor control<br />

centers, combination motor starters, panelboard, switchboard, distribution panel, and all<br />

electrical panels, etc. such that it can be read without opening the electrical equipment.<br />

Mount arc-flash labels a maximum of 6’-6” AFF, include the housekeeping pad in the<br />

mounting height. The CONTRACTOR shall provide arc-flash labeling on all existing<br />

panelboards, switchboards, distribution panel, etc. where breakers are added or work is<br />

performed in or on the electrical equipment.<br />

E. Arc Flash Labels shall be chemical resistant, UV resistant, water resistant, scratch<br />

resistant, and made of 3.0 mil vinyl tape as manufactured by DuraLabel, Brady or<br />

approved equal. The lettering shall be performed by thermal transfer print.<br />

1. Arc Flash labels and label lettering shall be sized large enough to be legible at a<br />

distance outside the hazard area.<br />

2. Arc Flash Labels shall be placed on the door(s) of the room if the hazard area<br />

reaches or extends beyond the electrical room door(s).<br />

3. The arc flash label shall include a DANGER header when the incident energy is<br />

above 40cal/cm 2 , and a WARNING header for all other incident energy levels.<br />

May 18, 2012<br />

Electrical Power System Studies<br />

Revision 0 26 05 73.01-7


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

F. To ensure a safe workplace, and that the labeling meets NEC, OSHA, IEEE, and NFPA<br />

requirements, use specialized arc flash software to calculate protection boundaries. These<br />

protection boundaries shall include the Flash Protection Boundary, Limited Approach<br />

Boundary, Restricted Approach Boundary and the Prohibited Approach Boundary.<br />

G. The arc-flash analysis shall be based on calculated fault from the Short Circuit Study at<br />

each respective bus. The arc-flash software program shall be used to calculate the<br />

available arcing fault at each bus in the system, the resultant flash protection boundary<br />

based on the applicable protective device operating times and the associated incident<br />

energy that workers may be exposed to at the specified working distances.<br />

H. The report shall include the following information: Arc-flash evaluation table, arc-flash<br />

and shock hazard label definitions, arc-flash evaluation information, arc-flash and shock<br />

hazard labels and definitions of terms used in the arc-flash hazard analysis.<br />

I. Arc Flash labels shall be similar to the following example:<br />

2.6 LOAD FLOW STUDY<br />

A. SCOPE: Determine the active and reactive power, voltage, current, and power factor<br />

throughout the electrical system. Provide an analysis of all possible operating scenarios.<br />

B. PROCEDURE: The load flow study shall be performed in accordance with the<br />

recommended practices and procedures set forth in IEEE 399.<br />

May 18, 2012<br />

Electrical Power System Studies<br />

Revision 0 26 05 73.01-8


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

C. STUDY REPORT: Results of the load flow study shall be summarized in a final report<br />

containing the following items:<br />

1. Basis, description, purpose, and scope of the study.<br />

2. Tabulation of data used to model the system components and a corresponding<br />

one-line diagram.<br />

3. Description of scenarios evaluated and the basis of each.<br />

4. Tabulation of power and current flow versus equipment ratings. The tabulation<br />

shall identify percentage of rated load and the scenario for which the percentage<br />

is based. Overloaded equipment shall be clearly noted.<br />

5. Tabulation of system voltage versus equipment ratings. The tabulation shall<br />

identify percentage of rated voltage and the scenario for which the percentage is<br />

based. Voltage levels outside the ranges recommended by equipment<br />

manufacturers, IEEE C84.1 or other appropriate standards shall be clearly noted.<br />

6. Tabulation of system real and reactive power losses with area of concern clearly<br />

noted.<br />

7. Provide One-line showing voltage at major busses.<br />

8. Conclusions and recommendations.<br />

2.7 MOTOR STARTING STUDY<br />

A. The motor starting study shall provide an evaluation of the electrical power system when<br />

starting the motors for all operating scenarios. The motor starting study shall evaluate all<br />

different possible operating scenarios under the worst case starting conditions. The<br />

CONTRACTOR shall coordinate with the electrical equipment manufacturers and obtain<br />

all information required to perform the motor starting analysis. The preliminary starting<br />

analysis shall determine the maximum inrush allowed when starting the motors to not<br />

drop out the site loads under the worst operating conditions.<br />

B. Scope:<br />

1. CONTRACTOR shall provide a motor starting/load flow study for the work<br />

performed at the site. The study shall evaluate all possible operating scenarios.<br />

See electrical plans for detailed one-line diagram of the electrical distribution<br />

system. The CONTRACTOR shall coordinate with the Local Utility and<br />

OWNER for all voltage flicker requirements and is responsible for obtaining all<br />

pertinent data from the Local Utility/OWNER and other equipment<br />

manufacturers to perform the study.<br />

2. CONTRACTOR shall obtain any information required for the motor starting/load<br />

flow study including utility available fault current, utility system impedance,<br />

motor data (i.e., sub transient reactance, etc.), transformer data (i.e. impedance,<br />

X/R, etc.), cable data, etc.<br />

3. The study shall be submitted to the ENGINEER and approved prior to final<br />

approval of the electrical equipment shop drawings and release of any electrical<br />

equipment for manufacturing.<br />

4. The study shall include as a minimum the following:<br />

a. Single line diagram showing voltage at all major busses.<br />

b. Bus Voltage and power flow<br />

c. Information on the computer program used for the study and also shall<br />

include a general discussion of the procedure, items, and data considered<br />

in preparing the study.<br />

d. Description and analysis of all results.<br />

May 18, 2012<br />

Electrical Power System Studies<br />

Revision 0 26 05 73.01-9


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

e. Suggested changes to the equipment selection that will result in<br />

improved system performance.<br />

5. The study shall be performed, sealed and signed by a Registered Professional<br />

Engineer licensed in the state where the electric equipment is to be installed.<br />

END OF SECTION<br />

May 18, 2012<br />

Electrical Power System Studies<br />

Revision 0 26 05 73.01-10


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 26 24 16.02<br />

LIGHTING AND BRANCH PANELBOARDS<br />

PART 1 GENERAL<br />

1.1 WORK INCLUDED<br />

Furnish labor, materials, equipment and incidentals necessary to install lighting and branch<br />

panelboards. Electrical work shall be in accordance with Section 26 05 00, “Common Work<br />

Results for Electrical”.<br />

1.2 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS<br />

A. Mini Power Station shall comply with the specifications and shall be by the following<br />

Manufacturers:<br />

1. Eaton<br />

2. Square D<br />

3. No Approved Equal<br />

1.3 SUBMITTALS<br />

Submittals for 26 24 16.02, “Lighting and Branch Panelboards” shall not be combined with any<br />

other submittals. Submittals shall be in accordance with Section 01 33 00, “Submittal<br />

Procedures” and shall include:<br />

A. Shop Drawings:<br />

1. Bill of Material<br />

2. Front Elevation with dimensions<br />

3. Assembly ratings including short circuit ratings, continuous current and voltage<br />

4. Cable terminal sizes<br />

5. Cut sheet on circuit breakers and surge protective devices<br />

1.4 STANDARDS<br />

Circuit breakers, molded case, and branch circuit shall be in accordance with the applicable<br />

provisions of the following standards as if written here in their entirety:<br />

A. Fed. Spec. W-C-375<br />

B. NEMA AB1 Molded Case Circuit Breakers and their application.<br />

C. NEMA PB1 Panelboards<br />

1.5 DELIVERY AND STORAGE<br />

A. Equipment shall be handled and stored in accordance with the manufacturer’s<br />

instructions. Equipment shall be protected from damage.<br />

1.6 WARRANTY<br />

A. The manufacturer shall warrant the equipment to be free from defects.<br />

May 18, 2012<br />

Lighting and Branch Panelboards<br />

Revision 0 26 24 16.02 - 1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

1.7 QUALITY ASSURANCE<br />

A. Manufacturer shall be ISO 9001 2000 or later certified.<br />

B. Manufacturer shall have produced similar electrical equipment for a minimum period of<br />

five (5) years. When requested by the engineer, an acceptable list of installations with<br />

similar equipment shall be provided demonstrating compliance with this requirement.<br />

PART 2 PRODUCTS<br />

2.1 PANELBOARDS<br />

A. Panelboards shall consist of a box, front, interior and circuit protective devices and shall<br />

be manufactured in accordance with NEMA PB1 and bearing the applicable U.L. labels.<br />

B. Panelboards shall be suitable for unistrut mounting.<br />

C. Panelboards shall contain sequence style busing and full capacity neutral, composed of an<br />

assembly of bolt-on, molded case, automatic breakers with thermal and an instantaneous,<br />

magnetic trip in each pole and a trip-free position separate from either the "On" and the<br />

"Off" positions. Two (2) and three (3) pole circuit breakers shall simultaneously open all<br />

poles. Circuit breakers, molded case and branch circuits shall be in accordance with Fed.<br />

Spec. W-C-375.<br />

D. The voltage rating, phase, number of wires and ampere rating shall be as indicated and<br />

scheduled on the plans.<br />

E. The panelboard box shall be fabricated of code gauge, galvanized sheet steel in<br />

accordance with U.L. standards and have turned edges around the front for rigidity and<br />

frontal clamping. Provide standard knockouts on the panel enclosures.<br />

F. The panelboard front shall be fabricated of sheet steel and finished with a baked on gray<br />

enamel over a rust inhibitor. Each front shall have a door mounted on semi-concealed<br />

hinges with a cylinder lock, an index card and a card holder. Panelboard locks shall be<br />

master keyed, with two (2) keys furnished for each panel board. Index cards shall be<br />

properly typewritten.<br />

G. The interior of the panelboard shall consist of a factory-assembled, rigid frame<br />

supporting the rectangular bus, the mains and the neutral bar.<br />

H. All busings shall be tin-plated copper and arranged for sequential phasing throughout.<br />

The bus bar shall be sized so that the temperature rise is limited in accordance with<br />

NEMA standards. The insulated neutral bar shall be located at the opposite end of the<br />

structure from the mains.<br />

I. Panelboards shall have either solderless lugs or a main circuit protective device as<br />

scheduled. Each enclosure shall have grounding lugs and uninsulated equipment<br />

grounding terminals.<br />

May 18, 2012<br />

Lighting and Branch Panelboards<br />

Revision 0 26 24 16.02 - 2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

2.2 MINI POWER STATION<br />

A. Mini power station shall be in a NEMA 3R, 316 stainless steel enclosure. Mini power<br />

station shall include:<br />

1. a 10KVA, 480V-120/240V step-down transformer. Transformer shall have<br />

copper windings.<br />

2. A 120/240V, single phase panelboard with a main circuit breaker and feeder<br />

breakers. Circuit breakers shall be of bolt-on type. Refer to plans for additional<br />

information.<br />

B. Mini power station panel shall have an interrupting capacity of not less than 18,000<br />

Amps, RMS symmetrical.<br />

C. Mini power station shall be as manufactured by Square D Catalog model no.<br />

MPZB10S40FSS or by Eaton Catalog model no. P48G11S10SS, no equal.<br />

2.3 CIRCUIT BREAKERS<br />

A. Panelboards shall be equipped with circuit breakers.<br />

B. Circuit breakers shall be molded case, bolt in type. Series rating of breakers is not<br />

acceptable.<br />

C. Single pole circuit breakers serving fluorescent lighting loads shall have the SWD<br />

marking. Circuit breakers serving air conditioning branch loads shall be U.L. listed as<br />

type HACR.<br />

D. Each circuit breaker used in 2<strong>08</strong>Y/120 Volt and 120/240V Panelboards shall have an<br />

interrupting capacity of not less than 18,000 Amps, RMS symmetrical. Each circuit<br />

breaker used in 480V Panelboards shall have an interrupting capacity of not less than<br />

65,000 Amps, RMS symmetrical.<br />

E. Circuit breakers shall be manufactured by the panelboard manufacturer.<br />

F. The panelboard and circuit breaker interrupting capacities and rating shall be equal to or<br />

greater than the fault currents available to each panelboard. Series rating of breakers<br />

shall not be permitted.<br />

G. Circuit breakers installed in existing equipment shall match make and manufacturer of<br />

existing equipment where being installed.<br />

2.4 SURGE PROTECTION DEVICES<br />

A. For Electrical Equipment Rack<br />

1. Surge Protection Device Description: IEEE C62.41-compliant, externally<br />

mounted, wired-in, solid-state, parallel-connected, modular (with fieldreplaceable<br />

modules) type, with sine-wave tracking suppression and filtering<br />

modules, UL 1449, third edition Type 2, short-circuit current rating matching or<br />

exceeding the panelboard short-circuit rating, and with the following features and<br />

accessories:<br />

a. Fuses, rated at 200-kA interrupting capacity.<br />

May 18, 2012<br />

Lighting and Branch Panelboards<br />

Revision 0 26 24 16.02 - 3


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

b. Fabrication using bolted compression lugs for internal wiring.<br />

c. Redundant suppression circuits.<br />

d. Redundant replaceable modules.<br />

e. Arrangement with wire connections to phase buses, neutral bus, and<br />

ground bus.<br />

f. LED indicator lights for power and protection status.<br />

g. Audible alarm, with silencing switch, to indicate when protection has<br />

failed.<br />

h. Four-digit, transient-event counter set to totalize transient surges.<br />

i. Integral disconnect.<br />

2. Peak Single-Impulse Surge Current Rating: 120kA per mode.<br />

3. Withstand Capabilities: 12,000 IEEE C62.41, Category C3 (10 kA), 8-by-20-<br />

mic.sec. surges with less than 5 percent change in clamping voltage.<br />

4. Protection modes and UL 1449 3rd edition VPR for 240/120-V, three-phase,<br />

four-wire circuits with high leg shall be as follows:<br />

a. Line to Neutral: 800 V, 1200 V from high leg.<br />

b. Line to Ground: 800 V.<br />

c. Neutral to Ground: 800 V.<br />

5. Protection modes and UL 1449 3rd edition VPR for 480V, three-phase, threewire<br />

circuits shall be as follows:<br />

a. Line to Line: 1800 V for 480 V.<br />

b. Line to Ground: 1800 V for 480 V.<br />

B. For Mini Power Station Panel<br />

1. Surge Protection Device Description: IEEE C62.41-compliant, externally<br />

mounted, wired-in, solid-state, parallel-connected, modular (with fieldreplaceable<br />

modules) type, with sine-wave tracking suppression and filtering<br />

modules, UL 1449, third edition Type 2, short-circuit current rating matching or<br />

exceeding the panelboard short-circuit rating, and with the following features and<br />

accessories:<br />

a. Fuses, rated at 200-kA interrupting capacity.<br />

b. Fabrication using bolted compression lugs for internal wiring.<br />

c. Redundant suppression circuits.<br />

d. Redundant replaceable modules.<br />

e. Arrangement with wire connections to phase buses, neutral bus, and<br />

ground bus.<br />

f. LED indicator lights for power and protection status.<br />

g. Audible alarm, with silencing switch, to indicate when protection has<br />

failed.<br />

h. Four-digit, transient-event counter set to totalize transient surges.<br />

2. Peak Single-Impulse Surge Current Rating: 100kA per mode.<br />

3. Withstand Capabilities: 12,000 IEEE C62.41, Category C3 (10 kA), 8-by-20-<br />

mic.sec. surges with less than 5 percent change in clamping voltage.<br />

4. Protection modes and UL 1449 3rd edition VPR for 240/120V, single-phase,<br />

two-wire circuits with high leg shall be as follows:<br />

a. Line to Line: 600 V<br />

b. Line to Ground: 600 V<br />

May 18, 2012<br />

Lighting and Branch Panelboards<br />

Revision 0 26 24 16.02 - 4


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

PART 3 EXECUTION<br />

3.1 INSTALLATION<br />

A. Install the panelboard in accordance with applicable codes at each location indicated on<br />

the plans. Provide filler plates for unused spaces in the panelboard. All labeling shall be<br />

in accordance to Section 26 05 00, “Common Work Results for Electrical”.<br />

END OF SECTION<br />

May 18, 2012<br />

Lighting and Branch Panelboards<br />

Revision 0 26 24 16.02 - 5


This page intentionally left blank.


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 26 27 26<br />

WIRING DEVICES<br />

PART 1 GENERAL<br />

1.1 WORK INCLUDED<br />

A. Furnish labor, materials, equipment and incidentals necessary to install wiring devices.<br />

Electrical work shall be in accordance with Section 26 05 00, “Common Work Results<br />

for Electrical”.<br />

1.2 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS<br />

A. Source Limitations: Obtain each type of wiring device and associated wall plate through<br />

one source from a single manufacturer. Insofar as they are available, obtain all wiring<br />

devices and associated wall plates from a single manufacturer and one source.<br />

B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in<br />

NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction,<br />

and marked for intended use.<br />

C. Comply with NFPA 70.<br />

D. Products shall comply with the specifications and shall be by the following<br />

Manufacturers:<br />

1. Hubbell<br />

2. Leviton<br />

3. Pass & Seymour<br />

1.3 SUBMITTALS<br />

A. Submittals shall be in accordance with Section 01 33 00, “Submittal Procedures” and<br />

shall include:<br />

1. Shop Drawings for Wiring Devices: Cut sheets of all devices indicating model<br />

being provided, NEMA configuration, rating, color, etc.<br />

1.4 STANDARDS<br />

A. The applicable provisions of the following standard shall apply as if written here in its<br />

entirety:<br />

NEMA WD-1 General Color Requirements for Wiring Devices<br />

NEMA WD-6<br />

UL 943<br />

NFPA 70<br />

Wiring Devices – Dimensional Requirements<br />

Ground-Fault Circuit-Interrupters<br />

National Electrical Code<br />

May 18, 2012<br />

Wiring Devices<br />

Revision 0 26 27 26-1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

PART 2 PRODUCTS<br />

2.1 MANUFACTURED PRODUCTS<br />

A. WALL SWITCHES: For general use, totally enclosed industrial type, specification<br />

grade, rated for 120/277 VAC and 20 amps. Approved wire connection to switches shall<br />

consist of inserting wire into back wiring hole and tightening terminal screw until wire is<br />

tightly griped by clamping mechanism inside switch body. Side wiring shall not be<br />

allowed. Switches installed in hazardous areas shall be explosion proof type in<br />

accordance with the NEC.<br />

B. MOTOR RATED SWITCHES: HP rated switches approved for motor control or<br />

disconnect service when controlling or disconnecting motor loads in excess of 1/4 HP; 20<br />

amp switches for loads exceeding 10 amps.<br />

C. WEATHERPROOF SWITCHES: Fitted with a single switch as specified, and<br />

weatherproof cover with spring door cover; gray in color for all areas.<br />

D. RECEPTACLES: For general use shall be U.L. approved, hospital grade heavy duty<br />

duplex grounding type 20 ampere 125 volt heavy duty phosphor bronze contacts.<br />

Terminal screws shall be large head, deep slotted #8-32 brass, backed out, color coded<br />

for polarity identification, and shall accept up to 10 AWG wire. Side wiring shall not be<br />

allowed.<br />

1. GROUND FAULT CIRCUIT INTERRUPTING, INDOOR: GFCI receptacle<br />

shall include visible indication of ground fault condition. Feed-through feature<br />

shall not be used. Install GFCI device at each location indicated. GFCI circuit<br />

breaker shall not be permitted.<br />

2. ISOLATED-GROUND RECEPTACLES: Isolated-ground receptacles shall be<br />

listed and labeled as isolated-ground type. Receptacle body shall be orange in<br />

color. Isolation-ground shall be integral to the receptacle construction and not<br />

dependent on removable parts.<br />

3. WEATHER RESISTANT RECEPTACLES: Weather resistant receptacles shall<br />

be listed as weather resistant type in accordance with the National Electrical<br />

Code.<br />

4. WEATHERPROOF RECEPTACLES:<br />

a. Weatherproof receptacles shall be hospital grade, 20 ampere, 125 volt<br />

and shall be listed as weather resistant type in accordance with the<br />

National Electrical Code and shall include a weatherproof device cover.<br />

1) Weatherproof Duplex Receptacle: Provide GFCI duplex<br />

receptacle with weatherproof cover.<br />

2) Weatherproof Single Receptacle: Provide a cast box fitted with<br />

a single receptacle and threaded cap with a weatherproof cover.<br />

b. Weatherproof device covers shall have a NEMA 3R rating while<br />

receptacle is in use rating with die cast metal construction as<br />

manufactured by Taymac Corporation, Tempe, Arizona or Thomas &<br />

Betts<br />

E. SWITCH AND RECEPTACLE COVER PLATES: The cover plate color shall be gray<br />

for all areas, unless otherwise indicated or required by the NEC. Screw heads shall have<br />

color to match plate, 302/304 stainless steel. Provide telephone cover plates which are<br />

the same as above, except with a single bushed pole for the telephone cable.<br />

May 18, 2012<br />

Wiring Devices<br />

Revision 0 26 27 26-2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

PART 3 EXECUTION<br />

3.1 INSTALLATION<br />

A. Comply with NECA 1, including the mounting heights listed in that standard, unless<br />

otherwise noted.<br />

B. Coordination with Other Trades:<br />

1. Take steps to insure that devices and their boxes are protected. Do not place wall<br />

finish materials over device boxes and do not cut holes for boxes with routers<br />

that are guided by riding against outside of the boxes.<br />

2. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement,<br />

concrete, dust, paint, and other material that may contaminate the raceway<br />

system, conductors, and cables.<br />

3. Install device boxes in brick or block walls so that the cover plate does not cross<br />

a joint unless the joint is troweled flush with the face of the wall.<br />

4. Install wiring devices after all wall preparation, including painting, is complete.<br />

C. Conductors:<br />

1. Do not strip insulation from conductors until just before they are spliced or<br />

terminated on devices.<br />

2. Strip insulation evenly around the conductor using tools designed for the<br />

purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded<br />

wire.<br />

3. The length of free conductors at outlets for devices shall meet provisions of<br />

NFPA 70, Article 300, without pigtails.<br />

D. Install receptacles and switches only in electrical boxes which are clean, free from excess<br />

building materials, dirt and debris.<br />

E. Install switches, wall-mounted duplex receptacles and telephone outlets at the heights<br />

specified in Section 26 05 33.03, “Outlet Boxes”, unless indicated otherwise on the plans.<br />

F. Switches installed at one (1) location shall be ganged together under one (1) cover plate.<br />

3.2 FIELD QUALITY CONTROL<br />

A. Test wiring devices to insure electrical continuity of grounding. Energize the circuit to<br />

demonstrate compliance with the requirements.<br />

B. Tests for Convenience Receptacles:<br />

1. Line Voltage: Acceptable range is 1<strong>08</strong> to 132 V.<br />

2. Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is not<br />

acceptable.<br />

3. Ground Impedance: Values of up to 2 ohms are acceptable.<br />

4. GFCI Trip: Test for tripping values specified in UL 1436 and UL 943.<br />

5. Using the test plug, verify that the device and its outlet box are securely mounted.<br />

May 18, 2012<br />

Wiring Devices<br />

Revision 0 26 27 26-3


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

6. The tests shall be diagnostic, indicating damaged conductors, high resistance at<br />

the circuit breaker, poor connections, inadequate fault current path, defective<br />

devices, or similar problems. Correct circuit conditions, remove malfunctioning<br />

units and replace with new ones, and retest as specified above.<br />

END OF SECTION<br />

May 18, 2012<br />

Wiring Devices<br />

Revision 0 26 27 26-4


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 26 28 16<br />

ENCLOSED SWITCHES AND CIRCUIT BREAKERS<br />

PART 1 GENERAL<br />

1.1 WORK INCLUDED<br />

A. Furnish labor, materials, equipment and incidentals necessary to install disconnects.<br />

Electrical work shall be in accordance with Section 26 05 00, “Common Work Results<br />

for Electrical”.<br />

1.2 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS<br />

Disconnects shall comply with the specifications and shall be by the following Manufacturers:<br />

A. Eaton<br />

B. General Electric<br />

C. Square D<br />

1.3 SUBMITTALS<br />

Submittals for 26 28 16, “Enclosed Switches & Circuit Breakers” shall not be combined with<br />

any other submittals. Submittals shall be in accordance with Section 01 33 00, “Submittal<br />

Procedures” and shall include:<br />

A. Shop Drawings:<br />

1. Bill of Material<br />

2. Equipment data sheets showing weights, dimensions, etc. for each type of<br />

disconnect and size being provided.<br />

1.4 STANDARDS<br />

The applicable provisions shall apply as if written here in their entirety:<br />

A. ANSI/UL - 198E<br />

B. NEMA RS1<br />

C. Fed. Spec. FS-WS-865<br />

PART 2 PRODUCTS<br />

2.1 MANUFACTURED PRODUCTS<br />

A. DISCONNECT SWITCHES: Class "R" or non-fusible; of the required ampere rating, or<br />

as indicated on the plans; heavy duty, quick-make, quick-break, 3-phase, 3-pole switches,<br />

unless otherwise indicated.<br />

May 18, 2012<br />

Enclosed Switches and Circuit Breakers<br />

Revision 0 26 28 16-1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

B. ENCLOSURES: NEMA 4X, 304 stainless steel for all locations. Furnish enclosures<br />

with interlocking covers with maintenance defeat feature and external front-operated<br />

flange-mounted switch levers. Disconnects shall have provisions for the use of three (3)<br />

safety padlocks in the "Off" position. Furnish horsepower rated switches for motor<br />

circuits. The fuse interrupting rating shall be 65,000 rms amperes.<br />

PART 3 EXECUTION<br />

3.1 INSTALLATION<br />

A. Install disconnect switches as required by the National Electrical Code. Install fuses in<br />

fusible disconnect switches.<br />

END OF SECTION<br />

May 18, 2012<br />

Enclosed Switches and Circuit Breakers<br />

Revision 0 26 28 16-2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 26 29 13<br />

ENCLOSED CONTROLLERS<br />

PART 1 GENERAL<br />

1.1 Work Included<br />

A. Furnish labor, materials, equipment and incidentals to install combination motor starters.<br />

Electrical work shall be in accordance with Section 26 05 00, “Common Work Results<br />

for Electrical”. Section includes the following enclosed controllers rated 600 V and less.<br />

1.2 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS<br />

Enclosed Controllers shall comply with the specifications and shall be by the following<br />

Manufacturers:<br />

A. Allen Bradley<br />

B. Eaton<br />

C. General Electric<br />

D. Square D<br />

1.3 QUALITY ASSURANCE<br />

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in and<br />

marked for intended location and application.<br />

B. Comply with NFPA 70.<br />

C. Coordinate with equipment suppliers for actual motor data – HP, voltage, amps, etc, to<br />

properly size controller (starter) and overloads.<br />

1.4 SUBMITTALS<br />

Submittals for 26 29 13, “Enclosed Controllers” shall not be combined with any other submittals.<br />

Submittals shall be in accordance with Section 01 33 00, “Submittal Procedures” and shall<br />

include:<br />

A. Shop Drawings: For each enclosed controller.<br />

1. Include dimensioned plans, elevations, sections, details, and required<br />

clearances and service spaces around controller enclosures.<br />

2. Catalog cut sheets of major components. Include manufacturer's technical data on<br />

features, performance, electrical characteristics, ratings, and enclosure types and<br />

finishes. Data sheets shall clearly identify the make and model number of the<br />

equipment being provided.<br />

3. Drawings shall show the following:<br />

a. Each installed unit's type and details.<br />

May 18, 2012<br />

Enclosed Controllers<br />

Revision 0 26 29 13 - 1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

b. Factory-installed devices.<br />

c. Nameplate legends.<br />

d. Short-circuit current rating of integrated unit.<br />

e. Features, characteristics, ratings, and factory settings of individual<br />

overcurrent protective devices in combination controllers.<br />

f. Project specific wiring diagrams/control schematics: For power, signal,<br />

and control wiring. Labels on the control schematic for control relays,<br />

timing relays, level instruments, indication lights, etc. shall correspond to<br />

equipment tag/labels indicated on the Pump Control Panel Control<br />

Schematic included in the plans. Include a label above each timing relays<br />

indicating the range and set points for that timing relay.<br />

g. Project specific layout of front of controller clearly identifying the<br />

location of all panel mounted devices, and clearly indicating the<br />

maximum mounting height of devices on doors.<br />

h. Terminal strip layout clearly showing all field connections. The terminal<br />

strip layout shall also include a label next to each connection indicating<br />

signal description.<br />

i. Conduit entry and exit locations. Conduit entry and exit points clearly<br />

showing dimensions of entry and exit points. Provide a detailed view<br />

showing how conduit penetrate the bottom/side of panel.<br />

j. Installation weights.<br />

k. Cable terminal sizes.<br />

l. Internal component layout diagrams showing the front view of inside the<br />

panel (with the doors off) clearly identifying all devices and power<br />

equipment.<br />

4. Complete bill of materials with model numbers listed for individual components.<br />

5. Data sheets of miscellaneous electrical equipment clearly identifying make and<br />

model being provided.<br />

6. Warranty Information.<br />

7. Spare Parts List.<br />

8. Any deviations from the specifications should be slearly identified on a separate<br />

sheet of paper in the shop drawing submittal.<br />

1.5 OPERATION AND MAINTENANCE MANUALS:<br />

A. Operation and maintenance manuals shall contain the shop drawings, submittals, spare<br />

parts lists, schematics, and maintenance procedures.<br />

B. Manuals shall also incorporate appropriate final certified shop drawings. Manuals may<br />

be manufacturer's standard instructions, but shall be supplemented as necessary to cover<br />

any special feature not included in standard material.<br />

C. Manufacturer's written instructions for testing, adjusting, and reprogramming reducedvoltage<br />

solid-state controllers.<br />

D. Load-Current and Overload-Relay Heater List: Compile after motors have been installed,<br />

and arrange to demonstrate that selection of heaters suits actual motor nameplate full-load<br />

currents.<br />

May 18, 2012<br />

Enclosed Controllers<br />

Revision 0 26 29 13 - 2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

E. Load-Current and List of Settings of Adjustable Overload Relays: Compile after motors<br />

have been installed, and arrange to demonstrate that switch settings for motor running<br />

overload protection suit actual motors to be protected.<br />

1.6 DELIVERY, STORAGE, AND HANDLING<br />

A. Store enclosed controllers indoors in clean, dry space with uniform temperature to<br />

prevent condensation. Protect enclosed controllers from exposure to dirt, fumes, water,<br />

corrosive substances, and physical damage.<br />

B. If stored in areas subject to weather, cover enclosed controllers to protect them from<br />

weather, dirt, dust, corrosive substances, and physical damage. Remove loose packing<br />

and flammable materials from inside controllers.<br />

1.7 PROJECT CONDITIONS<br />

A. Environmental Limitations: Rate equipment for continuous operation under the<br />

following conditions unless otherwise indicated:<br />

1. Ambient Temperature: Not less than minus 22 deg F (minus 30 deg C) and not<br />

exceeding 122 deg F (50 deg C).<br />

2. Altitude: Not exceeding 3300 feet.<br />

B. HORSEPOWER RATING:<br />

1. The 175HP (222 FLA) motor size indicated on the Plans is the maximum size<br />

horsepower expected at all the sites. The Contractor shall furnish properly sized<br />

motor control equipment suitable for use with the maximum expected motor<br />

horsepower. <strong>Field</strong> verify exact motor horsepower for each site and properly size<br />

overloads and MCP accordingly. If actual motor horsepowers differ from the<br />

Plans, the Contractor shall obtain assistance from the Engineer in determining<br />

whether or not hardware and wiring changes are necessary. The Contractor shall<br />

provide all components and wire of the proper size.<br />

C. OPERATING VOLTAGE: The equipment shall be designed and arranged for operation<br />

on 480 Volt, 3 phase, 60 Hertz or 120V, 60 Hertz. See plans for more details.<br />

D. CONTROL POWER: Control power shall be 120 VAC from a control transformer<br />

located in each combination starter. Extra control transformer VA capacity shall be<br />

furnished for powering the motor space heater in the motor which the combination starter<br />

serves. This extra VA capacity shall be in addition to the VA required for the other<br />

control components powered by the control transformer. The following is the amount of<br />

extra VA capacity which shall be furnished:<br />

COMBINATION<br />

CONTROL TRANSFORMER<br />

NEMA SIZE<br />

EXTRA VA CAPACITY<br />

size 1 100<br />

size 2 200<br />

size 3 300<br />

size 4 500<br />

size 5 750<br />

size 6 1000<br />

May 18, 2012<br />

Enclosed Controllers<br />

Revision 0 26 29 13 - 3


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

This extra VA capacity shall be furnished in each combination starter regardless of where the<br />

motor space heater received its power and regardless of whether the motor has a space heater<br />

or not.<br />

E. INTERRUPTING RATING: Both circuit breakers and combination starters as complete<br />

units shall be rated for 65,000 Amps Interrupting Capacity (AIC).<br />

F. ENCLOSURES: NEMA 4X, 304 stainless steel for all locations.<br />

1.8 COORDINATION<br />

A. Coordinate layout and installation of enclosed controllers with other construction<br />

including conduit, piping, equipment, and adjacent surfaces. Maintain required<br />

workspace clearances and required clearances for equipment access doors and panels.<br />

B. Coordinate sizes and locations of concrete bases with actual equipment provided. Cast<br />

anchor-bolt inserts into bases.<br />

C. Coordinate installation of roof curbs, equipment supports, and roof penetrations.<br />

1.9 SPARE PARTS<br />

A. Furnish spare parts that match products installed and that are packaged with protective<br />

covering for storage and identified with labels describing contents.<br />

1. Control Power Fuses: Equal to 10 percent of quantity installed for each size and<br />

type, but no fewer than two of each size and type.<br />

2. Indicating Lights: One of each type and color installed.<br />

3. Five spare relays and timers of each type used.<br />

PART 2 PRODUCTS<br />

2.1 COMBINATION STARTER<br />

A. The combination starter shall include a motor circuit protector (MCP) type circuit breaker<br />

or a thermal magnetic type circuit breaker as indicated on the Plans. MCP's shall be<br />

magnetic trip only with adjustable magnetic trip limited to 1300% of motor nameplate<br />

full load current to comply with NEC requirements. Devices shown on the schematic and<br />

not specifically designated as being elsewhere shall be installed inside the combination<br />

starter.<br />

May 18, 2012<br />

Enclosed Controllers<br />

Revision 0 26 29 13 - 4


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

B. Combination starter doors shall be interlocked mechanically with the circuit breaker<br />

operator mechanism to prevent unintentional opening of the door while the circuit<br />

breaker is in the closed position. The circuit breaker operator mechanism shall be<br />

mounted on the stationary part of the enclosure and not on the door of the enclosure. The<br />

circuit breaker operator mechanism shall indicate "ON" and "OFF" with the door open or<br />

closed. The circuit breaker shall be manually operated, resettable after trip from the<br />

operator mechanism handle. The operating handle shall clearly indicate whether the<br />

circuit breaker is "ON" or "OFF", or "TRIPPED". Means shall be provided to lock each<br />

operator mechanism handle in the "OFF" position and to close the door. Means shall be<br />

provided for releasing the interlock for intentional access to the interior at any time and<br />

intentional application of power, if desired, while door is open. Padlocking arrangements<br />

shall permit locking the disconnect device "OFF" with at least three padlocks with door<br />

closed or open.<br />

C. The combination starter shall have a magnetic starter contactor. The magnetic starter<br />

contactor shall be NEMA rated and NEMA 1 magnetic starter contactors shall be the<br />

minimum size allowed. Magnetic starter contactors shall have renewable contacts and a<br />

renewable coil which shall allow each to be replaced without replacing other parts of the<br />

magnetic starter contactor. Magnetic starter contactors shall have a maximum pick up<br />

voltage of 71% of nominal coil voltage and a maximum drop out voltage of 59% of<br />

nominal coil voltage.<br />

D. Each magnetic starter shall have three (3) external manual reset thermal overload relays<br />

of either the bimetallic type or the melting alloy type. Overload relays shall be either<br />

ambient compensated or ambient insensitive. Overload relay heaters shall be Class 10 for<br />

submersible pump motors and hermetically sealed motors and shall be Class 20 for all<br />

other motors. Overload relay heaters shall be selected to produce an overload trip at no<br />

more than the following percent of the motor nameplate full load current rating:<br />

Motors with a marked service factor not<br />

less than 1.15 125%<br />

Motors with a marked temperature rise of<br />

not over 40°C 125%<br />

All other motors 115%<br />

E. Overload relays shall be reset from outside the enclosure with an insulated bar or button.<br />

Auxiliary contacts shall be furnished on the circuit breaker operating mechanism, the<br />

starter contactor and on the overload sensing unit as shown on the plans.<br />

F. Controls and lights shall be heavy duty oil tight construction. Devices installed in the<br />

combination starter or on the door of the combination starter shall be completely factory<br />

wired with connections to external devices brought to a terminal strip installed in the<br />

starter. No field wiring shall be permitted except for connections to remote devices from<br />

the terminal strip. A physical wiring diagram shall be provided on each enclosure door<br />

and shall be protected to remain intact and legible for the service life of the equipment.<br />

Control devices shall be identified as to type and manufacturer.<br />

May 18, 2012<br />

Enclosed Controllers<br />

Revision 0 26 29 13 - 5


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

G. Control relays, timing relays, control transformers, control circuit fuse blocks, etc., shall<br />

be grouped in the corresponding combination starter with control wiring kept as short as<br />

possible. Ample space shall be allowed between devices so that each component is<br />

completely accessible without removing any other device.<br />

H. Wiring in the combination starter shall terminate on numbered terminal strips or power<br />

distribution blocks. No other wire connecting devices, including but not limited to<br />

wirenuts and split bolts, shall be allowed in the combination starter. Each combination<br />

starter shall be provided with an individual terminal strip for control wiring. Terminal<br />

strip metallic materials shall be tinned copper. Power distribution blocks shall be tinned<br />

copper which is rated for termination of copper conductors.<br />

I. Combination starter control wiring shall be 14AWG. Power wiring shall have black<br />

insulation and control wiring shall have purple insulation for ungrounded conductors and<br />

white insulation for grounded conductors. Combination starter wiring shall have copper<br />

conductors with MTW insulation only.<br />

J. Where control transformers are indicated and unless shown otherwise, each starter shall<br />

contain a 480 to 120 volt fused control transformer with sufficient capacity for all the<br />

devices shown in the schematic. The control transformer shall have two (2) primary<br />

fuses, one in each primary lead and one secondary fuse in one of the secondary leads.<br />

The unfused secondary lead shall be grounded.<br />

K. Each combination starter shall have an engraved plastic nameplate fastened to the outside<br />

of the unit door. Engraved plastic nameplates shall have .33" high white letters on a<br />

black background and attached with stainless steel screws. Wiring diagrams shall be<br />

provided on the inside of each compartment door and shall be protected so that they<br />

remain attached and legible for the service life of the equipment.<br />

L. If any circuit breaker operating handle is more than 6'6" above the floor surface<br />

immediately in front of the combination starter, a supplementary operating device shall<br />

be attached to the operating handle. This supplementary device shall require a person to<br />

reach no more than 6'6" above the floor surface at any point of opening or closing the<br />

circuit breaker<br />

2.2 FULL-VOLTAGE CONTROLLERS<br />

A. General Requirements for Full-Voltage Controllers: Comply with NEMA ICS 2, general<br />

purpose, Class A.<br />

B. Magnetic Controllers: Full voltage, across the line, electrically held.<br />

1. Configuration: Nonreversing.<br />

2. Contactor Coils: Pressure-encapsulated type with coil transient suppressors.<br />

3. Operating Voltage: Depending on contactor NEMA size and line-voltage rating,<br />

manufacturer's standard matching control power or line voltage.<br />

4. Power Contacts: Totally enclosed, double-break, silver-cadmium oxide;<br />

assembled to allow inspection and replacement without disturbing line or load<br />

wiring.<br />

5. Control Circuits: 120V ac; obtained from integral CPT, with primary and<br />

secondary fuses of sufficient capacity to operate integral devices and remotely<br />

located pilot, indicating, and control devices.<br />

May 18, 2012<br />

Enclosed Controllers<br />

Revision 0 26 29 13 - 6


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

6. CPT Spare Capacity: 100 VA minimum.<br />

7. Bimetallic Overload Relays:<br />

a. Inverse-time-current characteristic.<br />

b. Class 20 tripping characteristic.<br />

c. Heaters in each phase matched to nameplate full-load current of actual<br />

protected motor and with appropriate adjustment for duty cycle.<br />

d. Ambient compensated.<br />

e. Automatic resetting.<br />

8. Solid-State Overload Relay:<br />

a. Switch or dial selectable for motor running overload protection.<br />

b. Sensors in each phase.<br />

c. Class 10/20 selectable tripping characteristic selected to protect motor<br />

against voltage and current unbalance and single phasing.<br />

d. Class II ground-fault protection, with start and run delays to prevent<br />

nuisance trip on starting.<br />

e. Analog communication module.<br />

f. External overload reset push button.<br />

C. Combination Magnetic Controller: Factory-assembled combination of magnetic<br />

controller, overcurrent protective device, and disconnecting means.<br />

1. MCP Disconnecting Means:<br />

a. UL 489, NEMA AB 1, and NEMA AB 3, with interrupting capacity to<br />

comply with available fault currents, instantaneous-only circuit breaker<br />

with front-mounted, field-adjustable, short-circuit trip coordinated with<br />

motor locked-rotor amperes.<br />

b. Lockable Handle: Accepts three padlocks and interlocks with cover in<br />

closed position.<br />

c. Auxiliary contacts "a" and "b" arranged to activate with MCP handle.<br />

d. Current-limiting module to increase controller short-circuit current<br />

(withstand) rating to 65 kA.<br />

2.3 ACCESSORIES<br />

A. General Requirements for Control Circuit and Pilot Devices: NEMA ICS 5; factory<br />

installed in controller enclosure cover unless otherwise indicated.<br />

B. IEC or dual rated NEMA/IEC equipment shall not be acceptable.<br />

C. CONTROL RELAYS: Industrial type; contacts rated for 10 amps at 600 VAC; Square D<br />

Class 8501 Type X, Allen-Bradley Bulletin 700 type PK, or approved equal. Relays shall<br />

have the capability of having contact decks added in the field. Contacts shall be field<br />

convertible to normally open or normally closed. Coils and contacts shall each be<br />

replaceable without replacing any other part of the relay. Where control relays are<br />

indicated on the Plans, industrial control relays shall be furnished whether the relay coil<br />

is operated with 120 VAC or 24 VDC.<br />

D. ELAPSED TIME METER: Yokogawa Type 240, or approved equal. The meter shall be<br />

of the non-reset type for totalizing of hours and operating on 120 or 240 VAC, 60 Hertz.<br />

May 18, 2012<br />

Enclosed Controllers<br />

Revision 0 26 29 13 - 7


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

E. INDICATING LIGHTS, SWITCHES AND PUSHBUTTONS: Heavy duty and oil tight,<br />

Square D Class 9001 (30.5 mm) or approved equal. Devices shall match or exceed the<br />

rating of the enclosure. Indicating lights shall be push-to-test (LED type) and shall be<br />

Square D SKT or approved equal.<br />

F. CONTROL TRANSFORMER: Included in combination starter units with sufficient VA<br />

capacity for powering the devices shown in the control schematic; 480 to 120 volt<br />

transformer with a fuse in each primary leg and one (1) fuse in the secondary leg. The<br />

unfused secondary leg shall be grounded.<br />

G. PHASE FAILURE RELAY: Phase failure relay shall be a 480VAC, 3-phase and be able<br />

to detect phase loss, low voltage and phase reversal with an automatic reset and output<br />

contacts. The phase failure relay shall be as manufactured by Time Mark model 258 or<br />

approved equal.<br />

H. Space heaters, with N.C. auxiliary contacts, to mitigate condensation in Type 4X<br />

enclosures installed outdoors or in unconditioned interior spaces subject to humidity and<br />

temperature swings. Space heaters shall be thermostatically controlled and be power<br />

from internal power inside the enclosure.<br />

PART 3 EXECUTION<br />

3.1 EXAMINATION<br />

A. Examine areas and surfaces to receive enclosed controllers, with Installer present, for<br />

compliance with requirements and other conditions affecting performance of the Work.<br />

B. Examine enclosed controllers before installation. Reject enclosed controllers that are<br />

wet, moisture damaged, or mold damaged.<br />

C. Proceed with installation only after unsatisfactory conditions have been corrected.<br />

3.2 INSTALLATION<br />

A. Make electrical connections to equipment specified. Install equipment in accordance<br />

with the Manufacturer's recommendations and the plans. If neither are available, install<br />

the equipment using the best practices of the electrical industry and trade.<br />

B. Wall-Mounted Controllers: Install enclosed controllers on walls with tops at uniform<br />

height unless otherwise indicated, and by bolting units to wall or mounting on lightweight<br />

structural-steel channels bolted to wall. For controllers not at walls, provide freestanding<br />

racks complying with Division 26 Section "Hangers and Supports for Electrical<br />

Systems."<br />

C. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets<br />

and temporary blocking of moving parts from enclosures and components.<br />

D. Install heaters in thermal overload relays. Select heaters based on actual nameplate fullload<br />

amperes after motors have been installed.<br />

May 18, 2012<br />

Enclosed Controllers<br />

Revision 0 26 29 13 - 8


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

E. Comply with NECA 1.<br />

3.3 IDENTIFICATION<br />

A. Identify enclosed controllers, components, and control wiring in accordance with Section<br />

26 05 53, “Identification for Electrical Systems”.<br />

1. Identify field-installed conductors, interconnecting wiring, and components;<br />

provide warning signs.<br />

2. Label each enclosure with engraved nameplate.<br />

3. Externally visible, permanent nameplates shall be provided to identify each<br />

switch, indicating light, etc. Equipment and terminal blocks shall be suitably<br />

identified. This shall include items on the back side of doors and panel mounted<br />

items. Nameplates shall be black with white lettering and attached with stainless<br />

steel screws.<br />

3.4 CONTROL WIRING INSTALLATION<br />

A. Install wiring between enclosed controllers and remote devices.<br />

B. Bundle, train, and support wiring in enclosures.<br />

C. Connect selector switches and other automatic-control selection devices where<br />

applicable.<br />

1. Connect selector switches to bypass only those manual- and automatic-control<br />

devices that have no safety functions when switch is in manual-control position.<br />

2. Connect selector switches with enclosed-controller circuit in both manual and<br />

automatic positions for safety-type control devices such as low- and highpressure<br />

cutouts, high-temperature cutouts, and motor overload protectors.<br />

3.5 FIELD QUALITY CONTROL<br />

A. Upon completion of the installation, perform continuity tests and functional checkout to<br />

assure the proper operation of all equipment.<br />

B. Acceptance Testing Preparation:<br />

1. Test insulation resistance for each enclosed controller, component, connecting<br />

supply, feeder, and control circuit.<br />

2. Test continuity of each circuit.<br />

C. Tests and Inspections:<br />

1. Inspect controllers, wiring, components, connections, and equipment installation.<br />

Test and adjust controllers, components, and equipment.<br />

2. Test insulation resistance for each enclosed-controller element, component,<br />

connecting motor supply, feeder, and control circuits.<br />

3. Test continuity of each circuit.<br />

4. Verify that voltages at controller locations are within plus or minus 10 percent of<br />

motor nameplate rated voltages. If outside this range for any motor, notify<br />

Contractor/Owner before starting the motor(s).<br />

5. Test each motor for proper phase rotation.<br />

May 18, 2012<br />

Enclosed Controllers<br />

Revision 0 26 29 13 - 9


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

6. Perform each electrical test and visual and mechanical inspection stated in<br />

NETA Acceptance Testing Specification. Certify compliance with test<br />

parameters.<br />

7. Correct malfunctioning units on-site, where possible, and retest to demonstrate<br />

compliance; otherwise, replace with new units and retest.<br />

D. Enclosed controllers will be considered defective if they do not pass tests and inspections.<br />

E. Prepare test and inspection reports including a certified report that identifies enclosed<br />

controllers and that describes scanning results. Include notation of deficiencies detected,<br />

remedial action taken and observations after remedial action.<br />

3.6 ADJUSTING<br />

A. Set field-adjustable switches, auxiliary relays, time-delay relays, timers, and overloadrelay<br />

pickup and trip ranges.<br />

B. Adjust overload-relay heaters or settings if power factor correction capacitors are<br />

connected to the load side of the overload relays.<br />

C. Adjust the trip settings of MCPs and thermal-magnetic circuit breakers with adjustable<br />

instantaneous trip elements. Initially adjust to six times the motor nameplate full-load<br />

ampere ratings and attempt to start motors several times, allowing for motor cool down<br />

between starts. If tripping occurs on motor inrush, adjust settings in increments until<br />

motors start without tripping. Do not exceed eight times the motor full-load amperes (or<br />

11 times for NEMA Premium Efficient motors if required). Where these maximum<br />

settings do not allow starting of a motor, notify Owner/Contractor before increasing<br />

settings.<br />

D. Set field-adjustable circuit-breaker trip ranges.<br />

3.7 PROTECTION<br />

A. Temporary Heating: Apply temporary heat to maintain temperature according to<br />

manufacturer's written instructions until enclosed controllers are ready to be energized<br />

and placed into service.<br />

B. Replace controllers whose interiors have been exposed to water or other liquids prior to<br />

Substantial Completion.<br />

END OF SECTION<br />

May 18, 2012<br />

Enclosed Controllers<br />

Revision 0 26 29 13 - 10


Division 31


This page intentionally left blank.


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 31 11 00<br />

CLEARING AND GRUBBING<br />

PART 1 GENERAL<br />

1.1 SUMMARY<br />

A. Section Includes<br />

1. Clearing and/or grubbing, including the disposal of materials, for all areas within<br />

the limits designated on the plans or as required by the Engineer.<br />

B. Related Sections<br />

1. Division 01 - General Requirements<br />

2. Section 31 23 33 - Trenching, Backfilling, and Compaction<br />

1.2 QUALITY ASSURANCE<br />

A. Ensure that only those trees, shrubs, and debris that are within the designated<br />

construction limits are removed.<br />

B. Do not allow equipment outside of designated construction areas.<br />

PART 2 PRODUCTS<br />

2.1 EQUIPMENT<br />

A. Provide equipment in sufficient size and quantity to perform Work in safe and efficient<br />

manner.<br />

B. Maintain site in workmanlike order as work progresses.<br />

C. Maintain safety precautions necessary for safe operation of equipment.<br />

PART 3 EXECUTION<br />

3.1 CLEARING<br />

A. Definition:<br />

1. The cutting and removal of all trees, stumps, brush, logs, and hedges.<br />

2. The removal of fences and other loose or projecting material from the designated<br />

areas.<br />

3. The grubbing of stumps and roots will not be required.<br />

B. Classification of Trees:<br />

May 18, 2012<br />

Clearing and Grubbing<br />

Revision 0 31 11 00 - 1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

3.2 GRUBBING<br />

1. Clearing, when so designated, shall consist of the cutting and removal of groups<br />

of trees as shown on the Drawings within the limits of clear areas.<br />

2. The cutting of all the trees of this classification shall be in accordance with the<br />

requirements for the particular area being cleared, or as directed by the Engineer.<br />

A. Definition:<br />

1. Clearing the surface of the ground of designated areas of all trees, stumps,<br />

downed timber, logs, snags, brush, undergrowth, hedges, heavy growth of grass<br />

or weeds, fences, structures, debris, and rubbish of any nature.<br />

2. Clearing the surface of other natural obstructions or material that, in the opinion<br />

of the Engineer, is unsuitable for the foundation of footings, pavements or other<br />

required structures, including:<br />

a. Grubbing of stumps, roots, matted roots and foundations.<br />

b. The disposal from the Project of all spoil materials resulting from<br />

clearing and grubbing by burning or otherwise.<br />

3.3 CONSTRUCTION METHODS<br />

A. General:<br />

1. The areas denoted on the Drawings to be cleared and/or grubbed under this item<br />

shall be staked on the ground by the Contractor and approved by the Engineer.<br />

2. The clearing and grubbing shall be done at a satisfactory distance in advance of<br />

the grading operations.<br />

B. All spoil materials removed by clearing and/or grubbing shall be disposed of by removal<br />

to approved disposal areas.<br />

C. Waste Concrete and Masonry:<br />

1. As far as is practicable, waste concrete and masonry shall be placed on slopes of<br />

embankments or channels.<br />

2. When embankments are constructed of such material, this material shall be<br />

placed in accordance with requirements for formation of embankments.<br />

3. Any broken concrete or masonry that cannot be used in construction, and all<br />

other materials not considered suitable for use elsewhere, shall be disposed of by<br />

the Contractor.<br />

4. In no case shall any discarded materials be left in windows or piles adjacent to or<br />

within the Project limits.<br />

5. The manner and location of disposal of materials shall be subject to the approval<br />

of the Engineer and shall not create an unsightly or objectionable view.<br />

6. When the Contractor is required to locate a disposal area outside the property<br />

limits at his own expense, he shall obtain and file with the Engineer permission<br />

in writing from the property owner for the use of private property for this<br />

purpose.<br />

D. If the Drawings or the Specifications require the saving of merchantable timber, the<br />

Contractor shall trim the limbs and tops from designated trees, saw them into suitable<br />

lengths and make them available for removal by other agencies.<br />

May 18, 2012<br />

Clearing and Grubbing<br />

Revision 0 31 11 00 - 2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

E. Any necessary blasting shall be done at the Contractor's responsibility, and the utmost<br />

care shall be taken not to endanger life or property.<br />

F. Existing Structures:<br />

1. The removal of existing structures and utilities required to permit orderly<br />

progress of work shall be coordinated by the Contractor and accomplished in<br />

conjunction with the local agencies affected unless otherwise shown on the<br />

Drawings.<br />

2. Whenever a telephone or telegraph pole, pipeline, conduit, sewer, roadway, or<br />

other utility is encountered and must be removed or relocated, the Contractor<br />

shall advise the Engineer, who will notify the proper local authority or owner and<br />

attempt to secure prompt action.<br />

G. The Contractor shall clear the staked or indicated area of all objectionable materials.<br />

H. Protection and Clearing of Trees:<br />

1. Trees unavoidably falling outside the specified limits must be cut up, removed,<br />

and disposed of in a satisfactory manner.<br />

2. In order to minimize damage to trees that are to be left standing, they shall be<br />

felled toward the center of area being cleared.<br />

3. The Contractor shall preserve and protect from injury all trees not to be removed.<br />

4. The trees, stumps and brush shall be cut to a height of not more than 6 inches<br />

above the ground.<br />

5. When isolated trees are designated for clearing, they shall be classed in<br />

accordance with the butt diameter size as measured at a point 18 inches above the<br />

ground level or at a designated height specified in the proposal.<br />

I. Fences:<br />

1. Fences shall be removed and disposed of when directed by the Engineer.<br />

2. Fence wire:<br />

a. Fence wire shall be neatly rolled.<br />

b. Wire and posts stored on the project if they are to be used again.<br />

c. Stored at a designated location if the fence is to remain the property of a<br />

local owner or of a civic authority.<br />

J. Structural Fill Areas:<br />

1. In areas designated as structural fill areas, all stumps, roots, buried logs, brush,<br />

grass and all unsatisfactory materials shall be removed.<br />

2. Roots and other projections over 1½ inches in diameter shall be grubbed out to a<br />

depth of at least 8 inches below the existing grade or slope elevation.<br />

K. Miscellaneous Structures:<br />

1. Any buildings and miscellaneous structures that are shown on the Drawings to be<br />

removed shall be demolished or removed.<br />

2. All materials therefrom shall be disposed of by removal from the site.<br />

3. Reuse of Materials:<br />

a. Any broken concrete, blocks, or other objectionable material that cannot<br />

be used in backfill shall be removed and disposed of.<br />

May 18, 2012<br />

Clearing and Grubbing<br />

Revision 0 31 11 00 - 3


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

b. The holes shall be backfilled with acceptable material and properly<br />

compacted.<br />

L. Treatment of Remaining Holes:<br />

1. All holes remaining after the grubbing operation in structural fill and<br />

embankment areas shall:<br />

a. Have the sides broken down to flatten out the slopes.<br />

b. Be filled with acceptable material, moistened, and properly compacted in<br />

layers to the density required in Section 31 23 16.<br />

2. The same construction procedure shall be applied to all holes remaining after<br />

grubbing in excavation areas where the depth of holes exceeds the depth of the<br />

proposed excavation.<br />

END OF SECTION<br />

May 18, 2012<br />

Clearing and Grubbing<br />

Revision 0 31 11 00 - 4


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 31 23 13<br />

SUBGRADE PREPARATION<br />

PART 1 GENERAL<br />

1.1 SUMMARY<br />

A. Section Includes<br />

1. Preparing the completed subgrade under all areas of construction prior to<br />

placement of Engineer's select fill, base course, or concrete to the grade and<br />

dimensions indicated on the Drawings.<br />

B. Related Sections<br />

1. Division 01 - General Requirements<br />

2. Section 31 23 33 - Trenching, Backfilling, and Compacting<br />

3. Section 32 11 23 - Crushed Aggregate Base Course<br />

1.2 REFERENCES<br />

A. American Society for Testing and Materials:<br />

1. ASTM D698: Laboratory Compaction Characteristics of Soil Using Standard<br />

Effort.<br />

2. ASTM D1556: Density of Soil in Place by the Sand-Cone Method.<br />

3. ASTM D2216: Laboratory Determination of Moisture Content of Soil.<br />

4. ASTM D2922: Density of Soil and Soil-Aggregate in Place by Nuclear Methods<br />

(Shallow Depth).<br />

5. ASTM D3017: Moisture Content of Soil and Soil-Aggregate in Place by Nuclear<br />

Methods (Shallow Depth).<br />

1.3 QUALITY ASSURANCE<br />

A. Contractor shall provide material testing for quality control during subgrade preparation.<br />

B. Test Frequencies:<br />

1. One modified proctor for each material encountered or mixed material created.<br />

2. One field-density and moisture-content test for every 1,250 square feet of area<br />

prepared.<br />

3. One field-density and moisture-content test under all isolated slabs less than 200<br />

square feet in area.<br />

4. At locations designated by the Engineer.<br />

May 18, 2012<br />

Subgrade Preparation<br />

Revision 0 31 23 13 - 1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

PART 2 PRODUCTS<br />

2.1 SUITABLE MATERIALS<br />

A. Suitable materials shall consist of materials obtained on- or off-site and approved by the<br />

Engineer for the purpose of subgrade preparation.<br />

B. Remove all grass and other vegetation prior to preparing to a depth of 6 inches prior to<br />

preparing subgrade.<br />

C. Any underlying soft or otherwise unsuitable material shall be removed and replaced with<br />

suitable material.<br />

2.2 WASTE<br />

A. Disposal of excavated materials shall be the responsibility of the Contractor.<br />

PART 3 EXECUTION<br />

3.1 PREPARATION<br />

A. Excavations and embankments for site grading shall be finished to the shapes,<br />

dimensions, and elevations shown on the Drawings.<br />

B. Perform clearing operations prior to beginning excavation, grading, and embankment<br />

operations.<br />

C. Scarify, water, and compact subgrade to not less than 95% of standard Proctor density<br />

(ASTM D-698) at optimum moisture content ±3%, to a depth of 6 inches minimum.<br />

D. If construction occurs over an existing drilling mud pit, over-excavate one foot below<br />

bottom of pit. Replace and compact using suitable native backfill materials (not drilling<br />

mud).<br />

3.2 GRADING<br />

A. Provide uniform slopes and rounded changes in slope, free of low spots.<br />

B. Drainage:<br />

1. Provide and maintain positive surface water drainage around and away from<br />

open excavations.<br />

2. Keep opened excavations dry.<br />

3. Remove free water in excavation promptly.<br />

END OF SECTION<br />

May 18, 2012<br />

Subgrade Preparation<br />

Revision 0 31 23 13 - 2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 31 23 33<br />

TRENCHING, BACKFILLING, AND COMPACTION<br />

PART 1 GENERAL<br />

1.1 SUMMARY<br />

A. Section Includes<br />

1. Trenching, backfilling, and compacting for buried pipes.<br />

2. Bedding of buried pipes.<br />

B. Related Sections<br />

1. Division 01 - General Requirements<br />

2. Section 33 23 13 - Subgrade Preparation<br />

3. Section 03 30 00 - Cast-in-Place Concrete<br />

1.2 REFERENCES<br />

A. American Society for Testing and Materials:<br />

1. ASTM D698: Laboratory Compaction Characteristics of Soil Using Standard<br />

Effort.<br />

2. ASTM D2321: Underground Installation of Thermoplastic Pipe for Sewers and<br />

Other Gravity-Flow Applications<br />

3. ATSM D2774: Underground Installation of Thermoplastic Pressure Piping.<br />

B. ANSI C150/AWWA A21.50.<br />

C. ANSI C151/AWWA A21.51.<br />

1.3 SUBMITTALS<br />

A. Testing laboratory results on bedding materials to demonstrate compliance with<br />

Specifications.<br />

1.4 JOB CONDITIONS<br />

A. All trenching is unclassified.<br />

B. Protect adjacent structures and surrounding areas.<br />

C. Work to remain within available easements.<br />

D. Weather:<br />

1. No backfill placement during freezing weather.<br />

2. No frozen materials, ice, or snow in backfill or fill.<br />

3. No backfill or fill on frozen surfaces.<br />

May 18, 2012<br />

Trenching, Backfilling, and Compaction<br />

Revision 0 31 23 33 - 1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

PART 2 PRODUCTS<br />

2.1 MATERIALS<br />

A. Bedding Materials:<br />

1. Bedding materials are those materials located a maximum of 8 inches below<br />

bottom of pipe to bottom or spring line of pipe, depending on bedding class or<br />

condition required.<br />

2. Material to be defined and required by applicable ASTM standard for installation<br />

for bedding class/type required or scheduled.<br />

3. Those materials requiring Engineer's approval should have prior written<br />

approval.<br />

4. Concrete in accordance with Section 03 30 00.<br />

B. Initial Backfill Materials:<br />

1. Initial backfill material is that material placed above the bedding material, around<br />

and over the pipe to 12 inches over the top of the pipe.<br />

2. Material to be defined and required by applicable ASTM standard for installation<br />

for bedding class/type required or scheduled.<br />

3. In no case shall initial backfill material contain particles with any dimension<br />

greater than ¾ inch.<br />

4. Natural material:<br />

a. Use excavated material (natural ground) from the trench unless gradation<br />

requirements cannot be met.<br />

b. Same as bedding material if natural is unacceptable.<br />

C. Backfill Materials:<br />

1. Backfill materials are those materials placed in the trench between the initial<br />

backfill material and the top of the trench.<br />

2. Material to be as defined and required by applicable ASTM standard for<br />

installation for bedding class/type required or scheduled.<br />

3. Natural material:<br />

a. Use excavated material (natural ground) from the trench unless gradation<br />

requirements cannot be met.<br />

b. Same as bedding material if natural is unacceptable.<br />

D. Materials Not Allowed:<br />

1. All pipe bedding and backfill material shall be clean and free of any<br />

contaminants that could endanger public health.<br />

2. Mine tailings shall not be used for pipe bedding or backfill material.<br />

PART 3 EXECUTION<br />

3.1 INSPECTION<br />

A. <strong>Field</strong>-verify location and invert elevation of existing underground utilities and<br />

obstructions.<br />

May 18, 2012<br />

Trenching, Backfilling, and Compaction<br />

Revision 0 31 23 33 - 2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

3.2 DEWATERING<br />

A. Provide and maintain adequate dewatering equipment to remove and dispose of surface<br />

and groundwater entering excavations, trenches, and other parts of the work.<br />

B. Protect excavation during subgrade preparation and continually thereafter, until the<br />

structure to be built or the pipe to be installed is completed, to the extent that no damage<br />

from hydrostatic pressure, flotation, or other cause will result.<br />

C. Dewater excavations extending to or below groundwater by lowering and keeping the<br />

groundwater level at least 12 inches below the bottom of the excavation.<br />

D. Divert or otherwise prevent surface water from entering excavated areas or trenches, to<br />

the extent practical, without damaging adjacent property.<br />

E. Pipe Condition:<br />

1. Contractor is responsible for the condition of any pipe or conduit used for<br />

drainage.<br />

2. All drainage pipes, ditches, etc. shall be left clean and free of sediment.<br />

3.3 BLASTING<br />

A. Obtain Engineer and Owner approval prior to any blasting.<br />

B. Comply with all laws, regulations, and ordinances relative to the handling, storage, and<br />

use of explosives and the protection of life and property.<br />

C. Confine all materials lifted by blasting to limits of excavation or trench area.<br />

D. Repair any damage caused by blasting.<br />

E. Separate rock that cannot be handled and compacted as earth from other excavated<br />

matter; do not mix with backfill or embankment materials.<br />

3.4 SHEETING<br />

A. Use when necessary to protect facilities adjacent to work areas.<br />

B. If used, cut off at top of pipe and leave in place unless removal is specifically approved<br />

by Engineer.<br />

C. Cost for sheeting or shoring to be included as part of trench excavation unless a specific<br />

line item is in the <strong>Bid</strong> Proposal.<br />

3.5 STABILIZATION<br />

A. Thoroughly compact and consolidate trench bottoms so they remain firm, dense, and<br />

intact during required construction activities.<br />

May 18, 2012<br />

Trenching, Backfilling, and Compaction<br />

Revision 0 31 23 33 - 3


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

B. Remove all mud and muck during excavation.<br />

C. Reinforce trench bottom with crushed rock or gravel if it becomes mucky during<br />

construction activities.<br />

D. Allow no more than ½ inch depth of mud or muck to remain on trench bottoms when<br />

pipe bedding material is placed thereon.<br />

E. Where trench bottoms out in rock, rock is to be removed to 8 inches below bottom of<br />

pipe and replaced with bedding material.<br />

3.6 TRENCH EXCAVATION<br />

A. Do not open more trench in advance of pipe being laid than is necessary to expedite the<br />

work (not to exceed 600 feet).<br />

B. All trenching left open overnight must have temporary fence that completely encircles the<br />

work zone and be secured from entry.<br />

C. Except where jacking and boring is indicated on the Drawings, or is specified or<br />

permitted by Engineer, excavate trenches by open cut from the surface.<br />

D. Alignment, grade, and minimum cover:<br />

1. Establish alignment and grade or elevation from offset stakes.<br />

2. Excavate trenches so pipes can be laid straight at uniform grade, without dips or<br />

bumps, between the terminal elevations indicated on the Drawings.<br />

3. Comply with pipe specification sections regarding vertical and horizontal<br />

alignment and maximum joint deflection.<br />

4. Water lines to have minimum bury as shown on the Drawings.<br />

5. In general, grade shall follow surface contours unless otherwise shown on the<br />

Drawings.<br />

E. Limiting trench widths:<br />

1. Excavate to a width able to provide adequate working space and pipe clearances<br />

for proper pipe installation, jointing and embedment.<br />

2. If needed to reduce earth loads to prevent sloughing, cut banks back on slopes<br />

extending not lower than 1 foot above the top of the pipe.<br />

3. Minimum trench widths and minimum clearances between installed pipe and<br />

trench wall:<br />

a. Minimum pipe size 18 inches or less:<br />

1) Minimum trench width: outside diameter plus 12 inches.<br />

2) Minimum clearance: 6 inches.<br />

b. Minimum pipe size larger than 18 inches:<br />

1) Minimum trench width: outside diameter plus 24 inches.<br />

2) Minimum clearance: 12 inches.<br />

F. Mechanical excavation:<br />

May 18, 2012<br />

Trenching, Backfilling, and Compaction<br />

Revision 0 31 23 33 - 4


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

1. Do not use where its operation would damage trees, buildings, culverts, or other<br />

existing property, structures, or utilities aboveground or below ground; only hand<br />

excavate in such areas.<br />

2. Use mechanical equipment of a type, design, and construction operated so that:<br />

a. Rough trench bottom elevation can be controlled.<br />

b. Uniform trench widths and vertical sidewalls are obtained from 1 foot<br />

above the top of the installed pipe to the bottom of the trench.<br />

c. Trench alignment is such that pipe is accurately laid to specified<br />

alignment and is centered in the trench with adequate clearance between<br />

pipe and trench sidewalls.<br />

3. Do not undercut trench sidewalls.<br />

G. Cuts in Surface <strong>Construction</strong>:<br />

1. No larger than necessary to provide adequate working space.<br />

2. Cut a clean groove not less than 1½ inches deep along each side of trench or<br />

around perimeter of excavation area.<br />

3. Remove pavement and base pavement to provide shoulder not less than 6 inches<br />

wide between cut edge and top edge of trench.<br />

4. Do not undercut trenches that would result in bottom trench width being greater<br />

than top width.<br />

5. Make pavement cuts to and between straight or accurately marked curved lines<br />

parallel to trench centerline or limits of excavation.<br />

6. Where the trench crosses drives or other surface construction, remove and<br />

replace the surface construction between saw cuts as specified for pavement.<br />

H. Excavation Below Pipe Standards:<br />

1. Except as otherwise required, excavate trenches below the underside of pipes, as<br />

indicated on the Drawings, to provide for installation of granular embedment<br />

pipe foundation material.<br />

2. Where in earth:<br />

a. Trench bottoms for 6-inch and smaller pipe may be excavated below<br />

pipe subgrade and granular embedment provided.<br />

b. Trench may be graded to provide uniform and continuous support<br />

(between bell boles or end joints) of the installed pipe.<br />

c. Contractor's option.<br />

I. Bell Holes:<br />

1. Excavate to provide adequate clearance for tools and methods of pipe<br />

installation.<br />

2. Do not allow any part of bells or couplings to contact the trench bottom, walls, or<br />

granular embedment when pipe is joined.<br />

3.7 PIPE BEDDING<br />

A. Class I or II per ATSM D2321.<br />

B. Provide uniform and continuous support to pipe barrel except at bell holes in all cases; no<br />

bridging will be allowed.<br />

May 18, 2012<br />

Trenching, Backfilling, and Compaction<br />

Revision 0 31 23 33 - 5


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

3.8 TRENCH BACKFILL<br />

A. Material as defined by applicable reference for installation for type of pipe used.<br />

B. Traveled Areas:<br />

1. Compact to 90% ASTM D-698.<br />

2. Top 12 inches below finish grade, 95% ASTM D-698.<br />

C. Untraveled Areas:<br />

1. Compacted to at least undisturbed natural density.<br />

2. Not less than 90% ASTM D-698.<br />

D. Water-settled backfill; use only where permitted by Engineer.<br />

1. Where permitted, apply to obtain effective settlement with a minimum of water.<br />

2. Do not permit trench to overflow.<br />

3. Do not settle by water puddling until after trench has been backfilled to ground<br />

surface.<br />

4. Introduce water above the pipe embedment, through a long pipe nozzle, so<br />

disturbance of granular embedment or compacted material is held to an absolute<br />

minimum.<br />

5. Add backfill material to compensate for settlement below surface grade and<br />

settled during puddling operations.<br />

E. Upper 12 inches of trench shall contain no particles larger than 6 inches in any<br />

dimension.<br />

F. Surface Finish:<br />

1. For placement of paving or gravel surfacing, subgrade where applicable.<br />

2. Match existing and surrounding contours.<br />

3. Graded finished appearance.<br />

3.9 FIELD QUALITY CONTROL<br />

A. One proctor and gradation for each backfill material.<br />

B. One field density for each 500 linear feet of trench per lift.<br />

C. Maximum lift thickness: 12 inches compacted thickness.<br />

END OF SECTION<br />

May 18, 2012<br />

Trenching, Backfilling, and Compaction<br />

Revision 0 31 23 33 - 6


Division 32


This page intentionally left blank.


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 32 31 13<br />

CHAIN LINK FENCES AND GATES<br />

PART 1 GENERAL<br />

1.1 SUMMARY<br />

A. Section Includes<br />

1. Fence fabric and posts.<br />

2. Excavation for post bases.<br />

3. Concrete anchorage for posts.<br />

4. Gates and related hardware.<br />

B. Related Sections<br />

1. Division 01 - General Requirements<br />

2. Section 31 23 33 - Trenching, Backfilling, and Compacting.<br />

3. Section 03 30 00 - Cast-in-Place Concrete.<br />

1.2 SUBMITTALS<br />

A. Submit shop drawings and product data in accordance with Section 01 33 00.<br />

B. Clearly indicate plan layout, grid, spacing of components, accessories, fittings, and<br />

anchorage.<br />

1.3 QUALITY ASSURANCE<br />

A. Contractor personnel to have completed ten equivalent installations.<br />

PART 2 PRODUCTS<br />

2.1 MATERIALS<br />

A. Framework:<br />

1. ASTM A120.<br />

2. Schedule 40, butt weld, standard weight, hot dip galvanized to 2.0 oz/ft² coating,<br />

white.<br />

B. Concrete: 3,500 psi, 2- to 3-inch slump, Section 03 30 00.<br />

2.2 SYSTEM COMPONENT DESCRIPTIONS<br />

A. Line Posts: 2⅜-inch outside diameter.<br />

B. Corner and Terminal Posts: 2⅞-inch outside diameter.<br />

May 18, 2012<br />

Chain Link Fences and Gates<br />

Revision 0 32 31 13 - 1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

C. Gate Posts: Sliding gate posts shall be the same as specified for terminal posts. Gate<br />

posts for swing gates shall be as follows:<br />

1. Gate leaf width 6 feet or less, gate post dimensions 2⅞ inches O.D., 4.64 lb/ft.<br />

2. Gate leaf width 6 to 12 feet, gate post dimensions 4 inches O.D., 6.56 lb/ft.<br />

3. Gate leaf width 12 to 18 feet, gate post dimensions 6⅝ inches O.D.,18.02 lb/ft.<br />

4. Gate leaf width 18 to 24 feet, gate post dimensions 8⅝ inches O.D., 27.12 lb/ft.<br />

D. Top and Brace Rail: 1⅝ inches O.D. sleeve coupled.<br />

E. Gate Frame: 2⅜ inches O.D.<br />

F. Caps:<br />

1. Cast or pressed steel or malleable iron.<br />

2. Hot dip galvanized, sized to post dimension.<br />

G. Extension Arms: To accommodate three strands of barbed wire sloped 45°.<br />

H. Fittings: Sleeves, bands, clips, rail ends, tension bars, fasteners, and fittings: steel<br />

galvanized.<br />

I. Fabric:<br />

1. 2-inch diamond mesh, interwoven.<br />

2. 9-gauge top selvage twisted tight.<br />

3. Bottom selvage knuckle end closed.<br />

J. Bottom Tension Wire: 7-gauge steel single strand, galvanized.<br />

K. Barbed Wire:<br />

1. 12½ gauge wire.<br />

2. Three strands, four points, 14-gauge round barbs at 5 inch o.c.<br />

3. Zinc-coated steel.<br />

L. Gate Hardware:<br />

1. Gate center rest.<br />

2. Two-piece drop latch.<br />

3. Chain gate holdback.<br />

4. Gate hinge 180° male-and-female, fork latch and latch catch, drop bolt, hardware<br />

for padlock.<br />

5. Padlocks at the completion of construction will be provided by the Owner.<br />

PART 3 EXECUTION<br />

3.1 INSTALLATION<br />

A. General:<br />

1. Install line posts, corner posts, top rails, barbed wire arms, fabric, and gates to<br />

provide a rigid structure for fence of height as indicated on Drawings.<br />

2. Use manufacturer's standard fittings, fasteners and hardware.<br />

May 18, 2012<br />

Chain Link Fences and Gates<br />

Revision 0 32 31 13 - 2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

3. Slope barbed wire arms outward.<br />

B. Maximum Spacing of Posts: 10-foot maximum spacing, uniform spacing or as shown on<br />

Drawings.<br />

C. Install line, corner and terminal posts plumb, set in concrete footings as specified in<br />

CLFMA standard.<br />

D. Set post to within 6 inches from bottom of concrete footing.<br />

E. Position bottom of fabric 2 inches above finished grade with tension wire stretched taut<br />

between posts.<br />

F. Pass top rail through line post tops to form continuous bracing.<br />

G. Install 7-inch-long couplings midspan at pipe ends.<br />

H. Bracing:<br />

1. Brace each gate and corner post back to adjacent line post with horizontal center<br />

brace rail.<br />

2. Install brace rail one bay from end and gate posts.<br />

3. Install center and bottom brace rail on corner and gate leaves<br />

I. Fasten fabric to top rail, line posts, braces and bottom tension wire with wire ties<br />

maximum 15-inch centers.<br />

J. Attach fabric to end, corner and gate posts with tension bars and tension bar clips.<br />

K. Stretch fabric between terminal posts or at intervals of 100 feet maximum, whichever is<br />

the least dimension.<br />

L. Install three strands of barbed wire on arms, tensioned and secured.<br />

M. Gates and Hinges:<br />

1. Install gates using fabric and barbed wire overhang to match fence.<br />

2. Install three hinges per leaf, latch, catches, drop bolt, retainer, and locking clamp.<br />

N. Provide concrete center rest and drop bolt retainers at center of double gate openings.<br />

3.2 SCHEDULE<br />

A. As shown on the Drawings.<br />

END OF SECTION<br />

May 18, 2012<br />

Chain Link Fences and Gates<br />

Revision 0 32 31 13 - 3


This page intentionally left blank.


Division 40


This page intentionally left blank.


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 40 90 01<br />

INSTRUMENTATION<br />

PART 1 GENERAL<br />

1.1 WORK INCLUDED<br />

A.<br />

B.<br />

C.<br />

D.<br />

E.<br />

Furnish labor, materials, equipment and incidentals necessary to install all equipment for<br />

complete instrumentation and controls. Contractor's work shall include but not be limited<br />

to the following:<br />

1. Instrumentation and Level Relay Panel<br />

2. Installation of equipment furnished under this contract.<br />

3. Interconnections between equipment furnished under this contract.<br />

4. Interconnection between equipment furnished under this contract and the existing<br />

instrumentation and control equipment or that furnished and installed under other<br />

contracts.<br />

The Contractor's attention is directed to the fact that instrumentation is an integrated<br />

system and as such shall be furnished by one vendor or system integrator who shall<br />

provide all the equipment and appurtenances, regardless of manufacture, and be<br />

responsible to the Contractor for satisfactory operation of the entire system.<br />

Supervision, labor, tools, and materials necessary for installation of the instrumentation<br />

equipment and material furnished herein and their interconnection shall be provided by<br />

the Contractor. Installation work shall conform to applicable city, state, and national<br />

building and electrical codes.<br />

Coordinate the work of the system manufacturer's service personnel during construction,<br />

testing, calibration and acceptance of the instruments.<br />

Provide equipment as shown in the specifications and on the drawings.<br />

1.2 QUALITY ASSURANCE<br />

A.<br />

B.<br />

GENERAL: Equipment shall be the Manufacturer's latest and proven design.<br />

Specifications and drawings call attention to certain features, but do not purport to cover<br />

all details entering into the design of the instrumentation system. The completed system<br />

shall be compatible with the functions required and the equipment furnished by the<br />

Contractor.<br />

OPERATING VOLTAGE: Electrical components of the system shall operate on 120<br />

volt, single-phase, 60 Hertz, except as otherwise noted in the specifications.<br />

May 18, 2012<br />

Instrumentation<br />

Revision 0 40 90 01- 1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

C.<br />

D.<br />

E.<br />

F.<br />

G.<br />

POWER SUPPLIES: The drawings and specifications indicate the energy sources that<br />

will be provided. Any other devices or power supplies necessary to obtain proper<br />

operation of the instrument system from these energy sources shall be furnished with the<br />

instrumentation.<br />

PROTECTION<br />

1. The instrumentation system supplier shall be responsible for input-output<br />

isolation of all incoming and outgoing signals.<br />

2. Each 4-20 mA DC process measurement current loop installed on this contract<br />

shall be protected by insertion of a 1/16 amp fuse, Buss Type MKB. Fuses shall<br />

be installed in standard fuse blocks.<br />

3. The necessary fuses or switches required by the Instrumentation Manufacturer<br />

for his equipment shall be provided with the equipment. The instruments<br />

requiring an internal power supply shall have an internal ON-OFF switch.<br />

INPUT/OUTPUT<br />

1. In general and unless specifically stated otherwise, inputs and outputs involving<br />

instrumentation systems shown shall be 4-20 mA DC process measurement<br />

signals. Current loop isolators, current repeaters, or other signal isolators shall be<br />

furnished and installed as required to meet instrument specifications and to make<br />

instrumentation system fully operational.<br />

2. Pair shielded cable, as specified in Section 26 05 19 “Low Voltage Electrical<br />

Power Conductors and Cables” shall be used for all 4-20 mA DC loops.<br />

HARDWARE CHECKOUT<br />

1. Contractor shall be responsible for checkout and calibration of all field<br />

instrumentation up to and including the terminal (RTU) cabinets. Contractor<br />

shall provide a checkout of all I/O points under the supervision of the Engineer.<br />

Checkout shall be scheduled two weeks in advance of the date with the Engineer.<br />

Contractor shall provide a schedule of checkout and procedures to be used to the<br />

Engineer two weeks in advance of the test date for the Engineer's approval.<br />

2. I/O points and sequence of operations shall be judged Pass/Fail by the Engineer.<br />

If a point fails, the Contractor shall move on to the next point and resubmit a new<br />

test schedule to the Engineer. The Contractor shall run a rehearsal of the test<br />

procedure to be witnessed by the Engineer prior to the test date as field<br />

modifications of equipment during the testing for a failed point shall not be<br />

allowed. Testing shall simulate actual field conditions and reflect the sequence<br />

of operations expected when in use.<br />

EQUIPMENT WARRANTY<br />

1. All equipment shall be warrantied for a period of one (1) year after final<br />

acceptance.<br />

May 18, 2012<br />

Instrumentation<br />

Revision 0 40 90 01- 2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

1.3 SUBMITTALS<br />

Submittals for 40 90 01, “Instrumentation” shall not be combined with any other submittals.<br />

Submittals shall be in accordance with Section 01 33 00, “Submittal Procedures” and shall<br />

include:<br />

A.<br />

B.<br />

C.<br />

Shop Drawings<br />

1. Shop drawings shall be submitted to the Engineer for approval before fabrication<br />

or shipment to the job. Equipment shall not be fabricated or shipped to the job<br />

before receipt of approved shop drawings from the Engineer. Submittals for<br />

approval shall include (1) component manufacturing data sheet indicating<br />

pertinent data and identifying each component by item number and<br />

nomenclature, (2) component drawing showing dimensions, mounting, and<br />

external connection details, (3) a system piping schematic and wiring schematic<br />

each on a single drawing with full description of operation, (4) complete<br />

schematic diagram of each piece of electrical and electronic equipment including<br />

electrical valves and tolerances for each component. Component identification<br />

on the schematic shall be as described above.<br />

2. Following approval, the manufacturer shall be responsible for preparation of the<br />

required sets of these drawings for distribution as indicated in Division 0 and<br />

Division 1 specifications.<br />

3. Shop drawings submitted for all equipment furnished under this section of the<br />

specifications, shall be submitted at the same time in the same package. Partial<br />

submittals will not be reviewed.<br />

4. Level Relay Panel<br />

a. Data sheets for miscellaneous electrical equipment.<br />

b. Project specific panel layout, elevations, schematics, details, bill of<br />

materials, etc. for the panel<br />

Sales bulletins and other general publications are not acceptable as submittals for<br />

approval.<br />

Equipment installation Report. Contractor shall provide an Equipment Installation<br />

Report for each instrument (flow meter, level transmitter, etc.) to the Engineer/Owner for<br />

approval. The equipment installation report shall include documentation stating that the<br />

instrument was installed and properly calibrated per the manufacturer’s recommendations<br />

by an Authorized representative of the instrument manufacturer. All parameters required<br />

for programming of the instrument shall be provided in a hard copy format as part of the<br />

equipment installation report. Documentation stating that the person performing the<br />

calibration and start-up is an authorized representative shall be provided as well.<br />

May 18, 2012<br />

Instrumentation<br />

Revision 0 40 90 01- 3


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

D.<br />

E.<br />

Operation and Maintenance Manuals<br />

1. Operating instructions shall incorporate a functional description of the entire<br />

system including the system schematics which reflect "as-built" modifications.<br />

Wiring diagrams shall be furnished as a part of the Operation and Maintenance<br />

Manuals which clearly show terminal numbers and wire numbers as they actually<br />

are in the instrumentation system. Instrument panel wiring shall be such that<br />

each wire installed has its own number designation at each end and such that no<br />

number is repeated. Instrument panel wire tagging instructions as specified in<br />

Section 26 05 19 “Low Voltage Electrical Power Conductors and Cables” shall<br />

be followed.<br />

2. Special maintenance requirements particular to the system shall be clearly<br />

defined along with special calibration and test procedures.<br />

Contractor shall provide point to point interconnection diagrams for all<br />

control/instrumentation connections between the RTU cabinet and field devices including<br />

instruments, motor starters, switchgear, motor control center, VFDs, soft starters, etc.<br />

Point-to-point diagrams shall be provided for all control/instrumentation wiring between<br />

field devices and panels, i.e. motor starters, switchgear, motor control centers, VFDs, soft<br />

starters, etc. Contractor shall provide AutoCad files of interconnection diagrams to the<br />

Owner. Interconnection diagrams shall include cable no., terminal block no., instrument<br />

no., panel no., etc. Hard copies of the Interconnection drawings shall be submitted to the<br />

Engineer for approval as an official submittal prior to the final AutoCAD files being<br />

submitted.<br />

1.4 STANDARDS<br />

The applicable provisions of the following standards shall apply as if written here in their<br />

entirety:<br />

ASTM A-126 Specification for Gray Iron Castings for Valves, Flanges and Pipe Fittings<br />

ASTM B-61 Specification for Steam and Valve Bronze Castings<br />

1.5 JOB CONDITIONS<br />

A.<br />

SPECIAL TOOLS: Furnish a kit which contains special size wrenches and other types of<br />

tools, not normally available, which are necessary for assembling, disassembling,<br />

aligning, and calibrating each piece of equipment. In addition, any piece of equipment<br />

(meter, test set, etc.) required by the Manufacturer to align, adjust, or otherwise calibrate<br />

any item under this section of the specification shall be furnished, including software.<br />

PART 2 PRODUCTS<br />

2.1 ENCLOSURES/PANELS<br />

A.<br />

Enclosures and panels as indicated on the plans and in this specification shall be<br />

furnished, installed, and wired. Enclosures shall be NEMA 4X, 304 stainless steel for all<br />

locations, unless specifically stated otherwise.<br />

May 18, 2012<br />

Instrumentation<br />

Revision 0 40 90 01- 4


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

2.2 LEVEL RELAY PANEL<br />

A.<br />

B.<br />

C.<br />

D.<br />

E.<br />

F.<br />

Enclosure: It shall have lifting eyes and a front door provided with a key locking handle.<br />

All switches, fuses, terminal blocks, etc., shall have permanent nameplates or labels for<br />

identification. All wiring shall be identified with wiring markers with alphanumeric<br />

characters. The identification of each wire shall be the same as that shown on the<br />

electrical schematic. Each wire shall be so identified at each end. Each end of every<br />

wire shall be provided with a heat shrinkable or equivalent sleeve-type wire markerlabeled<br />

in accordance with the electrical schematic. Use of adhesive and clip-on type<br />

markers is prohibited.<br />

Panel wiring shall be as follows:<br />

1. Each conductor terminated under a screw head shall have a crimp on spade<br />

terminal applied to its end prior to its termination.<br />

2. Each conductor has its own number and no number is used more than once.<br />

3. The number of each wire is placed at both ends of the wire next to its end<br />

according to wire tagging instructions as specified in 26 05 19, “Low Voltage<br />

Electrical Power Conductors and Cables”.<br />

4. The wire numbers, as actually installed, match the numbers on the shop<br />

drawings, O&M manuals, wiring diagrams and interconnection diagrams for this<br />

instrument panel.<br />

5. Conductors run open shall be bundled and bound at regular intervals not to<br />

exceed 6" with nylon ties, or approved equal. Wires within a bundle are to be<br />

run parallel to one another and not twisted. Bundles shall have a uniform<br />

appearance, circular cross section, and shall be securely fastened to the panel<br />

framework. Conductors carrying different voltages that are from the same source<br />

may occupy the same wireway provided all are insulated for the maximum<br />

voltage of any conductor in the wireway. Wiring carrying voltages that originate<br />

at different source shall not run in the same wireway.<br />

6. A separate 120VAC Terminal Block and circuit breaker shall be provided for the<br />

cabinet.<br />

Provide a print pocket pouch with the control schematic drawings on the inside of the<br />

Panel door. The control schematic drawings shall be the final version of the drawings<br />

and shall include any field revisions made during start-up.<br />

All relays and pushbuttons shall be NEMA rated, heavy duty type. IEC or dual<br />

IEC/NEMA rated equipment shall not be acceptable.<br />

Terminal strips shall be 600V, NEMA rated manufactured by Allen-Bradley, Phoenix<br />

Contact or approved equal. Distribution blocks shall be per Section 26 05 19, “Low<br />

Voltage Electrical Power Conductors and Cables”.<br />

May 18, 2012<br />

Instrumentation<br />

Revision 0 40 90 01- 5


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

G.<br />

H.<br />

I.<br />

CONTROL RELAYS: Industrial type; contacts rated for 10 amps at 600 VAC; Allen-<br />

Bradley Bulletin 700 Type PK, Square D Class 8501 Type X, or approved equal. Relays<br />

shall have the capability of having contact decks added in the field. Contacts shall be<br />

field convertible to normally open or normally closed. Coils and contacts shall each be<br />

replaceable without replacing any other part of the relay. Where control relays are<br />

indicated on the Plans, industrial control relays shall be furnished whether the relay coil<br />

is operated with 120 VAC or 24 VDC. General purpose “plug-in” type relays shall not<br />

be acceptable.<br />

INDICATING LIGHTS, SWITCHES, PUSHBUTTONS: Heavy duty and oil tight (30<br />

mm); Square D Class 9001 or approved equal. Pilot lights shall be push to test (LED<br />

type) and shall be Square D SK or approved equal.<br />

Acceptable RTU cabinet manufacturers:<br />

1. Hoffman<br />

2. Hammond<br />

3. Rittal<br />

2.3 TUBING<br />

A.<br />

B.<br />

Instrument tubing shall be Stainless Steel tubing conforming to Fed. Spec. WW-T-799b,<br />

and ASTM B-88 for seamless copper tubing for use with or flared fittings. Hydraulic<br />

connections to instruments shall be made with separable flared fittings so that fittings<br />

may be separated and reassembled without reflaring tubing ends and without incurring<br />

any leaks.<br />

Tubing shall be ¼" trade size (OD= .375", ID= .315", wall thickness =.030"), shall be<br />

rated for 810 psi working pressure at 150°F and shall be manufactured by Halstead or<br />

approved equal. Flared fittings shall be brass flared fittings as manufactured by Parker or<br />

approved equal.<br />

2.4 DIAPHRAGM SEALS FOR PRESSURE INSTRUMENTS:<br />

A.<br />

Provide diaphragm seals for all pressure measuring instruments. This includes, but is not<br />

limited to pressure gauges and transmitters, differential pressure gauges and transmitters,<br />

pressure switches and differential pressure switches.<br />

2.5 PRESSURE TRANSMITTER<br />

A.<br />

B.<br />

Pressure indicating transmitter shall be of the two wire capacitance sensing solid state<br />

electronic type having a 4-20 mA DC output signal proportional to the calibrated pressure<br />

range. The transmitter shall allow the 4-20mA DC output to be scaled to any user<br />

defined unit (e.g. 0-2ft). The instrument shall allow the digital output of the pressure<br />

instrument to be scaled to any user defined unit.<br />

The transmitter display shall be LCD type. It shall display the numeric value and also<br />

have a 0-100% scale bar graph corresponding to the analog output. The display will<br />

show all alarms and alerts. It shall be possible to remote mount electronics with a LCD<br />

display up to 100ft from the pressure sensor.<br />

May 18, 2012<br />

Instrumentation<br />

Revision 0 40 90 01- 6


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

C.<br />

D.<br />

E.<br />

F.<br />

G.<br />

The transmitter shall allow custom user-centered digital alerts for both high and low<br />

values for the pressure reading. The digital alert will not affect the analog output. The<br />

transmitter shall also measure sensor temperature and allow custom user digital alerts.<br />

The digital alert will not affect the analog output. Hardware/Software failure alarms shall<br />

be selectable as high, low, or custom defined values. It is possible to verify the complete<br />

configuration of the pressure transmitter without using a communicator. On powering<br />

up, the LCD should sequence through the configuration set-up.<br />

Digital communication with the pressure instrument shall be via open protocols HART<br />

Foundation compatible. Pressure instrument shall communicate with hand held<br />

communicators. Pressure instrument shall allow full configuration of the instrument via a<br />

hand held communicator. The instrument shall allow field upgrading of communication<br />

protocols and the addition of advanced instrument software without changing the<br />

pressure sensor.<br />

The transmitter shall have 316 stainless steel wetted parts and stainless steel 316<br />

diaphragm. The transmitter shall have 1/4 NPT on flange process connection. The unit<br />

shall function over an ambient temperature of -40°F to 150°F (-40°C to 65°C) and<br />

relative humidity of 100%, condensing.<br />

The transmitters shall have an externally adjustable span and zero, an integral junction<br />

box and an accuracy of+/- 0.15% of span, +/- 0.125% stability of upper range limit.<br />

Pressure transmitter shall be provided with pressure indication. Range limits of<br />

transmitter shall be adjustable 0-50 to 0-200 psig.<br />

Each transmitter shall have an internal transient protector conforming to IEEE standard<br />

587, category B and IEEE standard 472. Each transmitter shall be furnished with a 3-<br />

valve manifold with NORMAL, ZERO, BLOCK, CALIBRATE and BLOWDOWN<br />

functions. Transmitter shall have local indication of pressure. Transmitter shall be as<br />

manufactured by Siemens model SITRANS P300 or as manufactured by Foxboro, no<br />

approved equal.<br />

Quantity Tag Service Range<br />

21 PIT-____* Pressure<br />

Range: 0-120 psig<br />

Max: 150psig<br />

*See following table for equipment tag associated with each well site<br />

<strong>Well</strong><br />

<strong>Well</strong><br />

<strong>Well</strong><br />

Tag<br />

Tag<br />

Site<br />

Site<br />

Site<br />

Tag<br />

D1 PIT-4010 D8 PIT-4<strong>08</strong>0 D15 PIT-4150<br />

D2 PIT-4020 D9 PIT-4090 D17 PIT-4170<br />

D3 PIT-4030 D10 PIT-4100 D18 PIT-4180<br />

D4 PIT-4040 D11 PIT-4110 D19 PIT-4190<br />

D5 PIT-4050 D12 PIT-4120 D22 PIT-4220<br />

D6 PIT-4060 D13 PIT-4130 D23 PIT-4230<br />

D7 PIT-4070 D14 PIT-4140 D24 PIT-4240<br />

May 18, 2012<br />

Instrumentation<br />

Revision 0 40 90 01- 7


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

2.6 PRESSURE TYPE LEVEL TRANSDUCER<br />

A.<br />

B.<br />

C.<br />

Provide submersible hydrostatic transducer and cable as required. The liquid level of the<br />

well shall be sensed by a submersible hydrostatic transducer. The transducer shall be a<br />

loop powered type to produce an instrumentation signal in direct proportion to the<br />

measured level in the well to generate a 4-20mA signal to be sent to the Level Relay<br />

Panel. The sensor shall be stainless steel<br />

1. Accuracy: 0.1% of full scale<br />

2. Ambient Operating Temperature: 5 to 30 Celsius (41 to 86 degrees F)<br />

Provide the required amount of manufacturer’s supplied interconnecting cable from the<br />

hydrostatic transducer to the level relay panel. See plans for location of the panel. Refer<br />

to section 11 97 00 “Submersible Pumps and Installation, Attachment A” for well depth.<br />

Contractor shall verify well depth with Engineer in writing prior to procuring transducer<br />

cable. Manufacturer’s supplied cable shall be one continuous cable. No splicing<br />

allowed. Cable shall be vented to compensate for barometric fluctuations.<br />

The sensor shall be mounted as shown on the Drawings. The submersible hydrostatic<br />

transducer shall be as manufactured by In-Situ model PXD, or approved equal.<br />

Quantity Tag Service Range<br />

21 LPE-____* <strong>Well</strong> Level<br />

0-100 psig<br />

(0-230 feet)<br />

*See table below for equipment tag associated with each well site<br />

<strong>Well</strong><br />

<strong>Well</strong><br />

<strong>Well</strong><br />

Tag<br />

Tag<br />

Site<br />

Site<br />

Site<br />

Tag<br />

D1 LPE-4010 D8 LPE-4<strong>08</strong>0 D15 LPE-4150<br />

D2 LPE-4020 D9 LPE-4090 D17 LPE-4170<br />

D3 LPE-4030 D10 LPE-4100 D18 LPE-4180<br />

D4 LPE-4040 D11 LPE-4110 D19 LPE-4190<br />

D5 LPE-4050 D12 LPE-4120 D22 LPE-4220<br />

D6 LPE-4060 D13 LPE-4130 D23 LPE-4230<br />

D7 LPE-4070 D14 LPE-4140 D24 LPE-4240<br />

2.7 CURRENT LOOP ISOLATORS<br />

A.<br />

Current isolators shall accept an input of 4-20 mA DC and produce a linearly<br />

proportional 4-20 mA DC output signal. Accuracy shall be ±0.1% of scale. Isolators<br />

shall operate on 115 VAC, 60 Hz. Output load capability shall be a minimum of 1500<br />

ohms. Current isolators shall be Acromag Model 816 or approved equal.<br />

May 18, 2012<br />

Instrumentation<br />

Revision 0 40 90 01- 8


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

PART 3 EXECUTION<br />

3.1 INSTALLATION<br />

A.<br />

Wire each device requiring power so that when wires are removed from any one device,<br />

power is not be disrupted to any other device. Ground the case of each device either by<br />

mounting directly on a steel frame or by a third wire.<br />

3.2 FIELD QUALITY CONTROL<br />

A.<br />

B.<br />

C.<br />

The supervisory service of a factory-trained service engineer who is specifically trained<br />

on the type of equipment herein specified shall be provided during construction to assist<br />

the Contractor in the location of sleeves; methods of installing conduit and special cable;<br />

mounting, piping, and wiring one of each type of device, and the methods of protecting<br />

all of the equipment prior to placing it into service. Upon completion of the installation,<br />

the services of the above service engineer shall be provided for calibration and startup of<br />

the equipment and for instructing the operating personnel. The Manufacturer shall<br />

provide sufficient service to place the system in satisfactory operation.<br />

Check out and calibrate the system upon completion of the installation.<br />

Prior to the Owner turning on any form of energy to the system, the Contractor shall<br />

provide the Engineer with a certified statement of approval of the installation including<br />

his supplier's authorization for turning on energy to the system.<br />

END OF SECTION<br />

May 18, 2012<br />

Instrumentation<br />

Revision 0 40 90 01- 9


This page intentionally left blank


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 40 90 01.01<br />

INSTRUMENTATION - FLOW METERS<br />

PART 1 GENERAL<br />

1.1 WORK INCLUDED<br />

A. Furnish labor, materials, equipment and incidentals necessary to install all flow meter<br />

instrumentation equipment as shown in the specifications and on the drawings.<br />

Contractor's work shall include but not be limited to the installation of equipment<br />

furnished under this contract.<br />

B. The Contractor's attention is directed to the fact that flow meter instrumentation is an<br />

integrated system and as such shall be furnished by one vendor or system integrator who<br />

shall provide all the equipment and appurtenances, regardless of manufacture, and be<br />

responsible to the Contractor for satisfactory operation of the entire system.<br />

C. Supervision, labor, tools, and materials necessary for installation of the flow meter<br />

instrumentation equipment and material furnished herein and their interconnection shall<br />

be provided by the Contractor. Installation work shall conform to applicable city, state,<br />

and national building and electrical codes.<br />

D. Coordinate the work of the system manufacturer's service personnel during construction,<br />

testing, calibration and acceptance of the instruments.<br />

E. Provide equipment as shown in the specifications and on the drawings.<br />

1.2 QUALITY ASSURANCE<br />

A. GENERAL: Equipment shall be the Manufacturer's latest and proven design.<br />

Specifications and drawings call attention to certain features, but do not purport to cover<br />

all details entering into the design of the instrumentation system. The completed system<br />

shall be compatible with the functions required and the equipment furnished by the<br />

Contractor.<br />

B. OPERATING VOLTAGE: Electrical components of the system shall operate on 120<br />

volt, single-phase, 60 Hertz, except as otherwise noted in the specifications.<br />

C. POWER SUPPLIES: The drawings and specifications indicate the energy sources that<br />

will be provided. Any other devices or power supplies necessary to obtain proper<br />

operation of the instrument system from these energy sources shall be furnished with the<br />

instrumentation.<br />

May 18, 2012<br />

Instrumentation Flow Meters<br />

Revision 0 40 90 01.01-1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

D. PROTECTION<br />

1. The instrumentation system supplier shall be responsible for input-output<br />

isolation of all incoming and outgoing signals.<br />

2. Each 4-20 mA DC process measurement current loop installed on this contract<br />

shall be protected by insertion of a 1/16 amp fuse, Buss Type MKB. Fuses shall<br />

be installed in standard fuse blocks.<br />

3. The necessary fuses or switches required by the Instrumentation Manufacturer<br />

for his equipment shall be provided with the equipment. The instruments<br />

requiring an internal power supply shall have an internal ON-OFF switch.<br />

E. INPUT/OUTPUT<br />

1. In general and unless specifically stated otherwise, inputs and outputs involving<br />

instrumentation systems shown shall be 4-20 mA DC process measurement<br />

signals. Current loop isolators, current repeaters, or other signal isolators shall be<br />

furnished and installed as required to meet instrument specifications and to make<br />

instrumentation system fully operational.<br />

F. HARDWARE CHECKOUT<br />

1. Contractor shall be responsible for checkout and calibration of all field flow<br />

meter instrumentation up to and including the terminal (RTU) cabinets (provided<br />

under a separate bid package). Contractor shall provide a checkout of all I/O<br />

points under the supervision of the Engineer. Checkout shall be scheduled two<br />

weeks in advance of the date with the Engineer. Contractor shall provide a<br />

schedule of checkout and procedures to be used to the Engineer two weeks in<br />

advance of the test date for the Engineer's approval.<br />

2. I/O points and sequence of operations shall be judged Pass/Fail by the Engineer.<br />

If a point fails, the Contractor shall move on to the next point and resubmit a new<br />

test schedule to the Engineer. The Contractor shall run a rehearsal of the test<br />

procedure to be witnessed by the Engineer prior to the test date as field<br />

modifications of equipment during the testing for a failed point shall not be<br />

allowed. Testing shall simulate actual field conditions and reflect the sequence<br />

of operations expected when in use.<br />

G. EQUIPMENT WARRANTY<br />

1. All equipment shall be warrantied for a period of one (1) year after final<br />

acceptance.<br />

May 18, 2012<br />

Instrumentation Flow Meters<br />

Revision 0 40 90 01.01-2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

1.3 SUBMITTALS<br />

Submittals for 40 90 01.01, “Instrumentation – Flow Meters” shall not be combined with any<br />

other submittals. Submittals shall be in accordance with Section 01 33 00, “Submittal<br />

Procedures” and shall include:<br />

A. Shop Drawings<br />

1. Shop drawings shall be submitted to the Engineer for approval before fabrication<br />

or shipment to the job. Equipment shall not be fabricated or shipped to the job<br />

before receipt of approved shop drawings from the Engineer. Submittals for<br />

approval shall include (1) component manufacturing data sheet indicating<br />

pertinent data and identifying each component by item number and<br />

nomenclature, (2) component drawing showing dimensions, mounting, and<br />

external connection details, (3) a system piping schematic and wiring schematic<br />

each on a single drawing with full description of operation, (4) complete<br />

schematic diagram of each piece of electrical and electronic equipment including<br />

electrical valves and tolerances for each component. Component identification<br />

on the schematic shall be as described above.<br />

2. Following approval, the manufacturer shall be responsible for preparation of the<br />

required sets of these drawings for distribution as indicated in Division 0 and<br />

Division 1 specifications.<br />

3. Shop drawings submitted for all equipment furnished under this section of the<br />

specifications, shall be submitted at the same time in the same package. Partial<br />

submittals will not be reviewed.<br />

B. Sales bulletins and other general publications are not acceptable as submittals for<br />

approval.<br />

C. Equipment installation Report. Contractor shall provide an Equipment Installation<br />

Report for each flow meter instrument to the Engineer/Owner for approval. The<br />

equipment installation report shall include documentation stating that the instrument was<br />

installed and properly calibrated per the manufacturer’s recommendations by an<br />

Authorized representative of the instrument manufacturer. All parameters required for<br />

programming of the instrument shall be provided in a hard copy format as part of the<br />

equipment installation report. Documentation stating that the person performing the<br />

calibration and start-up is an authorized representative shall be provided as well.<br />

D. Operation and Maintenance Manuals<br />

1. Operating instructions shall incorporate a functional description of the entire<br />

system including the system schematics which reflect "as-built" modifications.<br />

Wiring diagrams shall be furnished as a part of the Operation and Maintenance<br />

Manuals which clearly show terminal numbers and wire numbers as they actually<br />

are in the instrumentation system. Instrument panel wiring shall be such that<br />

each wire installed has its own number designation at each end and such that no<br />

number is repeated.<br />

2. Special maintenance requirements particular to the system shall be clearly<br />

defined along with special calibration and test procedures.<br />

May 18, 2012<br />

Instrumentation Flow Meters<br />

Revision 0 40 90 01.01-3


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

1.4 STANDARDS<br />

The applicable provisions of the following standards shall apply as if written here in their<br />

entirety:<br />

ASTM A-126 Specification for Gray Iron Castings for Valves, Flanges and Pipe Fittings<br />

ASTM B-61 Specification for Steam and Valve Bronze Castings<br />

1.5 JOB CONDITIONS<br />

A. SPECIAL TOOLS: Furnish a kit which contains special size wrenches and other types of<br />

tools, not normally available, which are necessary for assembling, disassembling,<br />

aligning, and calibrating each piece of equipment. In addition, any piece of equipment<br />

(meter, test set, etc.) required by the Manufacturer to align, adjust, or otherwise calibrate<br />

any item under this section of the specification shall be furnished, including software.<br />

PART 2 PRODUCTS<br />

2.1 ELECTROMAGNETIC FLOW TRANSMITTER<br />

A. Flow element shall be of the electromagnetic type utilizing the pulsed DC type coil<br />

excitation principle with high preamp input impedance. The flow measuring system,<br />

consisting of low element, transmitter, and appurtenances, shall have an overall accuracy<br />

of ±.25% of rate with a 10:1 turndown for all flows resulting from pipe velocities of 1' to<br />

31' per second. Stream fluid meter size and flow range shall be as noted. Unit shall have<br />

zero stability feature thereby eliminating the need to stop flow to check zero alignment.<br />

B. The flow element shall be of water-tight, NEMA 6 construction for submersible<br />

applications. Meter shall consist of a 304 stainless steel meter tube, 150 pound ANSI<br />

carbon steel raised-face flanges, ebonite hard rubber liner, and Hastelloy electrodes,<br />

unless otherwise noted. Electrodes shall be either flush or bullet nose type. Suitable<br />

covers shall be provided for flow elements ends to protect the tube liner during shipment.<br />

Liners for magnetic flow meters shall be neoprene.<br />

C. Flow transmitter shall be enclosed and water-tight, NEMA 4X construction for outdoor<br />

installation and mounted on the flow meter. The transmitter output shall be a 4-20 mA<br />

DC signal in linear proportion to flow and shall dive loads with impedances in the range<br />

of 0 to 800 ohms without load adjustments for a 24V DC supply. Output span and zero<br />

shall be manually adjustable. Both transmitter and primary element shall be powered<br />

from the same 120 volt, 60 Hz source.<br />

D. Provide an isolation kit for the flow meter.<br />

E. The flow meter shall come with the required amount of manufacturer’s supplied cable for<br />

routing the signal from the flow element to the transmitter. See plans for location of flow<br />

meter and transmitter. Manufacturer’s supplied cable shall be one continuous cable. No<br />

splicing allowed. Special cables shall be installed in conduit. Cable(s) shall facilitate<br />

both signal and power for the flow element (120 volt, 60 Hz power will be made<br />

available at the transmitter).<br />

May 18, 2012<br />

Instrumentation Flow Meters<br />

Revision 0 40 90 01.01-4


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

F. Electromagnetic flow meter shall be Siemens Sitrans F M MAG 5100W flanged meter<br />

with Siemens MAG transmitter 6000 with MODBUS RS485 module and sunshield, no<br />

approved equal.<br />

G. Calibrations of all instruments shall be performed by the instrument manufacturer's<br />

factory technicians only.<br />

Quantity<br />

15*<br />

6*<br />

Service<br />

<strong>Well</strong> Site<br />

Discharge<br />

Flow<br />

<strong>Well</strong> Site<br />

Discharge<br />

Type of<br />

Water<br />

Pressure Range Line Size<br />

Raw Water 0-150 psig 0-3 MGD 8” **<br />

Raw Water 0-150 psig 0-3 MGD 10”<br />

Flow<br />

* See table below for equipment tag associated with each well site. Coordinate with<br />

Contractor for final pipe line size associated with each well site.<br />

** In the event changed conditions are encountered, including flow rates exceeding 1,100<br />

GPM and as directed by the Engineer, 10” piping and flow meter will be substituted<br />

for 8” listed. Coordinate final pipe line size with Contractor.<br />

<strong>Well</strong> Line<br />

<strong>Well</strong> Line<br />

<strong>Well</strong> Line<br />

Tag<br />

Tag<br />

Site Size<br />

Site Size<br />

Site Size<br />

Tag<br />

D1 8” LPE-4010 D8 8” LPE-4<strong>08</strong>0 D15 8” LPE-4150<br />

D2 8” LPE-4020 D9 8” LPE-4090 D17 10” LPE-4170<br />

D3 8” LPE-4030 D10 10” LPE-4100 D18 8” LPE-4180<br />

D4 8” LPE-4040 D11 8” LPE-4110 D19 8” LPE-4190<br />

D5 8” LPE-4050 D12 8” LPE-4120 D22 8” LPE-4220<br />

D6 8” LPE-4060 D13 10” LPE-4130 D23 10” LPE-4230<br />

D7 8” LPE-4070 D14 10” LPE-4140 D24 10” LPE-4240<br />

PART 3 EXECUTION<br />

3.1 INSTALLATION<br />

A. Wire each device requiring power so that when wires are removed from any one device,<br />

power is not be disrupted to any other device. Ground the case of each device either by<br />

mounting directly on a steel frame or by a third wire.<br />

3.2 FIELD QUALITY CONTROL<br />

A. The supervisory service of a factory-trained service engineer who is specifically trained<br />

on the type of equipment herein specified shall be provided during construction to assist<br />

the Contractor in the location of sleeves; methods of installing conduit and special cable;<br />

mounting, piping, and wiring one of each type of device, and the methods of protecting<br />

all of the equipment prior to placing it into service.<br />

May 18, 2012<br />

Instrumentation Flow Meters<br />

Revision 0 40 90 01.01-5


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

B. Upon completion of the installation of the pumps, the services of the service engineer<br />

indicated above shall be provided for calibration and startup of the equipment and for<br />

instructing the operating personnel. The Manufacturer shall provide sufficient service to<br />

place the system in satisfactory operation.<br />

C. Check out and calibrate the system upon completion of the installation.<br />

D. Prior to the Owner turning on any form of energy to the system, the Contractor shall<br />

provide the Engineer with a certified statement of approval of the installation including<br />

his supplier's authorization for turning on energy to the system.<br />

END OF SECTION<br />

May 18, 2012<br />

Instrumentation Flow Meters<br />

Revision 0 40 90 01.01-6


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

40 90 02.01<br />

INSTALLATION OF PRE-PURCHASED SCADA EQUIPMENT<br />

PART 1 GENERAL<br />

1.1 WORK INCLUDED<br />

A. The Contractor shall furnish all labor, tools, equipment and machinery necessary to<br />

receive, inspect, unload, and install completely in proper operating condition, the<br />

equipment pre-purchased by the Owner and assigned to the Contractor for installation.<br />

Upon acceptance of the equipment, Contractor accepts all responsibility for its condition<br />

and proper operation.<br />

B. The Contractor shall also furnish all incidental items not supplied with the equipment that<br />

may be required for complete installation, such as concrete pad, bolts, wiring, conduit,<br />

grounding, and other appurtenances as necessary. The Contractor shall refer to Appendix<br />

B for the Antenna Tower concrete base requirements.<br />

C. The equipment pre-purchased by the Owner consists, in general, of the following items<br />

for each of the 21 well sites:<br />

1. RTU<br />

2. Antenna Tower<br />

3. Radio Antenna<br />

D. General details of the equipment are provided herein. Technical Specifications for the<br />

pre-selection or pre-purchase of Goods and Special Services are included in Appendix B.<br />

1.2 QUALITY ASSURANCE<br />

A. Inspect the condition of all equipment accepted for installation and promptly advise the<br />

Owner in writing as to any defects or damage that may have occurred during shipment.<br />

B. Provide the services of the Seller’s representative to assist in installation of the equipment<br />

in accordance with the specifications included in appendices and Section 01 70 00<br />

“Execution and Closeout Requirements.” Provide an equipment installation report as<br />

required by Section 01 70 00 “Execution and Closeout Requirements.”<br />

C. The service of the SCADA System Supplier’s representative is available to assist in<br />

installation and start-up of the equipment in accordance with the specifications included<br />

in Appendix B. Contractor shall schedule and request the representative to be available<br />

when needed, to assist and instruct in the proper installation and adjustment of the<br />

equipment. All work and adjustments shall be done in accordance with the SCADA<br />

System Supplier’s recommendations and instructions of their representative.<br />

May 18, 2012<br />

Installation of Pre-Purchased SCADA Equipment<br />

Revision 0 40 90 02.01-1


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

D. The Contractor shall work with the Vendors in scheduling delivery and dates that the<br />

SCADA System Supplier’s representatives should be available to assist in installation,<br />

adjusting and start-up of the equipment, all as if the Contractor himself had selected and<br />

purchased the equipment. The specifications in Appendix B indicate the minimum<br />

amount of time that the Vendors are required to furnish a technician for field services. If<br />

additional technician time is required, it shall be paid for by the Contractor at no<br />

additional cost to the Owner.<br />

PART 2 PRODUCTS<br />

2.1 OWNER PRE-PURCHASED PRODUCTS<br />

A. Products are described in the referenced appendices. Obtain clarification from the<br />

Engineer in the case of a disagreement between the above list and those specified<br />

elsewhere in the Contract Documents.<br />

B. Payment for the equipment will be made directly by the Owner per the Agreement<br />

between Owner and Seller/Supplier.<br />

C. Include all other costs associated with the installation, startup and initial operation of the<br />

equipment in the Contract Price.<br />

2.2 SUPPLIERS<br />

A. Contact Supplier a minimum of five (5) business days prior to when equipment needs to<br />

be delivered to the site and prior to when the Supplier needs to be on site.<br />

B. The Suppliers and primary contact persons for the Owner pre-purchased SCADA<br />

equipment are as follows:<br />

SCADA System Supplier Contact Name<br />

Contact<br />

Number<br />

Prime Controls Scott Ogletree 972-221-4849<br />

PART 3 EXECUTION<br />

3.1 GENERAL<br />

A. Coordinate delivery schedule and dates that the SCADA System Supplier’s<br />

representatives should be available to assist in installation and adjusting of the equipment<br />

with Suppliers.<br />

B. Arrange for delivery of the equipment to be furnished and furnish personnel and<br />

equipment as needed to carefully unload the items and set them in place. The Contractor<br />

shall be fully responsible for unloading all equipment at the job site. The Contractor shall<br />

be required to provide appropriate lifting equipment to unload and set the equipment in<br />

place.<br />

May 18, 2012<br />

Installation of Pre-Purchased SCADA Equipment<br />

Revision 0 40 90 02.01-2


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

C. Provide the labor, tools, equipment and appurtenances necessary to receive, inspect,<br />

install, and place in operating conditions all equipment pre-purchased by the Owner and<br />

assigned to the Contractor.<br />

D. Assemble equipment disassembled for shipping. Determine the extent of assembly that<br />

will be required and include the cost of this assembly in the Contract Price.<br />

E. Furnish all incidental items not supplied with the goods that may be required for<br />

complete installation. Include the cost for these items in the Contract Price.<br />

F. Provide the services of the Supplier’s representative to assist in installation of the<br />

equipment in accordance with the specifications included in appendices and Section 01<br />

70 00 “Execution and Closeout Requirements.” Schedule the representative to be<br />

available when needed to assist and instruct in the proper installation and adjustment of<br />

the equipment. All work and adjustments shall be done in accordance with the SCADA<br />

System Supplier’s recommendations and instructions of their representative. Provide an<br />

Equipment Installation Report as required by Section 01 70 00 “Execution and Closeout<br />

Requirements.”<br />

G. Provide installation as required in the Contract Documents for the pre-purchased<br />

equipment and as required by these Contract Documents.<br />

3.2 DELIVERY SCHEDULE AND STORAGE<br />

A. At a minimum, all electrical equipment shall be stored indoors in a clean, dry, climate<br />

controlled heated and air conditioned environment that is free from dust, No Exceptions.<br />

Store equipment indoors in a dry space with uniform temperature to prevent<br />

condensation. Protect equipment from exposure to dirt, fumes, water, corrosive<br />

substances and physical damage.<br />

B. 100 watt incandescent lamps shall be placed in the equipment enclosure sections as<br />

required and energize to prevent the buildup of condensation during extended storage<br />

periods.<br />

C. In the event that the equipment is delivered prior to the time the Contractor is ready to<br />

install it, the equipment shall be stored in strict accordance with the SCADA System<br />

Supplier’s written instructions for temporary storage. All equipment shall be wrapped in<br />

heavy plastic for protection and shall be stored in a location such that it will not be prone<br />

to damage.<br />

D. All equipment stored off-site shall be kept in a secure, bonded warehouse facility. A<br />

bailment agreement will be required and a copy provided to the Owner.<br />

E. All routine maintenance required by the SCADA System Supplier while the equipment is<br />

held in temporary storage shall be performed by the Contractor in accordance with the<br />

SCADA System Supplier’s instructions.<br />

F. All costs for temporary storage, transport of the items to and from temporary storage<br />

(once delivered) and costs for unloading equipment for initial storage and at the job site<br />

shall be borne completely by the Contractor with no additional compensation from the<br />

Owner.<br />

May 18, 2012<br />

Installation of Pre-Purchased SCADA Equipment<br />

Revision 0 40 90 02.01-3


Colorado River Municipal Water District<br />

Raw Water Supply <strong>Well</strong> Sites<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

3.3 Installation<br />

A. Install the equipment in accordance with the drawings and SCADA System Supplier’s<br />

written instructions.<br />

B. Make sure that each piece of equipment is securely anchored to supports and its<br />

foundations.<br />

C. The equipment shall be electrical hard wired at the locations shown on the drawings.<br />

END OF SECTION<br />

May 18, 2012<br />

Installation of Pre-Purchased SCADA Equipment<br />

Revision 0 40 90 02.01-4


Appendix A


This page intentionally left blank.


Electric Service Guidelines<br />

July 2010<br />

TSN 449260<br />

Oncor Electric Delivery Company


This page intentionally left blank.


ELECTRIC SERVICE<br />

GUIDELINES<br />

These Electric Service Guidelines supersede all prior issues of Electric Service<br />

Guidelines issued by Company and become effective with all construction on or after<br />

July 1, 2010. For more information call the Company at 1-888-313-6862 or visit our<br />

website at<br />

http://www.oncor.com<br />

For underground cable locates call 811.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved.


This page intentionally left blank.


FOREWORD<br />

Page 4<br />

SECTION 100<br />

GENERAL INFORMATION<br />

Page 5<br />

SECTION 200<br />

CLEARANCES<br />

Page 13<br />

SECTION 300<br />

OVERHEAD SERVICE<br />

Page 19<br />

SECTION 400<br />

UNDERGROUND SERVICE<br />

Page 30<br />

SECTION 500<br />

METERING AND ASSOCIATED<br />

EQUIPMENT<br />

Page 39<br />

SECTION 600<br />

TEMPORARY SERVICE<br />

Page 62<br />

CONNECTOR APPLICATION TABLES<br />

Page 65<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

3


This page intentionally left blank.


FOREWORD<br />

This booklet is issued by Oncor Electric Delivery Company (Company) for use by<br />

Customers and their agents.<br />

This booklet should be used as a guide in planning the installation of electrical<br />

equipment and methods of receiving electrical power and energy from the electrical<br />

delivery system of Company.<br />

If service methods other than the examples discussed in this booklet are<br />

required, the Customer is to obtain written Company approval prior to letting bids<br />

and installing equipment.<br />

Where local inspection authority is not involved, meter installations should be wired in<br />

accordance with the latest edition of the National Electrical Code or Company<br />

specifications when the Company specifications exceed those of the National Electrical<br />

Code.<br />

The information presented herein will be revised periodically to reflect changes which<br />

may develop. It is the Customer’s responsibility for obtaining the latest revision.<br />

The latest revision can be obtained at:<br />

http://www.oncor.com/electricity/construct/guidelines/const_guide.aspx<br />

NOTE: Revisions are highlighted in yellow on this Internet copy only.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

4


This page intentionally left blank.


SECTION 100 – GENERAL INFORMATION<br />

100.01 Definitions<br />

100.01.01 Company<br />

Oncor Electric Delivery Company and its officers, agents, employees,<br />

successors, and assigns.<br />

100.01.02 Connected Load<br />

The combined electrical requirement (i.e., the sum of the capacities and/or<br />

ratings) of all motors and other electric power consuming devices installed<br />

on the Customer’s premises.<br />

100.01.03 Current Transformer (CT)<br />

A transformer used in metering applications which reduces, by a definite<br />

ratio, the value of primary current to a value usable by the meter.<br />

100.01.04 CT Enclosure (also known as CT Can)<br />

See instrument transformer enclosure.<br />

100.01.05 CT Socket<br />

A meter socket used only with external instrument transformers.<br />

100.01.06 Customer<br />

An end use customer who purchases electric power and energy and<br />

ultimately consumes it. When used in the context of construction services,<br />

the term Customer also includes property owners, builders, developers,<br />

contractors, governmental entities, or any other organization, entity, or<br />

individual that is not a Competitive Retailer making a request for such<br />

services to the Company.<br />

100.01.07 Delivery Service<br />

The service performed by Company for the delivery of electric power and<br />

energy. Delivery Service comprises delivery system services and<br />

discretionary services.<br />

100.01.<strong>08</strong> Demand<br />

The rate at which electric energy is used at any instant or averaged over<br />

any designated period of time and which is measured in KW or KVA.<br />

100.01.09 Demand Interval<br />

The specified interval of time on which a demand measurement is based.<br />

The Company demand interval is normally 15 minutes.<br />

100.01.10 Energy<br />

The measure of how much electric power is provided over time for doing<br />

work. The electrical unit is the watt-hour, or kilowatt-hour.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

5


100.01.11 Facility Extension Agreement<br />

The service agreement that must be executed by Company and Customer<br />

requesting certain construction services before Company can provide such<br />

construction services to the requesting entity.<br />

100.01.12 Good Utility Practice<br />

The term will have the meaning ascribed thereto in PUC Substantive Rules,<br />

Section 25.5, Definitions, or its successor.<br />

100.01.13 Inspection Authority<br />

Generally an incorporated City or Town, but may be an agency of the<br />

County, State, or Federal Government.<br />

100.01.14 Instrument Transformer (IT)<br />

See Current Transformer and Voltage Transformer. Current transformers<br />

and voltage transformers are collectively called instrument transformers.<br />

100.01.15 Instrument Transformer (IT) Enclosure (also known as CT Can or CT<br />

Enclosure)<br />

A metal cabinet which houses the Company’s instrument transformers when<br />

a transocket is not feasible.<br />

100.01.16 Maximum Available Fault Current<br />

The amount of current that will flow due to a direct short circuit from one<br />

conductor to ground or from one conductor to another.<br />

100.01.17 Meter<br />

A device or devices for measuring the amount of electric power and energy<br />

delivered to a particular location.<br />

100.01.18 Meter Socket<br />

A receptacle of weatherproof construction used for mounting a socket type<br />

meter.<br />

100.01.19 Point of Delivery (POD)<br />

The point at which electric power and energy leaves the delivery system.<br />

100.01.20 Raceway<br />

Tubular or rectangular channel or conduit for containing electrical<br />

conductors, which may be exposed, buried beneath the surface of the earth,<br />

or encased in a building or structure.<br />

100.01.21 Secondary Service<br />

Non-residential delivery service at any one of Company’s standard service<br />

voltages listed in 100.05.02, page 11.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

6


100.01.22 Service Agreement<br />

Any commission approved agreement between Company and Customer<br />

which sets forth certain information, terms, obligations and/or conditions of<br />

delivery service pursuant to the provisions of the Tariff for Retail Delivery<br />

Service.<br />

100.01.23 Service Availability Statement<br />

A statement from the Company designating the acceptable location of the<br />

Customer’s service entrance conductors, the proper location of meters and<br />

metering equipment, the type of service available or which will be made<br />

available to the specific location under consideration, and the capacity of the<br />

service to be provided.<br />

100.01.24 Service Drop<br />

Overhead conductors that extend from Company’s overhead delivery<br />

system to the point of delivery (POD) where connection is made to<br />

Customer’s electrical installation.<br />

100.01.25 Service Enclosure<br />

A connection enclosure used for the purpose of connecting the service<br />

lateral to Customer’s electrical installation.<br />

100.01.26 Service Entrance Conductors<br />

Conductors provided by Customer extending from Customer’s electrical<br />

equipment to the point of delivery (POD) where connection is made.<br />

100.01.27 Service Equipment<br />

The necessary equipment, usually consisting of (a) circuit breaker(s) or<br />

switch(es) and fuse(s) and their accessories, connected to the load end of<br />

service conductors to a building or other structure, or an otherwise<br />

designated area, and intended to constitute the main control and cutoff of<br />

the supply.<br />

100.01.28 Service Lateral<br />

Conductors, usually underground but sometimes in raceway above ground,<br />

that extend from Company’s delivery system to the point of delivery or from<br />

Customer’s electrical installation to the point of delivery.<br />

100.01.29 Service Point<br />

See Point of Delivery.<br />

100.01.30 Secondary Enclosure<br />

A padmounted connection enclosure located adjacent to transformer used<br />

to connect Customer’s service conductors that are in excess in number<br />

and/or size than can normally be accommodated by transformer.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

7


100.01.31 Suitable Space<br />

The required amount of cleared space after vegetation and other<br />

obstructions have been removed in order to access, install, operate,<br />

maintain and replace Company facilities. Contact Company for details.<br />

100.01.32 Tariff for Retail Delivery Service<br />

The document filed with, and approved by, the PUC pursuant to which<br />

Company provides delivery service. It is comprised of Rate Schedules,<br />

Riders, and service rules and regulations. The service rules and regulations<br />

include definitions, terms and conditions, policies, and Service Agreements.<br />

100.01.33 Transocket<br />

A metal enclosure which includes instrument transformers and meter<br />

socket.<br />

100.01.34 Voltage Transformer (VT, also known as Potential Transformer or PT)<br />

A transformer used in metering applications which reduces, by a definite<br />

ratio, the value of primary voltage to a value usable by the meter.<br />

100.02 Codes Governing Electrical Installations<br />

100.02.01 National Electrical Safety Code<br />

The National Electrical Safety Code (NESC) is the code that Company<br />

follows in design and construction of electric supply lines whether overhead<br />

or underground.<br />

100.02.02 National Electrical Code<br />

The National Electrical Code (NEC) is published by the National Fire<br />

Protection Association (NFPA). The current edition of the NEC is the code<br />

that electrical contractors follow for wiring Customer’s electrical installations.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

8


100.02.03 Inspection and Approval of Customer’s Electrical Installation<br />

In those locations where an ordinance requires the Customer to obtain a<br />

certificate of inspection and acceptance or a permit, Customer will obtain all<br />

necessary permits and certificates of inspection covering its electrical<br />

installation. Company will not interconnect its distribution facilities with<br />

Customer’s electrical installation until Company receives notification of<br />

approval of Customer’s electrical installation by the proper authority.<br />

Company does not assume any duty of inspecting Customer’s lines, wires,<br />

switches, grounding electrodes, or other equipment. Without limiting the<br />

foregoing sentence, Company may decline to interconnect its delivery<br />

system facilities with any of Customer’s electrical installation that is known<br />

to be hazardous under applicable codes or that is of such character that<br />

satisfactory delivery service cannot be provided consistent with good utility<br />

practice, or where a known dangerous condition exists and for as long as it<br />

exists. The providing of delivery service by Company does not<br />

indicate that Company has inspected Customer’s electrical installation<br />

and pronounced it safe or adequate. If service methods other than the<br />

examples outlined in this booklet are required, the Customer is to<br />

obtain written Company approval prior to letting bids or installing<br />

equipment.<br />

100.03 Company Service Area<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

9


100.04 Security and Safety<br />

100.04.01 Radio and Television Antennas<br />

Antennas for radio, radio transmitter (including citizen band or amateur), or<br />

televisions shall not be erected over or under Company’s overhead electric<br />

lines, nor shall they be attached to Company’s poles or other equipment.<br />

Antennas should be located as far as practicable from Company’s lines and<br />

in a place where they may not accidentally fall into energized wires. To do<br />

otherwise may result in serious accidents, damage to property or poor radio<br />

or television reception. The attachment of antenna guying systems to poles<br />

carrying Company’s conductors is prohibited. Such attachments will be<br />

removed immediately upon discovery by Company.<br />

100.04.02 Attachments to Company Facilities<br />

Company does not permit any attachments (such as wires, ropes, signs,<br />

banners, or radio equipment) to Company facilities by others except when<br />

authorized in writing by Company.<br />

Company may without notice and without liability remove<br />

unauthorized attachments to Company facilities.<br />

100.04.03 Company’s Locks or Seals<br />

It is standard practice by Company to install locks or seals on all meters,<br />

service enclosures, padmount transformers, padmount switchgear,<br />

unmetered service wireways, or other equipment. Only Company agents<br />

and authorized persons shall remove a seal or lock.<br />

100.04.04 Tampering<br />

Tampering with a meter or metering equipment or using any method which<br />

permits the flow of unmetered energy to a premise violates the laws of the<br />

State of Texas and may lead to disconnection of service, prosecution, or<br />

both. Company shall not be liable to Customer for any injuries that<br />

result from such tampering.<br />

100.05 Standard Delivery Service<br />

100.05.01 General<br />

Company provides delivery service at the Company’s standard voltages in<br />

accordance with Company’s facilities extension policy, and not all standard<br />

voltages are available at every location. If Customer requests a voltage<br />

which is non-standard or not available for a specific load or location, such<br />

voltage may be provided by Company at the Company’s discretion and at<br />

the expense of the requesting party. Company does not guarantee that<br />

facilities providing non-standard service (e.g. transformers) are readily<br />

available and extended outages may result.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

10


100.05.02 Standard Secondary Voltages<br />

Single Phase<br />

Three Phase<br />

120 2W ---<br />

--- 120/2<strong>08</strong> 4W, Y<br />

120/240 3W 120/240 4W, Δ<br />

240 2W 240 3W, Δ<br />

240/480 3W 240/480 4W, Δ<br />

--- 277/480 4W, Y<br />

480 2W 480 3W, Δ<br />

2400 2W 2400 3W, Δ<br />

2400/4160 4W, Y<br />

4160 3W, Y<br />

100.05.03 Request for Ungrounded 3 Wire, 3 Phase Service<br />

3 wire, 3 phase service at 240V, 480V and 2400V, shall be grounded unless<br />

the Customer requests, in writing, that the service be ungrounded (i.e. one<br />

service conductor is grounded at the distribution transformer and at the<br />

Customer’s premises grounding electrode system). See 500.06.07, page<br />

41 for meter sockets used on ungrounded services. Contact Company for<br />

details.<br />

3 wire, 3 phase service at 240V and 480V is only available from overhead<br />

transformers. 3 wire, 3 phase service at 2400V is available from overhead<br />

and padmounted transformers in limited size ranges. New Customers or<br />

existing Customers adding load should check with the appropriate Company<br />

representative on availability of service at 2400 volts from overhead or<br />

padmounted transformers.<br />

100.05.04 120/2<strong>08</strong> V, Single Phase, 3 Wire Network Service (Non-Standard)<br />

Existing Secondary Service Customers served 120/2<strong>08</strong> volt, single phase, 3<br />

wire from an underground network distribution system are limited to a<br />

service entrance capacity of 60 amperes to prevent unbalanced current<br />

conditions. For services greater than 60 amperes, the Customer must<br />

wire for full 4 wire, wye service. See Figure 5-H, page 59.<br />

Three phase 120/2<strong>08</strong> volt service from padmounted transformation that will<br />

be later split up into single phase used in either residential or commercial<br />

applications shall be treated as a commercial service. The point of delivery<br />

will be at the secondary terminals of the transformer.<br />

100.05.05 Point of Delivery (POD)<br />

Customer’s electrical installation must be arranged so that the location of<br />

the point of delivery allows Company to provide safe and reliable delivery<br />

service, taking into consideration the location of existing Company facilities<br />

and construction needed to connect Customer’s electric installation to<br />

Company system.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

11


Any change from the Company designated point of delivery is subject to<br />

payment by Customer based on any added costs to reach the new<br />

designated point.<br />

100.05.06 Easements, Rights-of-Way and Space Requirements<br />

Customer must grant to or secure for Company, at Customer’s expense,<br />

any rights-of-way or easements on property owned or controlled by<br />

Customer necessary for Company to install delivery system facilities for the<br />

sole purpose of delivering electric power and energy to Customer.<br />

Customer must provide, without cost to Company, suitable space on<br />

Customer’s premises for the installation of delivery system facilities<br />

necessary to deliver electric power and energy to Customer and for<br />

installation of Company’s metering equipment and the meter. To obtain<br />

standards on suitable space requirements, contact Company.<br />

Company may inspect Customer provided space before installing electric<br />

facilities.<br />

100.05.07 Loads Exceeding 3000 Amperes<br />

Standard delivery service at 600 volts and less may be limited to 3000<br />

amperes of load through a single Customer owned service entrance.<br />

Company may require loads exceeding 3000 amperes to be served with two<br />

or more adjacent services at one POD with totalized metering.<br />

100.05.<strong>08</strong> Customer’s Electrical Load<br />

Customer must take reasonable actions to control the use of electric power<br />

and energy so that Customer’s electrical load at the point of delivery is in<br />

reasonable balance.<br />

100.05.09 Sensitive Equipment Protection<br />

Customers planning the installation of electric equipment such as<br />

computers, communication equipment, electronic control devices, motors,<br />

etc, the performance of which may be adversely affected by voltage<br />

fluctuations, distorted 60 hertz wave forms, or single phase events are<br />

responsible for providing and installing the necessary facilities, including<br />

protective equipment, to limit these adverse effects.<br />

100.05.10 4 Wire, 120/240V, 3 Phase Service<br />

Service at 120/240 volt, 3 phase, 4 wire delta is available from overhead<br />

transformers. Availability of this service voltage from padmounted<br />

transformers is very limited. New Customers or existing Customers adding<br />

load should check with Company on availability of service at this voltage<br />

from a padmount transformer.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

12


SECTION 200 – CLEARANCES<br />

200.01 Texas Law & OSHA Regulations<br />

To ensure safety and the protection of the public, Chapter 752 of the Texas<br />

Health and Safety Code makes it unlawful for unauthorized persons to<br />

move or be placed or bring any part of a tool, equipment, machine, or<br />

material within six (6) feet of live overhead high voltage lines. Contractors<br />

and owners are legally responsible for the safety of construction workers<br />

under this law. This law carries both criminal and civil liability.<br />

Additionally, OSHA Regulations restrict unauthorized persons from<br />

approaching or operating any equipment or machines within ten (10)<br />

feet of live overhead high voltage lines.<br />

For lines to be turned off, moved, or other arrangements, call your Retail<br />

Electric Provider.<br />

200.02 Local Codes<br />

Some local Electrical Codes require structures to be located a safe distance<br />

away from live overhead high voltage lines as defined by the National<br />

Electrical Safety Code.<br />

200.03 Clearances for Service Drop<br />

See Figure 2-A, page 14.<br />

200.04 Clearances of Swimming Pools from Overhead Facilities<br />

Before installation of a pool, contact Company to review clearances to<br />

overhead facilities. See Figure 2-B, page 15.<br />

200.05 Clearances of Swimming Pools from Underground Facilities<br />

Before installation of a pool, contact Company to review clearances to<br />

underground facilities. See Figure 2-C, page 16.<br />

200.06 Clearances of Padmounted Transformers from Buildings<br />

Padmounted transformers shall be installed to meet the spatial separations<br />

to buildings set forth in Figure 2-D, page 17. No transformers shall be<br />

installed within the drip line of a building unless installed in a<br />

transformer vault meeting the requirements of Article 450 of the<br />

National Electrical Code.<br />

200.07 Screening Clearances Around Padmounted Equipment<br />

See Figure 2-E, page 18.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

13


CLEARANCES FOR SERVICE DROP<br />

FIGURE 2-A<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

14


CLEARANCE OF SWIMMING POOLS<br />

FROM OVERHEAD FACILITIES<br />

FIGURE 2-B<br />

REQUIREMENT<br />

OVERHEAD<br />

GUYS OR<br />

NEUTRAL<br />

BUNDLED OR<br />

CABLED<br />

SECONDARY<br />

OR SERVICE<br />

OPEN WIRE<br />

SECONDARY<br />

OR SERVICE<br />

POLE LINE OR<br />

PRIMARY<br />

CONDUCTOR<br />

A 27’ 26.5’ 28’ 30’<br />

B 19’ 18.5’ 20’ 22’<br />

C 20’ 19’ 21.5’ 23.5’<br />

D 10’ 10’ See Dim. A or See Dim. A or<br />

B above B above<br />

The above clearance values are based upon the requirements of the National<br />

Electrical Safety Code with allowances for worst case conditions. Actual<br />

clearance requirements vary with conductor size and type, ambient air temperature, and<br />

other factors. The values shown above are meant to be a guideline. When clearances<br />

are less than indicated in the above table, the Customer should contact Company<br />

for exact requirements based on field conditions.<br />

A - Clearance in any direction from the water level, edge of pool, base of diving<br />

platform, or anchored raft.<br />

B - Clearance in any direction to diving platform, tower, water slide or other fixed, pool<br />

related structure.<br />

C - Vertical clearance over adjacent land.<br />

D - Horizontal clearance from edge of pool, base of diving platform, or anchored raft.<br />

Any distance less than the horizontal clearance requires clearances “A” and/or “B”<br />

to be met. Any distance greater than the horizontal clearance requires only<br />

clearance “C” to be met.<br />

Note: Local codes and ordinances may not permit conductors to pass over pools or<br />

adjacent equipment or fixtures.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

15


CLEARANCE OF SWIMMING POOLS FROM<br />

UNDERGROUND FACILITIES<br />

FIGURE 2-C<br />

NOTES:<br />

1. A swimming pool or its auxiliary equipment or water pipes shall not be installed<br />

within 5 feet of direct buried cables.<br />

2. Where a swimming pool must be installed within 5 feet of the direct buried service,<br />

the service shall be installed in a conduit from the service connection point to the<br />

meter.<br />

3. Padmounted equipment shall be located 10 feet or more from the water’s edge.<br />

4. Local requirements may require greater clearances.<br />

5. For swimming pool clearances to overhead facilities, see Figure 2-B, page 15.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

16


CLEARANCES OF PADMOUNTED TRANSFORMERS<br />

FROM BUILDINGS<br />

FIGURE 2-D<br />

Notes<br />

1. Clearance from building walls shall comply with the clearance table. All dimensions are minimal dimensions.<br />

2. Where there are building eaves or overhangs within 25’-0”above ground, clearance shall be measured<br />

horizontally beginning from the edge of the eave or overhang.<br />

3. Fire resistive building walls include brick and masonry structures that have a 2 hour fire rating.<br />

4. Clearance to building doors, windows, vents and fire escapes to be measured radially.<br />

5. Liquid flow if area surrounding transformer should be away from building. Where ground is flat or slopes<br />

toward building, a dike sufficient to contain all transformer oil for transformers 500 KVA and larger shall be<br />

provided.<br />

6. Clearances are measured from pad edge to building wall, opening, overhang or fire escape unless a<br />

containment dike is utilized. If a containment dike is utilized, clearance is measured from the dike.<br />

7. Clearances from windows and vents above transformer are measured radially from closest point on<br />

transformer.<br />

8. Padmounted transformers shall be positioned such that hotstick use is not required on the side facing the<br />

building. If hotstick use is required on the building side, clearances shown in Figure 2E, page 18 shall be<br />

maintained.<br />

9. There should not be any above ground obstructions, such as shrubs, cooling towers, gas meters, fencing, etc.<br />

within 5’-0” of pad or overhangs above pad facilities. Reference Figure 2-E, page 18 for screening clearances<br />

around padmounted equipment.<br />

10. There should not be any piping or conduit under the pad. (Exception: Mutually agreed upon communication<br />

conduits other that those entering the transformer).<br />

11. Transformers shall not obstruct fire lane.<br />

12. It is the owner’s responsibility to comply with any insurance regulations affecting the premises.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

17


SCREENING CLEARANCES AROUND<br />

PADMOUNTED EQUIPMENT<br />

FIGURE 2-E<br />

NOTES:<br />

1. Clearances to building walls shall be the greater of (1) the clearances listed in<br />

Figure 2-D, page 17 for oil filled equipment, (2) 10 feet if hot stick use is required on<br />

this side of equipment, or (3) 5 feet if hot stick use is not required on this side of<br />

equipment. Contact Company for determination of hot stick usage.<br />

2. A minimum of 5 feet clearance is allowed if hot stick use is not required at this<br />

location.<br />

3. Gate shall open outward and the width shall be no less than 10 feet.<br />

4. Where ground is flat or slopes toward building, a dike sufficient to contain all oil for<br />

transformers 500 kVA and larger shall be provided. Contact Company for details.<br />

5. When transformers are installed, screening walls shall provide adequate ventilation.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

18


SECTION 300 – OVERHEAD SERVICE<br />

300.01 General<br />

Company provides, installs, and maintains service drop to point of delivery<br />

approved by Company. Customer provides point of attachment which is<br />

acceptable to Company so that service drop meets requirements of all<br />

applicable codes.<br />

300.02 Typical Permanent Service Drop<br />

See Figure 3-A, page 21.<br />

300.03 Overhead Service Attachments<br />

See Figure 3-B, page 22.<br />

300.04 Maximum Service Drop Length for Residential Services<br />

See Figure 3-C, page 23.<br />

300.05 Overhead Service to a Service Mast<br />

See Figure 3-D, page 24.<br />

300.06 Overhead Service to a Permanent Meter Pole<br />

See Figure 3-E, page 25.<br />

300.07 Overhead Service to a Wall Mount Meter<br />

See Figure 3-F, page 26.<br />

300.<strong>08</strong> Overhead Service to Two or Three Meters<br />

See Figure 3-G, page 27.<br />

300.09 Overhead Service to Four or More Secondary Service Meters<br />

See Figure 3-H, page 28.<br />

300.10 Overhead Three Wire Delta Services<br />

See Figure 3-I, page 29.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

19


300.11 Overhead Service to Mobile or Manufactured Homes<br />

Overhead service to a mobile home shall be made in a manner as depicted<br />

in Figure 3-E, page 25 with a permanent meter pole. The meter socket shall<br />

not be mounted directly to the mobile home.<br />

Manufactured homes, if equipped with factory installed service equipment,<br />

may be connected directly if all three of the following requirements are met.<br />

(1) The manufactured home is secured to a permanent foundation by an<br />

approved anchoring system. Compliance with this requirement may be<br />

evidenced with one of the following:<br />

(a) the manufactured home structure is included in the real property<br />

deed,<br />

(b) the foundation and anchoring system is designed by a Texas<br />

licensed engineer or Texas licensed architect, or<br />

(c) an affidavit from a home inspector is provided verifying that the<br />

foundation and anchoring system meets the Texas Administrative<br />

Code foundation and anchoring requirements for Manufactured<br />

Housing (TAC Title 10, Part 1, Chapter 80).<br />

(2) The service equipment complies with Article 230 of the National<br />

Electrical Code (NEC).<br />

(3) Bonding and grounding comply with Article 250 of the NEC.<br />

Manufactured home installations that meet the above requirements may be<br />

served as depicted in Figure 3-D, page 24. Service mast shall be of<br />

sufficient strength to support service drop.<br />

Contact Company prior to installation of mobile or manufactured homes to<br />

determine service method.<br />

300.12 Other Overhead Services<br />

For any situation that is not addressed, please contact Company for specific<br />

instructions.<br />

Note: For temporary overhead service, see Section 600, page 62 and<br />

Figure 6-A, page 63.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

20


TYPICAL PERMANENT SERVICE DROP<br />

FIGURE 3-A<br />

NOTES:<br />

1. Service drop (conductors, service grips and service connectors) owned, installed<br />

and connected to service entrance conductors by Company.<br />

2. See Figure 3-C, page 23 for maximum length of residential service drop. For all<br />

other services contact Company for maximum service lengths. Reduced distance or<br />

higher attachment point may be required for large service or to maintain minimum<br />

clearances.<br />

3. Customer installs service drop attachment of adequate strength for attachment of<br />

Company’s service drop conductors. See Figure 3-B, page 22.<br />

4. Service entrance conductors (minimum # 8 CU or # 6 Al) provided and installed by<br />

Customer, shall extend 24” or the minimum length required by local ordinance<br />

outside the service head for connection to service drop. Phase conductors to have<br />

black insulation. Neutral conductor to be marked white or bare.<br />

5. Service raceway and service entrance conductors to be owned, maintained, and<br />

installed by Customer.<br />

6. Meter socket shall be provided, installed and maintained by Customer.<br />

7. Customer’s installation to meet the requirements of all applicable codes and local<br />

ordinances.<br />

8. Customer’s grounding electrode conductor (#6 Cu min.) shall originate in the service<br />

entrance equipment and extend to an approved ground electrode. The grounding<br />

electrode conductor is permitted to be routed through the meter socket enclosure but<br />

shall not terminate within. Company reserves the right to refuse installation of<br />

service upon observing an unsafe Customer connection.<br />

9. Insulated conduit bushings are required for raceways terminating in the meter<br />

socket.<br />

10. The use of flexible metallic conduit, liquid tight flexible metallic conduit, and liquid<br />

tight flexible non-metallic conduit for service entrance raceway is prohibited, unless<br />

approved by the local inspecting authority.<br />

11. Not for 3 wire delta services. See Figure 3-I, page 29.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

21


OVERHEAD SERVICE ATTACHMENTS<br />

FIGURE 3-B<br />

NOTES:<br />

1. Customer installs service drop attachment of adequate strength for attachment of<br />

Company’s service drop conductors.<br />

2. Screw-in type service attachments are not allowed.<br />

3. Service mast supporting service drop to be minimum 2” rigid steel or 2 ½” IMC<br />

conduit with no coupling above top conduit clamp. EMT is not acceptable for service<br />

mast.<br />

4. See Figure 3-I, page 29 for 3 wire delta services.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

22


MAXIMUM SERVICE DROP LENGTH<br />

FOR RESIDENTIAL SERVICES<br />

FIGURE 3-C<br />

FOR # 2 AL TRIPLEX SERVICE CABLE NOTE 2<br />

GROUND<br />

MAXIMUM LENGTH (FT)<br />

CLEARANCE<br />

ATTACHMENT HEIGHT (FT)<br />

REQUIRED (FT)<br />

12 11<br />

NOTES 3,5<br />

10.5<br />

10 NOTE 3 100 95 85<br />

ATTACHMENT HEIGHT (FT)<br />

14 13 12<br />

12 95 85 65<br />

ATTACHMENT HEIGHT (FT)<br />

17 16 15<br />

15 85 75 50<br />

NOTES:<br />

1. See Figure 2-A, page 14 for required clearance for single phase 120/240 volt service<br />

drop.<br />

2. Distances based on #2 aluminum triplex service drop. Contact Company for<br />

requirements on larger or longer services.<br />

3. Prior approval by Company is required before the exceptions on Figure 2-A, page 14<br />

may be used.<br />

4. Contact Company on commercial services or any service over 100 feet in length.<br />

5. Attachment height of 10.5 feet is based on 6 inch allowance of drip loop below<br />

attachment point and the drop loop maintaining 10 foot clearance requirement.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

23


OVERHEAD SERVICE TO A SERVICE MAST<br />

FIGURE 3-D<br />

NOTES:<br />

1. Service drop provided and installed by<br />

Company.<br />

2. Customer installs service drop attachment<br />

of adequate strength for attachment of<br />

Company’s service drop conductors. See<br />

Figure 3-B, page 22.<br />

3. Meter socket shall be provided, installed<br />

and maintained by Customer. Transockets,<br />

when required, shall be provided by<br />

Company and installed and maintained by<br />

Customer. Socket must be securely<br />

anchored to wall.<br />

4. Service mast shall be of sufficient height for<br />

the service drop to meet minimum<br />

clearances (see Figure 2-A, page 14). A 2”<br />

rigid steel or 2 ½” IMC conduit minimum<br />

with no coupling above top conduit clamp is<br />

required. EMT is not acceptable for service<br />

mast. Service mast to be of sufficient<br />

strength to support service drop.<br />

5. Mast roof kit installed by Customer.<br />

6. Install a 2” X 6” between rafters to reinforce roof decking for additional mast support.<br />

7. Install a conduit hanger above meter socket for mast support.<br />

8. Service entrance conductors (minimum # 8 Cu or # 6 Al) provided and installed by<br />

Customer, shall extend 24” or the minimum length required by local ordinance<br />

outside of service head for connection to Company service drop. Phase conductors<br />

to have black insulation. Neutral conductor to be marked white or bare.<br />

9. Customer’s installation to meet requirements of all applicable codes and local<br />

ordinances.<br />

10. Customer’s grounding electrode conductor (#6 Cu min.) shall originate in the service<br />

entrance equipment and extend to an approved ground electrode. The grounding<br />

electrode conductor is permitted to be routed through the meter socket enclosure,<br />

but shall not terminate within. Company reserves the right to refuse installation of<br />

service upon observing an unsafe Customer connection.<br />

11. Insulated conduit bushings are required for raceways terminating in the meter<br />

socket.<br />

12. Customer shall install additional mast support (guying or other suitable support) to<br />

support the tension of the service drop cable if the service drop attachment (item 2)<br />

is more than 5’ above the roof line.<br />

13. The use of flexible metallic conduit, liquid tight flexible metallic conduit, and liquid<br />

tight flexible non-metallic conduit for service entrance raceway is prohibited, unless<br />

approved by the local inspecting authority.<br />

14. Not for 3 wire delta services. See Figure 3-I, page 29.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

24


NOTES:<br />

OVERHEAD SERVICE TO A<br />

PERMANENT METER POLE<br />

FIGURE 3-E<br />

1. Service drop provided and installed by Company.<br />

2. Customer installs service drop attachment of<br />

adequate strength for attachment of Company’s<br />

service drop conductors. See Figure 3-B, page 22.<br />

3. Meter socket shall be provided, installed and<br />

maintained by Customer. Transockets, when<br />

required, shall be provided by Company and<br />

installed and maintained by Customer. Socket must<br />

be securely anchored.<br />

4. Service entrance conductors (minimum #8 Cu or #6<br />

Al) and service raceway provided and installed by<br />

Customer, shall extend 24” or the minimum length<br />

required by local ordinance outside service head<br />

for connection to Company service drop. Phase<br />

conductors to have black insulation. Neutral<br />

conductor to be marked white or bare.<br />

5. Customer to provide and install support for service<br />

attachment and meter socket. Creosote pole (or<br />

equal) to be 5” minimum diameter at top. Steel pipe<br />

to be 4.5” minimum outside diameter and a<br />

minimum thickness of 0.237”. Steel tube to be 4”<br />

square and a minimum thickness of 0.25”. Support<br />

to be sufficient height for the service drop to meet<br />

minimum clearances (see Figure 2-A, page 14).<br />

6. Wood pole to be set in 4 feet of concrete where soil conditions are less than rock.<br />

Steel pipe or tube to be set in 4 feet of concrete.<br />

7. Weatherproof service switch or breaker panel to be provided and installed by<br />

Customer.<br />

8. Customer’s grounding electrode conductor (#6 Cu min.) shall originate in the service<br />

entrance equipment and extend to an approved ground electrode. The grounding<br />

electrode conductor is permitted to be routed through the meter socket enclosure but<br />

shall not terminate within. Company reserves the right to refuse installation of service<br />

upon observing an unsafe Customer connection.<br />

9. Customer’s installation to meet the requirements of all applicable codes and local<br />

ordinances.<br />

10. Insulated conduit bushings are required for raceways terminating in the meter socket.<br />

11. The use of flexible metallic conduit, liquid tight flexible metallic conduit, and liquid tight<br />

flexible non-metallic conduit for service entrance raceway is prohibited unless<br />

approved by the local inspecting authority.<br />

12. The use of Schedule 40 or 80 PVC for service mast not supporting service drop is<br />

allowed unless prohibited by the local inspecting authority.<br />

13. For overhead service to mobile homes, see Section 300.11, page 20.<br />

14. Not for 3 wire delta services. See Figure 3-I, page 29.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

25


OVERHEAD SERVICE TO A<br />

WALL MOUNTED METER<br />

FIGURE 3-F<br />

NOTES:<br />

1. Service drop provided and installed by<br />

Company.<br />

2. Customer installs service drop attachment<br />

of adequate strength for attachment of<br />

Company’s service drop conductors. See<br />

Figure 3-B, page 22.<br />

3. Meter socket shall be provided, installed<br />

and maintained by customer. Transockets,<br />

when required, shall be provided by<br />

Company and installed and maintained by<br />

Customer. Socket must be securely<br />

anchored to wall.<br />

4. Service entrance conductors (minimum #8<br />

Cu or #6 Al) and service raceway provided<br />

and installed by Customer, shall extend 24”<br />

or the minimum length required by local<br />

ordinance outside service head for<br />

connection to service drop. Phase<br />

conductors to have black insulation.<br />

Neutral conductor to be marked white or<br />

bare.<br />

5. Customer’s grounding electrode conductor<br />

(#6 Cu min.) shall originate in the service<br />

entrance equipment and extend to an<br />

approved grounding electrode. The<br />

grounding electrode conductor is permitted<br />

to be routed through the meter socket<br />

enclosure, but shall not terminate within.<br />

Company reserves the right to refuse<br />

installation of service upon observing an<br />

unsafe Customer connection.<br />

6. Customer’s installation to meet all requirements of all applicable codes and local<br />

ordinances.<br />

7. Two or more conduit straps shall be provided to support conduit. Socket must be<br />

securely anchored to wall.<br />

8. Insulated conduit bushings are required for raceways terminating in the meter socket.<br />

9. The use of flexible metallic conduit, liquid tight flexible metallic conduit, and liquid tight<br />

flexible non-metallic conduit for service entrance raceway is prohibited, unless<br />

approved by the local inspecting authority.<br />

10. The use of Schedule 40 or 80 PVC for service mast not supporting service drop is<br />

allowed unless prohibited by the local inspecting authority.<br />

11. Not for 3 wire delta services. See Figure 3-I, page 29.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

26


OVERHEAD SERVICE TO<br />

TWO OR THREE METERS<br />

FIGURE 3-G<br />

NOTES:<br />

1. Meter sockets shall be provided, installed and maintained by the Customer. Transockets,<br />

when required, shall be provided by Company and installed and maintained by Customer.<br />

Sockets must be securely attached to wall. Customer installs service drop attachment of<br />

adequate strength for attachment of Company’s service drop conductors (see Figure 3-B,<br />

page 22). Service landing must provide service drop clearances required in Figure 2-A,<br />

page 14. For multifamily installations, see Figure 5-E, page 56.<br />

2. Service head, service raceway and service entrance conductors provided, installed and<br />

maintained by Customer.<br />

3. Two inch rigid steel conduit minimum for service mast supporting service drop. No<br />

coupling in the mast may be at or above the roof line. Service mast shall be of sufficient<br />

strength to support the service conductors.<br />

4. Service entrance conductors to extend from weatherhead to service landing, but in no<br />

case less than 36” minimum. Service head shall be located within 3’ of service landing<br />

attachment.<br />

5. It is Customer’s responsibility to meet requirements of all applicable codes and<br />

ordinances.<br />

6. For 240 volt four wire delta services, the “power leg” must be connected to the right hand<br />

terminals in meter sockets and be identified by orange insulation or painted orange at the<br />

weatherhead and in meter sockets.<br />

7. Service heads must be grouped for service drop.<br />

8. No more than three meter sockets (with a maximum of six service masts total) will be<br />

served in this manner. See Figure 3-H, page 28 for installations exceeding these<br />

requirements.<br />

9. Insulated conduit bushings are required for raceways terminating in the meter base.<br />

10. The use of flexible metallic conduit, liquid tight flexible metallic conduit, and liquid tight<br />

flexible non-metallic conduit for service entrance raceway is prohibited unless approved<br />

by the local inspecting authority.<br />

11. The use of Schedule 40 or 80 PVC for service mast not supporting service drop is<br />

allowed unless prohibited by the local inspecting authority.<br />

12. Each socket must be clearly and permanently marked as indicated in Section 500.11,<br />

page 43.<br />

13. Not for 3 wire delta services. See Figure 3-I, page 29.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

27


OVERHEAD SERVICE TO FOUR OR<br />

MORE SECONDARY SERVICE METERS<br />

FIGURE 3-H<br />

NOTES:<br />

1. A service enclosure (see 500.<strong>08</strong>,<br />

page 43), installed by Customer on<br />

outside wall of building, is required<br />

for Secondary Service installations<br />

through 2500 amperes with four or<br />

more meter sockets. See Figure<br />

3-G, page 27 for installations of less<br />

than four meter sockets. Contact<br />

Company for determination of<br />

service enclosure requirements. For<br />

multifamily installations, see Figure<br />

5-E, page 56.<br />

2. Service head, service raceway and main service entrance conductors provided, installed<br />

and maintained by Customer. Line side conductors from weatherheads are to contact<br />

the center of bus bars. Load conductors to meter sockets to be connected equally on<br />

both ends of bus bars to obtain full current rating.<br />

3. Conductors and raceways provided, installed and maintained by Customer.<br />

4. Meter sockets shall be provided, installed and maintained by the Customer.<br />

Transockets, when required, shall be provided by Company and installed and<br />

maintained by Customer. Sockets must be securely attached to wall.<br />

5. For use on service voltages through 480 volts.<br />

6. Service entrance conductors to be continuous from meter sockets to service enclosure.<br />

7. Customer provides all connectors and makes all connections in the enclosure.<br />

Approved connectors, plated 3/8” minimum diameter bolts, belleville washers, and<br />

oxide inhibitor are required for connections to plated aluminum bus.<br />

8. See Figure 2-A, page 14 for service drop clearances.<br />

9. Service switches, when installed near the service enclosure, should not interfere with<br />

service to an occupancy.<br />

10. Service entrance conductors to extend from weatherhead to service landing, but in no<br />

case less than 36” minimum. Service head(s) shall be located within 3’ of service<br />

landing attachment. No more than six service masts allowed without prior Company<br />

approval.<br />

11. Customer installs service drop attachment of adequate strength for Company’s service<br />

drop conductors. See Figure 3-B, page 22.<br />

12. Insulated conduit bushings are required for raceways terminating in the meter base.<br />

13. The use of flexible metallic conduit, liquid tight flexible metallic conduit, and liquid tight<br />

flexible non-metallic conduit for service entrance raceway is prohibited unless approved<br />

by the local inspecting authority.<br />

14. Each socket must be clearly and permanently marked indicated in Section 500.11, page<br />

43.<br />

15. The use of Schedule 40 or 80 PVC for service mast not supporting service drop is<br />

allowed unless prohibited by the local inspecting authority.<br />

16. Not for 3 wire delta services. See Figure 3-I, page 29.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

28


OVERHEAD THREE WIRE DELTA SERVICES<br />

FIGURE 3-I<br />

NOTES:<br />

1. Service drop conductor (quadraplex) provided, installed, and connected by Company.<br />

2. Customer installs service drop attachment of adequate strength for attachment of<br />

Company’s service drop conductors. See Figure 3B, page 22.<br />

3. Service mast shall be of sufficient height for the service drop to meet minimum<br />

clearances (see Figure 2-A, page 14). A 2” rigid steel or 2 ½” IMC conduit minimum<br />

with no coupling is required. EMT is not acceptable for service mast. Service mast to<br />

be of sufficient strength to support service drop.<br />

4. Customer to install conduit grounding clamp for bonding service drop messenger to<br />

service raceway. Company shall connect service messenger to the neutral at the<br />

transformer pole, ground at every intermediate pole, and connect to the conduit<br />

grounding clamp at the service raceway.<br />

5. Meter base enclosure and service raceways shall be connected to the grounded<br />

system conductor or to the grounding electrode conductor as per the NEC.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

29


SECTION 400 – UNDERGROUND SERVICE<br />

400.01 General<br />

Underground service is provided to Customer who meets Company requirements<br />

set out herein and pays to Company any amount due. Cash payments or other<br />

arrangements satisfactory to Company are made by Customer prior to Company’s<br />

beginning construction. All underground facilities included in the cost estimates<br />

are provided, installed, owned and maintained by Company.<br />

Where Company provides delivery service underground, Company retains the<br />

right to limit delivery service to such underground, network, and/or dual feed<br />

distribution systems.<br />

400.02 Underground Service Lateral for Underground Residential Customers and<br />

Secondary Service Customers Served from Overhead Transformation<br />

The Company owns and maintains the service lateral conductor and raceway.<br />

The Company installs the service lateral conductor. The Customer has the option<br />

of installing the raceway connecting the Company’s distribution system to<br />

Customer’s point of delivery (reference Figure 5A, pages 44 & 45). Where<br />

Customer installs or plans to install obstructions (asphalt or concrete walk,<br />

driveway, retaining wall, paved parking lot, etc.) in the path of Company’s service<br />

lateral, Company will require Customer to provide and install raceway for<br />

Company’s service lateral to Company specifications. Should Customer not<br />

install necessary raceway for service lateral prior to the installation of obstructions<br />

or should Customer’s service route change after the installation of obstructions<br />

where no raceway exists for new service lateral location, Customer must make the<br />

necessary raceway installations prior to service lateral installations. Contact<br />

Company for details.<br />

Customer is to establish final grade before service lateral can be installed. Any<br />

change in final grade which results in the lowering or raising of service lateral<br />

raceway or associated equipment is at the expense of the Customer.<br />

When installed by Company, service lateral will be run in a straight line. A clear<br />

path wide enough to permit passage of excavation equipment is required. It is the<br />

Customer’s responsibility to clear all obstructions before service lateral installation<br />

starts. Customer is also responsible for marking or exposing any plumbing. The<br />

Company will not be responsible for damaging private plumbing.<br />

Company owned service lateral raceways are to be located on the exterior of the<br />

building.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

30


400.03 Underground Services to Secondary Service Customers Fed from<br />

Padmounted Transformers, Handholes, or Service Pedestals<br />

Secondary Service Customers fed from padmounted transformers, handholes, or<br />

service pedestals are to furnish, install, own and maintain the service lateral<br />

conductors including raceway(s) to the device terminals. Customer will furnish<br />

and Company will install connectors and connect to terminals. Where fed from<br />

padmounted transformers, 3 or 4 wire delta service is not available, and<br />

Customer conductor size shall be limited to 1000 kCMIL. See Figure 5A, pages<br />

44 & 45 for Company-Customer responsibility.<br />

400.04 Underground Service, Self Contained Meter Wiring<br />

See Figure 4-A, page 33.<br />

400.05 Underground Service, One Residential Meter<br />

See Figure 4-B, page34.<br />

400.06 Underground Service, One Secondary Service Meter<br />

See Figure 4-C, page 35.<br />

400.07 Underground Service, Two or More Secondary Service Meters With Service<br />

Enclosure<br />

See figure 4-D page 36.<br />

400.<strong>08</strong> Underground Service, Two of More Secondary Service Meters With<br />

Meterpack<br />

See Figure 4-E, page 37.<br />

400.09 Underground Service, Meter Pedestal<br />

See figure 4-F, page 38.<br />

400.10 Underground Service to Mobile or Manufactured Homes<br />

Underground service to a mobile home shall be made in a manner as depicted in<br />

Figure 4-F, page 38. The meter socket shall not be mounted directly to the mobile<br />

home.<br />

Manufactured homes, if equipped with factory installed service equipment, may<br />

be connected as depicted in Figure 4-B, page 34 if all three of the following<br />

requirements are met.<br />

(1) The manufactured home is secured to a permanent foundation by an<br />

approved anchoring system. Compliance with this requirement may be<br />

evidenced with one of the following:<br />

(a) the manufactured home structure is included in the real property deed,<br />

(b) the foundation and anchoring system is designed by a Texas licensed<br />

engineer or Texas licensed architect, or<br />

(c) an affidavit from a home inspector is provided verifying that the<br />

foundation and anchoring system meets the Texas Administrative<br />

Code foundation and anchoring requirements for Manufactured<br />

Housing (TAC Title 10, Part 1, Chapter 80).<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

31


(2) The service equipment complies with Article 230 of the National Electrical<br />

Code (NEC).<br />

(3) Bonding and grounding comply with Article 250 of the NEC.<br />

Contact Company prior to installation of mobile or manufactured homes to<br />

determine service method.<br />

400.11 Other Underground Services<br />

For any situation that is not addressed, please contact Company for specific<br />

instructions.<br />

Notes:<br />

1. For temporary underground service, see Section 600, page 62 and Figure<br />

6-B, page 64.<br />

2. For underground line locating services, please call 811.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

32


UNDERGROUND SERVICE<br />

SELF CONTAINED METER WIRING<br />

FIGURE 4-A<br />

NOTES:<br />

1. Company owned service lateral conductors are installed by Company and line side<br />

(top) connections made up by Company. Customer’s service conductors are<br />

installed and connected in socket by Customer. Customer’s load conductors for<br />

self contained meter sockets may not exit top half of meter socket enclosure.<br />

2. Meter socket shall be provided, installed, and maintained by the customer.<br />

3. An insulated conduit bushing is required for raceways terminating in the meter<br />

socket.<br />

4. Customer’s grounding electrode conductor (#6 Cu min.) shall originate in the<br />

service entrance equipment and extend to at approved ground electrode. The<br />

grounding electrode conductor is permitted to be routed through the meter socket<br />

enclosure, but shall not terminate within. Company reserves the right to refuse<br />

installation of service contingent upon inspection of Customer’s grounding<br />

connections.<br />

5. Reference section 400.02, page 30 for Company or Customer responsibility for<br />

service lateral raceway installation. Schedule 80 PVC or Schedule 40 PVC (if<br />

permitted by local code) is required for underground service lateral raceway. Rigid<br />

steel, IMC, or EMC is not allowed.<br />

6. The use of flexible metallic conduit, liquid tight flexible metallic conduit, and liquid<br />

tight flexible non-metallic conduit for service entrance raceway is prohibited, unless<br />

approved by the local inspecting authority.<br />

7. Two 2-hole straps may be required by the inspecting authority.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

33


UNDERGROUND SERVICE<br />

ONE RESIDENTIAL METER<br />

FIGURE 4-B<br />

Notes:<br />

1. Company owned service lateral conductors<br />

are installed by Company and line side<br />

(top) connections made up by Company.<br />

Customer’s service conductors are installed<br />

and connected in socket by Customer.<br />

2. Meter socket shall be provided, installed,<br />

and maintained by the Customer.<br />

Transockets, when required, shall be<br />

provided by Company and installed and<br />

maintained by Customer. Customer load<br />

conductors may not exit top half of<br />

meter socket enclosure.<br />

3. An insulated conduit bushing is required for<br />

raceways terminating in meter socket.<br />

4. Customer’s grounding electrode conductor<br />

(#6 Cu min.) shall originate in the service<br />

entrance equipment and extend to an<br />

approved ground electrode. The grounding<br />

electrode conductor is permitted to be<br />

routed through the meter socket enclosure,<br />

but shall not terminate within. Company<br />

reserves the right to refuse installation of<br />

service contingent upon inspection of<br />

Customer’s grounding connections.<br />

5. Reference section 400.02, page 30 for<br />

Company or Customer responsibility for<br />

service lateral raceway installation.<br />

Schedule 80 PVC or Schedule 40 PVC (if<br />

permitted by local code) is required for<br />

underground service lateral raceway. Rigid<br />

steel, IMC, or EMT is not allowed.<br />

Contact Company prior to installation to<br />

determine service lateral raceway size (two<br />

inch is minimum).<br />

6. The use of flexible metallic conduit, liquid<br />

tight flexible metallic conduit, and liquid tight<br />

flexible non-metallic conduit for service<br />

entrance raceway is prohibited, unless<br />

approved by the local inspecting authority.<br />

7. Two 2-hole straps may be required by the<br />

inspecting authority.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

34


UNDERGROUND SERVICE<br />

ONE SECONDARY SERVICE METER<br />

FIGURE 4-C<br />

Notes:<br />

1. See Figure 5A, pages 44 & 45 for<br />

Company-Customer responsibility of source<br />

and load conductors and connection of<br />

these conductors.<br />

2. Meter socket shall be provided, installed,<br />

and maintained by the Customer.<br />

Transockets, when required, shall be<br />

provided by Company and installed and<br />

maintained by Customer. All meter sockets<br />

(excluding transockets) require the line side<br />

conductors to be connected to the top<br />

meter socket terminals. Customer load<br />

conductors for self contained meter<br />

sockets may not exit top half of meter<br />

socket enclosure.<br />

3. An insulated conduit bushing is required for<br />

raceways terminating in meter socket.<br />

4. Customer’s grounding electrode conductor<br />

(#6 Cu min.) shall originate in the service<br />

entrance equipment and extend to an<br />

approved ground electrode. The grounding<br />

electrode conductor is permitted to be<br />

routed through the meter socket enclosure,<br />

but shall not terminate within. Company<br />

reserves the right to refuse installation of<br />

service contingent upon inspection of<br />

Customer’s grounding connections.<br />

5. Reference section 400.02, page 30 and<br />

400.03, page 31 for Company or Customer<br />

responsibility for service lateral raceway<br />

installation.<br />

6. Schedule 80 PVC is required for Company<br />

owned underground service lateral<br />

raceways. Rigid steel, IMC, or EMT is not<br />

allowed.<br />

7. The use of flexible metallic conduit, liquid<br />

tight flexible metallic conduit, and liquid tight<br />

flexible non-metallic conduit for service<br />

entrance raceway is prohibited unless<br />

approved by the local inspecting authority.<br />

8. Two 2-hole straps may be required by the<br />

inspecting authority.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

35


UNDERGROUND SERVICE, TWO OR MORE SECONDARY<br />

SERVICE METERS WITH SERVICE ENCLOSURE<br />

FIGURE 4-D<br />

NOTES:<br />

1. A service enclosure (see 500.<strong>08</strong> page 43) for Secondary Service installations through<br />

2500 amperes and two or more meter sockets, is required. Service enclosure shall be<br />

installed by Customer on outside wall of building. Contact Company for determination<br />

of service enclosure requirements. For multi-family installations, see Figure 5-E, page<br />

56.<br />

2. Load conductors to meter sockets to be connected equally on both ends of bus bars to<br />

obtain full current rating of bus bars. Line conductors shall be connected to center of<br />

bus bars.<br />

3. Conductors, gutters and raceways provided, installed and maintained by Customer.<br />

4. Meter sockets shall be provided, installed and maintained by Customer. Transockets,<br />

when required, shall be provided by Company and installed by Customer.<br />

5. For use on service voltages through 480 volts.<br />

6. Service entrance conductors to be continuous from meter sockets to service enclosure.<br />

7. Refer to Figure 5-A, pages 44 & 45 for connector/conductor responsibility in service<br />

enclosures. Approved connectors, plated 3/8” minimum diameter bolts, belleville<br />

washers, and oxide inhibitor are required for connections to plated aluminum bus.<br />

8. Meter disconnect switch as allowed by local inspection authority. Verify acceptance<br />

prior to installation.<br />

9. For service lateral installation refer to 400.02, page 30.<br />

10. For underground services, the bottom section of the enclosure shall be reserved for the<br />

line side conductors. Load side conductors are not permitted to exit bottom.<br />

11. Insulated conduit bushings are required for raceways terminating in the meter socket.<br />

12. The use of flexible metallic conduit, liquid tight flexible metallic conduit, and liquid tight<br />

flexible non-metallic conduit for service entrance raceway is prohibited unless approved<br />

by the local inspecting authority.<br />

13. Schedule 80 PVC is required for Company owned underground service lateral<br />

raceways. Rigid steel, IMC, or EMT is not allowed.<br />

14. Each socket must be clearly and permanently marked as indicated in Section 500.11,<br />

page 43.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

36


UNDERGROUND SERVICE, TWO OR MORE<br />

SECONDARY SERVICE METERS WITH METERPACK<br />

FIGURE 4-E<br />

NOTES:<br />

1. A meterpack, installed by Customer on outside wall of building for Secondary Service<br />

installations for two or more meter sockets, may be installed in lieu of a service<br />

enclosure. Contact Company for approval of meterpacks prior to letting bids and<br />

installing equipment. For multi-family installations, see Figure 5-E, page 56.<br />

2. Meterpacks provided, installed, and maintained by Customer.<br />

3. Refer to Figure 5-A, page 45 for connector/conductor responsibility in meterpack.<br />

4. When utilizing meterpacks to serve Secondary Service Customers, lever operated<br />

bypass mechanisms are required for each individual meter socket.<br />

5. For service lateral installation refer to 400.02, page 30.<br />

6. Meterpacks with meter stacks up to 5 will be permitted under certain conditions.<br />

Contact Company for details.<br />

7. The use of flexible metallic conduit, liquid tight flexible metallic conduit, and liquid tight<br />

flexible non-metallic conduit for service entrance raceway is prohibited unless approved<br />

by the local inspecting authority.<br />

8. Schedule 80 PVC is required for Company owned underground service lateral<br />

raceways. Rigid steel, IMC, or EMT is not allowed.<br />

9. It is the Customer’s responsibility to determine local code requirements<br />

concerning meterpacks with main switches or main circuit breakers prior to<br />

installing equipment.<br />

10. Each socket must be clearly and permanently marked as indicated in Section 500.11,<br />

page 43.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

37


UNDERGROUND SERVICE<br />

METER PEDESTAL<br />

FIGURE 4-F<br />

NOTES:<br />

1. Precast foundation provided by Company.<br />

2. Above ground meter pedestal provided, installed and maintained by Customer.<br />

Customer provides anchor clips and bolts with meter pedestal.<br />

3. Service lateral or source conductors provided and installed as per 400.02, page 30.<br />

4. Four feet clearance is required from meter side of pedestal to any obstruction or<br />

structure.<br />

5. Customer service equipment may be installed on meter pedestal in accordance with all<br />

applicable codes.<br />

6. Customer may connect grounding electrode conductor to duplex connector on neutral<br />

bus. The grounding electrode conductor (#6 Cu min.) shall connect to an approved<br />

ground electrode. Company reserves the right to refuse installation of service<br />

contingent upon observing an unsafe Customer connection.<br />

7. Alternate Design- Customer shall obtain Company approval of any alternate design<br />

prior to installation.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

38


SECTION 500 - METERING AND ASSOCIATED EQUIPMENT<br />

500.01 General<br />

Meter sockets shall be provided, installed and maintained by Customer. When the<br />

ratings of meter sockets are exceeded, transockets shall be used. Transockets,<br />

when required, shall be provided by Company and installed and maintained by<br />

Customer. See Figure 5-A, pages 44 & 45 for conductor, connector and<br />

connection details.<br />

500.02 Work on Meter Installations<br />

Electricians and electrical contractors, prior to removing self contained<br />

meters (excluding 480 V self contained meters) and disconnecting power<br />

must contact the Company’s electrician voice mailbox at 1-800-518-2374 and<br />

provide requested information. The information required is provided on<br />

page 70.<br />

500.03 Sequence of Connecting Facilities<br />

The standard sequence for connecting equipment to Company’s existing delivery<br />

system facilities is as follows:<br />

COMPANY’S ELECTRICAL DELIVERY SYSTEM<br />

│<br />

POINT OF DELIVERY<br />

│<br />

METERING EQUIPMENT<br />

│<br />

CUSTOMER’S SERVICE EQUIPMENT<br />

│<br />

CUSTOMER’S ELECTRICAL LOAD<br />

A sequence of facilities other than illustrated here should be done only with prior<br />

approval of the Company.<br />

500.04 Location of Meter<br />

Consistent with good utility practice, a meter and its associated equipment shall be<br />

installed in a location that facilitates the provision of safe and reliable delivery<br />

service and accurate measurement and that provides clear working space on all<br />

sides. The center of the socket opening shall be not less than four feet and<br />

not more than six feet above the finished grade. All meter locations should be<br />

as near as possible to the point of delivery. The Company shall have direct,<br />

unobstructed access to all meter locations. Meter locations likely to become<br />

obstructed in the future shall be avoided.<br />

The Company’s electrical delivery system and the metering equipment shall be<br />

located outside the building. If the Customer requires a location other than outside<br />

the building or if service conductor and conduit must pass under permanent<br />

structures, foundations or structure slabs, the Customer shall install and own the<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

39


electric service conductors from a Company designated point of delivery outside of<br />

the building (either secondary transformer terminals or service enclosure) to the<br />

metering equipment location. See Figure 5-A for typical point of delivery (P.O.D.)<br />

locations. Metering equipment locations other than outside the building are nonstandard<br />

and require Company approval prior to installation of the meter.<br />

Meterbases and transockets are not to be installed on Company poles. This<br />

applies to both overhead and underground services.<br />

500.05 Meter Work Space<br />

Sufficient space in front of, above, below and on each side of meter sockets,<br />

service enclosures, meterpacks and transockets is necessary for work space for<br />

connecting and the reading of meters. No obstruction shall be within four feet in<br />

front of the meter. See NEC Article 110.26 for working spaces.<br />

500.06 Meter Sockets<br />

The Customer will provide, install, and maintain self contained meter sockets.<br />

Transockets, when required, will be provided by Company and installed and<br />

maintained by Customer. These sockets are to be used exclusively for metering.<br />

The Company reserves the right to refuse service if the incorrect socket is installed<br />

or if the socket is not wired correctly. Each connector provided in the meter<br />

socket is rated for a single aluminum or copper conductor. The number of<br />

Customer conductors shall not exceed the number of connectors (shall not<br />

double lug). See Figure 5-B, pages 46-50. Aluminum conductors require wire<br />

brushing to remove oxide film and an application of oxide inhibitor immediately<br />

before installation.<br />

500.06.01 Meter Socket Ratings<br />

Meter sockets are specified by their continuous current rating and are designed<br />

for short term (three hours or less) overloads of 125%. Electrical panels are<br />

specified by their maximum rating and any continuous loads (three hours or<br />

more) are limited to 80% of this maximum. A 320 ampere meter socket has a<br />

continuous rating of 320 amperes and a maximum rating of 400 amperes. A<br />

400 ampere panel has a maximum rating of 400 amperes and a continuous<br />

rating of 320 amperes. Even though these two items are referred to by different<br />

numbers, their capabilities are identical and a 320 ampere socket is adequate<br />

to serve a 400 ampere panel.<br />

500.06.02 Ganged Meter Socket Assemblies<br />

Ganged meter socket assemblies are for multi-family residential installations<br />

and are 120/240 volt, three wire, single phase. Each of the ganged meter<br />

socket assemblies must be clearly and permanently marked to indicate each<br />

location to be served prior to the connection of service. See Figures 5-B,<br />

pages 46-50 and 5-E, page 56 for typical dimensions, examples of layouts, and<br />

terminal configurations.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

40


500.06.03 Meterpacks<br />

Meterpacks for multi-family residential and Secondary Service installations will<br />

be subject to approval by Company. Where the Company owns the service<br />

lateral conductors to main circuit breaker meterpacks, Company will only<br />

connect to those main circuit breakers with external connectors and not directly<br />

to main circuit breakers. Each meter socket must be clearly and permanently<br />

marked prior to connection of service as indicated in Section 500.11, page 43.<br />

Contact Company for approval of meterpacks prior to letting bids and<br />

installing equipment. It is the Customer’s responsibility to determine<br />

local code requirements concerning meterpacks with main switches or<br />

main circuit breakers prior to installing equipment.<br />

500.06.04 Line Side (Source) Connections<br />

All meter sockets (excluding transockets), whether served overhead or<br />

underground, require the line-side conductors to be connected to the top meter<br />

socket terminals. For transocket connections, see 500.06.11,<br />

page 42.<br />

500.06.05 Meter Sockets – Secondary Service Less than 200 Amperes<br />

200 ampere meter sockets specified for use on Secondary Service Customers<br />

are equipped with a lever operated bypass mechanism to permit installation<br />

and removal of meters without causing interruption of service. Use of this<br />

socket is primarily intended to prevent disruption of service to loads typically<br />

found in many Secondary Service accounts. However, in special cases, a<br />

non-lever bypass socket (similar to Company number 301399 and 301401)<br />

may be substituted instead. Contact Company prior to acquiring and<br />

installing meter socket for more information. See Figure 5-B, pages 46-50.<br />

When utilizing meterpacks to serve Secondary Service Customers, lever<br />

operated bypass mechanisms are required for each individual meter socket.<br />

Contact Company for approval of meterpacks prior to letting bids and<br />

installing equipment.<br />

500.06.06 Power Leg for 240 Volt Delta Service<br />

The phase that is commonly called the “power leg”, “high leg”, “freak leg”, or<br />

“wild phase” shall always be connected to the right hand meter socket<br />

terminals including prewired transockets and shall be effectively identified in<br />

accordance with NEC 230.56 (marked by orange tape or paint). The “power<br />

leg” shall be connected to the center bus in service enclosures. See Figure<br />

5-J, page 61.<br />

500.06.07 Ungrounded Delta – Meter Socket & Transocket Case Ground<br />

Requirements (Page 48 & 49)<br />

In addition to grounding requirements established by the National Electrical<br />

Code and local ordinances, the metal enclosures of meter sockets and<br />

transockets shall be connected to an eight foot auxiliary ground rod located<br />

within sight of and as close as practicable to the meter socket. These<br />

additional grounding requirements are the responsibility of the Customer.<br />

Customer must remove any ground jumpers or ground straps on the<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

41


center (unmetered) phase of the meter socket or transocket to ensure the<br />

service remains ungrounded.<br />

500.06.<strong>08</strong> Company – Customer Responsibility<br />

See Figure 5-A, pages 44 & 45.<br />

500.06.09 Meter and Socket Application Guide<br />

See Figure 5-B, pages 46-50 or visit:<br />

http://www.oncor.com/electricity/metering/approvedmeters.aspx<br />

500.06.10 Meter Socket Connections and Voltages<br />

See Figure 5-F, page 57; Figure 5-G, page 58; Figure 5-H, page 59; Figure 5-I,<br />

page 60; and Figure 5-J, page 61 for details.<br />

500.06.11 Transockets<br />

When the voltage and/or current limitations of a self-contained meter socket are<br />

exceeded, the transocket is standard equipment for installations 480 volt and<br />

less (see Figure 5-B, pages 46-50 for maximum socket ampacity). Transockets<br />

are not interchangeable; it is critical that the correct transocket be installed for<br />

each application. Company designers will determine the need for a transocket<br />

and will order the correct unit. Any transocket can be wired for top or bottom<br />

feed. If service is underground, the line conductors must enter the bottom of<br />

the transocket and connect to the bottom terminals. For overhead service, the<br />

line conductors will enter the top of the transocket and connect to the top<br />

terminals. Load conductors will always exit opposite the line conductors; no<br />

conductors will be allowed to cross inside the transocket. The conductor<br />

entrance and exit location notes of Figure 5-C, page 53 must be followed. Any<br />

meter wiring modifications necessary to accommodate source location will be<br />

performed by Company prior to the meter installation. Caution: removing the<br />

meter from a transocket does not disconnect the service.<br />

500.06.12 Transocket Configurations and Connection Details<br />

See Figure 5-C, pages 51-53.<br />

500.07 Instrument Transformers (C.T.s & V.T.s)<br />

For installations requiring instrument transformers (I.T.s), the standard methods of<br />

metering are (1) the transocket or (2) metering at the pad transformer with the I.T.s<br />

installed in the pad transformer. When the Customer’s service requirements<br />

exceed the capacity of the transocket and metering at the pad transformer is not<br />

feasible, the preferred metering method is to use I.T.s installed in a Company<br />

approved enclosure. Company will provide the I.T.s and, when necessary, the<br />

enclosure. Customer may be required to install the enclosure and I.T.s. If I.T.s<br />

should need to be replaced, Customer may be required to install the Company<br />

provided replacement I.T.s. Where I.T.s are installed in Customer owned<br />

switchgear, the Customer shall be responsible for having the switchgear<br />

manufacturer install acceptable I.T.s. Customer must contact Company to<br />

determine ratio, burden, and accuracy of requirements and must provide certified<br />

test reports of I.T. performance.<br />

42<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved


500.<strong>08</strong> Service Enclosures (Distribution Can, Terminal Box, Tap Can, Connection<br />

Box)<br />

Company may require the use of service enclosures for certain configurations of<br />

multiple meters. Use of gutters or troughs as connection enclosures is<br />

discouraged. Service enclosures will be provided by Company and installed by<br />

Customer. See Figure 3-H, page 28; Figure 4-D, page 36; Figure 5-D, pages 54-<br />

55; and Figure 5-E, page 56 for details.<br />

500.09 Padmounted Secondary Enclosures (Connection Enclosures) 36 In. X 36 In.<br />

(TSN 463<strong>08</strong>2) & 54 In. X 54 In. (TSN 463<strong>08</strong>1)<br />

Company shall require the use of secondary enclosures for installations where the<br />

Customer is installing a number of conduits and/or secondary conductors in excess<br />

of the maximum quantity allowed for the transformer per <strong>Construction</strong> Standard<br />

209-420. See Figure 5-A, page 45.<br />

500.10 Totalizing of Multiple P.O.D.s<br />

Meters serving installations not considered a single point of delivery shall not be<br />

totalized.<br />

500.11 Meter Socket Identification at Multi-Metered Locations<br />

Meter sockets to multi-metered locations shall be clearly and permanently<br />

marked on the exterior and interior of the meter socket to indicate each<br />

apartment or location served. Engraved or stamped metal, weather resistant<br />

placards shall be used on the exterior of the meter socket and be<br />

permanently affixed. Permanent marker or other acceptable method shall be<br />

used to mark the apartment or location on the inside of the meter socket (at a<br />

location other than the cover) where it can be easily read.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

43


COMPANY – CUSTOMER RESPONSIBILITY<br />

FIGURE 5-A<br />

METER<br />

SOCKET<br />

APPLICATION<br />

Overhead<br />

Underground<br />

Residential<br />

Underground<br />

Secondary<br />

Service<br />

served from<br />

Overhead Xfmr<br />

Underground<br />

Secondary<br />

Service<br />

served from<br />

Padmounted<br />

Xfmr<br />

Underground,<br />

Apartments, 6<br />

meters or less<br />

per service<br />

lateral<br />

COMPANY-CUSTOMER SERVICE RESPONSIBILITY<br />

AT SINGLE METER SOCKET LOCATIONS<br />

TYPICAL<br />

P.O.D. (1) REFERENCE<br />

CONDUCTORS TO AND<br />

FROM METER SOCKET<br />

METER SOCKET<br />

CONNECTIONS<br />

LOCATION<br />

LOCATION OWNERSHIP MADE BY<br />

Service 3-D, 3-E, Source Customer Customer<br />

Head 3-F, 3I Load Customer Customer<br />

Meter<br />

Source Company Company<br />

Socket 4-B Load Customer Customer<br />

Meter<br />

Socket 4-C<br />

Xfmr<br />

Terminals 4-C<br />

Source Company (3) Company<br />

Load Customer Customer<br />

Source Customer Customer<br />

Load Customer Customer<br />

AT RESIDENTIAL MULTI-FAMILY METER LOCATIONS<br />

Ganged<br />

Meter<br />

Socket or<br />

Meterpack (4)<br />

5-E Company furnishes and installs service lateral and<br />

makes connections on source terminals of ganged<br />

meter socket or meterpack (4).<br />

Underground,<br />

Apartments, 7<br />

meters or more<br />

with service<br />

enclosure (2)<br />

Service<br />

Enclosure or<br />

Meterpack<br />

(4)<br />

5-E<br />

Customer furnishes and installs conductors<br />

between sockets and service enclosure and makes<br />

connections in sockets and on load terminals of<br />

service enclosure.<br />

Company furnishes and installs service lateral and<br />

makes connections on source terminals of service<br />

enclosure or meterpack (4).<br />

(1) P.O.D. = Point of Delivery as defined in 100.01.19, page 6.<br />

(2) If 7 meters or more are served, a service enclosure may be used or Company may run<br />

multiple service laterals if permitted by local code.<br />

(3) Customer may install raceway as provided for in 400.02, page 30.<br />

(4) Contact Company for approval of meterpacks prior to letting bids and installing<br />

equipment.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

44


COMPANY – CUSTOMER RESPONSIBILITY (CONTINUED)<br />

FIGURE 5-A<br />

COMPANY-CUSTOMER SERVICE RESPONSIBILITY<br />

FOR SECONDARY SERVICE GROUPED METER LOCATIONS<br />

METER<br />

SOCKET<br />

APPLICATION<br />

TYPICAL<br />

P.O.D. (1)<br />

LOCATION<br />

REF. COMPANY-CUSTOMER RESPONSIBILITY AT METER<br />

SOCKET AND SERVICE ENCLOSURES<br />

Overhead<br />

Secondary Service<br />

with 2 or more<br />

meters served<br />

from<br />

Overhead Xfmr.<br />

Service<br />

Head<br />

3-G,<br />

3-H<br />

Customer furnishes, installs, and connects conductors from<br />

service head(s) to service enclosure and from service enclosure<br />

to meter sockets.<br />

Customer furnishes and installs connectors in service enclosure<br />

as required.<br />

Underground<br />

Secondary Service<br />

with 2 or more<br />

meters served<br />

from<br />

Overhead Xfmr<br />

Service<br />

Enclosure or<br />

Meterpack (3)<br />

4-D,<br />

4-E,<br />

5-D<br />

Customer furnishes and installs conductors between meter<br />

sockets and service enclosure, supplies connectors when<br />

required, and makes connections in meter sockets and service<br />

enclosure.<br />

Company furnishes and installs service lateral conductor and<br />

connectors and makes connections on source terminals of<br />

service enclosure or meterpack (3).<br />

Underground<br />

Secondary Service<br />

with 2 or more<br />

meters served<br />

from<br />

Padmounted Xfmr<br />

Xfmr<br />

Terminals<br />

4-D,<br />

4-E,<br />

5-D<br />

Customer furnishes and installs conductors between meter<br />

sockets and service enclosure or meterpack (3) and transformer;<br />

supplies connectors when required; and makes connections in<br />

meter sockets, service enclosure and meterpack (3).<br />

Customer furnishes connectors. Company attaches connectors<br />

at source end and makes connections on transformer terminals.<br />

AT LOCATIONS OTHER THAN METERS FOR SECONDARY SERVICE LOCATIONS<br />

LOCATION<br />

Service<br />

Head<br />

Padmount<br />

Transformer<br />

Secondary<br />

Compartment<br />

Padmount<br />

Secondary<br />

Enclosure at<br />

Transformer Pad<br />

Company<br />

Handhole or<br />

Pedestal<br />

Secondary<br />

Service,<br />

I.T. Enclosure<br />

TYPICAL<br />

P.O.D. (1)<br />

LOCATION<br />

Service<br />

Head<br />

Pad Xfmr.<br />

Terminals<br />

Secondary<br />

Enclosure<br />

REF.<br />

3-D, 3-E,<br />

3-F, 3-G,<br />

3-H, 3I<br />

__<br />

__<br />

CONDUCTORS<br />

LOCATION<br />

OWNERSHIP<br />

CONNECTORS<br />

PROVIDED BY<br />

CONNECTIONS<br />

MADE BY<br />

Source Company Company Company<br />

Load Customer Company Company<br />

Terminals Company ___ ___<br />

Load Customer Customer Company<br />

Source Company Company Company<br />

Load Customer Customer Company<br />

Handhole<br />

Source Company Company Company<br />

or __<br />

Pedestal<br />

Load Customer Customer Company<br />

Source Customer (2) Customer Customer<br />

Pad Xfmr.<br />

Terminals __ Load Customer Customer Customer<br />

(1) P.O.D. = Point of Delivery as defined in 100.01.19, page 6.<br />

(2) For Customers served from an overhead transformer bank, the source side service lateral<br />

conductors will be provided by the Company and the P.O.D. will be the I.T. Enclosure.<br />

(3) Contact Company for approval of meterpacks prior to letting bids and installing<br />

equipment.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

45


46<br />

APPLICATION<br />

WIRES PHASE VOLTS SERVICE<br />

TYPE<br />

120 SECONDARY<br />

2 1 OR SERVICE<br />

240 OR TEMP<br />

2 1<br />

120<br />

OR<br />

240<br />

RESIDENTIAL<br />

OR SECONDARY<br />

SERVICE<br />

2 1 480 SECONDARY<br />

SERVICE<br />

SECONDARY<br />

3 1 120/240 SERVICE &<br />

TEMP<br />

METER AND SOCKET APPLICATION GUIDE<br />

FIGURE 5-B *<br />

MAX<br />

AMPS<br />

0-60<br />

0-150<br />

0-200<br />

0-60<br />

3 1 120/240 RESIDENTIAL 0-150<br />

3 1 120/240 SECONDARY<br />

SERVICE<br />

60-200<br />

3 1 120/240 RESIDENTIAL 150-200<br />

3 1 120/240 RESIDENTIAL 0-200<br />

INSTALLATION<br />

TYPE<br />

SELF-<br />

CONTAINED<br />

OH ONLY<br />

SELF-<br />

CONTAINED<br />

OH ONLY<br />

MINI<br />

TRANSOCKET<br />

OH OR UG<br />

SELF-<br />

CONTAINED<br />

OH ONLY<br />

SELF-<br />

CONTAINED<br />

OH ONLY<br />

SELF-<br />

CONTAINED<br />

OH OR UG<br />

SELF-<br />

CONTAINED<br />

OH OR UG<br />

SELF-<br />

CONTAINED<br />

OH OR UG<br />

STOCK<br />

NO.<br />

METERSOCKET<br />

MANUFACTURER<br />

CATALOG<br />

NUMBER<br />

MAX<br />

HUB<br />

SIZE<br />

312720 ANCHOR U1000-634-SR2 ONE 1”<br />

301399<br />

CUTLER-HAMMER<br />

DURHAM<br />

LANDIS & GYR<br />

MIDWEST ELECTRIC<br />

MILBANK<br />

SIEMENS<br />

SQUARE D<br />

UT-RS502B-CH<br />

UT-RS502B<br />

UAT314-OG<br />

UT-RS502B-MEP<br />

U7262-RL<br />

SUAT314-OG<br />

UT-RS502B-SQD<br />

ONE 2.75”<br />

320797 DURHAM 105777A ONE 2.75”<br />

312720 ANCHOR U1000-634-SR2 ONE 1”<br />

301399<br />

312727<br />

301401<br />

323754<br />

CUTLER-HAMMER<br />

DURHAM<br />

LANDIS & GYR<br />

MIDWEST ELECTRIC<br />

MILBANK<br />

SIEMENS<br />

SQUARE D<br />

CUTLER-HAMMER<br />

DURHAM<br />

LANDIS & GYR<br />

MIDWEST ELECTRIC<br />

MILBANK<br />

SIEMENS<br />

SQUARE D<br />

CUTLER-HAMMER<br />

DURHAM<br />

LANDIS & GYR<br />

MIDWEST ELECTRIC<br />

MILBANK<br />

SIEMENS<br />

SQUARE D<br />

CUTLER-HAMMER<br />

DURHAM<br />

MIDWEST ELECTRIC<br />

SQUARE D<br />

UT-RS502B-CH<br />

UT-RS502B<br />

UAT314-OG<br />

UT-RS502B-MEP<br />

U7262-RL<br />

SUAT314-OG<br />

UT-RS502B-SQD<br />

UT-H4213B-CH<br />

UT-H4213B<br />

40404-025<br />

UT-H4213B-MEP<br />

U9801-XL<br />

S40404-025<br />

UT-H4213B-SQD<br />

UT-RS212B-CH<br />

UT-RS212B<br />

UAT417-XG<br />

UT-RS212B-MEP<br />

U7040-XL<br />

SUAT417-XG<br />

UT-RS212B-SQD<br />

UT-RS213-8B-CH<br />

UT-RS213-8B<br />

UT-RS213-8B-MEP<br />

UT-RS213-8B-SQD<br />

*Manufacturer name and part number subject to change without notice. Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

ONE 2.75”<br />

ONE 2.75”<br />

ONE 2.75”<br />

ONE 2.75”<br />

MAX # CONDUCTORS, TYPICAL<br />

MIN/MAX CONDUCTOR SIZES,<br />

TYPICAL DIMENSIONS **<br />

SOURCE: ONE # 12 - # 1/0<br />

LOAD: ONE # 12 - # 1/0<br />

7” DIAMETER (ROUND)<br />

SOURCE: ONE # 2 - 250<br />

LOAD: ONE # 2 - 250<br />

8.5” X 12.5” X 3.25”<br />

NOTE: 2W SERVICE IS LIMITED TO<br />

100 A<br />

SOURCE: ONE # 6 - 250<br />

LOAD: ONE # 6 - 250<br />

13” X 24” X 9”<br />

SOURCE: ONE # 12 - # 1/0<br />

LOAD: ONE # 12 - # 1/0<br />

7” DIAMETER (ROUND)<br />

SOURCE: ONE # 2 - 250<br />

LOAD: ONE # 2 - 250<br />

8.5” X 12.5” X 3.25”<br />

SOURCE: ONE # 2 - 350<br />

LOAD: ONE # 2 - 350<br />

13” X 19” X 5”<br />

NOTE: EQUIPPED WITH LEVER<br />

BYPASS<br />

SOURCE: ONE # 2 - 250<br />

LOAD: ONE # 2 - 250<br />

8” X 12” X 3.25”<br />

SOURCE: ONE # 1/0 - 350<br />

LOAD: TWO # 1/0 - 250<br />

13” X 20” X 5”<br />

**Actual dimensions will vary.


47<br />

APPLICATION<br />

WIRES PHASE VOLTS<br />

3 1 120/240<br />

3 1 120/240<br />

3 1 120/240<br />

METER AND SOCKET APPLICATION GUIDE (CONTINUED)<br />

FIGURE 5-B *<br />

SERVICE<br />

TYPE<br />

RESIDENTIAL<br />

OR SECONDARY<br />

SERVICE<br />

MAX<br />

AMPS<br />

200-320<br />

RESIDENTIAL<br />

OR SECONDARY 320-600<br />

SERVICE<br />

RESIDENTIAL<br />

OR SECONDARY 600-1600<br />

SERVICE<br />

3 1 120/240 MOBILE HOME<br />

SINGLE<br />

POSITION<br />

3 1 120/240 MOBILE HOME<br />

2 GANG<br />

VERTICAL<br />

3 1 120/240<br />

3 1 120/240<br />

APARTMENT<br />

2 GANG<br />

HORIZONTAL<br />

APARTMENT<br />

3 GANG<br />

HORIZONTAL<br />

INSTALLATION<br />

TYPE<br />

SELF-<br />

CONTAINED<br />

OH OR UG<br />

MED.<br />

TRANSOCKET<br />

OH OR UG<br />

MAXI-<br />

TRANSOCKET<br />

OH OR UG<br />

0-200 SELF-<br />

CONTAINED<br />

UG ONLY<br />

0-200 SELF-<br />

CONTAINED<br />

UG ONLY<br />

0-150<br />

0-150<br />

SELF-<br />

CONTAINED<br />

OH OR UG<br />

SELF-<br />

CONTAINED<br />

OH OR UG<br />

STOCK<br />

NO.<br />

301402<br />

301417<br />

302775<br />

METERSOCKET<br />

MANUFACTURER<br />

CUTLER-HAMMER<br />

DURHAM<br />

LANDIS & GYR<br />

MIDWEST ELECTRIC<br />

MILBANK<br />

SIEMENS<br />

SQUARE D<br />

MILBANK<br />

DURHAM<br />

MILBANK<br />

DURHAM<br />

MAX<br />

HUB<br />

SIZE<br />

CATALOG<br />

NUMBER<br />

UT-H4336-9T-CH<br />

UT-H4336-9T<br />

48104-02CH<br />

UT-H4336-9T-MEP ONE 4”<br />

U1797-X-K3/K2<br />

S48104-02CH<br />

UT-H4336-9T-SQD<br />

S2690-XT<br />

1004790A TWO 2.75”<br />

S3487-4X<br />

1005014A FOUR 2.75”<br />

307392 MILBANK U8567-0 N/A<br />

307393 MILBANK U8667-0 N/A<br />

3014<strong>08</strong><br />

301403<br />

CUTLER-HAMMER<br />

DURHAM<br />

LANDIS & GYR<br />

MIDWEST ELECTRIC<br />

MILBANK<br />

SIEMENS<br />

SQUARE D<br />

CUTLER-HAMMER<br />

DURHAM<br />

LANDIS & GYR<br />

MIDWEST ELECTRIC<br />

MILBANK<br />

MILBANK<br />

SIEMENS<br />

SQUARE D<br />

UT-2R5332B-CH<br />

UT-2R5332B<br />

UA2313-OG<br />

UT-2R5332B-MEP<br />

U1252-X<br />

SUA2313-OG<br />

UT-2R5332B-SQD<br />

UT-3R5632B-CH<br />

UT-3R5632B<br />

UA3313-OG<br />

UT-3R5632B-MEP<br />

U9353-XL<br />

U1253-XL<br />

SUA3313-OG<br />

UT-3R5632B-SQD<br />

*Manufacturer name and part number subject to change without notice. Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

ONE 3”<br />

TWO 2.75”<br />

MAX # CONDUCTORS, TYPICAL<br />

MIN/MAX CONDUCTOR SIZES,<br />

TYPICAL DIMENSIONS **<br />

SOURCE: ONE # 2 - 600<br />

LOAD: TWO # 2 - 350<br />

15” X 26” X 5”<br />

NOTE: EQUIPPED WITH LEVER BYPASS<br />

SOURCE: TWO # 2 - 600<br />

LOAD: TWO # 2 - 600<br />

18” X 30” X 12”<br />

SOURCE: FOUR # 2 - 600<br />

LOAD: FOUR # 2 - 600<br />

30” X 42” X 14”<br />

SOURCE: ONE # 6 - 250<br />

LOAD: ONE # 6 - 250<br />

12” X 42” X 8”<br />

NOTE: USE WITH BASE TSN 310447<br />

SOURCE: ONE # 6 - 250<br />

LOAD: ONE # 6 - 250<br />

12” X 42” X 8”<br />

NOTE: USE WITH BASE TSN 310447<br />

SOURCE: ONE # 2 - 350<br />

LOAD: ONE # 2 - 250 PER POSITION<br />

25” X 14” X 5”<br />

SOURCE: ONE # 2 - 350<br />

LOAD: ONE # 2 - 250 PER POSITION<br />

33” X 14” X 5”<br />

**Actual dimensions will vary.


48<br />

APPLICATION<br />

WIRES PHASE VOLTS SERVICE<br />

TYPE<br />

3 1 120/240<br />

3 1 120/240<br />

3 1 120/240<br />

METER AND SOCKET APPLICATION GUIDE (CONTINUED)<br />

FIGURE 5-B *<br />

APARTMENT<br />

4 GANG<br />

HORIZONTAL<br />

APARTMENT<br />

5 GANG<br />

HORIZONTAL<br />

APARTMENT<br />

6 GANG<br />

HOROZONTAL<br />

3 1 240/480 SECONDARY<br />

SERVICE<br />

3 NETWORK 120/2<strong>08</strong><br />

RESIDENTIAL<br />

OR SECONDARY<br />

SERVICE<br />

3 3Δ 240 SECONDARY<br />

SERVICE<br />

3 3Δ 240 SECONDARY<br />

SERVICE<br />

MAX<br />

AMPS<br />

0-150<br />

0-150<br />

0-150<br />

0-200<br />

0-200<br />

0-200<br />

200-600<br />

INSTALLATION<br />

TYPE<br />

SELF-<br />

CONTAINED<br />

OH OR UG<br />

SELF-<br />

CONTAINED<br />

OH OR UG<br />

SELF-<br />

CONTAINED<br />

OH OR UG<br />

MINI<br />

TRANSOCKET<br />

OH OR UG<br />

SELF-<br />

CONTAINED<br />

OH OR UG<br />

SELF-<br />

CONTAINED<br />

OH OR UG<br />

MED<br />

TRANSOCKET<br />

OH OR UG<br />

STOCK<br />

NO.<br />

301404<br />

301405<br />

301406<br />

METERSOCKET<br />

MANUFACTURER<br />

CUTLER-HAMMER<br />

DURHAM<br />

LANDIS & GYR<br />

MIDWEST ELECTRIC<br />

MILBANK<br />

MILBANK<br />

SIEMENS<br />

SQUARE D<br />

CUTLER-HAMMER<br />

DURHAM<br />

LANDIS & GYR<br />

MIDWEST ELECTRIC<br />

MILBANK<br />

SIEMENS<br />

SQUARE D<br />

CUTLER-HAMMER<br />

DURHAM<br />

LANDIS & GYR<br />

MIDWEST ELECTRIC<br />

MILBANK<br />

SIEMENS<br />

SQUARE D<br />

CATALOG<br />

NUMBER<br />

UT-4R5632B-CH<br />

UT-4R5632B<br />

UA4313-OG<br />

UT-4R5632B-MEP<br />

U9354-XL<br />

U1254-XL<br />

SUA4313-OG<br />

UT-4R5632B-SQD<br />

UT-5R5632B-CH<br />

UT-5R5632B<br />

UA5719-KPQG<br />

UT-5R5632B-MEP<br />

U1255-X<br />

SUA5719-KPQG<br />

UT-5R5632B-SQD<br />

UIT-6R5352U-CH<br />

UIT-6R5352U<br />

UA6719-KPQG<br />

UIT-6R5352U-MEP<br />

U1256-X<br />

SUA6719-KPQG<br />

UIT-6R5352U-SQD<br />

MAX<br />

HUB<br />

SIZE<br />

TWO 2.75”<br />

TWO 2.75”<br />

TWO 2.75”<br />

320797 DURHAM 1005777A ONE 2.75”<br />

301392<br />

301392<br />

CUTLER-HAMMER<br />

DURHAM<br />

LANDIS & GYR<br />

MIDWEST ELECTRIC<br />

MILBANK<br />

SIEMENS<br />

SQUARE D<br />

CUTLER-HAMMER<br />

DURHAM<br />

LANDIS & GYR<br />

MIDWEST ELECTRIC<br />

MILBANK<br />

SIEMENS<br />

SQUARE D<br />

MILBANK<br />

DURHAM<br />

UT-H5213B-ND-CH<br />

UT-H5213B-ND<br />

9804-8592<br />

UT-H5213B-ND-MEP ONE 2.75”<br />

U9581-XL<br />

S9804-8592<br />

UT-H5213B-ND-SQD<br />

UT-H5213B-ND-CH<br />

UT-H5213B-ND<br />

9804-8592<br />

UT-H5213B-ND-MEP ONE 2.75”<br />

U9581-XL<br />

S9804-8592<br />

UT-H5213B-ND-SQD<br />

S2690-XT<br />

1004790A TWO 2.75”<br />

*Manufacturer name and part number subject to change without notice. Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

301417<br />

MAX # CONDUCTORS, TYPICAL<br />

MIN/MAX CONDUCTOR SIZES,<br />

TYPICAL DIMENSIONS **<br />

SOURCE: ONE # 2 - 350<br />

LOAD: ONE # 2 - 250 PER POSITION<br />

41” X 14” X 5”<br />

SOURCE: ONE # 2 - 350<br />

LOAD: ONE # 2 - 250 PER POSITION<br />

49” X 14” X 5”<br />

SOURCE: ONE # 2 - 350<br />

LOAD: ONE # 2 - 250 PER POSITION<br />

57” X 14” X 5”<br />

SOURCE: ONE # 6 - 250<br />

LOAD: ONE # 6 - 250<br />

13” X 24” X 9”<br />

SOURCE: ONE # 2 - 350<br />

LOAD: ONE # 2- 350<br />

13” X 19” X 5”<br />

NOTE: EQUIPPED WITH LEVER BYPASS<br />

SOURCE: ONE # 2 - 350<br />

LOAD: ONE # 2 - 350<br />

13” X 19” X 5”<br />

NOTE: EQUIPPED WITH LEVER BYPASS<br />

SOURCE: TWO # 2 - 600<br />

LOAD: TWO # 2 - 600<br />

18” X 30” X 12”<br />

**Actual dimensions will vary.


49<br />

APPLICATION<br />

WIRES PHASE VOLTS<br />

METER AND SOCKET APPLICATION GUIDE (CONTINUED)<br />

FIGURE 5-B *<br />

SERVICE<br />

TYPE<br />

MAX<br />

AMPS<br />

3 3Δ 240 SECONDARY<br />

SERVICE<br />

600-1600<br />

SECONDARY<br />

3 3Δ 480 SERVICE 0-200<br />

3 3Δ 480<br />

4 3Δ 120/240<br />

4 3Δ 120/240<br />

4 3Δ 120/240<br />

4 3Δ 120/240<br />

4 3Δ 120/240<br />

SECONDARY<br />

SERVICE 200-600<br />

RESIDENTIAL<br />

OR SECONDARY<br />

SERVICE<br />

RESIDENTIAL<br />

OR SECONDARY<br />

SERVICE<br />

RESIDENTIAL<br />

OR SECONDARY<br />

SERVICE<br />

0-200<br />

200-320<br />

200-320<br />

RESIDENTIAL<br />

OR SECONDARY 320-600<br />

SERVICE<br />

RESIDENTIAL<br />

OR SECONDARY 600-1600<br />

SERVICE<br />

INSTALLATION<br />

TYPE<br />

MAXI<br />

TRANSOCKET<br />

OH OR UG<br />

MINI<br />

TRANSOCKET<br />

OH OR UG<br />

MED<br />

TRANSOCKET<br />

OH OR UG<br />

SELF-<br />

CONTAINED<br />

OH OR UG<br />

SELF-<br />

CONTAINED<br />

OH ONLY<br />

SELF-<br />

CONTAINED<br />

OH OR UG<br />

MED<br />

TRANSOCKET<br />

OH OR UG<br />

MAXI<br />

TRANSOCKET<br />

OH OR UG<br />

STOCK<br />

NO.<br />

302775<br />

312125<br />

301419<br />

301394<br />

312883<br />

397389<br />

301418<br />

301422<br />

METERSOCKET<br />

MANUFACTURER<br />

MILBANK<br />

DURHAM<br />

MILBANK<br />

DURHAM<br />

MILBANK<br />

DURHAM<br />

CUTLER-HAMMER<br />

DURHAM<br />

LANDIS & GYR<br />

MIDWEST ELECTRIC<br />

MILBANK<br />

SIEMENS<br />

SQUARE D<br />

CUTLER-HAMMER<br />

DURHAM<br />

LANDIS & GYR<br />

MIDWEST ELECTRIC<br />

MILBANK<br />

SIEMENS<br />

SQUARE D<br />

CUTLER-HAMMER<br />

DURHAM<br />

LANDIS & GYR<br />

MIDWEST ELECTRIC<br />

MILBANK<br />

SIEMENS<br />

SQUARE D<br />

MILBANK<br />

DURHAM<br />

MILBANK<br />

DURHAM<br />

*Manufacturer name and part number subject to change without notice. Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

MAX<br />

HUB<br />

SIZE<br />

CATALOG<br />

NUMBER<br />

S3487-4X<br />

1005014A FOUR 2.75”<br />

S3228-DL<br />

1004941B ONE 2.75”<br />

S3184-XT<br />

1004786C TWO 2.75”<br />

UT-H7213T-HL-CH<br />

UT-H7213T-HL<br />

40407-025FL<br />

UT-H7213T-HL-MEP ONE 4”<br />

U9701-X<br />

S40407-025FL<br />

UT-H7213T-HL-SQD<br />

UT-H7306-9T-HL-CH<br />

UT-H7306-9T-HL<br />

47707-02FL<br />

UT-H7306-9T-HL-MEP ONE 4”<br />

U3936-R<br />

S47707-02FL<br />

UT-H7306-9T-HL-SQD<br />

UT-H7336-9T-HL-CH<br />

UT-H7336-9T-HL<br />

44707-02FL<br />

UT-H7336-9T-HL-MEP ONE 4”<br />

U4013-X<br />

S44707-02FL<br />

UT-H7336-9T-HL-SQD<br />

S2674-XT<br />

1004785A TWO 2.75”<br />

S2811-4X<br />

1004788A FOUR 2.75”<br />

MAX # CONDUCTORS, TYPICAL<br />

MIN/MAX CONDUCTOR SIZES,<br />

TYPICAL DIMENSIONS **<br />

SOURCE: FOUR # 2 - 600<br />

LOAD: FOUR # 2 - 600<br />

30” X 42” X 14”<br />

SOURCE: ONE # 2 - 250<br />

LOAD: ONE # 2 - 250<br />

13” X 24” X 9”<br />

SOURCE: TWO # 2 - 600<br />

LOAD: TWO # 2 - 600<br />

18” X 30” X 12”<br />

SOURCE: ONE # 6 - 350<br />

LOAD: ONE # 6 - 350<br />

13” X 19” X 5”<br />

NOTE: EQUIPPED WITH LEVER<br />

BYPASS<br />

SOURCE: ONE # 2 – 600 OR<br />

LOAD: TWO # 2 - 350<br />

13” X 19” X 5”<br />

NOTE: EQUIPPED WITH LEVER<br />

BYPASS<br />

SOURCE: ONE # 2 – 600 OR<br />

LOAD: TWO # 2 - 350<br />

20” X 34” X 6”<br />

NOTE: EQUIPPED WITH LEVER<br />

BYPASS<br />

SOURCE: TWO # 2 - 600<br />

LOAD: TWO # 2 - 600<br />

18” X 30” X 12”<br />

SOURCE: FOUR # 2 - 600<br />

LOAD: FOUR # 2 - 600<br />

30” X 42” X 14”<br />

**Actual dimensions will vary.


METER AND SOCKET APPLICATION GUIDE (CONTINUED)<br />

FIGURE 5-B *<br />

50<br />

APPLICATION<br />

WIRES PHASE VOLTS SERVICE<br />

TYPE<br />

4 3Y 120/2<strong>08</strong><br />

4 3Y 120/2<strong>08</strong><br />

4 3Y 120/2<strong>08</strong><br />

RESIDENTIAL<br />

OR SECONDARY<br />

SERVICE<br />

RESIDENTIAL<br />

OR SECONDARY<br />

SERVICE<br />

RESIDENTIAL<br />

OR SECONDARY<br />

SERVICE<br />

MAX<br />

AMPS<br />

0-200<br />

200-320<br />

200-320<br />

INSTALLATION<br />

TYPE<br />

SELF-<br />

CONTAINED<br />

OH OR UG<br />

SELF-<br />

CONTAINED<br />

OH ONLY<br />

SELF-<br />

CONTAINED<br />

OH OR UG<br />

STOCK<br />

NO.<br />

301394<br />

312883<br />

397389<br />

METERSOCKET<br />

MANUFACTURER<br />

CUTLER-HAMMER<br />

DURHAM<br />

LANDIS & GYR<br />

MIDWEST ELECTRIC<br />

MILBANK<br />

SIEMENS<br />

SQUARE D<br />

CUTLER-HAMMER<br />

DURHAM<br />

LANDIS & GYR<br />

MIDWEST ELECTRIC<br />

MILBANK<br />

SIEMENS<br />

SQUARE D<br />

CUTLER-HAMMER<br />

DURHAM<br />

LANDIS & GYR<br />

MIDWEST ELECTRIC<br />

MILBANK<br />

SIEMENS<br />

SQUARE D<br />

MILBANK<br />

DURHAM<br />

MAX<br />

CATALOG HUB<br />

NUMBER SIZE<br />

UT-H7213T-HL-CH<br />

UT-H7213T-HL<br />

40407-025FL<br />

UT-H7213T-HL-MEP ONE 4”<br />

U9701-X<br />

S40407-025FL<br />

UT-H7213T-HL-SQD<br />

UT-H7306-9T-HL-CH<br />

UT-H7306-9T-HL<br />

47707-02FL<br />

UT-H7306-9T-HL-MEP ONE 4”<br />

U3936-R<br />

S47707-02FL<br />

UT-H7306-9T-HL-SQD<br />

UT-H7336-9T-HL-CH<br />

UT-H7336-9T-HL<br />

44707-02FL<br />

UT-H7336-9T-HL-MEP ONE 4”<br />

U4013-X<br />

S44707-02FL<br />

UT-H7336-9T-HL-SQD<br />

S2674-XT<br />

1004785A TWO 2.75”<br />

MAX # CONDUCTORS, TYPICAL<br />

MIN/MAX CONDUCTOR SIZES,<br />

TYPICAL DIMENSIONS **<br />

SOURCE: ONE # 6 - 350<br />

LOAD: ONE # 6 - 350<br />

13” X 19” X 5”<br />

NOTE: EQUIPPED WITH LEVER<br />

BYPASS<br />

SOURCE: ONE # 2 – 600<br />

LOAD: TWO # 2 - 350<br />

13” X 19” X 5”<br />

NOTE: EQUIPPED WITH LEVER<br />

BYPASS<br />

SOURCE: ONE # 2 – 600 OR<br />

LOAD: TWO # 2 - 350<br />

20” X 34” X 6”<br />

NOTE: EQUIPPED WITH LEVER<br />

BYPASS<br />

RESIDENTIAL<br />

OR SECONDARY 320-600<br />

MED<br />

TRANSOCKET 301418<br />

4 3Y 120/2<strong>08</strong> SERVICE<br />

OH OR UG<br />

RESIDENTIAL<br />

MAXI<br />

MILBANK<br />

S2811-4X<br />

4 3Y 120/2<strong>08</strong> OR SECONDARY 600-1600 TRANSOCKET 301422 DURHAM<br />

1004788A FOUR 2.75”<br />

SERVICE<br />

OH OR UG<br />

RESIDENTIAL<br />

MINI<br />

MILBANK<br />

S3027-XL<br />

4 3Y 277/480 OR SECONDARY 0-200 TRANSOCKET 301421 DURHAM<br />

1004926B ONE 2.75”<br />

SERVICE<br />

OH OR UG<br />

RESIDENTIAL<br />

MED<br />

MILBANK<br />

S3183-XT<br />

4 3Y 277/480 OR SECONDARY 200-600 TRANSOCKET 301420 DURHAM<br />

1004791C TWO 2.75”<br />

SERVICE<br />

OH OR UG<br />

RESIDENTIAL<br />

MAXI<br />

MILBANK<br />

S2777-4X<br />

4 3Y 277/480 OR SECONDARY 600-1600 TRANSOCKET 301423 DURHAM<br />

1004787A FOUR 2.75”<br />

SERVICE<br />

OH OR UG<br />

ANY APPLICATION >1600 CONSULT COMPANY FOR SERVICE ENCLOSURE AND/OR INSTRUMENT TRANSFORMER ENCLOSURE OPTIONS.<br />

*Manufacturer name and part number subject to change without notice. Copyright 2010 Oncor Electric Delivery Company. All rights reserved **Actual dimensions will vary.<br />

SOURCE: TWO # 2 - 600<br />

LOAD: TWO # 2 - 600<br />

18” X 30” X 12”<br />

SOURCE: FOUR # 2 - 600<br />

LOAD: FOUR # 2 - 600<br />

30” X 42” X 14”<br />

SOURCE: ONE # 2 - 250<br />

LOAD: ONE # 2 - 250<br />

13” X 24” X 9”<br />

SOURCE: TWO # 2 - 600<br />

LOAD: TWO # 2 - 600<br />

18” X 30” X 12”<br />

SOURCE: FOUR # 2 - 600<br />

LOAD: FOUR # 2 - 600<br />

30” X 42” X 14”


TRANSOCKET CONFIGURATIONS<br />

AND CONNECTION DETAILS<br />

FIGURE 5-C<br />

GENERAL INFORMATION<br />

The five basic wiring configurations for transockets are shown in the following figures.<br />

Transockets are available in three ampacity ranges: 0-200 amps, 201-600 amps, and<br />

601-1600 amps. “Lay in” type connectors are provided on “MINI” transockets (0-200<br />

amp). Double barrel, set screw type connectors are supplied on the “MEDIUM” (201-<br />

600 amp) and “MAXI” (601-1600 amp) transockets. See Figure 5-B, page 46-50 for<br />

connector specifications, the TSN, and other selection data.<br />

TSN 301417 TSN 301418<br />

APPLICATION<br />

120/240 V, 3 wire, 1Ø<br />

120/2<strong>08</strong> V, 3 wire, network<br />

240 V, 3 wire, delta<br />

APPLICATION<br />

120/2<strong>08</strong> V, 4 wire, 3Ø wye<br />

120/240 V, 4 wire, 3Ø delta<br />

“Power Leg” of 4 wire delta<br />

shall connect to right-hand<br />

C.T. and be identified by an<br />

outer finish that is orange in<br />

color.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

51


TRANSOCKET CONFIGURATIONS<br />

AND CONNECTION DETAILS (CONTINUED)<br />

FIGURE 5-C<br />

TSN 301421<br />

TSN 312125<br />

APPLICATION<br />

277/480 V, 4 wire, 3Ø wye<br />

APPLICATION<br />

480 V, 3 wire, 3Ø delta<br />

For ungrounded service see<br />

Section 100.05.03, page 11 and<br />

Section 500.06.07, page 41.<br />

TSN 320797<br />

APPLICATION<br />

480 V, 2 wire, 1Ø<br />

240/480 V, 3 wire, 1Ø<br />

(200 amp max.)<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

52


TRANSOCKET CONFIGURATIONS AND<br />

CONNECTION DETAILS (CONTINUED)<br />

FIGURE 5-C<br />

Integrity of Connections- When<br />

installing conductors in transockets, it is<br />

the responsibility of the installer to<br />

ensure that all line and load connections<br />

are tight, including the connections<br />

between the CT bus bar and the<br />

connector.<br />

Transocket- Overhead Service<br />

1. For overhead installations, line<br />

conductors must enter the<br />

transocket’s top, top back, or top<br />

sides and connect to transocket’s top<br />

terminals.<br />

2. Load conductors must connect to the<br />

transocket’s bottom terminals and<br />

exit through the transocket’s bottom,<br />

bottom back, or bottom sides.<br />

Transocket- Underground Service<br />

Permissible Entrance and Exit Locations<br />

For Transocket Conductors<br />

1. For underground installations, line<br />

conductors must enter through the<br />

transocket’s bottom, bottom back, or<br />

bottom sides and connect to the<br />

transocket’s bottom terminals.<br />

2. Load conductors must connect to the<br />

transocket’s top terminals and exit<br />

through the top, top back, or top<br />

sides.<br />

3. Reserve adequate space beneath<br />

the transocket for service raceway.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

53


TYPICAL SERVICE ENCLOSURES<br />

FIGURE 5-D<br />

AMPACITY APPLICATION<br />

3 Wire, 1Ø<br />

600 Wall mount<br />

1100 3 Wire, 1Ø<br />

Wall mount<br />

1200 1 4 Wire, 3Ø<br />

Wall mount<br />

2500 1 4 Wire, 3Ø<br />

Padmount<br />

BUS<br />

ARRANGEMENT<br />

Accommodates two 600 kcmil<br />

(line) and four 250 kcmil (load)<br />

conductors per phase<br />

3 horizontal connector bus bars<br />

with eight #10-350 kcmil<br />

integrated, set screw connectors<br />

per bus. Add extra connector<br />

bar (TSN 320781) to convert to 4<br />

wire, 3 Ø.<br />

3 vertical connector bus bars,<br />

one horizontal, with twenty-four<br />

#10-350 kcmil integrated set<br />

screw connectors per bar and 11<br />

sets of 2 hole NEMA spaced<br />

holes/bar.<br />

4 horizontal tin plated aluminum<br />

bus bars with 30 integral<br />

#10-250 kcmil set screw<br />

connectors and 18 pairs of<br />

2 hole NEMA spaced holes/bar.<br />

HUB OPENINGS<br />

4” Hub, max.<br />

(Order hubs<br />

Separately)<br />

Typical<br />

WxHxD<br />

Inches<br />

COMPANY<br />

STOCK<br />

NUMBER<br />

One 16x24x6 312726<br />

Two 12x50x8 312723<br />

Four 30x42x14 310935<br />

Six 44x52x24 300313<br />

1. Source conductors must connect in the center of bus bars for full ampacity rating.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

54


TYPICAL SERVICE ENCLOSURES<br />

(CONTINUED)<br />

FIGURE 5-D<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

55


GANG METER SOCKETS<br />

MULTIFAMILY<br />

TYPICAL LAYOUTS<br />

FIGURE 5-E<br />

NOTES:<br />

1. Each socket must be clearly and permanently marked as indicated in<br />

Section 500.11, page 43.<br />

2. Service enclosure (when required) to be provided by Company and<br />

installed by Customer. See 500.<strong>08</strong>, page 43 for details.<br />

3. Contact Company for approval of layouts other than those shown<br />

above prior to installation.<br />

4. Contact Company for approval of meterpacks prior to letting bids<br />

and installing equipment. See 500.06.03, page 41 for details.<br />

5. It is the Customer’s responsibility to determine local code<br />

requirements concerning meterpacks with main switches or main<br />

circuit breakers prior to installing equipment.<br />

6. Meterpacks with meter stacks up to 5 will be permitted under certain<br />

conditions. Contact Company for details.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

56


METER SOCKET CONNECTIONS<br />

AND VOLTAGES<br />

FIGURE 5-F<br />

APPLICATION:<br />

2 WIRE, 120 VOLT, 1Ø SELF-CONTAINED<br />

NOTE:<br />

1. Jumper must be installed between neutral connector and upper right terminal.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

57


METER SOCKET CONNECTIONS<br />

AND VOLTAGES<br />

FIGURE 5-G<br />

APPLICATION:<br />

3 WIRE, 120/240 VOLT, 1Ø SELF-CONTAINED<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

58


METER SOCKET CONNECTIONS<br />

AND VOLTAGES<br />

FIGURE 5-H<br />

APPLICATION:<br />

3 WIRE NETWORK 120/2<strong>08</strong> VOLT, 1Ø SELF-CONTAINED<br />

NOTE:<br />

For existing Secondary Service Customers or service entrances not exceeding<br />

60 amperes. See Section 100.05.04, page 11.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

59


METER SOCKET CONNECTIONS<br />

AND VOLTAGES<br />

FIGURE 5-I<br />

APPLICATION:<br />

4 WIRE WYE, 120/2<strong>08</strong>, 3Ø SELF-CONTAINED<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

60


METER SOCKET CONNECTIONS<br />

AND VOLTAGES<br />

FIGURE 5-J<br />

APPLICATION:<br />

4 WIRE DELTA, 120/240 VOLT, 3Ø SELF-CONTAINED<br />

NOTES:<br />

1. On a 4 wire delta connection, the phase having the highest voltage to<br />

ground (high leg, wild leg, or freak leg) must be connected to the right<br />

hand terminals of the meter socket. In other locations such as service<br />

enclosures, disconnects, etc, the “high leg’ is connected to the center<br />

terminal.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

61


SECTION 600 – TEMPORARY SERVICE INSTALLATION<br />

600.01 General<br />

To initiate temporary service for construction or other purposes,<br />

contact Oncor Electric Delivery Company at 1-888-222-8045.<br />

Customer must choose a Retail Electric Provider in order to have a<br />

meter installed for temporary service to be delivered (energized).<br />

600.02 Temporary Service from Overhead Secondary<br />

See Figure 6-A, page 63.<br />

600.03 Temporary Service from Underground Secondary<br />

See Figure 6-B, page 64.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

62


TEMPORARY SERVICE POLE<br />

FROM OVERHEAD SECONDARY<br />

FIGURE 6-A<br />

NOTES:<br />

1. Temporary service pole provided and<br />

installed by Customer. Pole must provide<br />

sufficient height for the service drop to meet<br />

minimum clearances given in Figure 2-A,<br />

page 14 (12 ft. minimum). Pole to be a<br />

minimum 4” X 4” X 16 ft. unspliced or 5”<br />

minimum diameter creosote pole.<br />

2. Service pole must be within maximum<br />

distance as specified on Figure 3-C, page 23.<br />

Reduced distance may be required for larger<br />

services to maintain minimum clearances.<br />

3. Service drop conductors, service grips and<br />

service connectors owned and installed by<br />

Company.<br />

4. Service entrance conductors (minimum # 8<br />

Cu or # 6 Al), provided and installed by<br />

Customer, shall extend 24 inches or the<br />

minimum length required by local ordinance<br />

outside of the service head for connection to<br />

Company service drop. Phase conductors to<br />

have black insulation and neutral conductor<br />

to be marked white or bare.<br />

5. Service head and raceway provided and<br />

installed by Customer to protect service<br />

entrance conductors. Two or more conduit<br />

straps shall be provided to support conduit.<br />

6. Service attachment and meter socket<br />

provided, installed and maintained by<br />

Customer. Customer installs service drop<br />

attachment of adequate strength for attachment of Company’s service drop<br />

conductors. See Figure 3-B, page 22.<br />

7. Weatherproof service switch or breaker panel provided and installed by Customer.<br />

8. Customer’s grounding electrode conductor (#6 Cu minimum) shall originate in the<br />

service entrance equipment and extend to an approved ground electrode. The<br />

grounding electrode conductor shall not terminate within the meter socket.<br />

Company reserves the right to refuse installation of service contingent upon<br />

observing an unsafe Customer connection.<br />

9. All other materials provided and installed by the Customer.<br />

10. Customer shall not allow pole to be moved or tampered with as long as Company’s<br />

service conductors are attached.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

63


TEMPORARY SERVICE POLE<br />

FROM UNDERGROUND SECONDARY<br />

FIGURE 6-B<br />

NOTES:<br />

1. Service support to be 4” X 4” minimum wood pole, unspliced, and set a minimum 3’<br />

deep. Pole should be installed 6 feet from any alley, sidewalk, or drive.<br />

2. Customer shall not allow pole to be moved or tampered with as long as Company’s<br />

service wires are attached.<br />

3. Service entrance equipment and pole will be provided, installed, and maintained by<br />

the Customer. Customer shall provide, install, and maintain meter socket.<br />

4. Conduit and wire will be furnished by Customer from line side meter terminals to the<br />

point of connections at the transformer pad, pedestal, or handhole. Customer will<br />

trench within 2 feet of right front side of transformer pad or within 2 feet of pedestal<br />

or handhole. Company will make final trenching and connections.<br />

5. Customer furnished wiring from line side terminals of meter socket to connections at<br />

pad transformer, pedestal, or handhole may be direct buried where installed with<br />

2’-0” of earth cover.<br />

6. Where exposed aboveground, conductors shall be installed in rigid metallic or<br />

flexible metallic conduit.<br />

7. Customer’s grounding electrode conductor shall originate from service entrance<br />

equipment and shall not terminate in the meter socket. Customer’s grounding<br />

electrode conductor shall be # 6 Cu. minimum and connected to an approved<br />

ground electrode (pole butt wrap is not an approved ground electrode). Company<br />

reserves the right to refuse installation of service contingent upon observing an<br />

unsafe Customer connection.<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

64


TWO HOLE COMPRESSION LUGS FOR TERMINAL CONNECTIONS<br />

Reference Figure 5A, pages 44 & 45 for Company- Customer Responsibility. When<br />

required, the Customer is to furnish the following connectors or their approved<br />

equivalents at padmounted transformers and connection enclosures for connection of<br />

Customer’s conductors at the point of delivery.<br />

Copper Conductor<br />

Aluminum Conductor<br />

Wire Size Manufacturer Company<br />

TSN<br />

Manufacturer’s<br />

Catalog #<br />

Company<br />

TSN<br />

Manufacturer’s<br />

Catalog #<br />

#4 Anderson 306142 BCL-016-B<br />

Blackburn<br />

LCN4-12<br />

Burndy<br />

YA4C-2N<br />

Ilsco<br />

CRB-4L2-12-134<br />

Penn Union<br />

BBLU-4-D1<br />

#2 Amp 306130 CKLL22NTN 305360<br />

Anderson<br />

VAUL-1-12-BN<br />

Blackburn LCN2-12 AL584<br />

Burndy YA2C-2N YCA-2RL-2N<br />

ESP/ CMC<br />

ALM-2A-BN<br />

Homac<br />

SA2-N<br />

Ilsco<br />

CRC-2L2<br />

Kearney 36918<br />

Penn Union BBLU-2-D1 FKLA-C2-D<br />

Utilco<br />

CRC-2L2<br />

#1 Anderson 310481 BCL-019-B<br />

Burndy<br />

YA1C-2N<br />

Ilsco<br />

CRC-1L2<br />

Penn Union<br />

BBLU-1-D2<br />

#1/0 Amp 306143 CKLL102NTN 305354<br />

Anderson BCL-021-B VAUL-1/0-12BN<br />

Blackburn LCN10 AL586<br />

Burndy YA25-2N YCA25R-2N<br />

ESP/ CMC<br />

ALM-1/0-BN<br />

Homac L1/0-N AL 1/0-N<br />

Ilsco CRC-1/0L2 2IACL-1/0<br />

Kearney 104741-2<br />

Penn Union BBLU-1/0-D3 FKLA-010-D<br />

Utilco<br />

CRC-1/0L2<br />

#2/0 Amp 306144 CKLL202NTN 305355<br />

Anderson VHCL-2/0-12BN VAUL-2/0-12BN<br />

Blackburn LCN20 ALS8<br />

Burndy YA26-2N YCA26R-2N<br />

ESP/ CMC<br />

ALM-2/0-BN<br />

Homac L2/0-N SA2/0-N<br />

Ilsco CRA-2/0L2 2IACL-2/0<br />

Kearney 36234<br />

Penn Union BBLU-2/0-D FSLA-013-D<br />

Utilco<br />

CRA-2/0L2<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

65


TWO HOLE COMPRESSION LUGS FOR TERMINAL CONNECTIONS<br />

(CONTINUED)<br />

Copper Conductor<br />

Aluminum Conductor<br />

Wire Size Manufacturer Company<br />

TSN<br />

Manufacturer’s<br />

Catl. #<br />

Company<br />

TSN<br />

Manufacturer’s<br />

Catl. #<br />

#3/0 Anderson 306131 VHCL-3/0-12BN 311220 VAUL-3/0-12BN<br />

Blackburn LCN30 AL10<br />

Burndy<br />

YA27-2N<br />

Homac L3/0-N SA3/0-N<br />

Ilsco CRB-3/0L2 2IACL-3/0<br />

Kearney 48212<br />

Penn Union BBLU-3/0-D FSLA-017-D<br />

Thomas & Betts<br />

54864BE<br />

Utilco CRB-3/0L2 2UCL3/0-TP2<br />

#4/0 Amp 306145 CKLL402NTN 305356<br />

Anderson VHCL-4/0-12BN VAUL-4/0-12BN<br />

Blackburn LCN40 AL12<br />

Burndy YA28-2N YCA28R-2N<br />

ESP/ CMC CHL-4/0-BN ALM-4/0-BN<br />

Homac L4/0-N SA4/0-N<br />

Ilsco CRB-4/0L2 2IACL-4/0<br />

Kearney 48160<br />

Penn Union BBLU-4/0-D FSLA-025-D<br />

Utilco CRB-4/0L2 2UCL-4/0<br />

250 kcmil Anderson 306132 VHCL-250-12BN 300504<br />

Blackburn<br />

AL16<br />

Burndy YA29-2N YCAK29A-2G1<br />

ESP/ CMC<br />

CHL-250-BN<br />

Homac L250-N AL250-NTN<br />

Ilsco CRA-250L2 2IACL-250<br />

Penn Union BBLU-025-D FSLA-025-D<br />

Thomas & Betts<br />

54868BE<br />

300 kcmil Anderson 306133 VHCL-300-12BN 312<strong>08</strong>0<br />

Blackburn<br />

AL16<br />

Burndy YA30-2N YCA30R-2N<br />

ESP/ CMC<br />

CHL-300-BN<br />

Homac L300-N AL300-N<br />

Ilsco CRA-300L2 2IACL-300<br />

Penn Union BBLU-030-D FULA-030-D<br />

Thomas & Betts<br />

54870BE<br />

Utilco<br />

CRA-300L2<br />

350 kcmil Anderson 306134 VHCL-35012BN 300554 VAUL-350-12BN<br />

Blackburn<br />

AL-18<br />

Burndy YA31-2N YCA321R-2N<br />

ESP/ CMC CHL-350-BN ALM-360-BN<br />

Homac L350-N AL350-N<br />

Ilsco CRA-350L2 2IACL-350<br />

Kearney 36238<br />

Penn Union BBLU-035-D FULA-035-D<br />

Thomas & Betts<br />

54872BE<br />

Utilco<br />

CRA-350L2<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

66


TWO HOLE COMPRESSION LUGS FOR TERMINAL CONNECTIONS<br />

(CONTINUED)<br />

Copper Conductors<br />

Aluminum Conductors<br />

Wire Size Manufacturer Company<br />

TSN<br />

Manufacturer’s<br />

Catl. #<br />

Company<br />

TSN<br />

Manufacturer’s<br />

Catl. #<br />

400 kcmil Anderson 306135 VHCL-400-12BN 312<strong>08</strong>2 VAUL-400-12BN<br />

Blackburn<br />

AL20<br />

Burndy YA32-2N YCA33R-2N<br />

ESP/ CMC CHL-400-BN ALM-450BN<br />

Homac L400-N AL400-N<br />

Ilsco CRA-400L2 2IACL-400<br />

Kearney 36239<br />

Penn Union BBLU-040-D FULA-045-D<br />

Thomas & Betts<br />

54874BE<br />

Utilco<br />

CRA-400L2<br />

500 kcmil Anderson 287798 VHCL-500-12BN 305358 VAUL-500-12BN<br />

Blackburn LCN500 ALS24<br />

Burndy YA34-2N YCAK34A-2G3<br />

ESP/ CMC CHL-500-BN ALM-510BN<br />

Homac L500-N AL500-N<br />

Ilsco CRA-500L2 2IACL-500<br />

Kearney 36950<br />

Penn Union BBLU-050-D FULA-050-D<br />

Utilco CRA-500L2 2UCL-500<br />

600 kcmil Anderson 306137 VHCL-600-12BN 312<strong>08</strong>3 VAUL-600-12BN<br />

Blackburn LCN600 AL32<br />

Burndy YA36-2N YCAK36A-2G1<br />

ESP/ CMC CHL-600-BN ALM-500BN<br />

Homac L600-N AL600-N<br />

Ilsco CRA-600L2 2IACL-600<br />

Kearney 40133-3<br />

Penn Union BBLU-060-D KVL-060-D2<br />

750 kcmil Anderson 306138 CHL-750-BN-TT 300514 VAUL-800-12BN<br />

Blackburn<br />

AL44<br />

Burndy<br />

YA392NG5<br />

ESP/ CMC<br />

ALM-800BN<br />

Homac L750-N AL800-N-6<strong>08</strong><br />

Ilsco<br />

2IACL-750<br />

Kearney 40133-6<br />

Penn Union<br />

BBLU-075-D9<br />

Utilco<br />

2UCL750<br />

1000 kcmil Anderson 312<strong>08</strong>8 VHCL-1000-12BN 305363 VAUL-1000-12BN<br />

Blackburn<br />

AL60<br />

Burndy<br />

YCAK44A-2G2<br />

ESP/ CMC<br />

ALM-1000BN<br />

Homac L1000-NT SAL-1000-N<br />

Ilsco<br />

2IACL-1000<br />

Kearney 40133-10<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

67


ONE HOLE COMPRESSION LUGS FOR SUBMERSIBLE MOLE<br />

CONNECTIONS<br />

Reference Figure 5A, pages 44 & 45 for Company- Customer Responsibility. When<br />

required, the Customer is to furnish the following connectors or their approved<br />

equivalents at subsurface secondary/ service boxes for connection of Customer’s<br />

conductors at the point of delivery.<br />

Aluminum or Copper Conductor<br />

Wire Size Manufacturer Company TSN Manufacturer’s Catalog #<br />

#6 Anderson 311219 VAUL-6-12<br />

Burndy<br />

YRA6CU-1<br />

Homac<br />

SA6-48<br />

Penn Union<br />

FKLA-W4-S<br />

#4 Anderson 304916 VAUL-4-12<br />

Burndy<br />

YRA4CU-1<br />

Homac<br />

SA4-48<br />

Penn Union<br />

FKLA-W2-S<br />

Utilco<br />

UCL-4<br />

#2 Anderson 304917 VAUL-1-12<br />

Blackburn<br />

AL583<br />

Burndy<br />

YRA1CU-1<br />

Homac<br />

SA2-48<br />

Penn Union<br />

FKLA-C2-S<br />

Utilco<br />

UCL-2<br />

#1/0 Anderson 300648 VAUL-1/0-12<br />

Blackburn<br />

AL-585<br />

Burndy<br />

YRA25U<br />

Homac<br />

SA1/0-48<br />

Penn Union<br />

FKLA-010-S<br />

Utilco<br />

UCL-1/0<br />

#2/0 Anderson 300649 VAUL-2/0-12<br />

Blackburn<br />

AL7<br />

Burndy<br />

YRA26U<br />

Homac<br />

SA2/0-48<br />

Penn Union<br />

FSLA-013-S<br />

Utilco<br />

UCL-2/0<br />

#3/0 Anderson 300502 VAUL-3/0-12<br />

Blackburn<br />

AL-9<br />

Burndy<br />

YRA27A<br />

Homac<br />

SA-3/0-48<br />

Penn Union<br />

FSLA-017-S<br />

Utilco<br />

UCL-3/0<br />

#4/0 Anderson 300553 VAUL-4/0-12<br />

Blackburn<br />

ALS11<br />

Burndy<br />

YRA28A<br />

Homac<br />

SA4/0-48<br />

Penn Union<br />

FSLA-025-S<br />

Utilco<br />

UCL-4/0<br />

250 kcmil Anderson 300650 VAUL-4/0-12<br />

Blackburn<br />

ALS13<br />

Penn Union<br />

FSLA-025-S<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

68


ONE HOLE COMPRESSION LUGS FOR SUBMERSIBLE MOLE<br />

CONNECTIONS (CONTINUED)<br />

Aluminum or Copper Conductor<br />

Wire Size Manufacturer Company TSN Manufacturer’s Catalog #<br />

300 kcmil Blackburn 300509 ALS15P<br />

Burndy<br />

YA30A-1<br />

Homac<br />

SA300-48<br />

Penn Union<br />

FSLA-030-S<br />

350 kcmil Anderson 300651 VAUL-360-12<br />

Blackburn<br />

ALS17<br />

Homac<br />

SA350-48<br />

400 kcmil Blackburn 300511 ALS19<br />

Homac<br />

SA400-48<br />

Penn Union<br />

FULA-R033-S<br />

500 kcmil Anderson 311221 VAUL-500-12<br />

Penn Union<br />

FULA-050-S<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

69


This page intentionally left blank.


Information to be Supplied by Electricians to Pull Meters<br />

On Self-Contained Meter Bases<br />

Template for information required when calling the electrician voice mailbox at 800-518-2374. See<br />

500.02, page 39.<br />

Electrical Contractor’s Company ___________________________________<br />

Employee’s Name ______________________________________________<br />

Address where work is to be done __________________________________<br />

City __________________________________________________________<br />

Work to be done<br />

_____________________________________________________________________<br />

_____________________________________________________________________<br />

_____________________________________________________________________<br />

_____________________________________________________________________<br />

Will work require an electrical inspection? Yes No<br />

Date meter will be pulled _______________________<br />

Date meter will be replaced _____________________<br />

Contact phone number for clarifying information _____________________________<br />

Copyright 2010 Oncor Electric Delivery Company. All rights reserved<br />

70


This page intentionally left blank.


DO YOU KNOW THE LAW?<br />

Texas Law & OSHA Regulations<br />

To ensure safety and the protection of the public, Chapter 752 of the Texas Health and<br />

Safety Code makes it unlawful for unauthorized persons to move or be placed or<br />

bring any part of a tool, equipment, machine, or material within six (6) feet of live<br />

overhead high voltage lines. Contractors and owners are legally responsible for the<br />

safety of construction workers under this law. This law carries both criminal and civil<br />

liability.<br />

Additionally, OSHA Regulations restrict unauthorized persons from approaching or<br />

operating any equipment or machines within ten (10) feet of live overhead high<br />

voltage lines.<br />

For lines to be turned off, moved, or other arrangements, call your Retail Electric<br />

Provider.<br />

Some local Electrical Codes require structures to be located a safe distance away from<br />

live overhead high voltage lines as defined by the National Electrical Safety Code.


This page intentionally left blank.


Appendix B


This page intentionally left blank.


40 90 00 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS<br />

1.00 GENERAL<br />

1.01 SCOPE<br />

A. General Requirements for Instrumentation and Control.<br />

1. There are two areas of work in the Instrumentation Work in this project as described<br />

below:<br />

a. The Instrumentation System Integrator Contractor shall provide all hardware,<br />

software, and configuration and integration associated with the PLC based<br />

Instrumentation and Process Control system. Provide a complete and operational<br />

system in accordance with these Contract Documents:<br />

1) Provide instrumentation, hardware, conductors and raceway required for a<br />

complete and operable system that is above that specified in the Contract<br />

Documents. Provide all labor and materials specified in the Contract<br />

Documents.<br />

b. Provide all required labor, materials and PLC programming and system<br />

configuration and integration to interconnect the I/O as required per the project to<br />

the RTUs (provided under this contract) at the:<br />

1) Transmission Pump Station (TPS),<br />

2) Odessa Pump Station (OPS),<br />

3) <strong>Well</strong> <strong>Field</strong> Pump Station (WPS)<br />

4) Big Spring Pump Station (BPS)<br />

5) And 21 <strong>Well</strong> <strong>Field</strong> stations Sites: Sites D1, D2, D3, D4, D6, D8, D9, D10, D11,<br />

D12, D13, D14, D15, D16, D17, D18, D20, D21, D22, D23 & D24<br />

6) For the locations listed above:<br />

a) Provide all required software and programming in each of the PLCs and<br />

existing computer system for a complete and operational system in<br />

accordance with these Contract Documents.<br />

b) Coordinate and fully cooperate with the OWNER to provide all required<br />

hardware and PLC hardware and PLC programming necessary to interface<br />

with the existing system.<br />

c) Provide personnel to check out, test and commission the system.<br />

d) Provide factory trained personnel to train the OWNER's staff as specified.<br />

e) Provide software programming to create new screens and modify existing<br />

screens on the Graphic User Interface located at each RTU Panel as<br />

specified.<br />

f) Provide the required drivers, if required, to receive and transmit data over<br />

the specified radio system to fully communicate with the PLC systems.<br />

1<br />

Instrumentation and Control for Process Systems 40 90 00-1<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


1.02 QUALITY ASSURANCE<br />

A. GENERAL: Should there be a conflict between various standards, codes, specifications, and<br />

contract drawings, bring the matter immediately to the attention of the OWNER's<br />

Representative.<br />

B. REFERENCE STANDARDS:<br />

1. American Society of Testing Materials:<br />

A269<br />

Seamless and Welded Austenitic Stainless Steel Tubing for<br />

General Service<br />

B 68<br />

Seamless Copper Tube<br />

D 1047<br />

Polyvinyl Chloride Jacket for Wire and Cable<br />

A 36<br />

Specification for Structural Steel<br />

Zinc Coating (Hot-Dip) on Iron and Steel Hardware<br />

2. Research Council on Riveted and Bolted Structural Joints (RCRBSJ).<br />

3. American Institute of Steel <strong>Construction</strong> (AISC).<br />

4. Steel Structures Painting Council (SSPC): Painting Specifications for weather exposure.<br />

5. American Welding Society (AWS): Welding Code D 1.1-75.<br />

6. Federal Specifications: Primer, Paint Zinc, Chromate, Alkyd Type, Fed. Spec. TT-P-645a.<br />

7. National Electrical Manufacturers Association (NEMA).<br />

8. National Fire Protection Association (NFPA): National Electrical Code (NEC), 1990<br />

edition.<br />

9. Instrument Society of America (ISA):<br />

RP 3.1-1960 Flow Meter Installations, Seal and Condensate<br />

Chambers<br />

S5.1-1973<br />

Instrumentation Symbols and Identification<br />

RP7.1-1956<br />

Pneumatic Control Circuit Pressure Test<br />

S7.3-1975<br />

Quality Standard for Instrument Air<br />

RP18.1-1965<br />

Specifications and Guides for the Use of General<br />

Purpose Annunciators<br />

S5.4-1976<br />

Instrument Loop Diagrams<br />

S8.1-1968<br />

Instrument Enclosures for Industrial Environments<br />

RP12.1-1960<br />

Electrical Instruments in Hazardous Atmospheres<br />

RP20.1, 20.2<br />

Specification Forms for Instruments<br />

S39.1-1972<br />

Control Valve Sizing Equations<br />

S39.2-1972<br />

Control Valve Capacity Test Procedures<br />

S51.1 Process Instrumentation Terminology<br />

10. American Petroleum Institute (API):<br />

API RP 550<br />

Manual on Installation of Refinery Instruments and<br />

Control Systems<br />

API RP 520<br />

Recommended Practice for the Design and Installation<br />

of Pressure-Relieving Systems in Refineries<br />

11. Scientific Apparatus Makers Association (SAMA):<br />

PM 20.1-1973<br />

Process Measurement and Control Terminology<br />

RC5-10-1963<br />

Resistance Thermometers<br />

Instrumentation and Control for Process Systems 40 90 00-2<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


1.03 GUARANTEE<br />

12. Underwriters' Laboratory (UL): Subject 13, Subject 1227.<br />

13. Factory Mutual (FM).<br />

14. American National Standard Institute (ANSI):<br />

15. Supplement to C37.90-1971, Relays and Relay Systems Associated with Electric Power<br />

Apparatus (IEEE Std. 313-1971), C37.90a-1974.<br />

16. National Bureau of Standards (NBS).<br />

17. Institute of Electrical and Electronics Engineers (IEEE): Tray Fire Tests, IEEE 383.<br />

A. GUARANTEE PERIOD: The CONTRACTOR shall provide guarantees as defined hereunder for<br />

a period of one year after final acceptance by the OWNER.<br />

B. GUARANTEE REQUIREMENTS FOR ANALOG DEVICES: Each device shall perform its intended<br />

function within the specified operating accuracy and repeatability without more than 12<br />

adjustments for any consecutive period of 12 months. The availability of each device shall<br />

be not less than 98.0 percent for any consecutive period of six months. Downtime of<br />

analog devices affecting more than 8 loops shall be considered a system failure.<br />

1.04 CONTRACTOR'S QUALIFICATIONS<br />

A. The Instrumentation System Integrator Contractor's personnel shall have a minimum of ten<br />

years of prior experience in furnishing, installation, testing, programming, debugging, startup,<br />

and training for systems at least as large and similar to the one in this Contract. The<br />

system installer shall have employees who are qualified technicians for the duration of the<br />

contract located in the project area. The CONTRACTOR shall submit for evaluation within<br />

one week of Notice to Proceed, his instrumentation systems installer's company resumes<br />

complete with company history, project lists, locations, OWNER, costs, type of system<br />

installed, and references with phone numbers. Installers not meeting these qualifications<br />

shall not be accepted. As a part of this contract, the instrumentation system installers shall<br />

assume complete system responsibility, including coordination and interfacing with all<br />

subsystems and equipment suppliers and manufacturers. The CONTRACTOR shall actively<br />

be involved in control system integration industry for the last five years. The CONTRACTOR<br />

shall not act as a broker for the project; he shall provide and be responsible for all<br />

hardware, interfacing software, training, testing, and extended warranties.<br />

1.05 DEFINITIONS<br />

A. The terms used in this specification conform to definitions in ISA S51.1, SAMA PMC 20.1-<br />

1973 and RC 5-10-1963, except as modified below.<br />

1. Device: An electronic or mechanical apparatus designed to perform a specific<br />

measurement or control function.<br />

2. Equipment: The machinery used in a process, e.g., pumps, fans, etc.<br />

3. Interchangeability error: The algebraic difference between the indication and true<br />

value of the measured variable as a result of exchanging a device with a replacement.<br />

4. Loop: Any combination of interconnected transmitters, receivers, switches, alarms,<br />

indicators, controllers, computers, or final control elements.<br />

Instrumentation and Control for Process Systems 40 90 00-3<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


1.06 SUBMITTALS<br />

5. Operating accuracy: Conformity of indicated value to accepted standard value or true<br />

value throughout specified operating conditions with a confidence level of 95 percent<br />

includes, but is not limited to, hysteresis, linearity, and operating influence of<br />

temperature, pressure, supply voltage, and transmitter power supply. Operating<br />

accuracy for loop is defined as root-mean-square (RMS) of individual device operation<br />

accuracies.<br />

6. Process: A progressively continuing operation that consists of a series of controlled<br />

actions systemically directed toward a particular result, e.g., a process to mix, filter,<br />

heat, and/or cool air to a particular condition.<br />

7. Response: The results of the act, or process of measuring the time difference between<br />

the time of a change in an input signal or a measured variable, and the time when the<br />

output, display, and final control element in the loop has changed to at least 60 percent<br />

of the change which should result from the input change.<br />

8. Subsystem: A discrete subdivision of a system and an assemblage of parts, devices, or<br />

software modules designed to perform one or more of the specific tasks required for<br />

the system to accomplish its functions.<br />

9. System: An assemblage of sometimes diverse parts, devices, or software modules<br />

serving a common set of measurement or control functions.<br />

10. Time resolution: The result of the act or process of rendering distinguishable events<br />

occurring at nearly the same time. Expressed as a measurement of time in seconds.<br />

11. Unit: Any combination of equipment items interconnected in a predetermined manner,<br />

performing one or more controlled actions toward a particular result. A discrete<br />

subdivision of a process.<br />

12. Concealed - Accessible: Out of general sight, but can be easily reached by removing<br />

panels or access doors.<br />

13. Concealed - Inaccessible: Out of general sight and cannot be easily reached except by<br />

removing a permanent part of the building or using special tools.<br />

14. Exposed: Open to general view without removing panels, access doors, or a permanent<br />

part of the building.<br />

15. <strong>Field</strong> termination point: Termination of a run of raceway from an instrument panel to<br />

the vicinity of a field instrument. <strong>Field</strong> termination point is usually within five horizontal<br />

feet from the field instrument.<br />

16. Analog device: Any sensor, transmitter, indicator, recorder, controller, computing relay,<br />

or control valve which transmits or receives an analog signal. Excludes the analog<br />

portion of a digital system or I/O subsystems.<br />

A. SHOP DRAWINGS AND PRODUCT DATA:<br />

1. Submittals shall be in accordance with Section 01 33 00, “Submittal Procedures”.<br />

2. Detail: Give sufficient detail to permit system configuration, installation, and wiring<br />

without reference to design drawings. Refer to Division 1 - General Requirements.<br />

3. As a minimum, shop drawings shall include a bill of materials with original<br />

manufacturer's name and catalog number (re-labeled component information is not<br />

acceptable), original manufacturer's catalog cut sheets, front views, assembly drawings,<br />

nameplate schedules, electrical schematics, and electrical connections diagrams.<br />

Instrumentation and Control for Process Systems 40 90 00-4<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


4. Electrical and interconnection diagrams shall show all terminations of equipment,<br />

complete with conduit, cable, and equipment designations, and shall include terminal<br />

identification information.<br />

5. Include size of all conduits, pipe, cables, and conductors.<br />

6. Physical arrangement drawings shall include operating and servicing clearance<br />

requirements, cooling requirements, electrical power requirements, and cabling<br />

information.<br />

7. Logic drawer drawings shall show used space and expansion space.<br />

8. Show appropriate tag numbers on all product data.<br />

9. Software specifications for all software provided in addition to existing standard<br />

software.<br />

a. Include fully annotated source listings, input-output requirements, memory<br />

requirements, timing and sequencing requirements, flow chart showing functions<br />

performed, operating sequences and decision points, required system<br />

configuration, list of known or anticipated limitations of software modules, list of<br />

malfunction procedures to be followed for recovering from operator error or other<br />

malfunction, and description of how each module interfaces with calling and called<br />

programs.<br />

b. Provide proposed screen layouts showing modifications to existing screens, and<br />

new screens: Show all displays, inputs, outputs, recorders, alarms and indications<br />

along with the associated signal tag number. OWNER shall review and approve<br />

screen layouts.<br />

B. TECHNICAL MANUALS:<br />

2.00 PRODUCTS<br />

1. Supply six (6) sets of technical manuals with software specifications to OWNER's<br />

Representative no later than the equipment shipment date. Each set shall be bound in<br />

a standard size, three-ring, loose-leaf, vinyl plastic, hard-cover binder suitable for<br />

bookshelf storage. Binder ring size shall not exceed 2.5 inches.<br />

2. Each set of technical manuals shall include a general and detailed description, a theory<br />

of operation description, detailed schematic drawings, specifications, and installation,<br />

connection, calibration, operating, troubleshooting, preventive maintenance, and<br />

overhaul instructions in complete detail with a clear and specific description of the<br />

steps the operators must take to perform each of the tasks and modes of operating<br />

specified. These manuals shall provide the OWNER with comprehensive information on<br />

all systems and components to enable operation, service, maintenance and repair.<br />

Exploded or other detailed views of all instruments, assemblies, and accessory<br />

components shall be included together with complete parts lists and ordering<br />

instructions. These manuals are in addition to all applicable requirements of Division 01<br />

- General Requirements.<br />

2.01 INFORMATION ON DRAWINGS<br />

A. The following information is indicated on the drawings:<br />

1. Loop diagram on flow sheet for each control loop. Diagrams are schematic in nature<br />

and intended only as a guide to work to be performed.<br />

Instrumentation and Control for Process Systems 40 90 00-5<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


2. Approximate location of primary elements, instrument panels, and final control<br />

elements.<br />

3. Location of electrical distribution panel boards for instrument electrical power.<br />

4. Location of equipment having alarms and equipment status contacts.<br />

5. Location of equipment being controlled by system.<br />

B. The following information is not shown on drawings, but shall be the responsibility of the<br />

CONTRACTOR to determine, furnish, and coordinate with other divisions based upon<br />

systems specified. Show this information on project record drawings.<br />

1. Instrument loop drawings per ISA S5.4 minimum, desired and optional items.<br />

2. Location of electrical distribution panel boards supplying power to any device supplied<br />

under this Contract.<br />

3. Detailed enclosure and instrument panel layouts, PLC enclosure layouts, fabrication<br />

details, and wiring diagrams.<br />

4. Detailed system configuration.<br />

5. Raceway and cable routing for instrumentation wiring.<br />

2.02 OPERATING CONDITIONS<br />

A. AMBIENT CONDITIONS: Provide equipment suitable for ambient conditions specified.<br />

Provide system elements to operate properly in the presence of radio frequency fields<br />

produced by portable RF transmitters with output of five watts operated at 24 inches from<br />

instruments in the presence of plant telephone lines, power lines, and electrical equipment,<br />

and in the presence of digital data transmission systems.<br />

B. FIELD LOCATIONS: <strong>Field</strong> equipment may be subjected to ambient temperatures from -5 to<br />

50°C with direct radiation and relative humidity from 45 to 95 percent with condensation.<br />

C. POWER SUPPLY: Power supply will be 117 volts a-c, single-phase, 60-hertz commercial<br />

power. Voltage variations will be at least plus or minus 8 percent. Certain loops shall have<br />

integral power supply as specified in the Contract Documents. Power supplies shall be<br />

provided in the panels as specified in the Contract Documents or required for a complete<br />

system, plus one spare.<br />

2.03 MATERIALS AND EQUIPMENT<br />

A. Provide equipment of solid-state construction utilizing second source semiconductors,<br />

unless otherwise specified. Derate components to assure dependability and long-term<br />

stability. Provide printed or etched circuit boards of glass epoxy, hand or wave soldered, of<br />

sufficient thickness to prevent warping. Coat printed circuit boards in field-mounted<br />

equipment with two mils of solderable conformal coating complying with MIL-I-46058B.<br />

Alignment and adjustments shall be noncritical, stable with temperature changes or aging,<br />

and accomplished with premium grade potentiometers. Do not insert components of<br />

specially selected values into standard electronic assemblies to meet performance<br />

requirements. Use parts indicated in instruction manuals, replaceable with standard<br />

commercial components of the same description without degrading performance of<br />

completed assembly.<br />

Instrumentation and Control for Process Systems 40 90 00-6<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


B. Use test equipment and instruments to simulate inputs and read outputs suitable for<br />

purpose intended and rated to an accuracy of at least five times greater than the required<br />

accuracy of device being calibrated. Such test equipment shall have accuracies traceable to<br />

the National Bureau of Standards as applicable.<br />

2.04 SPECIAL PROJECT REQUIREMENTS<br />

A. As a part of this Contract, the instrumentation systems CONTRACTOR shall coordinate with<br />

the Owner and with all the sub-systems suppliers and manufacturers, during bidding,<br />

construction, testing, installation and start-up phases of the project. The coordination is to<br />

assure that the instruments and sub-systems are in compliance with the Contract<br />

Documents and that the necessary tie-ins and interface signals with the existing system are<br />

provided as specified or required.<br />

B. The instrumentation system CONTRACTOR shall provide the OWNER's staff with all required<br />

training and operating procedures, at no extra cost to the OWNER, in addition to the SCADA<br />

training specified in Section 40 90 02, “Supervisory Control and Data Acquisition (SCADA)<br />

System”. The training schedule shall be coordinated with the OWNER's Representative.<br />

Training shall include operating, testing, calibration and programming of the system, and<br />

simple troubleshooting of the system. The training shall include manuals which are<br />

specifically written for the system provided as described in Division 1 - General<br />

Requirements of these Specifications.<br />

C. The calibration, testing, and start-up of all the instruments whether existing or provided<br />

new, shall be done by the manufacturer's field technician/ENGINEER in the presence of the<br />

OWNER. The CONTRACTOR shall provide a list of all manufacturers whose technicians will<br />

perform this work. The CONTRACTOR shall also provide a certified calibration report stating<br />

that each instrument shown or specified in the Contract Documents has been installed,<br />

tested and calibrated per manufacturer's recommendations and per these Contract<br />

Documents.<br />

D. Follow-up Services: After the acceptance of the system, the CONTRACTOR shall make two<br />

(2) trips to the project site for calibration and adjustment of all the instruments and devices,<br />

including the SCADA system. The first trip shall be three months after acceptance of the<br />

complete system, and thereafter every three months for a total of four trips. These trips<br />

are in addition to all warranty items, and shall be at no extra cost to the OWNER. The<br />

CONTRACTOR shall provide the services of a trained technician for each trip with<br />

appropriate calibration and testing instruments. All defects shall be immediately remedied.<br />

The trips shall be coordinated with the OWNER.<br />

Instrumentation and Control for Process Systems 40 90 00-7<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


E. All control software developed for this contract shall be delivered to the OWNER stored on<br />

electronic media in a format suitable for installing on the existing equipment and new<br />

equipment installed under this contract. This includes all source code, complied code, link<br />

libraries, run-time libraries or other modules necessary to recreate an operational system in<br />

the event of a catastrophic failure or cessation of business by any of the Contractors. In<br />

addition, copies of all data bases and necessary associated files as configured after the final<br />

test shall be supplied on the same medium.<br />

END OF SECTION<br />

Instrumentation and Control for Process Systems 40 90 00-8<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


1<br />

40 90 02 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM<br />

1.00 GENERAL<br />

1.01 SCOPE<br />

A. This section specifies furnishing, installing, testing, and start-up operations of a complete<br />

control sub-system as indicated in the Plans and as specified herein. The system shall be<br />

totally integrated with the existing SCADA system. The system shall be configured to<br />

operate as a Distributed Control System having an open system architecture.<br />

B. The SCADA System Integrator Contractor shall provide all hardware, software, and<br />

configuration and integration associated with the PLC based Instrumentation and Process<br />

Control system at the plant. Provide a complete and operational system in accordance with<br />

these Contract Documents:<br />

1. Provide instrumentation, hardware, conductors and raceway required for a complete<br />

and operable system that is above that specified in the Contract Documents. Provide all<br />

labor and materials specified in the Contract Documents.<br />

2. Transmission Pump Station (TPS):<br />

a. Provide one (1) PLC. The PLC shall be located at the Pump Station instrumentation<br />

room in a RTU cabinet. The PLC shall be connected to the existing Base 21 SCADA<br />

system via multi-mode fiber optic cable.<br />

b. Provide all required labor, materials and PLC programming and system<br />

configuration and integration to interconnect the new PLC via multi-mode fiber<br />

optic cable to the existing SCADA system at Base 21 and at the computer system<br />

at the OWNER’s main control room at the Water Treatment Plant.<br />

3. Odessa Pump Station (OPS):<br />

a. Provide one (1) PLC. The PLC shall be located at the Pump Station electrical room in<br />

a RTU cabinet. The PLC shall be connected to a ProSoft 2.4GHz radio via RS232<br />

cable. The radio shall be connected to a Yagi antenna via 1/2” coaxial cable. The<br />

radio shall transmit/receive data from CRMWD’s existing main control station, via<br />

the Penwell site.<br />

b. Provide all required labor, materials and PLC programming and system<br />

configuration and integration to interconnect the new PLC via the 2.4GHz Radio<br />

System to the existing computer system at the OWNER’s main control station at<br />

the Water Treatment Plant.<br />

4. <strong>Well</strong> <strong>Field</strong> Pump Station (WPS):<br />

a. Provide one (1) PLC. The PLC shall be located at the Electrical Building in a RTU<br />

cabinet. The PLC shall be connected to an Ubiquiti Bullet2 ethernet radio via<br />

RS232 cable. The cable shall be connected to the existing antenna at the C-<strong>Well</strong><br />

Tank via 1/2” coaxial cable. The radio shall transmit/receive data from CRMWD’s<br />

existing main control station.<br />

1<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-1<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


1<br />

b. Provide all required labor, materials and PLC programming and system<br />

configuration and integration to interconnect the new PLC via the ethernet Radio<br />

System to the existing computer system at the OWNER’s main control station at<br />

the Water Treatment Plant.<br />

5. Big Spring Pump Station (BPS):<br />

a. Provide one (1) PLC. The PLC shall be located at the Pump Station building in a RTU<br />

cabinet. The PLC shall be connected to a ProSoft 2.4GHz radio via RS232 cable.<br />

The cable shall be connected to a Yagi antenna via 1/2” coaxial cable. The radio<br />

shall transmit/receive data from CRMWD’s existing main control station.<br />

b. Provide all required labor, materials and PLC programming and system<br />

configuration and integration to interconnect the new PLC via the 2.4GHz Radio<br />

System to the existing computer system at the OWNER’s main control station at<br />

the Water Treatment Plant.<br />

6. <strong>Well</strong> Sites Stations (typ. of 21 sites):<br />

a. Provide one (1) PLC. The PLC shall be located in a RTU cabinet at the site. The PLC<br />

shall be connected to an Ubiquiti Bullet2 ethernet radio via RS232 cable. The<br />

cable shall be connected to a Yagi antenna via 1/2” coaxial cable. The radio shall<br />

transmit/receive data from CRMWD’s existing main control station, via the <strong>Well</strong><br />

<strong>Field</strong> Pump Station site.<br />

b. Provide all required labor, materials and PLC programming and system<br />

configuration and integration to interconnect the new PLC via the ethernet Radio<br />

System to the existing computer system at the OWNER’s main control station at<br />

the Water Treatment Plant.<br />

c. The RTU Cabinet at each well site shall be installed by others under a separate <strong>Bid</strong><br />

<strong>Package</strong> (the <strong>Well</strong> Site Contractor).<br />

7. Modify existing PLCs at the Owner’s main site as required.<br />

8. Provide all required software and programming in the PLCs and existing computer<br />

system for a complete and operational system in accordance with these Contract<br />

Documents.<br />

9. Coordinate and fully cooperate with the Owner to provide all required hardware and<br />

PLC hardware and PLC programming necessary to interface with the existing system.<br />

10. Provide personnel to check out, test and commission the system.<br />

11. Provide personnel to train the Owner's staff as specified.<br />

12. Provide software programming to create new screens and modify existing screens on<br />

the existing computer system as specified.<br />

13. Provide the required drivers to receive and transmit data over the specified Radio<br />

System to fully communicate with the PLC system. Provide the required drivers at TPS<br />

and Base 21 to receive and transmit data over the specified fiber optic cable system to<br />

fully communicate with the PLC System. The fiber optic system shall be as specified in<br />

Section 27 15 23 “Communications Optical Fiber Horizontal Cabling”.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-2<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


C. System Components: The system will consist of the following major components and<br />

subsystems:<br />

1. Transmission Pump Station:<br />

a. One (1) PLC Modicon Quantum. The PLC shall be located in a NEMA 1, 14 gauge<br />

steel enclosure.<br />

1) One (1) Uninterruptible Power Supply (UPS)<br />

2) One (1) Touch screen<br />

3) Yagi antenna Fiber Optic Transceivers<br />

4) 2.4 GHz Radio Fiber Optic Patch Panels provided under Section 27 15 23 1<br />

“Communications Optical Fiber Horizontal Cabling”.<br />

5) One (1) Level Relay Panel in a NEMA 1, 14 gauge steel enclosure.<br />

6) One (1) Discharge Line Isolation Valve Relay Panel in a NEMA 1, 14 gauge steel<br />

enclosure.<br />

2. Base 21 Pump Station:<br />

a. Fiber Optic Transceivers<br />

b. Fiber Optic Patch Panels provided under Section 27 15 23 “Communications<br />

Optical Fiber Horizontal Cabling”.<br />

3. Odessa Pump Station:<br />

a. One (1) PLC Modicon Quantum. The PLC shall be located in a NEMA 1, 14 gauge<br />

steel enclosure.<br />

1) One (1) Uninterruptible Power Supply (UPS)<br />

2) One (1) Touch screen<br />

3) Yagi antenna<br />

4) 2.4 GHz Radio<br />

5) One (1) Level Relay Panel in a NEMA 1, 14 gauge steel enclosure.<br />

4. <strong>Well</strong> <strong>Field</strong> Pump Station:<br />

a. One (1) PLC Modicon Quantum. The PLC shall be located in a NEMA 1, 14 gauge<br />

steel enclosure.<br />

1) One (1) Uninterruptible Power Supply (UPS)<br />

2) One (1) Touch screen<br />

3) Yagi antenna Level Relay Controls in RTU Cabinet<br />

4) 2.4 GHz Radio Ethernet Radio<br />

5. Big Spring Pump Station:<br />

a. One (1) PLC Modicon Quantum. The PLC shall be located in a NEMA 1 NEMA 12, 14<br />

gauge steel enclosure.<br />

1) One (1) Uninterruptible Power Supply (UPS)<br />

2) One (1) Touch screen<br />

3) Yagi antenna<br />

4) 2.4 GHz Radio<br />

6. <strong>Well</strong> <strong>Field</strong> Sites (typ. of 21 sites):<br />

a. One (1) PLC Modicon Quantum Momentum. The PLC shall be located in a NEMA<br />

4X, 304 stainless steel enclosure.<br />

1) One (1) Uninterruptible Power Supply (UPS) Ethernet Radio<br />

2) Yagi antenna<br />

3) 2.4 GHz Radio<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-3<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS<br />

2


7. Software<br />

8. Spare Parts<br />

2<br />

1<br />

9. Miscellaneous<br />

a. Provide an approximately 30ft tall self-supporting monopole or lattice type<br />

radio tower with antenna at each of the following sites: Big Spring Pump<br />

Station and the 21 <strong>Well</strong> Sites. Height of antenna is approximate only and shall<br />

be verified once radio path study is complete. Acceptable lattice supporting<br />

tower manufacturers is Trylon, Andrew, Microflect, Fort Worth Tower or Rohn.<br />

The tower shall be designed for 90MPH wind loading and 2” radial ice load.<br />

Refer to sheet TPS E-7 for additional information.<br />

b. Base 5 Pump Station & Big Spring Pump Station: At Base 5, provide a 5.8GHz<br />

antenna and mount to the existing antenna tower at the site to communicate<br />

with the Big Spring Pump Station site. The antennas at Base 5 and Big Spring<br />

Pump Station shall be Ubiquiti Air Grid M 5.8GHz 17”x24” antenna, no<br />

approved equal.<br />

c. Penwell: Provide a 15 dB gain yagi antenna and 2.4GHz radio. Mount the<br />

antenna to the existing antenna tower at the site to communicate with the<br />

Odessa Pump Station site.<br />

D. Software Requirements - The SCADA System Integrator Contractor shall work with Owner,<br />

to provide as a minimum the following software modifications:<br />

1. Program the PLC(s) provided under this section. PLC shall be programmed using<br />

ProWorx NXT software. A copy of all programming shall be provided to the Owner.<br />

2. Program the graphic user interface touchscreens at each RTU Panel at TPS, OPS, WPS<br />

and BPS site.<br />

E. Onsite Requirements - The SCADA System Integrator Contractor shall have technical staff on<br />

site as required to provide a complete and operating system and shall include as a<br />

minimum:<br />

1. Preliminary Site Visit – Fifteen (15) days.<br />

2. Programming System Upgrades –Four (4) weeks.<br />

3. Startup Site Visit – Four (4) weeks.<br />

F. Reference Standards:<br />

1. American National Standards Institute (ANSI)/Institute of Electrical and Electronic<br />

Engineers (IEEE):<br />

a. C37.90.1, IEEE Standard Surge Withstand Capability (SWC) Tests for Protective<br />

Relays and Relay Systems.<br />

b. C37.90.2, Trial Use Standard Withstand Capability of Relay Systems to Radiated<br />

Electromagnetic Interference from Transceivers.<br />

c. Electronic Industries Association (EIA):<br />

d. RS-232-C, Interface Between Data Terminal Equipment and Data Communication<br />

Equipment Employing Serial Binary Data Interchange.<br />

e. RS-422-A, Electrical Characteristics of Balanced Voltage Digital Interface Circuits.<br />

2. National Electrical Manufacturers Association (NEMA):<br />

a. ICS 1, General Standards for Industrial Control and Systems.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-4<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


. ICS 1.1, Safety Guidelines for the Application, Installation and Maintenance of Solid<br />

State Control.<br />

c. ICS 4, Terminal Blocks for Industrial Use.<br />

d. ICS 6, Enclosures for Industrial Controls and Systems.<br />

e. Publication No. 250, Enclosures for Electrical Equipment (1000 V maximum).<br />

3. National Electrical Code.<br />

4. ISA Standards<br />

5. IEC 2 KV Isolation test<br />

6. IEEE472/ANSI C37-90A Surge withstand capability test.<br />

7. IEEE 802.3<br />

G. Lightning/Surge Protection<br />

1. Lightning/Surge protection shall be provided to protect the Supervisory Control & Data<br />

Acquisition system from induced surges propagating along the communications, signal<br />

and power supply lines. The protection systems shall not interfere with normal<br />

operation, but shall be lower than the surge withstand level for the device they are<br />

protecting and be maintenance free and self-restoring.<br />

2. All wiring, hardware, and connections means shall comply with the National Electrical<br />

Code and/or applicable local codes.<br />

3. Lightning/Surge protection devices shall be mounted as close to the equipment they are<br />

protection as possible. Mounting guidelines will be followed as indicated in installation<br />

instructions provided by the manufacturer. Wires shall be attached by means of a<br />

cable-clamping terminal block activated by a screw. Connections shall be gas-tight, and<br />

the terminal block shall be fabricated on non-ferrous, non-corrosive materials. All<br />

wiring points and plug connections shall be “touch safe” with no live voltages that can<br />

make contact with a misplaced finger.<br />

4. Panel mounted Lightning/Surge protection devices shall consist of two parts; a base<br />

terminal block and a plug protection module. Base shall directly connect to DIN rail.<br />

Replacing a plug shall not require the removal of any wires nor shall it interrupt the<br />

signal. Base and plug shall have the ability to be coded to accept only the correct<br />

voltage plug. <strong>Field</strong> mounted Lightning/Surge protection devices shall be contained in<br />

NEMA 4X housings.<br />

H. Path Study for Radio Communications<br />

1. Odessa Pump Station<br />

a. Prior to purchasing any equipment associated with the Odessa Pump Station SCADA<br />

system, the Contractor shall do a path study to determine the exact antenna height<br />

required for a clear line of sight and good reliable communication path year around<br />

between the Pump Station yagi antenna and Pinwheel Penwheel site.<br />

b. A radio propagation study shall be included. The study shall include physically<br />

transmitting a calibrated radio signal from the existing Penwell Plant site to the<br />

Pump Station site. The transmitting antenna shall exhibit the same overall gain as<br />

the proposed system locating the antenna in its proposed location and height.<br />

c. The results of the study shall be submitted to the Owner/Engineer as an official<br />

submittal for approval prior to purchasing any equipment.<br />

1<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-5<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


1<br />

d. Any interferences shall be noted in path study.<br />

2. Big Spring Pump Station<br />

a. Prior to purchasing any equipment associated with the Big Spring Pump Station<br />

SCADA system, the Contractor shall do a path study to determine the exact antenna<br />

height required for a clear line of sight and good reliable communication path year<br />

around between the Pump Station yagi antenna and the existing Central SCADA<br />

computer station at the Water Treatment Plant.<br />

b. A radio propagation study shall be included. The study shall include physically<br />

transmitting a calibrated radio signal from the existing Plant site to the Pump<br />

Station site. The transmitting antenna shall exhibit the same overall gain as the<br />

proposed system locating the antenna in its proposed location and height.<br />

c. The results of the study shall be submitted to the Owner/Engineer as an official<br />

submittal for approval prior to purchasing any equipment.<br />

d. Any interferences shall be noted in path study.<br />

3. <strong>Well</strong> <strong>Field</strong> Sites (Typ. of 21 sites)<br />

a. Prior to purchasing any equipment associated with the Pump Station each <strong>Well</strong><br />

site’s SCADA system, the Contractor shall do a path study to determine the exact<br />

antenna height required for a clear line of sight and good reliable communication<br />

path year around between the station’s <strong>Well</strong> Site’s yagi antenna and the existing<br />

antenna at the C-<strong>Well</strong> site.<br />

b. A radio propagation study shall be included. The study shall include physically<br />

transmitting a calibrated radio signal from the existing Plant C-<strong>Well</strong> site to the<br />

Pump Station site. The transmitting antenna shall exhibit the same overall gain as<br />

the proposed system locating the antenna in its proposed location and height.<br />

c. The results of the study shall be submitted to the Owner/Engineer as an official<br />

submittal for approval prior to purchasing any equipment.<br />

d. Any interferences shall be noted in path study.<br />

1.02 SUBMITTAL<br />

A. Submittals shall conform to the requirements set forth in section 01 33 00, “Submittal<br />

Procedures”. Submittals for 40 90 02, “Supervisory Control and Data Acquisition (SCADA)<br />

System” shall not be combined with any other submittals. Submittals shall be organized by<br />

site, and each sheet shall be labeled with the site name. Each site shall have a notebook<br />

divider with its name clearly printed.<br />

B. Pre and Post Shop Drawing submittal meeting: SCADA Installer shall include in his bid the<br />

cost of attending a one-day pre-submittal meeting and a one-day post-submittal meeting<br />

in the offices of Freese and Nichols, in Fort Worth, Texas. The Project Manager for the<br />

SCADA System Installer must be present. A sales person may attend, but not as a<br />

substitute for the Project Manager. SCADA System Installer shall determine the number<br />

of people attending the meeting and cover each person’s cost.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-6<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


C. Post-submittal Sample Screens for Graphic User Interface (GUI) Touch Screen meeting:<br />

SCADA Installer shall include in his bid the cost of attending a one-day post-submittal<br />

meeting to go over the Sample Screens for the Touchscreens in the offices of Freese and<br />

Nichols, in Fort Worth, Texas or at the CRMWD office in Big Spring, Texas (location to be<br />

determined at the Pre-Submittal Shop Drawing meeting). The Project Manager for the<br />

SCADA System Installer must be present. A sales person may attend, but not as a<br />

substitute for the Project Manager. SCADA System Installer shall determine the number<br />

of people attending the meeting and cover each person’s cost.<br />

D. Loop diagrams shall be prepared according to ISA Standard ISA-S5 and using loop numbers<br />

provided.<br />

E. Shop Drawings:<br />

1. Schematic ladder diagrams shall include all terminal blocks, hardware devices, software<br />

interlocks, software data links, and control.<br />

2. Drawings, Diagrams & Schematics shall be on 11x17 paper<br />

a. PLC panel layout, plans, elevations, sections, details, etc.<br />

b. A schedule defining all I/O, database reference, and point of origin or destination,<br />

and PLC system internal address.<br />

c. I/O Drawings shall show where the signal originates from the left side with the<br />

destination on the right. For example, PLC input cards shall be on the right side<br />

with the field device on the left. All I/O associated with a I/O card shall be shown<br />

on the a single sheet. Each field device shall be identified by instrument tag, loop<br />

number, and instrument range (if applicable).<br />

d. Elevation drawings shall include mounting heights of panel mounted devices<br />

including but not limited to the HMI Touchscreen, indication lights, switches, etc.<br />

3. Software manuals shall be provided to configure the central system and technical<br />

review information. Provide sample program documentation from previous projects.<br />

4. Hard Copy of software program including programs and rung comments<br />

5. UPS Battery Sizing Calculations<br />

6. Radio Path Study Results<br />

a. The radio path study shall include a summary page indicating the findings and<br />

recommendations. The radio path study shall include information from both the<br />

software path study and from the physical radio path study test.<br />

b. The radio path study shall include screen shots from the radio path software study.<br />

7. Sample screens for the graphic user interface Touch Screens shall be submitted to the<br />

Owner/Engineer for approval.<br />

1<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-7<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


F. Operation and Maintenance Manuals<br />

1. Operating instructions shall incorporate a functional description of the entire system<br />

including the system schematics which reflect "as-built" modifications. Wiring diagrams<br />

shall be furnished as a part of the Operation and Maintenance Manuals which clearly<br />

show terminal numbers and wire numbers as they actually are in the instrumentation<br />

system. Instrument panel wiring shall be such that each wire installed has its own<br />

number designation at each end and such that no number is repeated. Instrument<br />

panel wire tagging instructions as specified in Section 26 05 19, “Low Voltage Electrical<br />

Power Conductors and Cables” shall be followed.<br />

2. Special maintenance requirements particular to the system shall be clearly defined<br />

along with special calibration and test procedures.<br />

3. A schedule defining all I/O, database reference, and point of origin or destination, and<br />

PLC system internal address.<br />

4. Submit written description of functions, loops, and logic.<br />

5. Submit all SAMA Logic and Wiring Diagrams and ISA Logic Diagrams for all equipment<br />

requiring programming at the PLCs, with all set points and ranges indicated.<br />

6. One software copy of actual program files burned on a CD/DVD with a PDF copy of<br />

program with descriptions and rung comments.<br />

7. Provide hardcopy of PLC programming logic in O&M Manuals.<br />

8. Provide a hard copy of the “as-built” “as-built” wiring diagrams, panel layout,<br />

elevations, sections, details, and associated drawings in a separate binder.<br />

9. One PDF copy and one AutoCAD (.dwg) copy of the “as-built” wiring diagrams, panel<br />

layout, elevations, sections, details, and associated drawings burned on a CD.<br />

a. Maximum file size is 5MB. If manual is greater than maximum allowable file size,<br />

provide individual files for each major section of manual.<br />

b. All files shall be compatible with the latest software version available.<br />

c. Filename shall identify the plant site, plant area, equipment manufacturer, and date<br />

equipment placed in service. i.e. WWTP-PC1-Manufacturer-200503.pdf.<br />

d. Provide a master Table of Contents which includes links to navigate to all the files<br />

on the CD. The chapter labels shall identify the information included in that chapter<br />

as well as its file name, i.e.: RTU Panel Layout.<br />

e. Each PDF file shall contain a table of contents at the beginning of the file which<br />

includes hypertext links or bookmarks to navigate the file contents per<br />

section/chapter. The chapter labels shall identify the information included in that<br />

chapter as well as its file name, i.e.: RTU Panel Layout.<br />

f. Scanned images of written documents are not acceptable. Document must allow<br />

character selection. Text within a file shall be transferable to other documents.<br />

g. Submit a preliminary version of the electronic format of the manual for review.<br />

Upon approval of the preliminary submittal, the Contractor shall provide 3 copies of<br />

the electronic manual to the Owner.<br />

G. Factory Test Reports<br />

H. Equipment Installation Report<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-8<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


1.03 QUALITY ASSURANCE<br />

A. Suppliers Qualifications: The complete system shall be configured, programmed, and<br />

installed by one qualified system supplier who is regularly engaged and qualified in<br />

designing and building instrument control systems. The system suppliers shall assume<br />

complete systems responsibility, including coordination and interfacing with all subsystems<br />

and equipment suppliers and manufacturers. The installation supervisor shall have had<br />

experience in overseeing installation and start-up of at least three similar installations. The<br />

bidder shall submit, upon ENGINEER's request, complete company history, resumes of full<br />

time project manager for this project, other key full-time system analysts, programmers,<br />

technicians, and submit project list with costs, OWNER, contact person, phone number, etc.<br />

B. Tests: The complete system shall be assembled and tested at the job site. The OWNER'S<br />

representative and the ENGINEER'S presence will be required at the time of final testing at<br />

the system supplier's facilities.<br />

C. Standards: All applicable NEC, ISA, IEEE, NEMA, UL, ANSI, IEC, FCC, FM standards shall<br />

apply. All equipment shall be new and UL listed and labeled.<br />

D. Assembly, Storage, & Handling: Once assembled and tested, the system shall be stored in<br />

air-conditioned and heated rooms. Ship the unit to job site only after the control room has<br />

been built and its HVAC system is in operation.<br />

1. The Owner may approve partial payment for SCADA equipment ready to be onsite but<br />

is stored off site. Partial payment may be disallowed by the Owner.<br />

a. For partial payment, the Owner shall receive as a minimum a sales receipt, lien<br />

release, proof of insurance and the Owner’s name shall be stenciled on the<br />

equipment being paid for.<br />

E. Acceptable PLC Manufacturers:<br />

1. Modicon<br />

2. No Approved Equal<br />

F. Acceptable SCADA Installers:<br />

1. Prime Controls (972)221-4849<br />

2. Richardson Logic (972)542-7375<br />

3. UMC Automation (432)524-2456<br />

4. No Approved Equal.<br />

1.04 SYSTEM DESCRIPTION<br />

A. Furnish and install a programmable controller-based supervisory control and data<br />

acquisition system configured as a distributed processing network as defined by the<br />

Contract Documents. Control functions shall include digital logic control, PID control, and<br />

setpoint control.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-9<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


B. Include all hardware, firmware, software, and application programming and configuration,<br />

as necessary, to make the system completely functional and operational in accordance with<br />

the Contract Documents. All necessary components and equipment which are not<br />

specifically described in the Contract Documents, but which are necessary to configure an<br />

operational distributed control system as described herein, shall be identified, furnished,<br />

and installed by the CONTRACTOR. The system provided shall be the vendor's standard; a<br />

prototype system will not be accepted.<br />

C. Each programmable controller (PLC) along with all associated equipment shall be housed in<br />

its own separate cabinet. This includes mounting the UPS in the PLC cabinet.<br />

D. Contractor shall coordinate with Owner for information to be read over Ethernet and RS485<br />

data highways.<br />

1<br />

E. Contractor shall coordinate with Owner information to be read over Operator Interface<br />

Terminal (OIT) the graphic user interface (GUI) touch screens at each Pump Station and<br />

what all control functions the Owner wants to reside in the OIT GUI.<br />

1. GUI at Transmission Pump Station (TPS)<br />

a. The graphic user interface touch screen at TPS shall display all data identified in<br />

the loop diagrams for TPS. The Touch screen shall also display as a minimum the<br />

level of the existing tank at Base 21. The Touchscreen shall not be programmed to<br />

display nor control the existing Base 21 site.<br />

2. GUI at Odessa Pump Station (OPS)<br />

a. The graphic user interface touch screen at OPS shall display all data identified in<br />

the loop diagrams for OPS.<br />

3. GUI at <strong>Well</strong> <strong>Field</strong> Pump Station (WPS)<br />

a. The graphic user interface touch screen at WPS shall display all data identified in<br />

the loop diagrams for WPS. The Touch screen shall also display all data identified<br />

in the loop descriptions and I/O list for the 21 <strong>Well</strong> Sites and the existing C-<strong>Well</strong><br />

site.<br />

4. GUI at Big Spring Pump Station (BPS)<br />

a. The graphic user interface touch screen at BPS shall display all data identified in<br />

the loop descriptions and I/O list for BPS.<br />

1.05 SPARE PARTS, TOOLS, AND SUPPLIES<br />

A. As a minimum, provide the following compatible spare parts, tools, and supplies as a part of<br />

this CONTRACT:<br />

1. Two (2) each I/O modules for analog and discrete input/output signals. Each module to<br />

have 8 I/O points for analog, 16 I/O points for discrete.<br />

2. Two (2) pushbuttons and five (5) pilot lights of each type furnished.<br />

3. In addition to above, provide the manufacturer's recommended spare parts for each<br />

piece of equipment furnished.<br />

4. One (1) spare PLC CPU of each type furnished.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-10<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


1.06 WARRANTY<br />

5. Two (2) spare PLC power supplies and I/O cards of each type furnished.<br />

6. Two (2) spare 24 V. DC power supplies of the type furnished.<br />

7. One (1) spare UPS unit of each size furnished.<br />

8. Two fiber optic network interface modules (PLC) of the type furnished.<br />

A. The Equipment supplier and the CONTRACTOR shall warrant to the OWNER that the<br />

equipment delivered with reference to this specification complies with this specification.<br />

B. The equipment supplier and the CONTRACTOR shall warrant the equipment as to defects in<br />

material and workmanship for a period of one year from the date of final acceptance of the<br />

project. Vendor shall include a copy of his special equipment warranty with the shop<br />

drawings. The warranty specified by this specification shall be exclusive, and in lieu of all<br />

other warranties whether written, implied, orally presented, or statutory.<br />

C. Warranty for equipment shall be through the equipment manufacturer and shall include the<br />

option to purchase additional service agreements/extended warranties after the initial<br />

warranty for up to five years.<br />

2.00 PRODUCTS<br />

2.01 PROGRAMMABLE LOGIC CONTROLLERS<br />

A. PLC components at the site shall consist of the following:<br />

1. For TPS, OPS, WPS and BPS: Modicon Quantum PLC with ethernet and RS485<br />

connections<br />

2. For the 21 <strong>Well</strong> Sites: Modicon Momentum PLC with RS 485 connections (model 171-<br />

CCC-980-20 M1 Controller with 170-ANR-120-90 1/0 Base).<br />

1<br />

2<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-11<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


B. The control system shall be configured using microprocessor-based programmable<br />

controllers for local process control functions. The control system shall be equipped with<br />

power supplies and individual uninterruptible power supply (UPS) to perform logic control<br />

functions based on the program stored in memory and the status of inputs and outputs.<br />

Memory will be required such that there is a minimum of 100 percent spare memory<br />

capacity and 100 percent spare data capacity installed. The spare capacity shall be<br />

documented by submitting to the ENGINEER, during factory testing, a statement indicating<br />

the amounts of memory of all types being utilized and the total amount available. The<br />

statement shall include an estimate of the total program and data memory necessary,<br />

including spare capacity, based on the I/O hardware for the system, and previous<br />

programming experience. Control functions such as register loading, register reading, and<br />

diagnostics may be downloaded from the central computer system programming.<br />

Automatic shutdown feature shall be selectable such that the desired field condition will be<br />

the default condition in the event of power loss or system failure. Power supplies shall be<br />

provided for the process controller as required with built-in protection against shortcircuits,<br />

overcurrent, and overvoltage. One communication port shall be provided for each<br />

programmable controller.<br />

C. The programmable controller shall be capable of complete control, including PID control,<br />

digital logic control, batch, and setpoint control.<br />

D. The entire PLC system shall immediately shut down and annunciate the occurrence of any<br />

of the following abnormal circumstances:<br />

1. Memory parity error.<br />

2. Loss of signal communication between CPU and I/O's.<br />

3. Loss of logic power to any portion of the system.<br />

4. Halt or interruption of memory scan.<br />

5. Detection of any incomplete relay ladder rungs in memory.<br />

E. The PLC system shall accomplish the control requirements of the loop descriptions, and<br />

Contract Documents.<br />

F. The design application and installation of the PLC system shall conform to NEMA ICS 1.1.<br />

G. PLC programming shall be documented annotated in detail, and factory tested.<br />

H. Human-machine interface (HMI) at the main control room shall utilize existing system CRT<br />

displays and keyboard(s). Interface functionality shall include:<br />

1. Indication of process variables<br />

2. Configuration of control loop parameters<br />

3. Adjustment of controller output<br />

4. Display of real time and historical process trends<br />

5. Push button station controls<br />

6. System and process status indicators<br />

7. Graphic representation of plant operations with interactive status and measurement<br />

symbols<br />

8. Annunciation<br />

I. The PLC system shall operate in ambient conditions of 32 to 140°F temperature and 0 to 95<br />

percent relative humidity without the need for purging or air conditioning.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-12<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


J. Utilize a power turn-on time delay circuit when powering up or down DC power supplies to<br />

ensure power supply output voltage has reached the proper value prior to application of<br />

power to solid state logic and output circuits. PLC shall report a loss of power and<br />

operation from UPS to the Operators Work Station at the main control room.<br />

K. Environmental Controls:<br />

1. Furnish circulation fans in solid state control system enclosures.<br />

2. Over-temperature switches shall be utilized to provide special cooling if required to<br />

maintain operating temperatures within the manufacturer's specified range.<br />

3. Air conditioning applications shall include means of preventing moisture condensation.<br />

L. Input/Output Connection Requirements:<br />

1. Outputs shall be fused:<br />

a. External fusing shall be provided if output module does not possess internal fusing.<br />

b. Fuses provided external to output model shall:<br />

(ii) Be in accordance with module manufacturer's specifications.<br />

(ii) Be installed at terminal block.<br />

2. Install bleeding resistors across input from field devices which leak current sufficiently<br />

to flicker input status light.<br />

3. Make connections to I/O subsystem by terminating all field wiring on terminal blocks<br />

within the I/O enclosure.<br />

4. Prewire I/O modules to terminal blocks.<br />

5. Provide terminal blocks with continuous marking strip.<br />

6. Size terminals to accommodate all active data base points and spares. Terminal strips<br />

shall be provided to accommodate future I/O points associated with future equipment<br />

(motors, pressure transmitters, etc.) plus 20% spare. Provide a minimum of 20% spare<br />

I/O of all actual I/O points provided under this contract. Spare I/O shall be wired to<br />

spare terminal blocks.<br />

7. Provide terminals for individual termination of each signal shield. Stripping back<br />

twisted shielded pair and twisting together all the shields is not acceptable.<br />

8. <strong>Field</strong> wiring shall not be disturbed when removing or replacing an I/O module.<br />

M. Where the PLC is utilized to control multiple trains of equipment, the PLC components (I/O<br />

modules, power supplies, etc.) shall be assigned so that the failure of one component does<br />

not affect equipment on all trains. I/O modules shall be segregated on a train basis unless<br />

required otherwise for safety reasons.<br />

N. All PLC control system components shall be capable of meeting or exceeding<br />

electromagnetic interference tests per ANSI/IEEE C37.90.2.<br />

O. Incorporate the following minimum safety measures:<br />

1. Master Safety Relay:<br />

a. Cuts off power to I/O devices upon de-energization<br />

b. Multiple Master Safety Relays shall be available as required to provide ability to<br />

control separate designated blocks of the control program.<br />

2. External Watchdog Function to Monitor:<br />

a. Internal processor clock failure<br />

b. Processor memory failure<br />

c. Loss of communication between processor and I/O modules<br />

d. Processor ceases to execute logic program<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-13<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


3. Safety Function Wiring:<br />

a. Emergency shutdown switches shall not be wired into the controller.<br />

4. An emergency power disconnect shall be placed in the power circuit feeding the power<br />

supply as a means of removing power from the entire PLC system.<br />

a. Capacitor shall be placed across the disconnect to protect against current outrush<br />

through trails.<br />

5. Safe Wiring:<br />

a. Equipment failure mode shall be selected so that the loss of power or control signal<br />

to the equipment will result in the equipment either shutting down or operating<br />

safely.<br />

b. Activation of alarms and stopping of equipment shall result from the deenergization<br />

of control circuits, rather than the energization of control circuits.<br />

c. Low voltage control signal wires:<br />

1) Place in conduit segregated for that purpose only<br />

2) Twisted shielded wire pair<br />

Not located in the same conduit or bundle with power wiring<br />

6. Initial Safety Conditions:<br />

a. Utilize program module to dictate output states in a known and safe manner prior<br />

to running of control program.<br />

b. Utilize program each time PLC is re-initiated and the control program activated.<br />

7. PLC Fault Relay:<br />

a. Placed in series with any other emergency stop conditions<br />

b. Opening of PLC Fault Contact:<br />

1) Upon unsafe or undesirable system operation, including:<br />

c. Loss of memory<br />

d. Processor fault<br />

e. Power supply fault<br />

f. Isolation failure<br />

g. Communications failure<br />

h. Isolation failure<br />

i. Communications failure<br />

j. Scan time overrun<br />

k. Module failure<br />

l. Scan time overrun<br />

m. Module failure<br />

8. Monitoring of Internal Faults and Display:<br />

a. Internal PLC system status and faults shall be monitored and displayed. Monitored<br />

items shall include:<br />

1) Memory ok/loss of memory<br />

2) Processor ok/processor fault<br />

3) Battery ok/battery low<br />

4) Power supply ok/power supply fault<br />

5) Isolation failure<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-14<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


6) High CPU temperature<br />

7) Scan time overrun<br />

8) Module failure<br />

9. Control of Programs:<br />

a. Protect access to PLC program loading with locked, key operated selector switches.<br />

10. Effects of Failure:<br />

a. PLC system shall incorporate safe responses to the following failure effects:<br />

1) Power losses, interruptions, excursions, dips, and transients.<br />

2) Loss or corruption of memory<br />

3) Information transfer corruption or loss<br />

4) "Fail on" or "Fail off" of inputs or outputs<br />

5) Unreadable signals<br />

6) Addressing errors<br />

7) Processor faults<br />

11. Design PLC system with high noise immunity to prevent occurrence of false logic signals<br />

resulting from switching transients, relay and circuit breaker noise or conducted and<br />

radiated radio frequency interference.<br />

12. Incorporate noise suppression and inductive load suppression design into input, output,<br />

and logic modules<br />

13. Operator Intervention:<br />

a. Logic system failure shall not preclude proper operator intervention<br />

b. Safety shutdown of equipment or a system shall require manual operator<br />

intervention before the equipment or system operation may be reestablished.<br />

2.02 COMPONENTS<br />

A. PLC System Central Processor Unit (CPU):<br />

1. Completely solid state CPU designed to provide:<br />

a. Digital relay logic<br />

b. Analog loop control<br />

c. Other required control functions:<br />

1) Counting<br />

2) Floating point math computations<br />

3) Timing<br />

2. To provide communications with other control systems and man-machine interfaces as<br />

specified.<br />

3. To use electrical ladder diagram style programming for discrete logic applications.<br />

4. Memory:<br />

a. Battery-backed RAM<br />

5. Memory battery backup shall be capable of 60 days memory retention with fresh<br />

battery.<br />

a. Provide visual indication of battery status and alarm low battery voltage.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-15<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


. Memory battery backup shall be capable of 14 days memory retention after the<br />

"Battery Low" indicating LED is on.<br />

6. Plug-in card design to allow quick field replacement of fault devices.<br />

a. Provide unit designed for field replacement and expansion of memory without<br />

requiring rewiring or use of special tools.<br />

7. 100 percent minimum spare useable memory capacity after all required programming is<br />

in place and operating.<br />

8. Capable of executing all control functions required by the Contract Drawings including<br />

digital and analog loops.<br />

9. Built-in three-mode (proportional-integral-derivative) control capabilities.<br />

a. As directly selectable algorithms requiring no user knowledge of programming<br />

languages.<br />

10. On line reconfigurable.<br />

11. Lighted status indicators for "RUN" and "FAILURE."<br />

12. Capable of manual or automatic control mode transfer from the HMI system or from<br />

within the control strategy. Transfer shall be bumpless and balanceless.<br />

13. Modbus ports shall be provided for RS485 data highway associated with Multilin relays.<br />

See Plans for more details.<br />

B. Input/Output (I/O) Modules<br />

1. Provide plug-in modular-type I/O racks in each PLC enclosures if required, with cables to<br />

connect to all other required PLC system components.<br />

2. Provide I/O system with:<br />

a. I/O solid state boards with status lights indicating I/O status and board failure.<br />

b. Electric isolation between logic and field device.<br />

c. Individually fused outputs with blown fuses indication.<br />

d. Interchangeable boards for similar I/O type to allow substitution of operating<br />

boards for failed units by the operator.<br />

e. Capability of withstanding low energy common mode transient to 1500 V without<br />

failure.<br />

f. Incorporate noise suppression design.<br />

g. Capable of meeting or exceeding surge-withstand capability tests, per ANSI/IEEE<br />

C37.90.1.<br />

h. Capable of meeting or exceeding electrical noise tests, NEMA ICS1-109.60-109.66.<br />

i. Capable of being removed and inserted into the I/O rack under power, without<br />

affecting any other I/O modules in the rack.<br />

3. Discrete I/O Modules:<br />

a. Interface to ON/OFF devices<br />

b. I/O status indicator module front<br />

c. Voltage rating to match circuit voltage<br />

d. Output module current rating:<br />

1) Match maximum circuit current draw<br />

2) Minimum 1.5 A/point for 120 V AC applications<br />

e. Isolated modules for applications where one module interfaces with devices<br />

utilizing different sources of power.<br />

f. Individually fused with blown fuse indication.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-16<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


4. Analog I/O Modules:<br />

a. Input modules to accept signals indicated on Drawings or Specifications<br />

b. Minimum 12 bit resolution<br />

c. I/O chassis supplied power for powering connected field devices<br />

d. Isolated (differential) inputs and outputs<br />

e. User configurable for desired fault response state<br />

f. Provide output signals as indicated on Drawings and Specifications<br />

g. Individual D/A converter for each output module<br />

h. Individual A/D converter for each input module<br />

5. Spare I/O Modules: Each PLC shall have a minimum of 20 percent spare analog and 20<br />

percent spare discrete I/O points installed and wired to terminal blocks, isolates, surge<br />

devices, and relays inside the PLC.<br />

C. Power Supply Units:<br />

1. Provide regulated power units:<br />

a. Designed to operate with PLC system and shall provide power to:<br />

1) All components of PLC system<br />

2) Two-wire or four-wire field instruments<br />

3) Other devices as indicated on Drawings or Specifications<br />

4) Power supplies shall be summable type.<br />

b. Capable of supplying PLC system when all of the specified spare capacity is utilized<br />

c. Each power supply shall be sized such that it will carry no more than 75 percent of<br />

capacity under normal loads.<br />

2. Electrical service to PLC system is 105 to 125 V, 60 HZ, +1 percent, 1 phase power.<br />

3. Separate AC circuit breakers shall be provided for each power supply.<br />

4. If the PLC system is field expandable beyond the specified spare capacity, and if such<br />

expansion requires power supply modification, note such requirements in the<br />

submittals and allow room in the PLC system enclosure.<br />

5. Provide integral battery backup to maintain 60 seconds upon loss of all AC power. This<br />

is required to ensure transient power surges and dips do not affect the operation of the<br />

PLC system.<br />

6. Capable of meeting or exceeding electrical noise tests, NEMA ICS1-109.60-109.66.<br />

7. Capable of meeting or exceeding surge-withstand capability tests per ANSI/IEEE<br />

C37.90.1.<br />

8. Power Distribution:<br />

a. Immune to transients and surges resultant from noisy environment.<br />

b. Shall provide constant voltage level DC distribution to all devices.<br />

D. Programming Software<br />

1. The PLC shall be programmed using Modicon ProWorx NXT programming software.<br />

2. Provide a copy of all required programming software to Colorado River Municipal Water<br />

District (CRMWD). The software shall be licensed to Colorado River Municipal Water<br />

District, and shall be delivered to them at the end of this contract.<br />

2.03 HMI CENTRAL CONTROL AND DATA ACQUISITION SYSTEM<br />

A. All modifications to the CRMWD main HMI system at their control room will be done by<br />

CRMWD.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-17<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


2.04 COAXIAL CABLE<br />

A. Coaxial cable shall meet the following requirements:<br />

Characteristic impedance:<br />

Outer Conductor:<br />

Inner Conductor:<br />

Dielectric:<br />

Seal:<br />

50 ohms<br />

Copper, annularly corrugated<br />

Copper<br />

Closed cell low loss foam<br />

Connector o-rings to seal out moisture<br />

1. Coaxial cable shall be Times Microwave LMR type or approved equal.<br />

2. Diameter of coaxial cable shall be sized as indicated on the drawings and so that<br />

feedline loss from the antenna-side of the coaxial surge suppressor to the antenna does<br />

not exceed 1dB for directional antennas and 2 dB for omni-directional antennas.<br />

Feedline losses shall be calculated at the operating radio frequency and shall include<br />

losses in cable and connectors. The minimum size coaxial cable provided from the<br />

panel to the antenna shall be ½” diameter unless larger size is shown on drawings.<br />

3. All coaxial connectors shall be Type-N connectors. Connectors shall be manufactured<br />

by the same cable manufacturer which furnishes the coaxial cable. Connectors shall be<br />

Andrews Corporation Heliax cable connectors, or approved equal. All connectors shall<br />

be constructed of brass or be silver plated as recommended by manufacturer.<br />

Connectors shall have o-ring seal.<br />

4. All connections shall be weatherproofed using 3M-brand cold shrink weatherproofing<br />

kit or approved equal cold shrink weather proofing kit.<br />

5. Provide a pre-made cable assembly of Times Microwave LMR coaxial cable to connect<br />

from the radio antenna port to the radio-side of the coaxial surge suppressor. Provide<br />

straight or angled N-type connectors as necessary to route cable assembly within panel<br />

without exceeding manufacturer’s recommended bend radius. The pre-made cable<br />

shall be assembled by the coaxial cable manufacturer and shall be shipped with a<br />

certification of assembly and testing.<br />

6. Cable hangers shall be Andrews Hanger Model 42396A-5 for 7/8” cable or 43211A for<br />

½” cable with Andrews Round Member Adapter Model 31670, or approved equal. The<br />

use of plastic tie wraps is not acceptable.<br />

2.05 COAXIAL GROUNDING KIT<br />

A. Grounding straps shall be solid copper for high current handling. <strong>Construction</strong> shall be of<br />

the non-braided type. Grounding cable shall have field attachable grounding lug with a twopart<br />

tape system for weatherproofing. Grounding kit shall be Andrew Corporation or<br />

approved equal.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-18<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


2.06 SURGE SUPPRESSOR<br />

A. Surge suppressor for AC power circuits shall be UL listed or recognized. Suppressor shall be<br />

designed to withstand a maximum 10 kA test current of a 8/20 µS waveform according to<br />

ANSI/IEEE C62.41 Category C Area. Suppressor shall consist of a multistage hybrid circuit<br />

with staging inductors or resistors to properly coordinate the components. Surge<br />

protection modules shall have a visual indication of circuit integrity. Devices shall include a<br />

SPDT contact rated for at least 120 VAC, 1 Amp, for remote failure indication. AC power<br />

surge suppressor shall be Phoenix Contact Mains-Plugtrab Series or approved equal.<br />

B. Surge suppressors for analog, discrete and data signals shall be UL listed or recognized.<br />

Suppressors shall be designed to withstand a maximum 10 kA test current of a 8/20 µS<br />

waveform according to ANSI/IEEE C62.41 Category C Area. Suppressors shall consist of a<br />

multistage hybrid circuit with staging inductors or resistors to properly coordinate the<br />

components. Analog, discrete and data signal surge suppressors shall be Phoenix Contact<br />

Plugtrab Series or approved equal.<br />

C. Surge suppressors for field protection of analog signals shall consist of a multistage hybrid<br />

circuit utilizing only diodes and/or gas discharge tubes but no metal oxide varistors (MOV).<br />

Suppressors shall be designed to withstand a maximum 10 kA test current of a 8/20 µS<br />

waveform according to ANSI/IEEE C62.41 Category C Area. Surge protection shall not have<br />

a cutoff frequency less than 400 kHz (for a 600 Ohm system) to allow HART protocol and<br />

other superimposed smart digital signals to function. 2-wire analog field surge suppressor<br />

shall be Phoenix Contact Pipetrab Series or approved equal. 4-wire analog field surge<br />

suppressor shall be Phoenix Contact Boxtrab or approved equal.<br />

D. Surge suppressor for antenna shall have multi-strike capability and low strike throughput<br />

energy. Suppressor shall be metal housed and surface mounted. Connectors shall be N<br />

type. Suppressor shall be designed to withstand a maximum 10 kA test current of a 8/20 µS<br />

waveform according to ANSI/IEEE C62.41 Category C Area. Clamping (turn-on) voltage shall<br />

be 600 VDC ±20%. Response (turn-on) time shall be < 100ns as tested. VSWR shall be ≤1.1<br />

to 2.0 with an impedance of 50Ω. Insertion loss shall be ≤0.1dB over frequency range.<br />

Operating temperature shall be -25°C to 80°C. Antenna surge suppressor shall be Phoenix<br />

Contact COAXTRAB, Polyphaser Corporation or approved equal<br />

2.07 POWER SUPPLY<br />

A. The power supply shall be fully enclosed and provide screw terminations by means of a<br />

cable clamping terminal block activated by a screw. Connections shall be gas-tight, and the<br />

terminal block shall be fabricated of non-ferrous, non-corrosive materials. All wiring points<br />

shall be touch safe with no live voltages that can make contact with a misplaced finger.<br />

Power supply shall have integral metal mounting feet to attach to 35-mm DIN-rail.<br />

B. The power supply shall conform to UL 5<strong>08</strong>C standards allow use at the full rated current.<br />

The power supply shall have a visual indicator for applied power. Operating temperature<br />

range shall be -25°C to 70°C. Power supply shall have means of limiting DC current in case<br />

of short circuit and shall automatically reset when fault is corrected. Power supply shall be<br />

able to be run in parallel mode without external circuitry to provide redundancy. Residual<br />

ripple shall not exceed 150 mV peak to peak.<br />

C. Power supply shall be Phoenix Contact, Power-One or approved equal.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-19<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


1<br />

2.<strong>08</strong> RTU CABINET<br />

A. TPS, OPS and WPS: Furnish and install the RTU cabinet at the location indicated. Cabinet<br />

shall be a NEMA 1, freestanding enclosure and shall have a hinged front door with key<br />

interlocking handle. The enclosure shall be made of 14 gauge steel with a 11 gauge<br />

mounting panel inside. The enclosure shall be minimum 72”H x 60”W x 24” D. The PLC<br />

with its UPS, shall be housed in the RTU cabinet.<br />

1. Mount the touch screen to the RTU enclosure. The touchscreen shall be mounted at a<br />

maxiumum elevation of 5’-0”AFF, include the housekeeping pad in the mounting height.<br />

B. BPS: Furnish and install the RTU cabinet at the location indicated. Cabinet shall be a<br />

NEMA 12, suitable for wall mounting enclosure with a hinged front door with key<br />

interlocking handle. The enclosure shall be made of 14 gauge steel, with a 11 gauge<br />

mounting panel inside. The PLC with its UPS, shall be housed in the RTU cabinet.<br />

1. Mount the touch screen to the RTU enclosure. The touchscreen shall be mounted at a<br />

maxiumum elevation of 5’-0”AFF, include the housekeeping pad in the mounting<br />

height.<br />

C. <strong>Well</strong> Sites (typical of 21 sites): Furnish the RTU cabinet at the location indicated. The RTU<br />

Cabinet shall be mounted on a unistrut rack by others under a separate <strong>Bid</strong> <strong>Package</strong> (the<br />

<strong>Well</strong> Site Contractor). Cabinet shall be a NEMA 4X, 304 stainless steel, suitable for<br />

unistrut mounting enclosure with a hinged front door with key interlocking handle. The<br />

enclosure shall include a 11 gauge mounting panel inside. The PLC shall be housed in the<br />

RTU cabinet.<br />

D. All discrete inputs/outputs shall have interposing relays. Interposing relays contained in this<br />

cabinet shall be 3PDT, shall have 24 VDC coils, shall each have a pilot light indicating<br />

energized coil, and shall each be mounted in a plug in socket with relay retainer clip and<br />

screw terminals. Relays shall be Square D KU13M1P14 or approved equal.<br />

E. Instrument panel wiring shall be as follows:<br />

1. Single conductor wire shall be stranded, tinned 16 AWG and MTW insulation, as<br />

manufactured by American Insulated Wire or approved equal. Color-coding shall be<br />

purple for ungrounded conductors and white for grounded conductors.<br />

2. Pair shielded cable for 4-20 mA DC loops shall be as specified in 26 05 19, “Low Voltage<br />

Electrical Power Conductors and Cables”.<br />

3. Each conductor terminated under a screw head shall have a crimp on spade terminal<br />

applied to its end prior to its termination.<br />

4. Each conductor has its own number and no number is used more than once.<br />

5. The number of each wire is placed at both ends of the wire next to its end according to<br />

wire tagging instructions as specified in 26 05 19, “Low Voltage Electrical Power<br />

Conductors and Cables”.<br />

6. The wire numbers, as actually installed, match the numbers on the shop drawings,<br />

O&M manuals, wiring diagrams and interconnection diagrams for this instrument panel.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-20<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


7. Wiring shall be run enclosed in plastic wireway wherever possible. Wireways shall be<br />

installed as required to enclose panel wiring. Where the use of plastic wireway is not<br />

practical, conductors shall be bundled and run open. Conductors run open shall be<br />

bundled and bound at regular intervals not to exceed 6" with nylon ties, or approved<br />

equal. Wires within a bundle are to be run parallel to one another and not twisted.<br />

Bundles shall have a uniform appearance, circular cross section, and shall be securely<br />

fastened to the panel framework. Conductors carrying different voltages that are from<br />

the same source may occupy the same wireway provided all are insulated for the<br />

maximum voltage of any conductor in the wireway. Wire ducts shall be insulated for<br />

the maximum voltage of any conductor in the wire duct . Wiring carrying voltages that<br />

originate at different source shall not run in the same wireway. Wire ducts shall be<br />

color coded as follows:<br />

a. 24VDC shall be routed in a Wire duct with a Light Grey Color cover.<br />

b. 48VDC shall be routed in a Wire duct with a Blue Color cover.<br />

c. 120VAC shall be routed in a Wire duct with a White Color cover.<br />

d. 480VAC shall be routed in a Wire duct with a Black Color cover.<br />

8. Terminal blocks shall be installed for wire terminations and shall be capable of<br />

mounting on a 35mm DIN-rail. Terminal blocks shall have a method of labeling for easy<br />

identification. Typewritten labels shall denote terminal block numbers and shall match<br />

numbers shown on shop drawings, O&M manuals and wiring diagrams. 25 percent<br />

additional terminals shall be provided for OWNER’s use. Terminal blocks shall be<br />

available with screw clamp technology and be made of a non-corrosive material. The<br />

metal body shall contain a serrated pressure plate that will provide a gas-tight<br />

connection with the conductor. All terminal block wiring points shall be “touch safe”<br />

with no live voltages that can make contact with a misplaced finger. Terminal blocks<br />

shall be rated 600V and shall be Phoenix Contact UT Series, Allen Bradley 1492-H1<br />

Series or approved equal.<br />

9. A separate 120VAC Terminal Block and circuit breaker shall be provided for RTU<br />

cabinet.<br />

F. A print pocket shall be provided in the panel and shall contain an 11" x 17" wiring diagrams,<br />

panel elevations and drawings. The wiring diagram shall contain all wire numbers, device<br />

names and terminal numbers. Drawings shall be laminated in clear plastic for preservation<br />

of the drawings.<br />

G. Enclosure shall be provided with an enclosed switched fluorescent light and 120 volt<br />

grounded duplex receptacle. Switch for light shall be mounted on inside of cabinet, easily<br />

accessible.<br />

H. Enclosure at TPS, OPS and WPS shall be provided with a fold down table for laptop pull<br />

out/up laptop tray that is located adjacent to the graphic user interface touchscreen. The<br />

laptop tray when pulled out/up shall be a minimum of 18”W x 18”D. Fold down table<br />

laptop tray shall be mounted at an elevation of 4’-0” 3’-0” AFF including the housekeeping<br />

pad height in the mounting height. The laptop tray shall be painted to macth the RTU<br />

enclosure.<br />

I. All equipment shall be mounted in such a manner that all maintenance may be<br />

accomplished with easy access through the RTU cabinet doors.<br />

1<br />

1<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-21<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


J. Acceptable RTU cabinet manufacturers:<br />

1. Hoffman<br />

2. Hammond<br />

3. Rittal<br />

2.09 LEVEL RELAY PANEL (TPS, OPS, WPS) & DISCHARGE LINE ISOLATION VALVE RELAY PANEL (TPS)<br />

A. Enclosure: The Level Relay Panels at TPS & OPS and the Discharge Line Isolation Valve<br />

Relay Panel at TPS shall be housed in a NEMA 1, 14 gauge steel enclosure. It shall have<br />

lifting eyes and a front door provided with a key locking handle. The Level Relay controls at<br />

WPS shall be located within the WPS RTU Cabinet.<br />

B. All switches, fuses, terminal blocks, etc., shall have permanent nameplates or labels for<br />

identification. All wiring shall be identified with wiring markers with alphanumeric<br />

characters. The identification of each wire shall be the same as that shown on the<br />

electrical schematic. Each wire shall be so identified at each end. Each end of every wire<br />

shall be provided with a heat shrinkable or equivalent sleeve-type wire marker-labeled in<br />

accordance with the electrical schematic. Use of adhesive and clip-on type markers is<br />

prohibited.<br />

C. Provide a print pocket pouch with the control schematic drawings on the inside of the Panel<br />

door. The control schematic drawings shall be the final version of the drawings and shall<br />

include any field revisions made during start-up.<br />

D. All relays and pushbuttons shall be NEMA rated, heavy duty type. IEC or dual IEC/NEMA<br />

rated equipment shall not be acceptable.<br />

E. Terminal strips shall be 600V, NEMA rated manufactured by Allen-Bradley, Phoenix Contact<br />

or approved equal. Distribution blocks shall be per Section 26 05 19.01, WIRE<br />

CONNECTIONS AND DEVICES.<br />

F. CONTROL RELAYS: Industrial type; contacts rated for 10 amps at 600 VAC; Allen-Bradley<br />

Bulletin 700 Type PK, Square D Class 8501 Type X, or approved equal. Relays shall have the<br />

capability of having contact decks added in the field. Contacts shall be field convertible to<br />

normally open or normally closed. Coils and contacts shall each be replaceable without<br />

replacing any other part of the relay. Where control relays are indicated on the Plans,<br />

industrial control relays shall be furnished whether the relay coil is operated with 120 VAC<br />

or 24 VDC. General purpose “plug-in” type relays shall not be acceptable.<br />

1<br />

G. INDICATING LIGHTS, SWITCHES, PUSHBUTTONS: Heavy duty and oil tight (30 mm); Square<br />

D Class 9001 or approved equal. Pilot lights shall be push to test (LED type) and shall be<br />

Square D SK or approved equal.<br />

H. Each relay panel shall include a 120VAC terminal block and circuit breaker.<br />

I. Acceptable RTU Relay Panel cabinet manufacturers:<br />

1. Hoffman<br />

2. Hammond<br />

3. Rittal<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-22<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


2.10 UNINTERRUPTIBLE POWER SUPPLY (TPS, OPS, WPS, BPS)<br />

A. The system supplier shall provide an Uninterruptible power supply (UPS) for the<br />

programmable controllers and its associated RTU cabinet. The systems supplier shall size<br />

the UPS for the connected load plus 100% spare capacity. UPS shall also be provided at<br />

each PLC and at each of the remote I/O locations. Utilize Gel-cell type batteries housed in<br />

their own enclosure inside the RTU cabinet. The UPS shall be equal to Liebert, Topaz, APC,<br />

MGE or approved equal, and shall have capacity to supply power for a period not less than<br />

one hour continuously for the processing units (PLC), wireless I/O modules, 12VDC, 24VDC<br />

power supplies, and loop powered instruments connected to the PLC and I/O modules.<br />

2.11 SERIAL RADIO<br />

A. The transceiver shall be full duplex and designated for operation in the 2.4 – 2.4835 GHz<br />

frequency band, be entirely solid state, state-of-the-art design in RF and IF filtering to<br />

minimize interference from other systems operating in the same frequency range. Radio<br />

shall contain an internal modem as a standard feature. All adjustments shall be made from<br />

the front of the radio. All modules and fuses shall be replaceable from the front of the<br />

radio. Transceiver shall feature a programmable microprocessor.<br />

B. The following functions shall be indicated:<br />

1. AC power - on<br />

2. Transmitter - active<br />

3. Receiver – active<br />

C. The unit shall meet the following requirements:<br />

1. Security: 128 bit AES Encription<br />

2. Network Topology: Point-to-point, point-to-multipoint, store and forward repeater<br />

3. Error Detection<br />

4. Transmit Power: 10mW to 1W<br />

5. Programmable data rates<br />

6. Receiver Sensitivity: -106 at 230kbps<br />

7. Serial Data Port: RS-232 and RS485<br />

8. Operating Temperature: -40°C to +75°C<br />

9. External Power: 10VDC to 24VDC<br />

D. Serial radio shall be ProSoft Technology model Radio Linx RLX-IFH24S. No approved equal.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-23<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


2.12 SERIAL RADIO ANTENNAS<br />

A. Yagi: Antenna shall be specifically designed for 2.4/2.5 GHz SCADA band. The antenna shall<br />

Mounting casting shall permit horizontal or vertical polarization. Internal balun, coax feed<br />

and connectors shall be sealed in a foam potting system which prevents moisture<br />

penetration. Antenna shall be a ProSoft model number RadioLinx A2410NJ-DY. Antenna<br />

shall have a wind rating of 125 mph.<br />

1. Frequency range: 2.4 to 2.5 GHZ (Broadband)<br />

2. Gain (over dipole): 10 dBi<br />

3. VSWR: 1.5:1 Maximum<br />

4. Impedance: 50 ohms<br />

5. Front-to-back ratio: 20 dB minimum<br />

6. Input power rating: 100 watts<br />

7. Polarization: H or V<br />

8. Termination: N female<br />

B. Omnidirectional: Antenna shall be specifically designed for 2.4 – 2.5 GHz (Broadband). The<br />

antenna shall be fabricated from fiberglass. The antenna shall be provided with a 3 dB gain,<br />

vertically polarized, 50 ohm impedance. Antenna shall be manufactured by ProSoft,<br />

Kathrein –SCALA Corporation, Max Rad Inc., Antenna Specialist, Celwave RFS or approved<br />

equal.<br />

C. Contractor shall verify exact antenna requirements after results of radio path study are<br />

obtained and provide type of antennas required for a clear communications signal between<br />

the different sites.<br />

2.13 ETHERNET INTERFACE RADIO<br />

A. Ethernet interface radio shall be manufactured by Ubiquiti Networks, Bullet2 model. There<br />

is no approved equal.<br />

B. The Ethernet radio shall meet the following requirements:<br />

1. Networking Interface: 1x 10/100 BASE-TX (CAT5, RJ-45) Ethernet Interface<br />

2. Antenna: Integrated antenna array<br />

3. Power supply: Power Over Ethernet (POE) up to 24VDC.<br />

4. Operating Temperature: -20°C to +70°C<br />

5. RF Connector: N-type Make jack<br />

6. Enclosure shall be outdoor UV stabilized plastic<br />

C. Contractor shall field verify exact antenna requirements for Ethernet interface radio system<br />

after results of radio path study.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-24<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


2.14 GIGABIT ETHERNET 3-PORT SWITCH<br />

A. The ethernet switch shall transmit and receive 1000 Mbs data over fiber optic cable for a<br />

maximum distance of 5 miles. The unit shall utilize LED’s to display POWER STATUS,<br />

TRANSMIT DATA STATUS and RECEIVE DATA STATUS. The unit shall have an operating<br />

voltage of 24VDC. The unit shall have a mean time between failures (MTBF) greater than<br />

100,000 hours.<br />

B. The ethernet switch shall operate in ambient conditions of 0 to 50°C temperature and 10 to<br />

95 percent relative humidity, non-condensing.<br />

C. The unit shall be as manufactured by Industrial Fiber Systems, Inc.<br />

2.15 MANAGED INDUSTRIAL ETHERNET SWITCH<br />

A. The managed industrial Ethernet Switch with gigabit-ethernet (1000 Mbit/s), a minimum of<br />

two (2) ports for single mode fiber optic fiber and a minimum of fourteen (14) ports for<br />

CAT5e cable. The unit shall utilize LED’s to display POWER STATUS, LINK STATUS, DATA, and<br />

ERROR. The unit shall have an operating voltage of 24VDC and include a redundant power<br />

supply. The unit shall a mean time between failures (MTBF) greater than 200,000 hours<br />

B. The Ethernet Switch shall operate in ambient conditions of 0 to 50°C temperature and 10 to<br />

95 percent relative humidity, non-condensing. The switch shall be suitable for DIN-rail<br />

mounting.<br />

C. The unit shall be an industrial managed Ethernet Mice as manufactured by Hirschmann.<br />

2.16 GRAPHIC USER INTERFACE (GUI) TOUCH SCREENS (TPS, OPS, WPS, BPS)<br />

A. Touch screens shall be 14-inch LCD terminals with full touch screen capabilities as 1<br />

manufactured by Allen Bradley PanelView Plus or approved equal. Each unit will be<br />

programmed to provide up to a minimum of five local control displays to monitor and<br />

control the functions assigned to the PLC’s. Automatic and local control interfaces shall be<br />

provided.<br />

B. One copy of the manufacturers touch screen development software will be included under<br />

this specification. The license for the software shall be registered to the Owner.<br />

C. Touch screen shall be mounted to the RTU enclosure at a maximum elevation of 5’-0” AFF,<br />

include the housekeeping pad in the mounting height.<br />

D. The Contractor shall provide all programming and all required interconnection cables for a<br />

complete and operational system.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-25<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


3.00 EXECUTION<br />

3.01 INSTALLATION<br />

A. All work shall be in accordance with manufacturer’s recommended practices. Care shall be<br />

exercised to avoid damage to equipment during installation. Damaged equipment shall be<br />

replaced by Contractor at no expense to the Owner.<br />

B. System equipment shall be installed where indicated in the Contract Documents. Power<br />

and signal connections between components shall provide the specified functions. Install<br />

according to equipment manufacturer's instruction.<br />

C. The system Supplier Contractor shall utilize their own printers, monitors, and computers for<br />

programming, testing, and start-up. The use of the OWNER's computers, monitors, or<br />

printers shall not be acceptable until the entire system has been installed, debugged,<br />

programmed, and operated to ENGINEER's satisfaction.<br />

3.02 PROGRAMMING<br />

A. The loop descriptions and diagrams shown in the Contract Documents are functional only<br />

and do not attempt to specify detail program coding that may be required. The<br />

CONTRACTOR shall utilize this functional information to develop complete application<br />

programming for the PLC equipment provided under this CONTRACT. Programs shall be<br />

designed to provide fail-safe operation of equipment in case of PC logic or power supply<br />

failure. Fail-safe shall be defined as "stopped" for all drives and "closed" for valves, unless<br />

otherwise specified. Up to fifty (50) graphic pages shall be required for the operatorinterface,<br />

and will be developed via a menu-driven color graphics editor. Interrupting logic<br />

between the PLC and central computer system shall be required as per system sequence of<br />

operation. An additional 15 graphics shall be developed in the field in coordination with the<br />

OWNER and the ENGINEER. The graphics shall be sufficiently detailed to include all<br />

equipment, pipes, valves, solenoids, meters, switches, etc. Graphics shall include<br />

equipment tag numbers and display the current flow rates, levels, quantities, status,<br />

elapsed time of equipment, etc. All such work shall be done at no extra cost to the OWNER.<br />

Before programming the graphics, the CONTRACTOR shall furnish a set of drawings for<br />

ENGINEER’S AND OWNER’S review.<br />

3.03 DOCUMENTATION<br />

A. Following delivery to the site, the equipment manufacturer, in the presence of the<br />

ENGINEER, shall demonstrate operation of the complete system.<br />

B. The CONTRACTOR shall provide documentation for all application software.<br />

Documentation system shall be diagrams in ladder-rung format, and shall show all input<br />

devices to the left of the left "power rail" and all outputs to the right of the right "power<br />

rail." The diagrams shall show all device codes and functional description used in the<br />

project manual, and shall also show PLC address codes, element codes, and I/O assembly<br />

codes, modules numbers, and terminal numbers.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-26<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


3.04 TESTS<br />

A. All elements of the SCADA system, both hardware and software, shall be tested to<br />

demonstrate that the total system satisfies all of the requirements of the Specifications.<br />

B. The Contractor shall furnish and install the field instruments, PLC, remote input/output<br />

(RI/O), and interface equipment in a schedule to meet the construction sequencing.<br />

C. As a minimum, the testing shall include the following:<br />

1. Factory Acceptance Test (FAT)<br />

2. Software Acceptance Tests (SAT)<br />

3. Operational Readiness Tests (ORT)<br />

4. Functional Demonstration Tests (FDT)<br />

5. 30-Day Acceptance Test<br />

D. Each test shall be in the cause and effect format. The person conducting the test shall<br />

initiate an input (cause) and, upon the system's or subsystem's producing the correct result<br />

(effect), the specific test requirement will have been satisfied.<br />

E. All tests shall be conducted in accordance with Engineer-approved procedures and<br />

documented. Each specific test to be performed shall be described and a space provided<br />

after it for signoff by the appropriate party after its satisfactory completion.<br />

F. Copies of signoff test procedures, forms, and checklists will constitute the required test<br />

documentation.<br />

G. Provide all special testing materials and equipment. Wherever possible, perform tests using<br />

actual process variables, equipment, and data. Where it is not practical to test with real<br />

process variables, equipment, and data, provide suitable means of simulation. Define these<br />

simulations techniques in the test procedure.<br />

H. Coordinate all testing with other Contractors, the OWNER, and the Engineer.<br />

I. The OWNER and/or ENGINEER will actively participate in many of the tests. The OWNER<br />

and/or ENGINEER reserves the right to test or retest any and all specified functions whether<br />

or not explicitly stated in the approved test procedures. The OWNER and/or ENGINEER<br />

reserves the right to observe and/or inspect the work during any phase.<br />

J. The Engineer's decision shall be final regarding the acceptability and completeness of all<br />

testing.<br />

3.05 FACTORY ACCEPTANCE TEST (FAT)<br />

1<br />

A. The SCADA Contractor shall provide a factory acceptance test for all controls. The factory<br />

acceptance test shall be witnessed by the Owner/Engineer. Notify the ENGINEER and<br />

OWNER in writing a minimum of 14 days in advance of the proposed starting date for the<br />

Factory Acceptance Test.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-27<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


B. Testing shall include the following:<br />

C. Loop/Component Inspections and Tests: The system shall be checked for proper<br />

installation, calibrated, and adjusted on a loop-by-loop and component-by-component<br />

basis to ensure that it is in conformance with related submittals and these specifications.<br />

Actual real-time signals generated from the field devices shall be used. Simulation of field<br />

signals shall not be permitted. This test is intended to actually operate the entire process<br />

and to find and correct all real-time operational deficiencies.<br />

1<br />

1. The Loop/Component Inspections and Tests shall be implemented using forms and<br />

checklists.<br />

a. Each loop shall have a Loop Status Report to organize and track its inspection,<br />

adjustment, and calibration. These reports shall include the following:<br />

1) Project name<br />

2) Loop number<br />

3) Tag number for each component<br />

4) Check offs/sign offs for each component<br />

a) Tag/identification<br />

b) Installation<br />

c) Termination - wiring<br />

d) Termination - tubing<br />

e) Calibration/adjustment<br />

5) Check offs/ sign offs for the loop<br />

a) Panel interface terminations<br />

b) I/O interface terminations<br />

c) I/O signal operation<br />

d) Inputs/outputs operational: received/sent, processed, adjusted<br />

e) Total loop operational<br />

6) Space for comments<br />

7) Space for signoff by Contractor<br />

b. Each active analog subsystem element and each I/O module shall have a<br />

Component Calibration Sheet. These sheets shall include the following:<br />

1) Project name<br />

2) Loop number<br />

3) Component tag number or I/O module number<br />

4) Component code number analog system<br />

5) Manufacturer (for analog system element)<br />

6) Model number/serial number (for analog system)<br />

7) Summary of functional requirements, for example:<br />

a) For indicators and recorders: Scale and chart ranges<br />

b) For transmitters/converters: Input and output ranges<br />

c) For computing elements: Function<br />

d) For controllers: Action (direct/reverse) control modes (PID)<br />

e) For switching elements: Unit range, differential (fixed/adjustable), reset<br />

(auto/manual)<br />

f) For I/O modules: Input or output<br />

8) Calibrations; for example:<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-28<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


a) For analog devices: Required and actual inputs and outputs at 0, 10, 50,<br />

and 100 percent of span, rising and falling<br />

b) For discrete devices: Required and actual trip points and reset points<br />

c) For controllers: Mode settings (PID)<br />

d) For I/O modules: Required and actual inputs or outputs of 0, 10, 50, and<br />

100 percent of span, rising and falling<br />

9) Space for comments<br />

10) Space for signoff by the Contractor<br />

2. Maintain the Loop Status Reports and Component Calibration Sheets at the jobsite<br />

and make them available to the Engineer and Owner upon request.<br />

D. Any deficiencies found shall be corrected.<br />

3.06 SOFTWARE ACCEPTANCE TEST (SAT)<br />

A. Prior to the start of the witnessed Software Acceptance Test (SAT), the entire system shall<br />

be installed on site, inspected and tested to ensure that it is fully operational and ready for<br />

the SAT demonstration testing.<br />

B. All panels and assemblies of the subsystem shall be completely installed except I/O signals<br />

to field elements or devices shall not be connected. The system shall be inspected and<br />

tested to verify that they are in conformance with related submittals and the Contract<br />

Documents.<br />

C. The PLC and subsystem primary elements, shall be interconnected and tested to ensure<br />

that the system is fully operational. The system shall be operated without signals leaving or<br />

entering from the field elements or devices for at least one week to verify that it is capable<br />

of continuous operation. Outputs to and inputs from the excluded primary elements shall<br />

be simulated.<br />

D. The system shall be tested, installed on site to demonstrate that it is operational and in<br />

conformance with the Contract Documents.<br />

E. Notify the Engineer and OWNER in writing a minimum of 30 days in advance of the<br />

proposed starting date for the Software Acceptance Test. At the time of notification,<br />

submit any revisions to the detailed test procedure previously approved by the Engineer in<br />

the Project System Plan.<br />

F. The purpose of the test shall be to witness and verify the functionability, performance, and<br />

stability of the hardware and software. The system must operate continually for 24 hours<br />

without failure before the test shall be judged successful. Successful completion of this test<br />

shall be the basis for approval of the system.<br />

G. The Software Acceptance tests shall be performed on all the equipment installed including<br />

the HMI system, PLC panels and subsystems. The SAT shall be a two-part text procedure;<br />

Part I shall include the PLC sub-system to verify all I/O addresses and proper step sequence<br />

for all features. Part II shall add the HMI to verify all screen displays, addressing and report<br />

generation.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-29<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


H. Where hardware items are of standard manufacture and in current production, the<br />

manufacturer shall certify that applicable tests have been performed and met, in<br />

accordance with IEEE and ISA Standards, and be prepared to supply copies of data to<br />

Engineer upon request. Such statements shall accompany the equipment submittals called<br />

for in SUBMITTALS of this Section. Any assemblage of devices together with operating<br />

programs shall be tested together as provided herein.<br />

I. The various tests performed during Software Acceptance Test shall be designed to<br />

demonstrate that the hardware and software fulfill all the requirements of the Contract<br />

Documents. The test conditions shall resemble, as closely as possible, actual conditions.<br />

Any additional hardware or software that may be required to successfully verify system<br />

operation shall be supplied at no cost to the OWNER.<br />

J. Some of tests to be performed shall include, but not be limited to, the following:<br />

1. Building and loading the system database.<br />

2. Conduct online modifications to the database.<br />

3. Demonstrate operability of the interfaces (hardware and software).<br />

4. Demonstrate operability of the data communication network.<br />

a. Fiber Optic Communications<br />

b. Radio Modem Communications (To Be Used by Owner as a backup if Fiber<br />

Communications Fail)<br />

5. Demonstrate all system software functions specified.<br />

6. Verify the displays and interactive capabilities of an operator's console.<br />

7. Simulate selected normal and abnormal operating conditions to verify the performance<br />

of the monitoring and control functions.<br />

8. Simulate every I/O point by opening or shorting digital inputs, inject appropriate signals<br />

into every analog input point, and measure the output signal from each analog output<br />

point.<br />

K. All deficiencies identified during these tests shall be corrected and retested prior to<br />

completing the Software Acceptance Test.<br />

L. The following documentation shall be made available to the Engineer at the test site both<br />

before and during the Software Acceptance Test.<br />

1. All drawings and specifications, addenda, and change orders.<br />

2. Master copy of the test procedure.<br />

3. List of the equipment to be tested including make, model, and serial number.<br />

4. Design-related hardware submittals applicable to the equipment being tested.<br />

5. Preliminary software documentation submittal.<br />

M. The daily schedule during these tests shall be as follows:<br />

1. Testing and meetings: Nominally 8 hours per day; 24 hours per day if required to meet<br />

schedule.<br />

2. Morning meetings to review the day's test schedule.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-30<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


3. Evening meetings to review the day's test results and to review or revise the next day's<br />

test schedule.<br />

N. All test data and procedures followed during testing shall be logged, and certified copies of<br />

the logs shall be provided to the Engineer and OWNER.<br />

O. The Engineer will observe each test once on a pass-fail basis. The Engineer alone has the<br />

authority to determine if a test passes or fails. Only four (4) fifteen minute windows per<br />

day will be allowed during the test procedure to make corrections to software and<br />

successfully pass a re-test. Otherwise, that test will be declared a failure. If a test fails, it<br />

will be put on a retest schedule. If other tests to follow rely on a particular test passing,<br />

then the following tests will also be placed on a retest schedule even though they were not<br />

tested before. Retesting shall not interrupt the test schedule. The CONTRACTOR may<br />

schedule retest days during the testing period, but not more than two per week. All<br />

retesting shall only occur on a day designated in the schedule or at the end of testing.<br />

P. All time and expense incurred by the Engineer and/or OWNER’S staff for all retests shall be<br />

borne by the CONTRACTOR and paid to the OWNER. Time and expense incurred shall be on<br />

a time and material basis tracked by the Engineer and OWNER for their own staff and<br />

presented to the CONTRACTOR on a periodic basis.<br />

Q. The CONTRACTOR shall expedite the correction of any deficiency discovered during testing.<br />

The CONTRACTOR shall have personnel from each trade to standby during the test period to<br />

immediately correct, or adjust any item of software or hardware or equipment causing a<br />

test to fail.<br />

3.07 OPERATIONAL READINESS TEST (ORT)<br />

A. General: Prior to start-up, the installed system shall be certified (inspected, tested, and<br />

documented) that it is ready for operation. Download all database on job computers from<br />

this test onwards. The OWNER and ENGINEER shall be notified when ORT starts. Copies of<br />

ORT forms that have been signed off by the CONTRACTOR shall be copied and sent to the<br />

OWNER and ENGINEER on a daily basis for record purposes only. No signature by the<br />

ENGINEER or OWNER is required for ORT forms.<br />

B. Loop/Component Inspections and Tests: The system shall be checked for proper<br />

installation, calibrated, and adjusted on a loop-by-loop and component-by-component basis<br />

to ensure that it is in conformance with related submittals and these specifications. Actual<br />

real-time signals generated from the field devices shall be used. Simulation of field signals<br />

shall not be permitted. This test is intended to actually operate the entire process and to<br />

find and correct all real-time operational deficiencies.<br />

1. The Loop/Component Inspections and Tests shall be implemented using Engineerapproved<br />

forms and checklists.<br />

a. Each loop shall have a Loop Status Report to organize and track its inspection,<br />

adjustment, and calibration. These reports shall include the following:<br />

1) Project name<br />

2) Loop number<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-31<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


3) Tag number for each component<br />

4) Checkoffs/signoffs for each component<br />

a) Tag/identification<br />

b) Installation<br />

c) Termination - wiring<br />

d) Termination - tubing<br />

e) Calibration/adjustment<br />

5) Checkoffs/signoffs for the loop<br />

a) Panel interface terminations<br />

b) I/O interface terminations<br />

c) I/O signal operation<br />

d) Inputs/outputs operational: received/sent, processed, adjusted<br />

e) Total loop operational<br />

f) Space for comments<br />

g) Space for signoff by Contractor<br />

b. Each active analog subsystem element and each I/O module shall have a<br />

Component Calibration Sheet. These sheets shall include the following:<br />

1) Project name<br />

2) Loop number<br />

3) Component tag number or I/O module number<br />

4) Component code number analog system<br />

5) Manufacturer (for analog system element)<br />

6) Model number/serial number (for analog system)<br />

7) Summary of functional requirements, for example:<br />

a) For indicators and recorders: Scale and chart ranges<br />

b) For transmitters/converters: Input and output ranges<br />

c) For computing elements: Function<br />

d) For controllers: Action (direct/reverse) control modes (PID)<br />

e) For switching elements: Unit range, differential (fixed/adjustable), reset<br />

(auto/manual)<br />

f) For I/O modules: Input or output<br />

8) Calibrations; for example:<br />

a) For analog devices: Required and actual inputs and outputs at 0, 10, 50, and<br />

100 percent of span, rising and falling<br />

b) For discrete devices: Required and actual trip points and reset points<br />

c) For controllers: Mode settings (PID)<br />

d) For I/O modules: Required and actual inputs or outputs of 0, 10, 50, and 100<br />

percent of span, rising and falling<br />

9) Space for comments<br />

10) Space for signoff by the Contractor<br />

2. Maintain the Loop Status Reports and Component Calibration Sheets at the jobsite and<br />

make them available to the Engineer and Owner upon request.<br />

3. These inspections and tests do not require witnessing. However, the Engineer will<br />

review the Loop Status Reports and Component Calibration Sheets and spot-check their<br />

entries periodically and upon completion of the Operational Readiness Test. Any<br />

deficiencies found shall be corrected.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-32<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


3.<strong>08</strong> FUNCTIONAL DEMONSTRATION TEST (FDT)<br />

A. Once ORT has been completed and operational readiness has been confirmed, a witnessed<br />

Functional Demonstration Test shall be performed on the complete system to demonstrate<br />

that it is operating and in compliance with the Contract Documents. Each specified function<br />

shall be demonstrated on a paragraph-by-paragraph, loop-by-loop, and component-bycomponent<br />

basis. This test shall be scheduled and conducted only after all new pipeline<br />

construction is complete and the new pipeline and metering construction is completed and<br />

operational.<br />

B. Loop-specific and non-loop-specific tests shall be the same as specified under SOFTWARE<br />

and OPERATIONAL READINESS TESTS except that the entire installed PICS shall be tested<br />

and all functions demonstrated.<br />

C. Simulation of field signals, or simulation of the response of the process, or the response of<br />

individual components, or the functions being monitored or controlled, shall not be<br />

permitted. Simulation may be permitted with the express permission of the ENGINEER.<br />

The decision to simulate is the ENGINEER's alone. The CONTRACTOR shall include in the<br />

Contract Price the time necessary to wait for all process responses.<br />

D. Updated versions of the documentation called for under SOFTWARE and OPERATIONAL<br />

READINESS TESTS shall be made available to the Engineer at the jobsite both before and<br />

during the test. In addition, one copy of the approved Instrumentation O&M Manual shall<br />

be made available to the Engineer at the jobsite both before and during testing. The<br />

approved schedule shall be followed strictly on an item-by-item basis. Combining of test<br />

items shall be at the discretion of the ENGINEER alone. The CONTRACTOR shall include in<br />

the Control Price adequate time necessary to complete each test item one at a time.<br />

E. The daily schedule called for under SOFTWARE and OPERATIONAL READINESS TESTS shall<br />

also be followed during the Functional Demonstration Test.<br />

F. The Engineer will observe each test once on a pass-fail basis. The Engineer alone has the<br />

authority to determine if a test passes or fails. Only one (1) fifteen minute window per day<br />

will be allowed during the test procedure to make corrections to software or to field<br />

equipment and successfully pass a re-test; otherwise, that test will be declared a failure. If<br />

a test fails, it will be put on a retest schedule. If other tests to follow rely on a particular<br />

test which has failed, then the following tests will also be placed on a retest schedule even<br />

though they were not tested. Retesting shall not interrupt the test schedule. The<br />

CONTRACTOR may schedule retest days during the testing period, but not more than two<br />

per week. All retesting shall only occur on a day designated in the schedule or at the end of<br />

testing.<br />

G. All time and expense incurred by the Engineer and/or OWNER’S staff for all retests shall be<br />

borne by the CONTRACTOR and paid to the OWNER. Time and expense incurred shall be on<br />

a time and material basis tracked by the Engineer and OWNER for their own staff and<br />

presented to the CONTRACTOR on a periodic basis.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-33<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


H. The CONTRACTOR shall expedite the repair or correction of any deficiency discovered<br />

during testing. The CONTRACTOR shall have personnel representing each trade to standby<br />

during the test period to immediately correct, repair, or adjust any item of hardware,<br />

software or field equipment causing a test to fail.<br />

I. The system shall operate continuously for 100 hours without failure before this test will be<br />

considered successful.<br />

3.09 30-DAY ACCEPTANCE TEST<br />

A. All database errors must be corrected prior to the start of the 30-Day Acceptance Test. The<br />

30-Day Acceptance Test will not be considered successful until all databases are correct.<br />

B. Any malfunction during the test shall be analyzed and corrections made by the Contractor.<br />

The Engineer and Owner will determine whether any such malfunctions are sufficiently<br />

serious to warrant a repeat of the test. The cost of a retest shall be borne by the<br />

CONTRACTOR as specified.<br />

C. After completion of the Functional Demonstration Test and Plant Start-up, the Contractor<br />

shall be responsible for operation of the entire System for a period of 30 consecutive days,<br />

under conditions of full plant process operation, without single non-field repairable<br />

malfunction.<br />

D. During this test, Contractor personnel shall be present as required. The Contractor shall<br />

provide personnel for this test who have an intimate knowledge of the hardware and<br />

software of the system and also are familiar with the overall plant process. The Supplier<br />

shall be on-site a minimum of 8 hours a day and be on call for the rest of the day, during the<br />

entire 30-Day Acceptance Test. During the rest of the test period the supplier shall be<br />

available and on the job site within 48 hours of any failure.<br />

E. While this test is proceeding, the Owner shall have full use of the system. Only plant<br />

operating personnel shall be allowed to operate equipment associated with live plant<br />

processes.<br />

F. Any malfunction, during this 30 consecutive day test period, which cannot be corrected<br />

within 24 hours of occurrence by the Contractor's personnel, or more than two similar<br />

failures of any duration, will be considered as a non-field-repairable malfunction.<br />

G. Upon completion of repairs, by the Supplier, the test shall be repeated as specified herein.<br />

H. In the event of rejection of any part or function, the Supplier shall perform repairs within 5<br />

days or replacement within 30 days.<br />

I. Upon successful completion of the 30-Day Acceptance Test, approval of all as-built drawing<br />

and O&M Manuals, completion of all related Owner training, and delivery of all spare,<br />

expendable, and test equipment, the systems shall be considered substantially complete<br />

and the warranty period shall commence.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-34<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


3.10 TRAINING<br />

A. Provide an integrated training program for the Owner's personnel, both at the Supplier's<br />

factory or training center and at the jobsite. The Contractor shall submit a detailed training<br />

schedule and syllabus for approval. Tailor the training program to meet the specific needs<br />

of the Owner's personnel. Include training sessions, classroom and field, for managers,<br />

engineers, operators, and maintenance personnel.<br />

B. The training shall be carried out by technically competent and experienced instructors.<br />

C. An "instructor week" shall consist of 40 hours of actual instruction time. An "instructor day"<br />

shall consist of 8 hours of actual instruction time. Provide instruction on any or all three<br />

working shifts as needed to accommodate the Owner's personnel schedule. The actual<br />

1<br />

training schedule shall be coordinated with thee the Owner.<br />

D. The Contract shall hire a professional firm regularly engaged in video tape and/or film<br />

productions to video tape of all of the factory and on-site training sessions. The video tape<br />

and all rights there to shall become the property of the Owner. The Owner may re-use or<br />

distribute the video tape at their discretion.<br />

3.11 OPERATIONS AND MAINTENANCE TRAINING<br />

A. O&M training for each subsystem shall be in accordance with the requirements specified<br />

under the related Instrumentation specification sections.<br />

B. All training shall be given using only equipment identical to the equipment provided on this<br />

Contract or currently owned by the Owner.<br />

C. Unless otherwise specified, hardware maintenance training shall be suitable for instrument<br />

technicians who have at least a 2-year associate engineering or technical degree, or<br />

equivalent education and experience in electronics, instrumentation, or digital systems.<br />

3.12 ON-SITE SUPERVISION<br />

The Supplier shall provide, on-site, an experienced resident engineering manager to supervise<br />

and coordinate all of the on-site activities. This resident engineering manager shall be on-site as<br />

required during the total period to affect all the activities relating to the PICS.<br />

3.13 START-UP AND TESTING TEAM<br />

A. The Supplier shall provide, on-site, a team of experienced engineering, technician, trades<br />

personnel, and software/configuring personnel during the total construction period to:<br />

1. Thoroughly check the installation, termination, and adjustment of all the subsystems<br />

and their components.<br />

2. Perform and complete all on-site tests.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-35<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


3. Provide start-up assistance.<br />

END OF SECTION<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-36<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS


Colorado River Municipal Water District<br />

Ward County Transmission System Expansion - Contract C - Above Slab TPS, OPS, and WPS<br />

Points List for <strong>Well</strong> Sites<br />

The following I/O list is shown for <strong>Well</strong> Site D1, but it is typical for all 21 sites.<br />

<strong>Well</strong> Site Loop Number <strong>Well</strong> Site Loop Number<br />

D1 4010 D13 4130<br />

D2 4020 D14 4140<br />

D3 4030 D15 4150<br />

D4 4040 D16 4160<br />

D6 4060 D17 4170<br />

D8 4<strong>08</strong>0 D18 4180<br />

D9 4090 D20 4200<br />

D10 4100 D21 4210<br />

D11 4110 D22 4220<br />

D12 4120 D23 4230<br />

D24 4240<br />

Isolated/<br />

Point Type Equipment Tag Loop<br />

Area<br />

Equipment Description<br />

Function I/O Char. Loop To RTU at<br />

DI Pump D1 4010 <strong>Well</strong> Site D1 Run Status Status <strong>Well</strong> Site D1<br />

DI Pump D1 4010 <strong>Well</strong> Site D1 Stop Status Status <strong>Well</strong> Site D1<br />

DI Pump D1 4010 <strong>Well</strong> Site D1 Auto Enabled Status <strong>Well</strong> Site D1<br />

DI Pump D1 4010 <strong>Well</strong> Site D1 E.Stop Enabled Alarm <strong>Well</strong> Site D1<br />

DI Pump D1 4010 <strong>Well</strong> Site D1 Overload Trip Alarm <strong>Well</strong> Site D1<br />

DI Pump D1 4010 <strong>Well</strong> Site D1 Motor Seal Failue Alarm <strong>Well</strong> Site D1<br />

DI Pump D1 4010 <strong>Well</strong> Site D1 Motor Over Temperature Alarm <strong>Well</strong> Site D1<br />

DI Pump D1 4010 <strong>Well</strong> Site D1 Common Alarm Alarm <strong>Well</strong> Site D1<br />

DI Pump D1 4010 <strong>Well</strong> Site D1 Low Level Alarm Alarm <strong>Well</strong> Site D1<br />

DO Pump D1 4010 <strong>Well</strong> Site D1 SCADA Start Control <strong>Well</strong> Site D1<br />

DO Pump D1 4010 <strong>Well</strong> Site D1 SCADA Stop Control <strong>Well</strong> Site D1<br />

AI LIT-4010 4010 <strong>Well</strong> Site D1 Level Indication 4-20mA Isolated <strong>Well</strong> Site D1<br />

AI PIT-4010-1 4010 <strong>Well</strong> Site D1 Supply Side Pressure Indication 4-20mA Isolated <strong>Well</strong> Site D1<br />

AI PIT-4010-2 4010 <strong>Well</strong> Site D1 Discharge Pressure Indication 4-20mA Isolated <strong>Well</strong> Site D1<br />

Data Hwy FIT-4010 4010 Discharge Flow at D1 RS485 Data Highway to Discharge Flow Meter <strong>Well</strong> Site D1<br />

Points List for <strong>Well</strong> Sites<br />

CMD11269 - Ward County Transmission System Expansion - Contract C - Above Slab TPS, OPS, and WPS 40 90 02.15-1


This page intentionally left blank.


This page intentionally left blank.


This page intentionally left blank.


Appendix B<br />

Project Manual for Vertical<br />

Turbine Submersible Pumping<br />

Units Ward County <strong>North</strong> <strong>Well</strong><br />

<strong>Field</strong><br />

(Daniel B. Stephens &<br />

Associates, Inc.)<br />

March 2012


Project Manual for<br />

Vertical Turbine<br />

Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

.<br />

Daniel B. Stephens & Associates, Inc.<br />

Texas Registered Engineering Firm F-286<br />

4030 West Braker Lane, Suite 325 • Austin, Texas 78759<br />

March 2012<br />

400 East 24 th Street | P.O. Box 869 | Big Spring, Texas 79720<br />

432-267-6341 | www.crmwd.org | Fax 432-267-3121


This page intentionally left blank.


Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Project Manual<br />

Contract Documents<br />

Section 00520<br />

Agreement Between Buyer and Seller for Procurement Contracts<br />

Exhibit A-1: Assignment of Contract; Consent to and Acceptance of Assignment<br />

Exhibit A-2: Agreement to Assignment by Seller’s Surety<br />

Exhibit B: Seller’s <strong>Bid</strong><br />

Exhibit C: Qualification Statement<br />

Exhibit D: Certificate of Liability Insurance<br />

Section 00610<br />

Section 00615<br />

Section 00700<br />

Section 0<strong>08</strong>00<br />

Performance Bond<br />

Payment Bond<br />

Standard General Conditions for Procurement Contracts<br />

Supplementary Conditions<br />

<strong>Bid</strong> Addendum 1<br />

<strong>Bid</strong> Addendum 2<br />

Technical Specifications<br />

Table of contents provided following the Contract Documents


This page intentionally left blank.


Contract Documents


This page intentionally left blank.


AGREEMENT BETWEEN<br />

BUYER AND SELLER<br />

FOR PROCUREMENT CONTRACTS<br />

Prepared by<br />

and<br />

Issued and Published Jointly by<br />

AMERICAN COUNCIL OF ENGINEERING COMPANIES<br />

______________________<br />

AMERICAN SOCIETY OF CIVIL ENGINEERS<br />

_______________________<br />

ASSOCIATED GENERAL CONTRACTORS OF AMERICA<br />

______________________<br />

PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE<br />

A Practice Division of the<br />

NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS<br />

EJCDC P-520, Agreement Between Buyer and Seller for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page i


Copyright © 2010:<br />

National Society of Professional Engineers<br />

1420 King Street, Alexandria, VA 22314-2794<br />

(703) 684-2882<br />

www.nspe.org<br />

American Council of Engineering Companies<br />

1015 15th Street, N.W., Washington, DC 20005<br />

(202) 347-7474<br />

www.acec.org<br />

American Society of Civil Engineers<br />

1801 Alexander Bell Drive, Reston, VA 20191-4400<br />

(800) 548-2723<br />

www.asce.org<br />

Associated General Contractors of America<br />

2300 Wilson Boulevard, Suite 400, Arlington, VA 22201-33<strong>08</strong><br />

(703) 548-3118<br />

www.agc.org<br />

The copyright for EJCDC P-520 is owned jointly by the four EJCDC sponsoring organizations listed<br />

above. The National Society of Professional Engineers (NSPE) is the Copyright Administrator for the<br />

EJCDC documents; please direct all inquiries and requests regarding EJCDC copyrights to NSPE.<br />

NOTE: EJCDC publications may be purchased at www.ejcdc.org, or from any of the four sponsoring<br />

organizations above.<br />

EJCDC P-520, Agreement Between Buyer and Seller for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page ii


TABLE OF CONTENTS<br />

Article 1 – GOODS AND SPECIAL SERVICES ...................................................................................... 1<br />

Article 2 – THE PROJECT ......................................................................................................................... 1<br />

Article 3 – ENGINEER .............................................................................................................................. 1<br />

Article 4 – POINT OF DESTINATION ..................................................................................................... 1<br />

Article 5 – CONTRACT TIMES ................................................................................................................ 1<br />

Article 6 – CONTRACT PRICE................................................................................................................. 2<br />

Article 7 – PAYMENT PROCEDURES .................................................................................................... 3<br />

Article 8 – INTEREST................................................................................................................................ 4<br />

Article 9 – SELLER’S REPRESENTATIONS .......................................................................................... 4<br />

Article 10 – CONTRACT DOCUMENTS ................................................................................................. 4<br />

Article 11 – MISCELLANEOUS ............................................................................................................... 6<br />

EJCDC P-520, Agreement Between Buyer and Seller for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page iii


AGREEMENT<br />

THIS AGREEMENT is by and between Colorado River Municipal Water District (“Buyer”)<br />

and Clowe & Cowan of El Paso LLC (“Seller”).<br />

Buyer and Seller hereby agree as follows:<br />

ARTICLE 1 – GOODS AND SPECIAL SERVICES<br />

1.01 Seller shall furnish the Goods and Special Services as specified or indicated in the Contract<br />

Documents.<br />

ARTICLE 2 – THE PROJECT<br />

2.01 The Project, of which the Goods and Special Services may be the whole or only a part, is<br />

identified as follows:<br />

Vertical Turbine Submersible Pumping Units, Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

ARTICLE 3 – ENGINEER<br />

3.01 The Contract Documents for the Goods and Special Services have been prepared by Daniel<br />

B. Stephens & Associates, Inc. ("Engineer"), which is to act as Buyer's representative,<br />

assume all duties and responsibilities, and have the rights and authority assigned to Engineer<br />

in the Contract Documents in connection with Seller’s furnishing of Goods and Special<br />

Services.<br />

ARTICLE 4 – POINT OF DESTINATION<br />

4.01 The Point of Destination is designated as: a 50-mile radius around the Town of Wickett,<br />

Texas. The Seller shall clarify the Point of Destination with the Engineer prior to shipment<br />

of Goods.<br />

ARTICLE 5 – CONTRACT TIMES<br />

5.01 Time of the Essence<br />

A. All time limits for Milestones, if any, including the submittal of Shop Drawings and<br />

Samples, the delivery of Goods, and the furnishing of Special Services as stated in the<br />

Contract Documents, are of the essence of the Contract.<br />

5.02 Milestones<br />

A. Days for Submittal of Shop Drawings and Samples: Seller shall submit all Shop<br />

Drawings and Samples required by the Contract Documents to Buyer for Engineer’s<br />

review and approval within seven calendar days after the date when the Contract Times<br />

commence to run as provided in Paragraph 2.04 of the General Conditions. I t is the<br />

EJCDC P-520, Agreement Between Buyer and Seller for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00520-1


intent of the parties that (1) Engineer conduct such review and issue its approval, or a<br />

denial accompanied by substantive comments regarding information needed to gain<br />

approval, within seven calendar days of Seller's submittal of such Shop Drawings and<br />

Samples; and ( 2) resubmittals be limited whenever possible. If more than one<br />

resubmittal is necessary for reasons not the fault and beyond the control of Seller, then<br />

Seller shall be entitled to seek appropriate relief under Paragraph 7.02.B of the General<br />

Conditions.<br />

B. Days to Achieve Delivery of Goods: The Goods are to be delivered to the Point of<br />

Destination and ready for Buyer’s receipt of delivery within twelve weeks of each written<br />

order for Goods placed by the Engineer. Seller shall not furnish Goods without a written<br />

request from the Engineer.days (but not earlier than ____ days) after the date when the<br />

Contract Times commence to run as provided in Paragraph 2.04 of the General<br />

Conditions.<br />

5.03 Buyer's Final Inspection<br />

A. Days to Achieve Final Inspection: Buyer shall make its final inspection of the Goods<br />

pursuant to Paragraph 8.01.C of the General Conditions within 90 days after Buyer's<br />

acknowledgement of receipt of delivery of the Goods and Seller's completion of<br />

furnishing Special Services, if any.<br />

5.04 Liquidated Damages<br />

A. Buyer and Seller recognize that Buyer will suffer financial loss if the Goods are not<br />

delivered at the Point of Destination and ready for receipt of delivery by Buyer within the<br />

times specified in Paragraph 5.02 above, plus any extensions thereof allowed in<br />

accordance with Article 7 of the General Conditions. The parties also recognize that the<br />

timely performance of services by others involved in the Project is materially dependent<br />

upon Seller’s specific compliance with the requirements of Paragraph 5.02. Further, they<br />

recognize the delays, expense, and difficulties involved in proving the actual loss suffered<br />

by Buyer if complete acceptable Goods are not delivered on time. Accordingly, instead<br />

of requiring such proof, Buyer and Seller agree that as liquidated damages for delay (but<br />

not as a penalty) Seller shall pay Buyer $100.00 for each calendar day that expires after<br />

the time specified in Paragraph 5.02.B for delivery of acceptable Goods.<br />

ARTICLE 6 – CONTRACT PRICE<br />

6.01 Buyer shall pay Seller for furnishing the Goods and Special Services in accordance with the<br />

Contract Documents as follows:<br />

A. The prices stated in Seller’s <strong>Bid</strong>, attached hereto as an exhibit.<br />

EJCDC P-520, Agreement Between Buyer and Seller for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00520-2


ARTICLE 7 – PAYMENT PROCEDURES<br />

7.01 Submittal and Processing of Payment<br />

A. Seller shall submit Applications for Payment in accordance with Article 10 of the<br />

General Conditions. Applications for Payment will be processed by Engineer as<br />

provided in the General Conditions.<br />

A.B. Seller shall submit Applications for Payment for items covering insurance, bonds,<br />

and related costs at 100 percent of the Contract Price upon delivery of the first written<br />

order for Goods placed by the Engineer.<br />

7.02 Progress Payments; Retainage<br />

A. Buyer shall make progress payments on a ccount of the Contract Price on t he basis of<br />

Seller’s Applications for Payment as follows:<br />

7.03 Final Payment<br />

1. Upon receipt of the first Application for Payment submitted in accordance with<br />

Paragraph 10.01.A.1 of the General Conditions, as modified by the Supplemental<br />

Conditions, a Purchase Order will be issued to Seller. Statutory requirements prevent<br />

Buyer from making initial progress payments.and accompanied by Engineer’s<br />

recommendation of payment in accordance with Paragraph 10.02.A of the General<br />

Conditions, an amount equal to 30 percent of the Contract Price, less such amounts as<br />

Engineer may determine in accordance with Paragraph 10.02.A.3 of the General<br />

Conditions.<br />

2. Upon receipt of the second such Application for Payment accompanied by Engineer’s<br />

recommendation of payment in accordance with Paragraph 10.01.A.2 of the General<br />

Conditions, an amount sufficient to increase total payments to Seller to 90 percent of<br />

the Contract Price, less such amounts as Engineer may determine in accordance with<br />

Paragraph 10.02.A.3 of the General Conditions.<br />

A. Upon receipt of the final Application for Payment accompanied by Engineer’s<br />

recommendation of payment, Buyer shall pay Seller the amount recommended by<br />

Engineer, less any sum Buyer is entitled to set off against Engineer's recommendation,<br />

including but not limited to liquidated damages.<br />

EJCDC P-520, Agreement Between Buyer and Seller for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00520-3


ARTICLE 8 – INTEREST<br />

8.01 All monies not paid when due as provided in Article 10 of the General Conditions shall bear<br />

interest at the statutory rate.<br />

ARTICLE 9 – SELLER’S REPRESENTATIONS<br />

9.01 In order to induce Buyer to enter into this Agreement, Seller makes the following<br />

representations:<br />

A. Seller has examined and carefully studied the Contract Documents and the other related<br />

data identified in the <strong>Bid</strong>ding Documents, as applicable to Seller's obligations identified<br />

in Article 1 above.<br />

B. If required by the <strong>Bid</strong>ding Documents to visit the Point of Destination and site where the<br />

Goods are to be installed or Special Services will be provided, or if, in Seller’s judgment,<br />

any local condition may affect cost, progress, or the furnishing of the Goods and Special<br />

Services, Seller has visited the Point of Destination and site where the Goods are to be<br />

installed or Special Services will be provided and become familiar with and is satisfied as<br />

to the observable local conditions that may affect cost, progress, and the furnishing of the<br />

Goods and Special Services.<br />

C. Seller is familiar with and is satisfied as to all Laws and Regulations that may affect cost,<br />

progress, and the furnishing of the Goods and Special Services.<br />

D. Seller has carefully studied, considered, and correlated the information known to Seller;<br />

information commonly known to sellers of similar goods doing business in the locality of<br />

the Point of Destination and the site where the Goods will be installed or where Special<br />

Services will be provided; information and observations obtained from Seller’s visits, if<br />

any, to the Point of Destination and site where the Goods are to be installed or Services<br />

will be provided; and any reports and drawings identified in the <strong>Bid</strong>ding Documents<br />

regarding the Point of Destination and the site where the Goods will be installed or where<br />

Special Services will be provided, with respect to the effect of such information,<br />

observations, and documents on t he cost, progress, and performance of Seller's<br />

obligations under the Contract Documents.<br />

E. Seller has given Engineer written notice of all conflicts, errors, ambiguities, or<br />

discrepancies that Seller has discovered in the Contract Documents, and the written<br />

resolution (if any) thereof by Engineer is acceptable to Seller.<br />

F. The Contract Documents are generally sufficient to indicate and convey understanding of<br />

all terms and conditions for furnishing Goods and Special Services.<br />

ARTICLE 10 – CONTRACT DOCUMENTS<br />

10.01 Contents<br />

A. The Contract Documents consist of the following:<br />

EJCDC P-520, Agreement Between Buyer and Seller for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00520-4


1. This Agreement (pages 00520-1 to 00520-9, inclusive);<br />

2. Performance Bond (pages 00610-1 to 00610-4, inclusive);<br />

3. Payment Bond (pages 00615-1 to 00615-3, inclusive);<br />

4. Other bonds<br />

5. General Conditions (pages 00700-1 to 00700-30, inclusive);<br />

6. Supplementary Conditions (pages 0<strong>08</strong>00-1 to 0<strong>08</strong>00-8, inclusive);<br />

7. Specifications as listed in table of contents of the Project Manual;<br />

8. Drawings, consisting of a cover sheet and sheets numbered through ,<br />

inclusive, with each sheet bearing the following general title:<br />

9. Addenda (Numbers 1 to 2, inclusive);<br />

10. Exhibits to this Agreement (enumerated as follows):<br />

a. Exhibit A-1: Assignment of Contract; Consent to and Acceptance of Assignment;<br />

b. Exhibit A-2: Agreement to Assignment by Seller’s Surety;<br />

c. Exhibit B: Seller’s <strong>Bid</strong>, solely as to the prices set forth therein (pages 00400-1 to<br />

00400-8, inclusive);<br />

d. Exhibit C: Documentation submitted by Seller prior to Notice of Award<br />

(Qualification statement dated February 6, 2012);<br />

e. Exhibit D: Certificate of liability insurance.<br />

11. The following which may be delivered or issued on or after the Effective Date of the<br />

Agreement and are not attached hereto:<br />

a. Notice to Proceed;<br />

b. Change Order(s);<br />

c. Work Change Directive(s).<br />

B. The documents listed in Paragraph 10.01.A are attached to this Agreement (except as<br />

expressly noted otherwise above).<br />

C. There are no Contract Documents other than those listed above in this Article 10.<br />

D. The Contract Documents may only be amended, or supplemented as provided in<br />

Paragraph 3.04 of the General Conditions.<br />

EJCDC P-520, Agreement Between Buyer and Seller for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00520-5


ARTICLE 11 – MISCELLANEOUS<br />

11.01 Terms<br />

A. Terms used in this Agreement will have the meanings indicated in the General<br />

Conditions and the Supplementary Conditions.<br />

11.02 Assignment of Contract<br />

A. Buyer has the right to assign this Contract for furnishing Goods and Special Services, but<br />

only to a person or entity with sufficient ability to satisfy all of Buyer's obligations under<br />

this Contract, and Seller hereby consents to such assignment. Buyer intends to exercise<br />

this right. Forms documenting the assignment of the Contract, and consent of Seller’s<br />

surety to the assignment, have been executed by Buyer, Seller, and Seller's surety, and<br />

are attached as exhibits to this Agreement.<br />

1. The Contract will be executed in the name of Buyer initially, and will be assigned to a<br />

construction contractor designated by Buyer. Multiple Purchase Orders will be issued<br />

to the selected Seller. It is the intent of the Buyer to assign these Purchase Orders to<br />

the construction contractor designated by Buyer. Such construction contractor's<br />

responsibilities will include the installation of the Goods. The assignment will occur<br />

on the effective date of the agreement between Buyer and the construction contractor,<br />

which is expected to occur on or about May 13, 2012. As of the date of acceptance of<br />

assignment by the construction contractor, all references in the Contract Documents<br />

to Buyer shall mean the designated construction contractor.<br />

2. The assignment of the Contract shall relieve the assignor from all further obligations<br />

and liabilities under this Contract. A fter assignment, Seller shall become a<br />

subcontractor or supplier to the assignee and, except as noted herein, all rights, duties,<br />

and obligations of Buyer under the Contract shall become the rights, duties, and<br />

obligations of the assignee. The construction contractor will be assigned all<br />

responsibility for scheduling, receiving, inspecting, unloading, protecting, installing,<br />

and paying the selected Seller for the equipment. The construction contractor will<br />

supply performance and payment bonds and will make payments to the Seller. The<br />

Seller shall coordinate delivery, installation, startup, and testing with the construction<br />

contractor.<br />

3. After assignment:<br />

a. All performance warranties, guarantees, and indemnifications required by the<br />

Contract Documents will continue to run for the benefit of assignor and, in<br />

addition, for the benefit of the assignee. However, if assignor and assignee make<br />

the same warranty or guarantee claim, then Seller shall only be liable once for<br />

such claim.<br />

b. Except as provided in this Paragraph 11.02.A.3.b, all rights, duties, and<br />

obligations of Engineer to assignee and Seller under this Contract will cease.<br />

EJCDC P-520, Agreement Between Buyer and Seller for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00520-6


1) Engineer will review Seller’s Applications for Payment and make<br />

recommendations to assignee for payments as provided in Paragraphs 10.02<br />

and 10.06 of the General Conditions.<br />

2) Upon the written request of either the assignee or Seller, Engineer will issue<br />

with reasonable promptness clarifications or interpretations of the Contract<br />

Documents pursuant to the terms of Paragraph 9.02.A of the General<br />

Conditions.<br />

3) Engineer will continue to place written orders for Goods and determine actual<br />

quantities as provided for in the Contract Documents.<br />

B. No other assignment by a party hereto of any rights under or interests in the Contract<br />

Documents will be binding on another party hereto without the written consent of the<br />

party sought to be bound. Specifically but without limitation, moneys that may become<br />

due and moneys that are due may not be assigned without such consent (except to the<br />

extent that the effect of this restriction may be limited by Laws and Regulations). Unless<br />

specifically stated to the contrary in any written consent to such an assignment, such an<br />

assignment will not release or discharge the assignor from any duty or responsibility<br />

under the Contract Documents.<br />

11.03 Successors and Assigns<br />

A. Buyer and Seller each binds itself, its partners, successors, assigns, and legal<br />

representatives to the other party hereto, its partners, successors, assigns, and legal<br />

representatives in respect to all covenants, agreements, and obligations contained in the<br />

Contract Documents.<br />

11.04 Severability<br />

A. Any provision or part of the Contract Documents held to be void or unenforceable under<br />

any Law or Regulation shall be deemed stricken, and all remaining provisions shall<br />

continue to be valid and binding upon Buyer and Seller. The Contract Documents shall<br />

be reformed to replace such stricken provision or part thereof with a valid and<br />

enforceable provision that comes as close as possible to expressing the intention of the<br />

stricken provision.<br />

11.05 Seller’s Certifications<br />

A. Seller certifies that it has not engaged in corrupt, fraudulent, collusive, or coercive<br />

practices in competing for or in executing the Contract. F or the purposes of this<br />

Paragraph 11.05:<br />

1. “corrupt practice” means the offering, giving, receiving, or soliciting of any thing of<br />

value likely to influence the action of a public official in the bidding process or in the<br />

Contract execution;<br />

2. “fraudulent practice” means an intentional misrepresentation of facts made (a) to<br />

influence the bidding process or the execution of the Contract to the detriment of<br />

EJCDC P-520, Agreement Between Buyer and Seller for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00520-7


11.06 Limitations<br />

Buyer, (b) to establish <strong>Bid</strong> or Contract prices at artificial non-competitive levels, or<br />

(c) to deprive Buyer of the benefits of free and open competition;<br />

3. “collusive practice” means a scheme or arrangement between two or more <strong>Bid</strong>ders,<br />

with or without the knowledge of Buyer, a purpose of which is to establish <strong>Bid</strong> prices<br />

at artificial, non-competitive levels; and<br />

4. “coercive practice” means harming or threatening to harm, directly or indirectly,<br />

persons or their property to influence their participation in the bidding process or<br />

affect the execution of the Contract.<br />

A. Buyer and Seller waive against each other, and against the other’s officers, directors,<br />

members, partners, employees, agents, consultants, and subcontractors, any and all claims<br />

for or entitlement to incidental, indirect, or consequential damages arising out of,<br />

resulting from, or related to the Contract. Upon assignment the terms of this Paragraph<br />

11.06.A shall be binding upon the assignee with respect to Seller and assignor. The terms<br />

of this mutual waiver do not apply to or limit any claim by either Buyer or Seller against<br />

the other based on a ny of the following: (a) contribution or indemnification, (b) costs,<br />

losses, or damages attributable to personal or bodily injury, sickness, disease, or death, or<br />

to injury to or destruction of the tangible property of others, (c) intentional or reckless<br />

wrongful conduct, or (d) rights conferred by any bond provided by Seller under this<br />

Contract.<br />

B. Mutual Limitation of Liability: Buyer and Seller further agree that the total liability of<br />

each party to the other for claims, costs, losses, and damages arising from this Contract<br />

shall be limited to the amount established in this Agreement as the Contract Price.<br />

B.C. Upon assignment the terms of this Paragraph 11.06.CB shall be binding upon both<br />

the assignor and assignee with respect to Seller's liability, and upon Seller with respect to<br />

both assignor's and assignee's liabilities. The terms of this mutual limitation do not apply<br />

to or limit any claim by either Buyer or Seller against the other based on a ny of the<br />

following: (a) contribution or indemnification with respect to third-party claims, losses,<br />

and damages; (b) costs, losses, or damages attributable to personal or bodily injury,<br />

sickness, disease, or death, or to injury to or destruction of the tangible property of others,<br />

(c) intentional or reckless wrongful conduct, or (d) rights conferred by any bond provided<br />

by Seller under this Contract.<br />

EJCDC P-520, Agreement Between Buyer and Seller for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00520-8


RESOLUTION<br />

VERTICLE TURBINE SUBMERSIBLE PUMPING UNITS, WARD COUNTY NORTH WELL FIELD<br />

WHEREAS, the Partners of Clowe & Cowan of EI Paso LLC In EI Paso, Texas on December 01, 2010,<br />

approved the President, Richard De La Torre, and Ray Salas CFO, with all the necessary authorizations<br />

required to represent the Partnership and to execute and manage the Project.<br />

NOW THEREFORE, be it resolved by the Partners of Clowe & Cowan of EI Paso LLC that:<br />

1. Richard l. De La Torre as President Is the representative for the project and Is authorized to<br />

submit, on behalf of Clowe & Cowan of EL Paso LLC any documents pertaining to the project to<br />

appropriate acencles and ol'lanlzatlons and to act as the point ofcontact, and Is the SIG NATORY<br />

AUTHORITY for any such documents.<br />

2. Ray Salas asCFO Is the representative for the project and is authorize to submit, on behalf of<br />

Clowe " Cowan of EI Paso LLC any documents pertaining to the project to appropriate Bgencles<br />

and 0l'lanlzatlons and to act as the point of contact, and Is the SIGNATORV AUTHORITY for any<br />

such documents.<br />

PASSED ,APPROVED, and adopted this 10th day of December, 2010.<br />

BOARD OF PARTNERS OF Clowe & Cowan of EI Paso LLC<br />

~ ::6£//.<br />

. . ~~<br />

Richard L. De La Torre-President Principal<br />

Jo ~rlnt;:~<br />

Mllil i Office<br />

11221 Rojas Drlve, EI Paso, Texas, USA. 79935 800.937.8833 T 915.593.8833 F 915.593.8872 E saleS@ccelp.com W ctelp.com


~L<br />

Ed Patterson-Principal<br />

M.U'i~.dO-P'incipai


This page intentionally left blank.


This page intentionally left blank.


This page intentionally left blank.


VENDOR COMPLIANCE TO STATE LAW<br />

The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of Contracts to<br />

non-resident <strong>Bid</strong>ders. This law provides that, in order to be awarded a Contract as low <strong>Bid</strong>der, nonresident<br />

<strong>Bid</strong>ders (out-of-state contractors whose corporate offices or principal place of business are<br />

outside of the state of Texas) bid projects for construction, improvements, supplies or services in Texas at<br />

an amount lower than the lowest Texas resident <strong>Bid</strong>der by the same amount that a Texas resident <strong>Bid</strong>der<br />

would be required to underbid a non-resident <strong>Bid</strong>der in order to obtain a comparable Contract in the state<br />

in which the non-resident's principal place of business is located. The appropriate blanks in Section A<br />

must be filled out by all out-of-state or non-resident <strong>Bid</strong>ders in order for the <strong>Bid</strong> to meet specifications.<br />

The failure of out-of-state or non-resident <strong>Bid</strong>ders to do so will automatically disqualify that <strong>Bid</strong>der.<br />

Resident bidders must check the blank in Section B.<br />

A. l\Jon-resident vendors in (give state), our principal place of business, are required to be<br />

___ percent lower than resident bidders by state law. A copy of the statute is attached.<br />

Non-resident vendors in<br />

underbid resident bidders.<br />

(give state), our principal place of business, are not required to<br />

B. ~ur principal place of business or corporate office is in the State of Texas:<br />

BIDDER:<br />

c.lt:>v..>e.. ~ ~l:Ln 0+£' ~ LLc.<br />

Company<br />

By: j2c.h~ D -&Lt:,,-/ote-~<br />

(please print)<br />

\ \2...2-1 I20J ¢.s cv-<br />

Signature: ~kt:<br />

Tx Title: -Bes/ l:>~-r­<br />

City State Zip (please print)<br />

THIS FORM MUST BE RETURNED WITH YOUR BID<br />

00400-Exhibit A·1


CONFLICT OF INTEREST QUESTIONNAIRE<br />

For vendor or other person doing business with local governmental entity<br />

FORM CIQ<br />

1hl'8 qll


Brown and Caldwell Engineering: Horacio Juarez, PE (915) 545-4400<br />

‣ Furnish submersible pumps with 40 Hp to 125 Hp for the “Acueducto Valle de Verano”<br />

in Parral Chihuahua Mexico<br />

o Amount of pumps: 19<br />

o Project awarded in 2011<br />

o Contact:<br />

Ingeniero Jaime Lara / Grupo CYC (52 614) 426-1060<br />

‣ Furnish brand new submersible pumps for “Acueducto Conejos Medanos Project”<br />

o Amount of pumps: 22<br />

o Project awarded in 2010<br />

o Owner: Grupo Carso<br />

o Contact:<br />

Gilda Anais Solis Gonzalez / Purchasing (52 555) 333-4600 xt 2643<br />

‣ Town of Clint Water <strong>Well</strong> for EPCWD # 1<br />

o Amounts of pumps: 1<br />

o Project Awarded: 2009<br />

o EPCWD engineering<br />

o Contact:<br />

Brown and Caldwell Engineering: Horacio Juarez, PE (915) 545-4400<br />

‣ Furnish brand new pumps for the town of Clint for EPWCID # 1<br />

o Amount of pumps: 10<br />

o Project: 2010 status: delayed because of drought last year<br />

o EPCWD<br />

Project delayed, thus no further reference of work performed, but if<br />

desired contact is: El Paso County Water Improvement District # 1 (915)<br />

872-4000<br />

‣ Town of Berino Water <strong>Well</strong>s (New Mexico)<br />

o Amount of pumps: 2<br />

o Project Awarded: 2006<br />

o Bath Engineering<br />

Contact: Abraham Marinelarena (915) 313-7200<br />

Wholesalers & Distributors<br />

Industrial & Municipal Supplies<br />

11221 Rojas Drive El Paso, TX 79935 (915)593-8833 Fax (915)593-0940 TOLL FREE 1-800-937-8833


Service Information:<br />

The areas where these pumps can be serviced in case of warranty repair, or simple repair after<br />

warranty has expired can be done through Clowe and Cowan of El Paso, LLC at 11221 Rojas Dr,<br />

El Paso, Texas 79935 which is 250 miles. Another service and warranty repair location would be<br />

the actual manufacturer of the pumps Goulds Pumps in Lubbock, Texas which is located in 46<strong>08</strong><br />

Bradley Street Lubbock, TX 79415-2752 (806) 763-2361 and is at 180 miles from Monahans,<br />

Tx. Finally there are several other contacts in Odessa, Tx and Midland, Tx that could work on<br />

these pumps should there be any problems and we can provide there references upon request. As<br />

an additional note we service the MOV’s and valves of the Colorado River Municipal Water<br />

District on a continuous basis, and we visit their main office in Big Springs, Tx quite often. Our<br />

contact there is John Cantrell who works with Leo Effenberger, PE the General Manager of<br />

Paso-Tx Industries a subsidiary of Clowe and Cowan of El Paso, LLC<br />

Should you have any questions please do not hesitate to contact us.<br />

Standard terms and conditions of sale and/or Clowe and Cowan of El Paso, LLC will apply.<br />

Taxes or retainages of any kind are not included and must be added by the buyer. All pricing is<br />

FOB the factory with full freight allowed to the jobsite. Start-up service of one trip for one day is<br />

included for each section unless otherwise specified. The parties to any resulting contract agree<br />

that the manufacturer and/or Clowe and Cowan of El Paso, LLC are “Suppliers” and neither a<br />

“contractor” nor a “sub-contractor”, as those terms may be used in the purchase contracts of<br />

others. The sole obligation is to furnish equipment in conformance with the quotation and<br />

submittal drawings which have been approved by the consultant.<br />

Best regards,<br />

Pedro Alberto Rascon<br />

Sales Engineer<br />

Ph. (915) 593-8833 EXT. 311<br />

Fax (915) 593-8872<br />

Mob (915) 731-4781<br />

Wholesalers & Distributors<br />

Industrial & Municipal Supplies<br />

11221 Rojas Drive El Paso, TX 79935 (915)593-8833 Fax (915)593-0940 TOLL FREE 1-800-937-8833


This page intentionally left blank.


This page intentionally left blank.


STANDARD GENERAL CONDITIONS<br />

FOR PROCUREMENT CONTRACTS<br />

Prepared by<br />

and<br />

Issued and Published Jointly by<br />

AMERICAN COUNCIL OF ENGINEERING COMPANIES<br />

______________________<br />

AMERICAN SOCIETY OF CIVIL ENGINEERS<br />

_______________________<br />

ASSOCIATED GENERAL CONTRACTORS OF AMERICA<br />

______________________<br />

PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE<br />

A Practice Division of the<br />

NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page i


Copyright © 2010:<br />

National Society of Professional Engineers<br />

1420 King Street, Alexandria, VA 22314-2794<br />

(703) 684-2882<br />

http://www.nspe.org<br />

American Council of Engineering Companies<br />

1015 15th Street N.W., Washington, DC 20005<br />

(202) 347-7474<br />

http://www.acec.org<br />

American Society of Civil Engineers<br />

1801 Alexander Bell Drive, Reston, VA 20191-4400<br />

(800) 548-2723<br />

http://www.asce.org<br />

Associated General Contractors of America<br />

2300 Wilson Boulevard, Suite 400, Arlington, VA 22201-33<strong>08</strong><br />

(703) 548-3118<br />

www.agc.org<br />

The copyright for EJCDC P-700 is owned jointly by the four EJCDC sponsoring organizations listed<br />

above. The National Society of Professional Engineers (NSPE) is the Copyright Administrator for the<br />

EJCDC documents; please direct all inquiries and requests regarding EJCDC copyrights to NSPE.<br />

NOTE: EJCDC publications may be purchased at www.ejcdc.org, or from any of the four sponsoring<br />

organizations above.<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page ii


TABLE OF CONTENTS<br />

Page<br />

ARTICLE 1 – DEFINITIONS AND TERMINOLOGY......................................................................... 1<br />

1.01 Defined Terms............................................................................................................................ 1<br />

1.02 Terminology.............................................................................................................................. . 4<br />

ARTICLE 2 - PRELIMINARY MATTERS ........................................................................................... 5<br />

2.01 Delivery of Bonds ...................................................................................................................... 5<br />

2.02 Evidence of Insurance ................................................................................................................ 5<br />

2.03 Copies of Documents ................................................................................................................. 5<br />

2.04 Commencement of Contract Times; Notice to Proceed............................................................ . 5<br />

2.05 Designated Representatives....................................................................................................... . 5<br />

2.06 Progress Schedule ...................................................................................................................... 5<br />

2.07 Preliminary Conference............................................................................................................. . 6<br />

2.<strong>08</strong> Safety ...................................................................................................................................... 6<br />

ARTICLE 3 - CONTRACT DOCUMENTS: INTENT AND AMENDING......................................... . 6<br />

3.01 Intent.......................................................................................................................................... . 6<br />

3.02 Standards, Specifications, Codes, Laws and Regulations......................................................... . 6<br />

3.03 Reporting and Resolving Discrepancies .................................................................................... 7<br />

3.04 Amending and Clarifying Contract Documents........................................................................ . 8<br />

ARTICLE 4 - BONDS AND INSURANCE ........................................................................................... 8<br />

4.01 Bonds......................................................................................................................................... . 8<br />

4.02 Insurance .................................................................................................................................... 9<br />

4.03 Licensed Sureties and Insurers.................................................................................................. . 9<br />

ARTICLE 5 - SELLER’S RESPONSIBILITIES................................................................................... . 9<br />

5.01 Supervision and Superintendence .............................................................................................. 9<br />

5.02 Labor, Materials and Equipment............................................................................................... . 9<br />

5.03 Laws and Regulations .............................................................................................................. 10<br />

5.04 Or Equals................................................................................................................................. . 10<br />

5.05 Taxes ........................................................................................................................................ 11<br />

5.06 Shop Drawings and Samples................................................................................................... . 11<br />

5.07 Continuing Performance .......................................................................................................... 13<br />

5.<strong>08</strong> Seller’s Warranties and Guarantees ......................................................................................... 13<br />

5.09 Indemnification ........................................................................................................................ 14<br />

5.10 Delegation of Professional Design Services ............................................................................ 15<br />

ARTICLE 6 - SHIPPING AND DELIVERY....................................................................................... . 15<br />

6.01 Shipping ................................................................................................................................... 15<br />

6.02 Delivery................................................................................................................................... . 15<br />

6.03 Risk of Loss............................................................................................................................. . 16<br />

6.04 Progress Schedule .................................................................................................................... 16<br />

ARTICLE 7 - CHANGES: SCHEDULE AND DELAY ...................................................................... 16<br />

7.01 Changes in the Goods and Special Services............................................................................ . 16<br />

7.02 Changing Contract Price or Contract Times ............................................................................<br />

17<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page i


ARTICLE 8 - BUYER’S RIGHTS....................................................................................................... . 17<br />

8.01 Inspections and Testing........................................................................................................... . 17<br />

8.02 Non-Conforming Goods or Special Services.......................................................................... . 19<br />

8.03 Correction Period ..................................................................................................................... 20<br />

ARTICLE 9 - ROLE OF ENGINEER.................................................................................................. . 20<br />

9.01 Duties and Responsibilities ...................................................................................................... 20<br />

9.02 Clarifications and Interpretations............................................................................................ . 20<br />

9.03 Authorized Variations .............................................................................................................. 21<br />

9.04 Rejecting Non-Conforming Goods and Special Services ........................................................ 21<br />

9.05 Decisions on Requirements of Contract Documents............................................................... . 21<br />

9.06 Claims and Disputes................................................................................................................ . 21<br />

ARTICLE 10 - PAYMENT.................................................................................................................. . 22<br />

10.01 Applications for Progress Payments ........................................................................................ 22<br />

10.02 Review of Applications for Progress Payments...................................................................... . 23<br />

10.03 Amount and Timing of Progress Payments............................................................................. . 23<br />

10.04 Suspension of or Reduction in Payment .................................................................................. 24<br />

10.05 Final Application for Payment ................................................................................................. 24<br />

10.06 Final Payment.......................................................................................................................... . 24<br />

10.07 Waiver of Claims ..................................................................................................................... 25<br />

ARTICLE 11 - CANCELLATION, SUSPENSION, AND TERMINATION..................................... . 25<br />

11.01 Cancellation............................................................................................................................. . 25<br />

11.02 Suspension of Performance by Buyer ...................................................................................... 25<br />

11.03 Suspension of Performance by Seller...................................................................................... . 25<br />

11.04 Breach and Termination.......................................................................................................... . 26<br />

ARTICLE 12 - LICENSES AND FEES............................................................................................... . 27<br />

12.01 Intellectual Property and License Fees..................................................................................... 27<br />

12.02 Seller’s Infringement............................................................................................................... . 27<br />

12.03 Buyer’s Infringement ............................................................................................................... 28<br />

12.04 Reuse of Documents................................................................................................................ . 28<br />

12.05 Electronic Data........................................................................................................................ . 28<br />

ARTICLE 13 - DISPUTE RESOLUTION........................................................................................... . 29<br />

13.01 Dispute Resolution Method..................................................................................................... . 29<br />

ARTICLE 14 - MISCELLANEOUS.................................................................................................... . 29<br />

14.01 Giving Notice ........................................................................................................................... 29<br />

14.02 Controlling Law ....................................................................................................................... 30<br />

14.03 Computation of Time ............................................................................................................... 30<br />

14.04 Cumulative Remedies .............................................................................................................. 30<br />

14.05 Survival of Obligations ............................................................................................................ 30<br />

14.06 Entire Agreement .....................................................................................................................<br />

30<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page ii


STANDARD GENERAL CONDITIONS<br />

FOR PROCUREMENT CONTRACTS<br />

ARTICLE 1 – DEFINITIONS AND TERMINOLOGY<br />

1.01 Defined Terms<br />

A. Whenever used in the <strong>Bid</strong>din g Requirements or Contract Docum ents and printed with initial<br />

capital letters, the terms listed below will have the meanings indicated which are applicable to<br />

the singular or plural thereof. In addition to terms specifically defined, terms with initial capital<br />

letters in the Contract Documents include references to identified articles and paragraphs, and the<br />

titles of other documents or forms.<br />

1. Addenda—Written or graphic instrum ents issued prior to the openin g of <strong>Bid</strong>s whic h<br />

clarify, correct, or change the <strong>Bid</strong>ding Requirem ents or the proposed Contract<br />

Documents.<br />

2. Agreement—The written instrument signed by both Buyer and Seller covering the Goods<br />

and Special Services and which lists the Contract Documents in existen ce on the<br />

Effective Date of the Agreement.<br />

3. Application for Payment—The form acceptable to Buyer which is used by Seller in<br />

requesting progress and final payments a nd which is acco mpanied by such suppo rting<br />

documentation as is required by the Contract Documents.<br />

4. <strong>Bid</strong>— The offer or proposal of a Seller submitted on the prescribed form setting forth the<br />

prices for the Goods and Special Services to be provided.<br />

5. <strong>Bid</strong>der—The individual or entity that submits a <strong>Bid</strong> directly to Buyer.<br />

6. <strong>Bid</strong>ding Documents—The <strong>Bid</strong>ding Requirements and the proposed Contract Docum ents<br />

(including all Addenda).<br />

7. <strong>Bid</strong>ding Requirements—The advertisement or invitation to bid, Instructions to <strong>Bid</strong>ders,<br />

<strong>Bid</strong> security of acceptable form, if any, and <strong>Bid</strong> Form with any supplements.<br />

8. Buyer—The individual or entity purchasing the Goods and Special Services.<br />

9. Change Order—A document which is signed by Selle r and Buyer and authorizes an<br />

addition, deletion, or revision to the Contract Documents or an adjustment in the Contract<br />

Price or the Contract Tim es, issued on or af ter the Ef fective Date of the Agreem ent.<br />

Change Orders m ay be the result of m utual agreement by Buyer and Seller, or of<br />

resolution of a Claim.<br />

EJCDC P-700 Standard General Conditions for Procurement Contracts<br />

Copyright © 2010 National Society of Professional Engineers, American Society of Civil Engineers,<br />

American Council of Engineering Companies, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-1


10. Claim—A demand or assertion by Buyer or Selle r seeking an adjustment of Cont ract<br />

Price or Contract Times, or both, or other relief with respect to the terms of the Contract.<br />

A demand for money or services by a third party is not a Claim.<br />

11. Contract—The entire and integ rated written agreement between Buyer and Seller<br />

concerning the Goods and Special Services. The Contract supersedes prior negotiations,<br />

representations, or agreements, whether written or oral.<br />

12. Contract Documents—Those items so designated in the Agreement. Shop Drawings and<br />

other Seller submittals are no t Contract Documents, even if accep ted, reviewed, or<br />

approved by Engineer or Buyer.<br />

13. Contract Price—The moneys payable by Buyer to Se ller for furnishing the Goods and<br />

Special Services in accordance with the Contract Documents as stated in the Agreement.<br />

14. Contract Times—The times stated in the Agreem ent by which the Goods m ust be<br />

delivered and Special Services must be furnished.<br />

15. Drawings—That part of the Contract Docum ents prepared or approved by Engineer<br />

which graphically shows the scope, extent, and character of the Goods and Special<br />

Services to be furnished by Seller. Shop Drawings and other Seller submittals are not<br />

Drawings as so defined.<br />

16. Effective Date of the Agreement—The date indicated in the Agreem ent on which it<br />

becomes effective, but if no such date is indicated, it m eans the date on which the<br />

Agreement is signed and delivered by the last of the two parties to sign and deliver.<br />

17. Engineer—The individual or entity designated as such in the Agreement.<br />

18. <strong>Field</strong> Order—A written order issued by Engineer which re quires minor changes in the<br />

Goods or Special Services but which does not involve a change in th e Contract Price or<br />

Contract Times.<br />

19. General Requirements—Sections of Division 1 of th e Specifications. The General<br />

Requirements pertain to all sections of the Specifications.<br />

20. Goods—The tangible and m ovable personal propert y that is desc ribed in the Con tract<br />

Documents, regardless of whether the property is to be later attached to realty.<br />

21. Goods and Special Services—The full scope of m aterials, equipment, other items, and<br />

services to be furnished by Seller, incl uding Goods, as defined herein, and Specia l<br />

Services, if any, as defined herein. This te rm refers to both the Goods and the Special<br />

Services, or to either the Goods or the Speci al Services, and to any portion of the Goods<br />

or the Special Services, as the context requires.<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-2


22. Laws and Regulations; Laws or Regulations—Any and all applicable laws, rules,<br />

regulations, ordinances, codes, and orders of any and all governm ental bodies, agencies,<br />

authorities, and courts having jurisdiction.<br />

23. Milestone—A principal event spe cified in th e Contract Documents relating to an<br />

intermediate completion date or time prior to the Contract Times.<br />

24. Notice of Award—The written notice by Buyer to the Successful <strong>Bid</strong>der stating that upon<br />

timely compliance by the Successful <strong>Bid</strong>der with the conditions precedent listed therein,<br />

Buyer will sign and deliver the Agreement.<br />

25. Notice to Proceed—A written notice given by Buyer to Seller fixing the date on which<br />

the Contract Times commence to run and on which Seller shall start to perform under the<br />

Contract.<br />

26. Point of Destination—The specific address of the loca tion where delivery of the G oods<br />

shall be made, as stated in the Agreement.<br />

27. Project—The total undertaking of which the G oods and Special Services m ay be the<br />

whole, or only a part.<br />

28. Project Manual—The documentary information prepared for bidding and furnishing the<br />

Goods and Special Services. A listing of the contents of the Project Manual is contained<br />

in its table of contents.<br />

29. Samples—Physical examples of m aterials, equipment, or workm anship that are<br />

representative of some portion of the Goods and Special Services and which establish the<br />

standards by which such portion of the Goods and Special Services will be judged.<br />

30. Seller—The individual or entity furnishing the Goods and Special Services.<br />

31. Shop Drawings—All drawings, diagrams, illustrations, schedules, and other data or<br />

information which are specifically prepared or assem bled by or for Seller and subm itted<br />

by Seller to illustrate some portion of the Goods and Special Services.<br />

32. Special Services—Services associated with the Goods to be furnished by Seller as<br />

required by the Contract Documents.<br />

33. Specifications—That part of the Contract Docum ents consisting of written requirem ents<br />

for materials, equipment, systems, standards and workmanship as applied to the<br />

furnishing of the Goods and Special Servi ces, and certain adm inistrative requirements<br />

and procedural matters applicable thereto.<br />

34. Successful <strong>Bid</strong>der—The <strong>Bid</strong>der submitting a responsive B id, to whom Buyer m akes an<br />

award.<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-3


1.02 Terminology<br />

35. Supplementary Conditions—That part of the Contract Documents which am ends or<br />

supplements these General Conditions.<br />

36. Work Change Directive—A written statement to Seller iss ued on or af ter the Effective<br />

Date of the Agreem ent and signed by Buye r ordering an additi on, deletion, or other<br />

revision in the Contrac t Documents with respect to the Goo ds and Special Services. A<br />

Work Change Directive will not ch ange the Contract Price or the Contr act Times but is<br />

evidence that the p arties expect that the change ordere d or docum ented by a Work<br />

Change Directive will be incorporated in a subsequently issued Change Order following<br />

negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times.<br />

A. The words and terms discussed in Paragraphs 1.02.B and 1.02.C are not defined, but have the<br />

indicated meanings when used in the <strong>Bid</strong>ding Requirements or Contract Documents.<br />

B. Intent of Certain Terms or Adjectives:<br />

1. The Contract Docum ents include the term s “as allowed,” “as approved,” “as ordered,”<br />

“as directed” or term s of like effect or im port to autho rize an exercise of professional<br />

judgment by Engineer. In addition, the adjec tives “reasonable,” “suitable,” “acceptable,”<br />

“proper,” “satisfactory,” or adjectiv es of like effect or im port are used to describe an<br />

action or determination of Engineer as to th e Goods and Special Services. It is intended<br />

that such exercise of professional j udgment, action, or determ ination will be<br />

commercially reasonable and will be solely to evaluate, in general, the Goods and Special<br />

Services for com pliance with the requirem ents of and infor mation in the Contract<br />

Documents and conform ance with the design concept of the com pleted Project as a<br />

functioning whole as shown or indicated in the Contract Do cuments (unless there is a<br />

specific statement indicating otherwise). The us e of any such term or adjective shall not<br />

be effective to assign to Engineer any duty or authority to supervise or direct the<br />

furnishing of Goods or Special Services or any duty or authority to undertak e<br />

responsibility contrary to any other provision of the Contract Documents.<br />

2. The word “non-conforming” when modifying the words “Goods and Special Services,”<br />

“Goods,” or “Special Services,” refers to Goods and Special Services that fail to conform<br />

to the Contract Documents.<br />

3. The word “receipt” when referring to the Goods, shall mean the physical taking and<br />

possession by the Buyer under the conditions specified in Paragraph 8.01.B.3.<br />

4. The word “day” m eans a calendar day of 24 hours measured from midnight to the next<br />

midnight.<br />

5. The word "furnish," when used in connecti on with the Goods and Special Services shall<br />

mean to supply and deliver said Goods to the Point of Destination (or som e other<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-4


specified location) and to perform said Special Services fully, all in accordance with the<br />

Contract Documents.<br />

C. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known<br />

technical or construction industry or trade meaning are used in the Contract Documents in<br />

accordance with such recognized meaning.<br />

ARTICLE 2 – PRELIMINARY MATTERS<br />

2.01 Delivery of Bonds<br />

A. When Seller delivers the ex ecuted counterparts of the Agreement to Buyer, Selle r also shall<br />

deliver such bonds as Seller may be required to furnish.<br />

2.02 Evidence of Insurance<br />

A. When Seller delivers the executed counterparts of the Agreement to Buyer, Seller shall deliver to<br />

Buyer, with copies to each additional insured identified by name in the Supplementary<br />

Conditions, certificates of insurance (and other evidence of insurance which either of them or<br />

any additional insured may reasonably request) which Seller is required to purchase and maintain<br />

in accordance with Article 4.<br />

2.03 Copies of Documents<br />

A. Buyer shall furnish Seller up to five printed or hard copies of th e Contract Docum ents.<br />

Additional copies will be furnished upon request at the cost of reproduction.<br />

2.04 Commencement of Contract Times; Notice to Proceed<br />

A. The Contract Times will commence to run on th e thirtieth day after the Effective Date of the<br />

Agreement or, if a Notice to P roceed is given, on the day indicated in the Notice to Proceed. A<br />

Notice to P roceed may be given at any tim e within 30 d ays after th e Effective Date of the<br />

Agreement. In no event will the Contract Times commence to run later than the sixtieth day after<br />

the day of <strong>Bid</strong> opening or the thirtieth day after the Effective Date of the Agreem ent, whichever<br />

date is earlier.<br />

2.05 Designated Representatives<br />

A. Buyer and Seller shall each designate its representative at the time the Agreement is signed.<br />

Each representative shall have full authority to act on behalf of and make binding decisions in<br />

any matter arising out of or relating to the Contract.<br />

2.06 Progress Schedule<br />

A. Within 15 days after the Contract Times start to run, Seller shall submit to Buyer and Engineer<br />

an acceptable progress schedule of activities, including at a minimum, Shop Drawing and<br />

Sample submittals, tests, and deliveries as required by the Contract Documents. No progress<br />

payment will be made to Seller until an acceptable schedule is submitted to Buyer and Engineer.<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-5


B. The progress schedule will be acceptable to Buyer and Engineer if it provides an orderly<br />

progression of the submittals, tests, and deliveries to completion within the specified Milestones<br />

and the Contract Times. Such acceptance will not impose on Buyer or Engineer responsibility for<br />

the progress schedule, for sequencing, scheduling, or progress of the work nor interfere with or<br />

relieve Seller from Seller’s full responsibility therefor. Such acceptance shall not be deemed to<br />

acknowledge the reasonableness and attainability of the schedule.<br />

2.07 Preliminary Conference<br />

A. Within 20 days after the Contract Times start to run, a conference attended by Seller, Buyer,<br />

Engineer and others as appropriate will be held to establish a working understanding among the<br />

parties as to the Goods and Special Services and to discuss the schedule referred to in Paragraph<br />

2.06.A, procedures for handling Shop Drawings and other submittals, processing Applications<br />

for Payment, and maintaining required records.<br />

2.<strong>08</strong> Safety<br />

A. Buyer and Seller shall comply with all applicable Laws and Regulations relating to the safety of<br />

persons or property, or to the protection of persons or property from damage, injury, or loss.<br />

When Seller's personnel, or the personnel of any subcontractor to Seller, are present at the Point<br />

of Destination or any work area or site controlled by Buyer, the Seller shall be responsible for the<br />

compliance by such personnel with any applicable requirements of Buyer's safety programs that<br />

are made known to Seller.<br />

ARTICLE 3 – CONTRACT DOCUMENTS: INTENT AND AMENDING<br />

3.01 Intent<br />

A. The Contract Documents are complementary; what is called for by one is as binding as if called<br />

for by all.<br />

B. Any labor, documentation, services, materials, or equipment that may reasonably be inferred<br />

from the Contract Documents or from prevailing custom or trade usage as being required to<br />

produce or furnish the indicated Goods and Special Services will be provided, whether or not<br />

specifically called for, at no additional cost to Buyer.<br />

C. Clarifications and interpretations of, or notifications of minor variations and deviations in, the<br />

Contract Documents, will be issued by Engineer as provided in Article 9.<br />

3.02 Standards, Specifications, Codes, Laws and Regulations<br />

A. Reference to standards, specifications, manuals, or codes of any technical society, organization,<br />

or association, or to Laws and Regulations, whether such reference be specific or by implication,<br />

shall mean the standard, specification, manual, code, or Laws and Regulations in effect at the<br />

time of opening of <strong>Bid</strong>s (or on the Effective Date of the Agreement if there were no <strong>Bid</strong>s),<br />

except as may be otherwise specifically stated in the Contract Documents.<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-6


B. No provision of any such standard, specification, manual or code, or any instruction of a supplier<br />

shall be effective to change the duties or responsibilities of Buyer or Engineer, or any of their<br />

subcontractors, consultants, agents, or employees from those set forth in the Contract<br />

Documents, nor shall any such provision or instruction be effective to assign to Buyer or<br />

Engineer, or any of their consultants, agents, or employees any duty or authority to supervise or<br />

direct the performance of Seller’s obligations or any duty or authority to undertake responsibility<br />

inconsistent with the provisions of the Contract Documents.<br />

3.03 Reporting and Resolving Discrepancies<br />

A. Reporting Discrepancies:<br />

1. Seller’s Review of Contract Documents Before the Performance of the Contract: Before<br />

performance of the Contract, Seller shal l carefully study and com pare the Contract<br />

Documents and check and verify pertinent figures therein and all applicable field<br />

measurements. Seller shall prom ptly report in writing to E ngineer any conflict, error,<br />

ambiguity, or discrepancy which S eller discovers or has actual knowledge of and shall<br />

obtain a written interpretation or clarification from Engineer before proceeding with the<br />

furnishing of any Goods and Special Services affected thereby.<br />

2. Seller’s Review of Contract Documents During the Performance of the Contract: If,<br />

during the performance of the Contract, Seller discovers any conflict, error, ambiguity, or<br />

discrepancy within the Contract Documents or between the Contract Documents and any<br />

provision of any Law or Regul ation applicable to the p erformance of the Contract, any<br />

standard, specification, manual or code, or of any instruction of any Supplier, Seller shall<br />

promptly report it to En gineer in writing. Seller shall not pr oceed with the furnishing of<br />

the Goods and Special Services affected thereby until an amendment to or clarification of<br />

the Contract Documents has been issued.<br />

3. Seller shall not be liable to Buyer or Engineer for failure to repor t any conflict, error,<br />

ambiguity, or discrepancy in the Contract Documents unless Seller had actual knowledge<br />

thereof.<br />

B. Resolving Discrepancies: Except as may be otherwise specifically stated in the Contract<br />

Documents, the provisions of the Contract Documents shall take precedence in resolving any<br />

conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and:<br />

1. the provisions of any standard, specification, manual, code, or instruction (whether or not<br />

specifically incorporated by reference in the Contract Documents); or<br />

2. the provisions of any Laws or Regulations applicable to the furnishing of the Goods and<br />

Special Services (un less such an interp retation of the provision s of the Contract<br />

Documents would result in violation of such Law or Regulation).<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-7


3.04 Amending and Clarifying Contract Documents<br />

A. The Contract Documents may be amended to provide for additions, deletions, and revisions to<br />

the Goods and Special Services or to modify contractual terms and conditions by a Change<br />

Order.<br />

B. Buyer may issue a Work Change Directive providing for additions, deletions, or revisions to the<br />

Goods and Special Services, in which case (1) the Contract Price shall be equitably adjusted to<br />

account for any reasonable and necessary credits to Buyer for any such deletion, or for costs<br />

(including reasonable overhead and profit) incurred by Seller to accommodate such an addition<br />

or revision and (2) the Contract Times shall be equitably adjusted to account for any impact on<br />

progress and completion of performance. Such adjustments subsequently shall be duly set forth<br />

in a Change Order.<br />

C. The requirements of the Contract Documents may be supplemented, and minor variations and<br />

deviations in the Goods and Special Services may be authorized, by one or more of the following<br />

ways:<br />

1. A <strong>Field</strong> Order;<br />

2. Engineer’s approval of a Shop Drawing or Sample (subject to the provisions of Paragraph<br />

5.06.D.3); or<br />

3. Engineer’s written interpretation or clarification.<br />

ARTICLE 4 – BONDS AND INSURANCE<br />

4.01 Bonds<br />

A. Seller shall furnish to Buyer performance and payment bonds, each in an amount at least equal to<br />

the Contract Price, as security for the faithful performance and payment of all of Seller's<br />

obligations under the Contract Documents. These bonds shall remain in effect until 1) one year<br />

after the date when final payment becomes due or 2) completion of the correction period<br />

specified in Paragraph 8.03, whichever is later, except as provided otherwise by Laws or<br />

Regulations or by the Contract Documents. Seller shall also furnish such other bonds as are<br />

required by the Contract Documents.<br />

B. All bonds shall be in the form prescribed by the Contract Documents except as provided<br />

otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the<br />

current list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal<br />

Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the<br />

Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All<br />

bonds signed by an agent or attorney-in-fact must be accompanied by a certified copy of that<br />

individual's authority to bind the surety. The evidence of authority shall show that it is effective<br />

on the date the agent or attorney-in-fact signed each bond.<br />

C. If the surety on any bond furnished by Seller is declared bankrupt or becomes insolvent or its<br />

right to do business is terminated in any state where any part of the Project is located or it ceases<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-8


to meet the requirements of Paragraph 4.01.B, Seller shall promptly notify Buyer and Engineer<br />

and shall, within 20 days after the event giving rise to such notification, provide another bond<br />

and surety, both of which shall comply with the requirements of Paragraphs 4.01.B and 4.02.<br />

4.02 Insurance<br />

A. Seller shall provide insurance of the types and coverages and in the amounts stipulated in the<br />

Supplementary Conditions.<br />

B. Failure of Buyer to demand certificates of insurance or other evidence of Seller's full compliance<br />

with these insurance requirements or failure of Buyer to identify a deficiency in compliance from<br />

the evidence provided shall not be construed as a waiver of Seller’s obligation to maintain such<br />

insurance.<br />

C. Upon assignment of this Contract, Seller shall comply with the written request of assignee to<br />

provide certificates of insurance to assignee.<br />

D. Buyer does not represent that insurance coverage and limits established in this Contract<br />

necessarily will be adequate to protect Seller.<br />

E. The insurance and insurance limits required herein shall not be deemed as a limitation on Seller’s<br />

liability under the indemnities granted to Buyer in the Contract Documents.<br />

4.03 Licensed Sureties and Insurers<br />

A. All bonds and insurance required by the Contract Documents to be purchased and maintained by<br />

Buyer or Seller shall be obtained from surety or insurance companies that are duly licensed or<br />

authorized in the jurisdiction in which the Project is located to issue bonds or insurance policies<br />

for the limits and coverages so required. Such surety and insurance companies shall also meet<br />

such additional requirements and qualifications as may be provided in the Supplementary<br />

Conditions.<br />

ARTICLE 5 – SELLER’S RESPONSIBILITIES<br />

5.01 Supervision and Superintendence<br />

A. Seller shall supervise, inspect, and direct the furnishing of the Goods and Special Services<br />

competently and efficiently, devoting such attention thereto and applying such skills and<br />

expertise as may be necessary to perform its obligations in accordance with the Contract<br />

Documents. Seller shall be solely responsible for the means, methods, techniques, sequences,<br />

and procedures necessary to perform its obligations in accordance with the Contract Documents.<br />

Seller shall not be responsible for the negligence of Buyer or Engineer in the design or<br />

specification of a specific means, method, technique, sequence, or procedure that is shown or<br />

indicated in and expressly required by the Contract Documents.<br />

5.02 Labor, Materials and Equipment<br />

A. Seller shall provide competent, qualified and trained personnel in all aspects of its performance<br />

of the Contract.<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-9


B. All Goods, and all equipment and material incorporated into the Goods, shall be as specified, and<br />

unless specified otherwise in the Contract Documents, shall be:<br />

1. new, and of good quality;<br />

2. protected, assembled, connected, cleaned, and conditioned in accordance with the<br />

original manufacturer’s instructions; and<br />

3. shop assembled to the greatest extent practicable.<br />

5.03 Laws and Regulations<br />

A. Seller shall give all notices required by and shall comply with all Laws and Regulations<br />

applicable to the performance of its obligations in accordance with the Contract Documents.<br />

Except where otherwise expressly required by such Laws and Regulations, neither Buyer nor<br />

Engineer shall be responsible for monitoring Seller’s compliance with any Laws or Regulations.<br />

B. If Seller furnishes Goods and Special Services knowing or having reason to know that such<br />

furnishing is contrary to Laws or Regulations, Seller shall bear all claims, costs, losses, and<br />

damages (including but not limited to all fees and charges of engineers, architects, attorneys, and<br />

other professionals and all court or arbitration or other dispute resolution costs) arising out of or<br />

relating to such performance. It shall not be Seller’s responsibility to make certain that the<br />

Specifications and Drawings are in accordance with Laws and Regulations, but this provision<br />

shall not relieve Seller of Seller’s obligations under Paragraph 3.03.<br />

C. Changes in Laws or Regulations not known at the time of opening of <strong>Bid</strong>s (or, on the Effective<br />

Date of the Agreement if there were no <strong>Bid</strong>s) having an effect on the cost or time of performance<br />

shall be the subject of an adjustment in Contract Price or Contract Times. If Buyer and Seller are<br />

unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a<br />

Claim may be made therefor as provided in Paragraph 9.06.<br />

5.04 Or Equals<br />

A. Whenever the Goods, or an item of material or equipment to be incorporated into the Goods, are<br />

specified or described in the Contract Documents by using the name of a proprietary item or the<br />

name of a particular supplier or manufacturer, the specification or description is intended to<br />

establish the type, function, appearance, and quality required. Unless the specification or<br />

description contains or is followed by words reading that no like, equivalent, or “or-equal” item<br />

is permitted, other items of material or equipment or material or equipment of other suppliers or<br />

manufacturers may be submitted to Buyer for Engineer’s review.<br />

1. If in Engineer’s sole discretion, such an item of material or equipment proposed by Seller<br />

is functionally equal to that nam ed and sufficiently similar so that no ch ange in related<br />

work will be required, it may be considered by Engineer as an “or-equal” item.<br />

2. For the purposes of this paragraph, a propos ed item of m aterial or equipment may be<br />

considered functionally equal to an item so named only if:<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-10


a. in the exercise of reaso nable judgment, Engineer determ ines that: 1 ) it is at lea st<br />

equal in quality, durability, appearance, strength, and design characteristics; 2) it will<br />

reliably perform at least equally well the function imposed by the design concept of<br />

the completed Project as a functioning w hole; 3) it has an acceptab le record of<br />

performance and availability of responsive service; and<br />

b. Seller certifies that if approved: 1) there will b e no increase in any cost, includ ing<br />

capital, installation or operating costs, to Buyer; and 2) the proposed item will<br />

conform substantially to the detailed require ments of the item na med in the Contract<br />

Documents.<br />

B. Engineer’s Evaluation: Engineer will be allowed a reasonable time within which to evaluate<br />

each proposal or submittal made pursuant to Paragraph 5.04.A. Engineer will be the sole judge<br />

of whether to accept or reject such a proposal or submittal. No “or-equal” will be ordered,<br />

manufactured or utilized until Engineer’s review is complete, which will be evidenced by an<br />

approved Shop Drawing. Engineer will advise Buyer and Seller in writing of any negative<br />

determination. Notwithstanding Engineer’s approval of an “or-equal” item, Seller shall remain<br />

obligated to comply with the requirements of the Contract Documents.<br />

C. Special Guarantee: Buyer may require Seller to furnish at Seller’s expense a special<br />

performance guarantee or other surety with respect to any such proposed “or-equal.”<br />

D. Data: Seller shall provide all data in support of any such proposed “or-equal” at Seller’s<br />

expense.<br />

5.05 Taxes<br />

A. Seller shall be responsible for all taxes and duties arising out of the sale of the Goods and the<br />

furnishing of Special Services. All taxes are included in the Contract Price, except as noted in<br />

the Supplementary Conditions.<br />

5.06 Shop Drawings and Samples<br />

A. Seller shall submit Shop Drawings and Samples to Buyer for Engineer’s review and approval in<br />

accordance with the schedule required in Paragraph 2.06.A. All submittals will be identified as<br />

required and furnished in the number of copies specified in the Contract Documents. The data<br />

shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified<br />

performance and design criteria, materials, and similar data to show Engineer the services,<br />

materials, and equipment Seller proposes to provide.<br />

B. Where a Shop Drawing or Sample is required by the Contract Documents, any related work<br />

performed prior to Engineer’s approval of the pertinent submittal will be at the sole expense and<br />

responsibility of Seller.<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-11


C. Submittal Procedures:<br />

1. Before submitting each Shop Drawing or Samp le, Seller shall have determ ined and<br />

verified:<br />

a. all field m easurements (if required), quan tities, dimensions, specified perform ance<br />

criteria, installation requirements, materials, catalog numbers, and similar information<br />

with respect thereto; and<br />

b. that all materials are suitable with respec t to the indic ated application, fabrication,<br />

shipping, handling, storage, assembly, and installation pertaining to the furnishing of<br />

Goods and Special Services.<br />

2. Seller shall also have reviewed and coordi nated each Shop Drawing or Sa mple with the<br />

Contract Documents.<br />

3. Each submittal shall bear a stamp or include a written certification from Seller that Seller<br />

has reviewed the subje ct submittal and conf irmed that it is in com pliance with the<br />

requirements of the Contract Docum ents. Both Buyer and Engineer shall be entitled to<br />

rely on such certification from Seller.<br />

4. With each submittal, Seller shall give Buyer and Engineer specific written notice o f any<br />

variations that the Shop Drawing or Sam ple may have from the req uirements of the<br />

Contract Documents. This notice shall be both in a written communication separate from<br />

the submittal and by specific notation on each Shop Drawing or Sample.<br />

D. Engineer’s Review:<br />

1. Engineer will provide timely review of Shop Drawings and Samples.<br />

2. Engineer’s review and approval will be onl y to determ ine if the Goods and Special<br />

Services covered by the submittals will, after installation or incorporation in the Project,<br />

conform to the information given in the Cont ract Documents and be compatible with the<br />

design concept of the completed Project as a functioning whole.<br />

3. Engineer’s review and approval shall not re lieve Seller from responsibility for any<br />

variation from the requirements of the Cont ract Documents unless Seller has com plied<br />

with the requirements of Paragraph 5.06.C.4 a nd Engineer has given written approval of<br />

each such variation by specific written notation thereof incorporated in or accompanying<br />

the Shop Drawing or S ample. Engineer’s re view and approval shall not relieve S eller<br />

from responsibility for complying with the requirements of Paragraph 5.06.C.1.<br />

E. Resubmittal Procedures:<br />

1. Seller shall make corrections required by Engineer and shall return the required number<br />

of corrected copies of Shop Drawings and submit, as required, new Samples for review<br />

and approval. Seller shall direct specific attention in writing to any revisions other than<br />

the corrections called for by Engineer on previous submittals.<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-12


5.07 Continuing Performance<br />

A. Seller shall adhere to the progress schedule es tablished in accordance with Paragraph 2.06.A.,<br />

and the Goods shall be delivered an d the Special Services furnished within the Contract T imes<br />

specified in the Agreement.<br />

B. Seller shall carry on furnishing of the Goods and Special Services and adhere to the progress<br />

schedule during all disputes or disagreem ents with Buyer. No furnishing of Goods and Special<br />

Services shall be delayed or postponed pending resolution of any disputes or disagreem ents,<br />

except as permitted by Paragraphs 11.03 or 11.04, or as Buyer and Seller may otherwise agree in<br />

writing.<br />

5.<strong>08</strong> Seller’s Warranties and Guarantees<br />

A. Seller warrants and guarantees to Buyer that the title to the Goods conveyed shall be proper, its<br />

transfer rightful, and free from any security interest, lien, o r other encumbrance. Seller shall<br />

defend, indemnify, and hold Buyer harm less against any liens, claims, or demands contesting or<br />

affecting title of the Goods conveyed.<br />

B. Seller warrants and guarantees to Buyer that all Goods and Special Serv ices will conform with<br />

the Contract Docum ents, and with the sta ndards established by any Sa mples approved by<br />

Engineer. Engineer shall be entitled to rely on Seller’s warranty and guarantee. If the Contract<br />

Documents do not otherwise specify the character istics or the quality of the Goods, the Goods<br />

shall comply with the requirements of Paragraph 5.02.B.<br />

C. Seller’s warranty and guarantee hereunder excludes defects or damage caused by:<br />

1. abuse, improper modification, improper maintenance, or improper operation by persons<br />

other than Seller; or<br />

2. corrosion or chemical attack, unless corrosive or chemically-damaging conditions were<br />

disclosed by Buyer in the Contract Docum ents and the Contract Documents required the<br />

Goods to withstand such conditions;<br />

3. use in a m anner contrary to Seller' s written instructions for inst allation, operation, and<br />

maintenance; or<br />

4. normal wear and tear under normal usage.<br />

D. Seller's obligation to furnish the Goods and Special Services in accordance with the Contract<br />

Documents shall be absolute. None of the following will constitute an acceptance of Goods and<br />

Special Services that are non-conforming, or a release of Seller’s obligation to furnish the Goods<br />

and Special Services in accordance with the Contract Documents:<br />

1. observations by Buyer or Engineer;<br />

2. recommendation by Engineer or payment by Buyer of any progress or final payment;<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-13


3. use of the Goods by Buyer;<br />

4. any acceptance by Buyer (subject to the provisions of Paragraph 8.02.D.1) or any failure<br />

to do so;<br />

5. the issuance of a notice of acceptance by Buyer pursuant to the provisions of Article 8;<br />

6. any inspection, test or approval by others; or<br />

7. any correction of non-conforming Goods and Special Services by Buyer.<br />

E. Buyer shall promptly notify Seller of any breach of Seller’s warranties or guarantees.<br />

F. Seller makes no implied warranties under this Contract.<br />

5.09 Indemnification<br />

A. To the f ullest extent p ermitted by Laws and Regulation s, Seller shall indemnify and hold<br />

harmless Buyer and Engineer, and the officers, di rectors, members, partners, employees, agents,<br />

consultants, contractors, and subcontractors of each and any of them from and against all claims,<br />

costs, losses, and damages (including but not lim ited to all fees and charges of engineers,<br />

architects, attorneys, and other p rofessionals and all court or arbitr ation or other dispute<br />

resolution costs) arising out of or relating to the perform ance of Seller's obligations under the<br />

Contract Documents, provided that any such claim, cost, loss, or damages attributable to bodily<br />

injury, sickness, disease, or deat h, or to injury to or destructi on of tangible property (other than<br />

the Goods themselves), including the loss of use resulting therefrom, but only to the extent cause<br />

by any negligent act or om ission of Seller, or any individual or entity directly o r indirectly<br />

employed by Seller or anyone for whose acts Seller may be liable.<br />

B. In any and all claims against Buyer or Engineer or any of their respective assignees, consultants,<br />

agents, officers, directors, m embers, partners, employees, agents, consultants, contractors, or<br />

subcontractors, by any employee (or the survivor or personal representative of such employee) of<br />

Seller, any subcontractor, any supplier, or any individual or entity directly or indirectly employed<br />

by any of them to furnish any of the Goods and Special Services, or anyone for whose acts any<br />

of them may be liable, the indemnification obligation unde r Paragraph 5.09.A s hall not be<br />

limited in any way by any lim itation on the amount or type of dam ages, compensation, or<br />

benefits payable by or for seller or any such subc ontractor, supplier, or other individual or entity<br />

under workers’ compensation acts, disability benefit acts, or other employee benefit acts.<br />

C. The indemnification obligations of Seller under Paragraph 5.09.A shall not extend to the liability<br />

of Engineer and Engineer’s officers, directors, partners, employees, agents, and consultants<br />

arising out of:<br />

1. the preparation or approval of, or the failu re to prepare or approve, m aps, Drawings,<br />

opinions, reports, surveys, Change Orders, designs, or Specifications; or<br />

2. giving directions or instructions, or failing to give them , if that is the primary cause of<br />

the injury or damage.<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-14


5.10 Delegation of Professional Design Services<br />

A. Seller will not be required to provide professional design services unless such services are<br />

specifically required by the Contract Documents or unless such services are required to carry out<br />

Seller’s responsibilities for furnishing the Goods and Special Services. Seller shall not be<br />

required to provide professional services in violation of applicable law.<br />

B. If professional design services or certifications by a design professional related to the Goods and<br />

Special Services are specifically required of Seller by the Contract Documents, Buyer and<br />

Engineer will specify all performance and design criteria that such services must satisfy. Seller<br />

shall cause such services or certifications to be provided by a properly licensed professional,<br />

whose signature and seal shall appear on all drawings, calculations, specifications, certifications,<br />

Shop Drawings and other submittals prepared by such professional. Shop Drawings and other<br />

submittals related to the Goods and Special Services designed or certified by such professional,<br />

if prepared by others, shall bear such professional’s written approval when submitted to<br />

Engineer.<br />

C. Buyer and Engineer shall be entitled to rely upon the adequacy, accuracy and completeness of<br />

the services, certifications or approvals performed by such design professionals, provided Buyer<br />

and Engineer have specified to Seller all performance and design criteria that such services must<br />

satisfy.<br />

D. Pursuant to this Paragraph 5.10, Engineer’s review and approval of design calculations and<br />

design drawings will be only for the limited purpose of checking for conformance with<br />

performance and design criteria given and the design concept expressed in the Contract<br />

Documents. Engineer’s review and approval of Shop Drawings and other submittals (except<br />

design calculations and design drawings) will be only for the purpose stated in<br />

Paragraph 5.06.D.2.<br />

E. Seller shall not be responsible for the adequacy of the performance or design criteria required by<br />

the Contract Documents.<br />

ARTICLE 6 – SHIPPING AND DELIVERY<br />

6.01 Shipping<br />

A. Seller shall select the carrier and bear all costs of packaging, transportation, insurance, special<br />

handling and any other costs associated with shipment and delivery.<br />

6.02 Delivery<br />

A. Seller shall deliver the Goods F.O.B. the Point of Destination in accordance with the Contract<br />

Times set forth in the Agreement, or other date agreed to by Buyer and Seller.<br />

B. Seller shall provide written notice to Buyer at least 10 days before shipment of the manner of<br />

shipment and the anticipated delivery date. The notice shall also include any instructions<br />

concerning special equipment or services required at the Point of Destination to unload and care<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-15


for the Goods. Seller shall also require the carrier to give Buyer at least 24 hours notice by<br />

telephone prior to the anticipated time of delivery.<br />

C. Buyer will be responsible and bear all costs for unloading the Goods from carrier.<br />

D. Buyer will assure that adequate facilities are available to receive delivery of the Goods during<br />

the Contract Times for delivery set forth in the Agreement, or another date agreed by Buyer and<br />

Seller.<br />

E. No partial deliveries shall be allowed, unless permitted or required by the Contract Documents or<br />

agreed to in writing by Buyer.<br />

6.03 Risk of Loss<br />

A. Risk of loss and insurable interests transfer from Seller to Buyer upon Buyer’s receipt of the<br />

Goods.<br />

B. Notwithstanding the provisions of Paragraph 6.03.A, if Buyer rejects the Goods as nonconforming,<br />

the risk of loss on such Goods shall remain with Seller until Seller corrects the nonconformity<br />

or Buyer accepts the Goods. If rejected Goods remain at the Point of Destination<br />

pending modification and acceptance, then Seller shall be responsible for arranging adequate<br />

protection and maintenance of the Goods at Seller's expense.<br />

6.04 Progress Schedule<br />

A. Seller shall adhere to the progress schedule established in accordance with Paragraph 2.06 as it<br />

may be adjusted from time to time as provided below.<br />

1. Seller shall submit to Engineer for acceptance (to the exten t indicated in Paragraph 2.06)<br />

proposed adjustments in the pr ogress schedule that will not result in changing the<br />

Contract Times. Such adjustm ents will co mply with any provisions of the General<br />

Requirements applicable thereto.<br />

2. Proposed adjustments in the progress schedule that will change the Contract Times shall<br />

be submitted in accordance with the requirements of Article 7. Adjustments in Contract<br />

Times may only be made by a Change Order.<br />

ARTICLE 7 – CHANGES: SCHEDULE AND DELAY<br />

7.01 Changes in the Goods and Special Services<br />

A. Buyer may at any time, without notice to any surety, make an addition, deletion, or other revision<br />

to the Contract Documents with respect to the Goods and Services, within the general scope of<br />

the Contract, by a Change Order or Work Change Directive. Upon receipt of any such<br />

document, Seller shall promptly proceed with performance pursuant to the revised Contract<br />

Documents (except as otherwise specifically provided).<br />

B. If Seller concludes that a Work Change Directive issued by Buyer affects the Contract Price or<br />

Contract Times, then Seller shall notify Buyer within 15 days after Seller has received the Work<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-16


Change Directive, and submit written supporting data to Buyer within 45 days after such receipt.<br />

If Seller fails to notify Buyer within 15 days, Seller waives any Claim for such adjustment. If<br />

Buyer and Seller are unable to agree on entitlement to, or on the amount or extent, if any, of an<br />

adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of<br />

a Work Change Directive, a Claim may be made therefor as provided in Paragraph 9.06.<br />

C. Seller shall not suspend perform ance while Buyer and Seller are in the process of m aking such<br />

changes and any related adjustments to Contract Price or Contract Times.<br />

7.02 Changing Contract Price or Contract Times<br />

A. The Contract Price or Contract Times may only be changed by a Change Order.<br />

B. Any Claim for an adjustment in the Contract Price or Contract Times shall be based on written<br />

notice submitted by the party making the Claim to the Engineer and the other party to the<br />

Contract in accordance with the provisions of Paragraph 9.06.<br />

C. If Seller is prevented from delivering the Goods or performing the Special Services within the<br />

Contract Times for any unforeseen reason beyond its control and not attributable to its actions or<br />

inactions, then Seller shall be entitled to an adjustment of the Contract Times to the extent<br />

attributable to such reason. Such reasons include but are not limited to acts or neglect by Buyer,<br />

inspection delays, fires, floods, epidemics, abnormal weather conditions, acts of God, and other<br />

like matters. If such an event occurs and delays Seller’s performance, Seller shall notify Buyer<br />

in writing within 15 days of knowing or having reason to know of the beginning of the event<br />

causing the delay, stating the reason therefor.<br />

D. Seller shall not be entitled to an adjustment in Contract Price or Contract Times for delays within<br />

the control of Seller. Delays attributable to and within the control of Seller’s subcontractors or<br />

suppliers shall be deemed to be delays within the control of Seller.<br />

E. If Seller is prevented from delivering the Goods or furnishing the Special Services within the<br />

Contract Times due to the actions or inactions of Buyer, Seller shall be entitled to any reasonable<br />

and necessary additional costs arising out of such delay to the extent directly attributable to<br />

Buyer.<br />

F. Neither Buyer nor Seller shall be entitled to any damages arising from delays which are beyond<br />

the control of both Buyer and Seller, including but not limited to fires, floods, epidemics,<br />

abnormal weather conditions, acts of God, and other like matters.<br />

ARTICLE 8 – BUYER’S RIGHTS<br />

8.01 Inspections and Testing<br />

A. General:<br />

1. The Contract Docum ents specify required insp ections and tests. Buyer shall have the<br />

right to perform, or cause to be performed, reasonable inspections and require reasonable<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-17


tests of the Goods at Seller’s facility, and at the Point of De stination. Seller shall allow<br />

Buyer a reasonable time to perform such inspections or tests.<br />

2. Seller shall reimburse Buyer for all expenses, except for travel, lodging, and subsistence<br />

expenses of Buyer’s and Engineer' s representatives, for inspections and tests specified in<br />

the Contract Docum ents. If as the result of any such specified testing the Goods are<br />

determined to be non-confor ming, then Seller shall also bear the travel, lodging, and<br />

subsistence expenses of Buyer’s and Engineer' s representatives, and all expenses of reinspection<br />

or retesting.<br />

3. Buyer shall bear all expenses of inspections and te sts that are not specif ied in the<br />

Contract Documents (other than any re-i nspection or retesting resulting from a<br />

determination of non-conformity, as set forth in Paragraph 8.01.A.2 immediately above);<br />

provided, however, that if as the result of any such non-specified inspections or testing<br />

the Goods are determ ined to be non-conform ing, then Seller shall bear all expenses of<br />

such inspections and testing, and of any necessary re-inspection and retesting.<br />

4. Seller shall provide Buyer tim ely written noti ce of the readiness of the Goods for all<br />

inspections, tests, or approvals which the Contract Documents specify are to be observed<br />

by Buyer prior to shipment.<br />

5. Buyer will give Seller tim ely notice of all specified tests, inspections, and approvals of<br />

the Goods which are to be conducted at the Point of Destination.<br />

6. If, on the ba sis of any inspections or testi ng, the Goods appear to be confor ming, Buyer<br />

will give Seller prompt notice thereof. If on the basis of said inspections or testing, the<br />

Goods appear to be non-conf orming, Buyer will give Seller prompt notice thereof and<br />

will advise Seller of the remedy Buyer elects under the provisions of Paragraph 8.02.<br />

7. Neither payments made by Buyer to Seller prio r to any tests or inspections, nor any tests<br />

or inspections shall constitute acceptance of non-conforming Goods, or prejudice Buyer’s<br />

rights under the Contract.<br />

B. Inspection on Delivery:<br />

1. Buyer or Engineer will visually inspect the Goods upon delivery solely for purposes of<br />

identifying the Goods and general verificati on of quantities and obs ervation of apparent<br />

condition in order to provide a basis for a pr ogress payment. Such visual inspection will<br />

not be construed as final or as receip t of any Goods and Special Services that, as a result<br />

of subsequent inspections and tests, are determined to be non-conforming.<br />

2. Within ten days of such visual inspection, Buyer shall provide Seller with written no tice<br />

of Buyer’s determination regarding conformity of the Goods. In the event Buyer does<br />

not provide such notice, it will be p resumed that the Goods appear to be confor ming and<br />

that Buyer has acknowledged their receipt upon delivery.<br />

3. If, on the basis of the visual inspection specified in Paragraph 8.01.B.1, the Goods appear<br />

to be conforming, Buyer’s notice thereof to Seller will acknowledge receipt of the Goods.<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-18


C. Final Inspection:<br />

1. After all of the Goods have been incorporated into the Project, tested in accordan ce with<br />

such testing requirements as are sp ecified, and are functioning as indicated, Buyer or<br />

Engineer will make a final inspection.<br />

2. If, on the basis of the final inspection, the Goods are conforming, Buyer’s notice thereof<br />

will constitute Buyer’s acceptance of the Goods.<br />

3. If, on the basis of the final inspection, the Goods are non-conforming, Buyer will identify<br />

the non-conformity in writing.<br />

8.02 Non-Conforming Goods and Special Services<br />

A. If, on the basis of inspections and testing prior to delivery, the Goods and Special Services are<br />

found to be non-conforming, or if at any time after Buyer has acknowledged receipt of delivery<br />

and before the expiration of the correction period described in Paragraph 8.03, Buyer determines<br />

that the Goods and Special Services are non-conforming, then Seller shall promptly, without cost<br />

to Buyer and in response to written instructions from Buyer, either correct such non-conforming<br />

Goods and Special Services, or, if Goods are rejected by Buyer, remove and replace the nonconforming<br />

Goods with conforming Goods, including all work required for reinstallation.<br />

B. Buyer’s Rejection of Non-Conforming Goods:<br />

1. If Buyer elects to reje ct the Goods in whole or in pa rt, Buyer’s notice to Seller will<br />

describe in sufficient detail the non-confor ming aspect of the Goods. If Goods have been<br />

delivered to Buyer, Seller shall pro mptly, and within the Contract Tim es, remove and<br />

replace the rejected Goods.<br />

2. Seller shall bear all costs, losses and damages attributable to the removal and replacement<br />

of the non-conforming Goods as provided in Paragraph 8.02.E.<br />

3. Upon rejection of the Goods, Buye r retains a security interest in the Goods to the extent<br />

of any payments made and expenses incurred in their testing and inspection.<br />

C. Remedying Non-Conforming Goods and Special Services:<br />

1. If Buyer elects to permit the Seller to modify the Goods to correct the non-comfor mance,<br />

then Seller shall prom ptly provide a schedul e for such m odifications and shall make the<br />

Goods conforming within a reasonable time.<br />

2. If Buyer notifies Seller in writing that any of the Special Services are non-conforming,<br />

Seller shall promptly provide conforming services acceptable to Buyer. If Seller fails to<br />

do so, Buyer m ay delete the Special Serv ices and reduce the Contract Price a<br />

commensurate amount.<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-19


D. Buyer’s Acceptance of Non-Conforming Goods:<br />

Instead of requiring correction or removal and replacement of non-conforming Goods discovered<br />

either before or after final paym ent, Buyer may accept the non-conforming Goods. Seller shall<br />

bear all reasonable co sts, losses, and dam ages attributable to Buyer’s evaluation of and<br />

determination to accept such non-conforming Goods as provided in Paragraph 8.02.E.<br />

E. Seller shall pay all cla ims, costs, losses, and damages, including but not lim ited to all fees and<br />

charges for re-inspection, retesting and for a ny engineers, architects, attorneys and other<br />

professionals, and all court or arbitration or ot her dispute resolution costs arising out of or<br />

relating to the non-conforming Goods and Special Services. Seller's obligations shall include the<br />

costs of the correction or rem oval and repl acement of the non-conform ing Goods and the<br />

replacement of property of B uyer and others destroyed by th e correction or removal and<br />

replacement of the non-conform ing Goods, and obt aining conforming Special S ervices from<br />

others.<br />

F. Buyer's Rejection of Conforming Goods:<br />

If Buyer asserts that G oods and S pecial Services are non-conform ing and such Goods and<br />

Special Services are determined to be conforming, or if Buyer reject s as non-conforming Goods<br />

and Special Services that are later determ ined to be conforming, then Selle r shall be entitled to<br />

reimbursement from Buyer of costs incurred by Seller in inspecti ng, testing, correcting,<br />

removing, or replacing the conforming Goods and Special Services, including but not lim ited to<br />

fees and charges of engineers, architects, atto rneys and other professionals, and all court or<br />

arbitration or other di spute resolution costs associated w ith the incorrect assertion of nonconformance<br />

or rejection of conforming Goods and Special Services.<br />

8.03 Correction Period<br />

A. Seller’s responsibility for correcting all non-conformities in the Goods and Special Services will<br />

extend for a period of one year after the earlier of the date on which Buyer has placed the Goods<br />

in continuous service or the date of final paym ent, or for such longer period of tim e as may be<br />

prescribed by Laws or Regulations or by the te rms of any specific provisions of the Contract<br />

Documents.<br />

ARTICLE 9 – ROLE OF ENGINEER<br />

9.01 Duties and Responsibilities<br />

A. The duties and responsibilities a nd the limitations of authority of Engineer are set f orth in the<br />

Contract Documents.<br />

9.02 Clarifications and Interpretations<br />

A. Engineer will issue with reasonable promptness such written clarif ications or interpretations of<br />

the Contract Documents as Engineer may determine necessary, which shall be consistent with or<br />

reasonably inferable from the ove rall intent of the Contract Documents. Such written<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-20


clarifications and interpretations will be binding on Buyer and Selle r. If either Buyer or Seller<br />

believes that a written clarification or interpretation justifies an adjustment in the Contract Price<br />

or Contract Times, either may make a Claim therefor.<br />

9.03 Authorized Variations<br />

A. Engineer may authorize minor deviations or variations in the C ontract Documents by: 1) written<br />

approval of specific variations set forth in Shop Drawings when Seller has duly noted such<br />

variations as required in Paragraph 5.06.C.4, or 2) a <strong>Field</strong> Order.<br />

9.04 Rejecting Non-Conforming Goods and Special Services<br />

A. Engineer will have the authority to disapprov e or reject Goods and Special Services that<br />

Engineer believes to be non-conform ing. Engineer will also have authority to require specia l<br />

inspection or testing of t he Goods or Special Services as provided in Paragraph 8.01 whether or<br />

not the Goods are fabricated or installed, or the Special Services are completed.<br />

9.05 Decisions on Requirements of Contract Documents<br />

A. Engineer will be the in itial interpreter of the Contract Documents and judge of the acceptability<br />

of the Goods and Special Services. Claim s, disputes and other ma tters relating to the<br />

acceptability of the Goods and Spec ial Services or the interpretation of the requirem ents of the<br />

Contract Documents pertaining to Seller’s performance will be refe rred initially to Engineer in<br />

writing with a request for a formal decision in accordance with this paragraph.<br />

B. When functioning as interpreter and judge under this Paragraph 9.05, Engineer will not show<br />

partiality to Buyer or Seller and will no t be liab le in connec tion with any in terpretation or<br />

decision rendered in go od faith in such capac ity. The rendering of a decision by Engineer<br />

pursuant to this Paragraph 9.05 with respect to any such Claim , dispute, or other matter (except<br />

any which have been waived by the m aking or acceptance of final paym ent as provided in<br />

Paragraph 10.07) will be a condition precedent to any exercise by Buyer or Seller o f such rights<br />

or remedies as either m ay otherwise have under the Contract Docum ents or by Laws or<br />

Regulations in respect of any such Claim, dispute, or other matter.<br />

9.06 Claims and Disputes<br />

A. Notice: Written notice of each Claim relating to the acceptability of the Goods and Special<br />

Services or the interpretation of the requirements of the Contract Documents pertaining to either<br />

party's performance shall be delivered by the claimant to Engineer and the other party to the<br />

Agreement within 15 days after the occurrence of the event giving rise thereto, and written<br />

supporting data shall be submitted to Engineer and the other party within 45 days after such<br />

occurrence unless Engineer allows an additional period of time to ascertain more accurate data.<br />

B. Engineer’s Decision: Engineer will review each such Claim and render a decision in writing<br />

within 30 days after receipt of the last submittal of the claimant or the last submittal of the<br />

opposing party, if any.<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-21


C. If Engineer does not render a formal written decision on a Claim within the time stated in<br />

Paragraph 9.06.B., Engineer shall be deemed to have issued a decision denying the Claim in its<br />

entirety 31 days after receipt of the last submittal of the claimant or the last submittal of the<br />

opposing party, if any.<br />

D. Engineer’s written decision on such Claim or a decision denying the Claim in its entirety that is<br />

deemed to have been issued pursuant to Paragraph 9.06.C, will be final and binding upon Buyer<br />

and Seller 30 days after it is issued unless within 30 days of issuance Buyer or Seller appeals<br />

Engineer’s decision by initiating the mediation of such Claim in accordance with the dispute<br />

resolution procedures set forth in Article 13.<br />

E. If Article 13 has been amended to delete the mediation requirement, then Buyer or Seller may<br />

appeal Engineer's decision within 30 days of issuance by following the alternative dispute<br />

resolution process set forth in Article 13, as amended; or if no such alternative dispute resolution<br />

process has been set forth, Buyer or Seller may appeal Engineer's decision by 1) delivering to the<br />

other party within 30 days of the date of such decision a written notice of intent to submit the<br />

Claim to a court of competent jurisdiction, and 2) within 60 days after the date of such decision<br />

instituting a formal proceeding in a court of competent jurisdiction.<br />

F. No Claim for an adjustment in Contract Price or Contract Times will be valid if not submitted in<br />

accordance with this Paragraph 9.06.<br />

G. The parties agree to endeavor to avoid or resolve Claims through direct, good faith discussions<br />

and negotiations whenever practicable. Such discussions and negotiations should at the outset<br />

address whether the parties mutually agree to suspend the time periods established in this<br />

Paragraph 9.06; if so, a written record of such mutual agreement should be made and jointly<br />

executed.<br />

ARTICLE 10 – PAYMENT<br />

10.01 Applications for Progress Payments<br />

A. Seller shall submit to Buyer for Engineer’s review Applications for Payment filled out and<br />

signed by Seller and accompanied by such supporting documentation as is required by the<br />

Contract Documents and also as Buyer or Engineer may reasonably require. The timing and<br />

amounts of progress payments shall be as stipulated in the Agreement.<br />

1. The first application for Payment will be su bmitted after review and approval by<br />

Engineer of all Shop Drawings and of all Samples required by the Contract Documents.<br />

2. The second Applicatio n for Payment will be submitted after receip t of the Goods has<br />

been acknowledged in accordance with Paragraph 8.01.B and will be accom panied by a<br />

bill of sale, invoice, or other docum entation reasonably satisfactory to Buyer warranting<br />

that Buyer has rightfully r eceived good title to the Goods from Seller and that, upon<br />

payment, the Goods will be free and clear of all liens. Such docum entation will include<br />

releases and waivers f rom all parties with via ble lien r ights. In the case of multiple<br />

deliveries of Goods, addition al Applications for Paym ent accompanied by the required<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-22


documentation will be s ubmitted as Buyer acknowledges receipt of additional items of<br />

the Goods.<br />

10.02 Review of Applications for Progress Payments<br />

A. Engineer will, within ten days after receipt of each Application for Payment, either indicate in<br />

writing a recommendation of payment and present the Application to Buyer, or return the<br />

Application to Seller indicating in writing Engineer's reasons for refusing to recommend<br />

payment. In the latter case, Seller may make the necessary corrections and resubmit the<br />

Application.<br />

1. Engineer’s recommendation of payment reques ted in the f irst Application for Payment<br />

will constitute a r epresentation by Engineer, based on Engineer’s review of the<br />

Application for Paym ent and the accom panying data, th at the Shop Drawings and<br />

Samples have been reviewed and approved as required by the Contract Docum ents and<br />

Seller is entitled to payment of the amount recommended.<br />

2. Engineer’s recommendation of paym ent requested in th e Application for Paym ent<br />

submitted upon Buyer’s acknowledgm ent of r eceipt of the Goods will cons titute a<br />

representation by Engineer, based on Engineer ’s review of the Application for Paym ent<br />

and the accom panying data Seller is entitle d to payment of the a mount recommended.<br />

Such recommendation will not constitute a representation that Engineer has made a final<br />

inspection of the Goods, that the Go ods are free from non-conformities, acceptable or in<br />

conformance with the Contract Docum ents, that Engineer has made any investigation as<br />

to Buyer’s title to the Goods, that exhaustive or continuous inspections have been m ade<br />

to check the quality or the quantity of the Goods beyond the responsibilities specifically<br />

assigned to Engineer in the Contract Documents or that there may not be other matters or<br />

issues between the parties that m ight entitle Seller to additional paym ents by Buyer or<br />

Buyer to withhold payment to Seller.<br />

3. Engineer may refuse to recommend that all or any part of a progress payment be made, or<br />

Engineer may nullif y all or any p art of any paym ent previously rec ommended if, in<br />

Engineer's opinion, such recommendation woul d be incorrect or if on the basis of<br />

subsequently discovered evidence or subsequent inspections or tests Engineer considers<br />

such refusal or nullification necessary to protect Buyer from loss because the Contract<br />

Price has been reduced, Goods are found to be non-conforming, or Seller has failed to<br />

furnish acceptable Special Services.<br />

10.03 Amount and Timing of Progress Payments<br />

A. Subject to Paragraph 10.02.A., the amounts of the progress payments will be as provided in the<br />

Agreement. Buyer shall within 30 days after receipt of each Application for Payment with<br />

Engineer's recommendation pay Seller the amount recommended; but, in the case of the<br />

Application for Payment upon Buyer's acknowledgment of receipt of the Goods, said 30-day<br />

period may be extended for so long as is necessary (but in no event more than 60 days) for Buyer<br />

to examine the bill of sale and other documentation submitted therewith. Buyer shall notify<br />

Seller promptly of any deficiency in the documentation and shall not unreasonably withhold<br />

payment.<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-23


10.04 Suspension of or Reduction in Payment<br />

A. Buyer may suspend or reduce the amount of progress payments, even though recommended for<br />

payment by Engineer, under the following circumstances:<br />

1. Buyer has reasonable grounds to conclude that Seller will not furnish the Goods or the<br />

Special Services in accordance with the Contract Documents, and<br />

2. Buyer has requested in writing assurances from Seller that the Go ods and Sp ecial<br />

Services will be d elivered or furnished in accordance with the Contract Documents, and<br />

Seller has f ailed to pro vide adequate assurances within ten days of Buyer’s written<br />

request.<br />

B. If Buyer refuses to make payment of the full amount recommended by Engineer, Buyer will<br />

provide Seller and Engineer immediate written notice stating the reason for such action and<br />

promptly pay Seller any amount remaining after deduction of the amount withheld. Buyer shall<br />

promptly pay Seller the amount withheld when Seller corrects the reason for such action to<br />

Buyer’s satisfaction.<br />

10.05 Final Application for Payment<br />

A. After Seller has corrected all non-conformities to the reasonable satisfaction of Buyer and<br />

Engineer, furnished all Special Services, and delivered all documents required by the Contract<br />

Documents, Engineer will issue to Buyer and Seller a notice of acceptance. Seller may then<br />

make application for final payment following the procedure for progress payments. The final<br />

Application for Payment will be accompanied by all documentation called for in the Contract<br />

Documents, a list of all unsettled Claims, and such other data and information as Buyer or<br />

Engineer may reasonably require.<br />

10.06 Final Payment<br />

A. If, on the basis of final inspection and the review of the final Application for Payment and<br />

accompanying documentation, Engineer is reasonably satisfied that Seller has furnished the<br />

Goods and Special Services in accordance with the Contract Documents, and that Seller's has<br />

fulfilled all other obligations under the Contract Documents, then Engineer will, within ten days<br />

after receipt of the final Application for Payment, recommend in writing final payment subject to<br />

the provisions of Paragraph 10.07 and present the Application to Buyer. Otherwise, Engineer<br />

will return the Application to Seller, indicating the reasons for refusing to recommend final<br />

payment, in which case Seller shall make the necessary corrections and resubmit the Application<br />

for payment. If the Application and accompanying documentation are appropriate as to form and<br />

substance, Buyer shall, within 30 days after receipt thereof, pay Seller the amount recommended<br />

by Engineer, less any sum Buyer is entitled to set off against Engineer's recommendation,<br />

including but not limited to liquidated damages to which Buyer is entitled.<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-24


10.07 Waiver of Claims<br />

A. The making and acceptance of final payment will constitute:<br />

1. a waiver of all Claims by Buyer against Seller, except Claims arising from unsettled liens<br />

from non-conformities in the Goods or Special Services appearing after final paym ent,<br />

from Seller's failure to comply with the Contract Documents or the terms of any s pecial<br />

guarantees specified therein, or from Seller's continuing obligations under the Contrac t<br />

Documents; and<br />

2. a waiver of all Claim s by Seller against Buyer (other than those previously m ade in<br />

accordance with the requirements herein and listed by Seller as unsettled as require d in<br />

Paragraph 10.05.A, and not resolved in writing).<br />

ARTICLE 11 – CANCELLATION, SUSPENSION, AND TERMINATION<br />

11.01 Cancellation<br />

A. Buyer has the right to cancel the Contract, without cause, at any time prior to delivery of the<br />

Goods by written notice. Cancellation pursuant to the terms of this paragraph shall not constitute<br />

a breach of contract by Buyer. Upon cancellation:<br />

1. Buyer shall pay Seller for the direct costs incurred in producing any Goods that Seller has<br />

specially manufactured for the Project, plus a fair and reasonable am ount for overhead<br />

and profit.<br />

2. For Goods that are not specially manufactured for the Project, Seller shall be entitled to a<br />

restocking charge of 10 percent of the unpaid Contract Price of such Goods.<br />

11.02 Suspension of Performance by Buyer<br />

A. Buyer has the right to suspend performance of the Contract for up to a maximum of ninety days,<br />

without cause, by written notice. Upon suspension under this paragraph, Seller shall be entitled<br />

to an increase in the Contract Times and Contract Price caused by the suspension, provided that<br />

performance would not have been suspended or delayed for causes attributable to Seller.<br />

11.03 Suspension of Performance by Seller<br />

A. Subject to the provisions of Paragraph 5.07.B, Seller may suspend the furnishing of the Goods<br />

and Special Services only under the following circumstance:<br />

1. Seller has reasonable grounds to conclude that Buyer will not perform its future payment<br />

obligations under the Contract; and,<br />

2. Seller has requested in writing assurances from Buyer that future payments will be made<br />

in accordance with the Contract, an d Buyer has failed to provide such assurances within<br />

ten days of Seller’s written request.<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-25


11.04 Breach and Termination<br />

A. Buyer’s Breach:<br />

1. Buyer shall be deem ed in breach of the Contract if it fails to comply with any m aterial<br />

provision of the Contract Documents, including but not limited to:<br />

a. wrongful rejection or revocation of Buyer’s acceptance of the Goods,<br />

b. failure to make payments in accordance with the Contract Documents, or<br />

c. wrongful repudiation of the Contract.<br />

2. Seller shall have the right to terminate the Contract for cause by declaring a breach<br />

should Buyer fail to com ply with any m aterial provisions of the Contract. U pon<br />

termination, Seller shall be entitled to all remedies provided by Laws and Regulations.<br />

B. Seller’s Breach:<br />

a. In the event Seller believes Buyer is in br each of its obligations under th e Contract,<br />

Seller shall provide B uyer with reasonably prompt written notic e setting forth in<br />

sufficient detail the reasons for d eclaring that it b elieves a breach h as occurred.<br />

Buyer shall have seven days from receipt of the written no tice declaring the breach<br />

(or such longer period of time as Seller may grant in writing) within which to cure or<br />

to proceed diligently to cure such alleged breach.<br />

1. Seller shall be deem ed in breach of the Contra ct if it fails to comply with any m aterial<br />

provision of the Contract Documents, including, but not limited to:<br />

a. failure to deliver the Goods or perform the Special Serv ices in accordance with the<br />

Contract Documents,<br />

b. wrongful repudiation of the Contract, or<br />

c. delivery or furnishing of non-conforming Goods and Special Services.<br />

2. Buyer may terminate Seller’s right to pe rform the Contract for cause by declaring a<br />

breach should Seller fail to comply with any material provision of the Contract<br />

Documents. Upon termination, Buyer shall be entitled to all rem edies provided by Laws<br />

and Regulations.<br />

a. In the event Buyer believes Seller is in br each of its obligations under th e Contract,<br />

and except as provid ed in Paragraph 11.04.B.2.b, Buyer shall provide Seller with<br />

reasonably prompt written notice s etting forth in suf ficient detail the reasons f or<br />

declaring that it believes a breach h as occurred. Seller shall have seven days from<br />

receipt of the writte n notice declaring the breach (or such longer period of tim e as<br />

Buyer may grant in writing) within which to cure or to proceed diligently to cure such<br />

alleged breach.<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-26


. If and to the extent that Seller has provided a performance bond under the provisions<br />

of Paragraph 4.01, the notice and cure procedures of that bond, if any, shall supersede<br />

the notice and cure procedures of Paragraph 11.04.B.2.a.<br />

ARTICLE 12 – LICENSES AND FEES<br />

12.01 Intellectual Property and License Fees<br />

A. Unless specifically stated elsewhere in the Contract Documents, Seller is not transferring any<br />

intellectual property rights, patent rights, or licenses for the Goods delivered. However, in the<br />

event the Seller is manufacturing to Buyer’s design, Buyer retains all intellectual property rights<br />

in such design.<br />

B. Seller shall pay all license fees and royalties and assume all costs incident to the use or the<br />

furnishing of the Goods, unless specified otherwise by the Contract Documents.<br />

12.02 Seller’s Infringement<br />

A. Subject to Paragraph 12.01.A, Seller shall indemnify and hold harmless Buyer, Engineer and<br />

their officers, directors, members, partners, employees, agents, consultants, contractors, and<br />

subcontractors from and against all claims, costs, losses, damages, and judgments (including but<br />

not limited to all reasonable fees and charges of engineers, architects, attorneys and other<br />

professionals and all court or arbitration or other dispute resolution costs) arising out of or<br />

relating to any infringement or alleged infringement of any United States or foreign patent or<br />

copyright by any of the Goods as delivered hereunder.<br />

B. In the event of suit or threat of suit for intellectual property infringement, Buyer will promptly<br />

notify Seller of receiving notice thereof.<br />

C. Seller shall promptly defend the claim or suit, including negotiating a settlement. Seller shall<br />

have control over such claim or suit, provided that Seller agrees to bear all expenses and to<br />

satisfy any adverse judgment thereof.<br />

1. If Seller fails to defend such suit or claim after written notice by Buyer, Seller will be<br />

bound in any subsequent suit or claim against Seller by Buyer by any factual<br />

determination in the prior suit or claim.<br />

2. If Buyer fails to provide Seller the opportunity to defend such suit or claim after written<br />

notice by Seller, Buyer shall be barred from any remedy against Seller for such suit or<br />

claim.<br />

D. If a determination is made that Seller has infringed upon intellectual property rights of another,<br />

Seller may obtain the necessary licenses for Buyer’s benefit, or replace the Goods and provide<br />

related design and construction as necessary to avoid the infringement at Seller’s own expense.<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-27


12.03 Buyer’s Infringement<br />

A. Buyer shall indemnify and hold harmless Seller, and its officers, directors, partners, employees,<br />

agents, consultants, contractors, and subcontractors from and against all claims, costs, losses,<br />

damages, and judgments (including but not limited to all reasonable fees and charges of<br />

engineers, architects, attorneys and other professionals and all court or arbitration or other<br />

dispute resolution costs) arising out of or relating to any infringement or alleged infringement of<br />

any United States or foreign patent or copyright caused by Seller’s compliance with Buyer’s<br />

design of the Goods or Buyer’s use of the Goods in combination with other materials or<br />

equipment in any process (unless intent of such use was known to Seller and Seller had reason to<br />

know such infringement would result).<br />

B. In the event of suit or threat of suit for intellectual property infringement, Seller must after<br />

receiving notice thereof promptly notify Buyer.<br />

C. Upon written notice from Seller, Buyer shall be given the opportunity to defend the claim or suit,<br />

including negotiating a settlement. Buyer shall have control over such claim or suit, provided<br />

that Buyer agrees to bear all expenses and to satisfy any adverse judgment thereof.<br />

1. If Buyer fails to defend such suit o r claim after written notice by Seller , Buyer will be<br />

bound in any subsequent suit or claim against Buyer by Seller by any factual<br />

determination in the prior suit or claim.<br />

2. If Seller fails to provide Buye r the opportunity to defend such suit or claim after written<br />

notice by Buyer, Seller shall be barred from any remedy against Buyer for such suit or<br />

claim.<br />

12.04 Reuse of Documents<br />

A. Neither Seller nor any other person furnishing any of the Goods and Special Services under a<br />

direct or indirect contract with Seller shall: (1) acquire any title to or ownership rights in any of<br />

the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or<br />

bearing the seal of Engineer or its consultants, including electronic media versions; or (2) reuse<br />

any of such Drawings, Specifications, other documents, or copies thereof on any other project<br />

without written consent of Buyer and Engineer and specific written verification or adaptation by<br />

Engineer. This prohibition will survive termination or completion of the Contract. Nothing<br />

herein shall preclude Seller from retaining copies of the Contract Documents for record<br />

purposes.<br />

12.05 Electronic Data<br />

A. Unless otherwise stated in the Supplementary Conditions, copies of data furnished by Buyer or<br />

Engineer to Seller, or by Seller to Buyer or Engineer that may be relied upon are limited to the<br />

printed copies (also known as hard copies). Files in electronic media format of text, data,<br />

graphics, or other types are furnished only for the convenience of the receiving party. Any<br />

conclusion or information obtained or derived from such electronic files will be at the user’s sole<br />

risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies<br />

govern.<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-28


B. Because data stored in electronic media format can deteriorate or be modified inadvertently or<br />

otherwise without authorization of the data’s creator, the party receiving electronic files agrees<br />

that it will perform acceptance tests or procedures within 60 days, after which the receiving party<br />

shall be deemed to have accepted the data thus transferred. The transferring party will correct<br />

any errors detected within the 60-day acceptance period.<br />

C. When transferring documents in electronic media format, the transferring party makes no<br />

representations as to long term compatibility, usability, or readability of documents resulting<br />

from the use of software application packages, operating systems, or computer hardware<br />

differing from those used by the data’s creator.<br />

ARTICLE 13 – DISPUTE RESOLUTION<br />

13.01 Dispute Resolution Method<br />

A. Either Buyer or Seller may initiate the mediation of any Claim decided in writing by Engineer<br />

under Paragraph 9.06.B or 9.06.C before such decision becomes final and binding. The<br />

mediation will be governed by the <strong>Construction</strong> Industry Mediation Rules of the American<br />

Arbitration Association in effect as of the Effective Date of the Agreement. The request for<br />

mediation shall be submitted in writing to the American Arbitration Association and the other<br />

party to the Contract. Timely submission of the request shall stay the Engineer's decision from<br />

becoming final and binding.<br />

B. Buyer and Seller shall participate in the mediation process in good faith. The process shall be<br />

concluded within 60 days of filing of the request. The date of termination of the mediation shall<br />

be determined by application of the mediation rules referenced above.<br />

C. If the mediation process does not result in resolution of the Claim, then Engineer’s written<br />

decision under Paragraph 9.06.B or a denial pursuant to Paragraph 9.06.C shall become final and<br />

binding 30 days after termination of the mediation unless, within that time period, Buyer or<br />

Seller:<br />

1. elects in writing to invoke any dispute resolution process prov ided for in the<br />

Supplementary Conditions, or<br />

2. agrees with the other party to submit the Claim to another dispute resolution process, or<br />

3. if no dispute resolution process has been pr ovided for in the Supplem entary Conditions,<br />

delivers to the othe r party written notice of the intent to submit the Claim to a co urt of<br />

competent jurisdiction, and within 60 days of the termination of the mediation institutes<br />

such formal proceeding.<br />

ARTICLE 14 – MISCELLANEOUS<br />

14.01 Giving Notice<br />

A. Whenever any provision of the Contract Documents requires the giving of written notice, it will<br />

be deemed to have been validly given if: 1) delivered in person to the individual or to a member<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-29


of the firm or to an officer of the corporation for whom it is intended, or 2) if delivered at or sent<br />

by registered or certified mail, postage prepaid, to the last business address known to the giver of<br />

the notice.<br />

14.02 Controlling Law<br />

A. This Contract is to be governed by the law of the state in which the Point of Destination is<br />

located.<br />

B. In the case of any conflict between the express terms of this Contract and the Uniform<br />

Commercial Code, as adopted in the state whose law governs, it is the intent of the parties that<br />

the express terms of this Contract shall apply.<br />

14.03 Computation of Time<br />

A. When any period of time is referred to in the Contract Documents by days, it will be computed to<br />

exclude the first and include the last day of such period. If the last day of any such period falls on<br />

a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction,<br />

such day shall be omitted from the computation.<br />

14.04 Cumulative Remedies<br />

A. The duties and obligations imposed by these General Conditions and the rights and remedies<br />

available hereunder to the parties hereto are in addition to, and are not to be construed in any<br />

way as a limitation of, any rights and remedies available to any or all of them which are<br />

otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by<br />

other provisions of the Contract Documents, and the provisions of this paragraph will be as<br />

effective as if repeated specifically in the Contract Documents in connection with each particular<br />

duty, obligation, right, and remedy to which they apply.<br />

14.05 Survival of Obligations<br />

A. All representations, indemnifications, warranties and guarantees made in, required by, or given<br />

in accordance with the Contract Documents, as well as all continuing obligations indicated in the<br />

Contract Documents, will survive final payment, completion, and acceptance of the Goods and<br />

Special Services and termination or completion of the Agreement.<br />

14.06 Entire Agreement<br />

A. Buyer and Seller agree that this Agreement is the complete and final agreement between them,<br />

and supersedes all prior negotiations, representations, or agreements, either written or oral. This<br />

Agreement may not be altered, modified, or amended except in writing signed by an authorized<br />

representative of both parties.<br />

EJCDC P-700, Standard General Conditions for Procurement Contracts.<br />

Copyright © 2010 National Society of Professional Engineers, American Council of Engineering Companies,<br />

American Society of Civil Engineers, and Associated General Contractors of America. All rights reserved.<br />

Page 00700-30


SUPPLEMENTARY CONDITIONS<br />

These Supplementary Conditions amend or supplement the Standard General Conditions for Procurem ent<br />

Contracts, EJCDC P-700 (2010 Edition). All provisions which are not so amended or supplemented remain<br />

in full force and effect.<br />

The terms used in these Supplem entary Conditions have the meanings stated in the General Conditions.<br />

Additional terms used in these Supplem entary Conditions have the m eanings stated below, which are<br />

applicable to both the singular and plural thereof.<br />

The address system used in these Supplementary Conditions is the same as the address system used in the<br />

General Conditions, with the prefix "SC" added thereto.<br />

SC-1.01<br />

Definitions<br />

SC-1.01.A<br />

Add the following new paragraph immediately after Paragraph 1.01.A.36:<br />

37. Unit Price Goods and Special Services—Goods and Special Services to<br />

be paid for on the basis of unit prices.<br />

SC-4.02<br />

Insurance<br />

SC-4.02<br />

Add the following new paragraph immediately after Paragraph 4.02.E:<br />

F. Seller shall purchase and m aintain such liability and other insurance as<br />

is appropriate for the furnishing of Goods and Special Services and as<br />

will provide protection from claims set forth below which may arise out<br />

of or result from Seller’s furnishing of the Goods or Special Services<br />

and Seller’s other obligations under the Contract Docum ents, whether<br />

the furnishing of Goods and Special Services or other obligations are to<br />

be performed by Seller, any subcont ractor or supplier, or by anyone<br />

directly or indirectly em ployed by any of them to furnish the Goods<br />

and Special Services, or by anyone for whose acts any of them may be<br />

liable:<br />

1. claims under workers’ com pensation, disability benefits, and other<br />

similar employee benefit acts;<br />

2. claims for damages because of bodily injury, occupational sickness<br />

or disease, or death of Seller’s employees;<br />

3. claims for damages because of bodily injury, sickness or disease, or<br />

death of any person other than Seller’s employees;<br />

4. claims for damages insured by reasonably available personal injury<br />

liability coverage which are sustained: (i) by any person as a result<br />

Page 0<strong>08</strong>00 - 1 of 8


of an offense directly or indirectly related to the employment of such<br />

person by Seller, or (ii) by any other person for any other reason;<br />

5. claims for damages, other than to the Goods, because of injury to or<br />

destruction of tangible property wh erever located, including loss of<br />

use resulting therefrom; and<br />

6. claims for damages because of bodily injury or death of any person<br />

or property damage arising out of the ownership, maintenance or use<br />

of any motor vehicle.<br />

G. The policies of insurance so required by this Paragraph 4.02 to be<br />

purchased and maintained shall:<br />

1. with respect to insurance required by Paragraphs SC-4.02.F.3<br />

through SC 4.02.F.6 inclusive, include as additional insureds<br />

(subject to any custom ary exclusion in respect of professional<br />

liability) Buyer, Engineer, their c onsultants, and [Here list by name,<br />

(not Project role) other persons or entities to be included on policy as<br />

additional insureds] all of whom shall be listed as additional<br />

insureds, and include coverage for the respective officers, directors,<br />

partners, employees, agents, and other consultants and<br />

subcontractors of each and any of all such additional insureds, and<br />

the insurance afforded to these additional insureds shall provide<br />

primary coverage for all claims covered thereby;<br />

2. include at least the specif ic coverages and be written f or not less<br />

than the lim its of liability provided below or required by Laws or<br />

Regulations, whichever is greater;<br />

3. include completed operations insurance;<br />

4. include contractual liability insurance covering Seller’s indem nity<br />

obligations under Paragraphs 5.09 and 12.02.<br />

5. contain a provision or endorsem ent that the coverage afforded will<br />

not be canceled, materially changed or renewal ref used until at least<br />

thirty days prior written notice has been given to Buyer and Seller<br />

and to each other additional insured identified in these<br />

Supplementary Conditions to whom a certificate of insurance has<br />

been issued (and the certificates of insurance furnished by the Seller<br />

pursuant to Paragraph SC-4.02.I will so provide);<br />

6. remain in effect at least until final payment and at all times thereafter<br />

when Seller m ay be correcti ng, removing, or replacing nonconforming<br />

Goods in accordance with Paragraph 8.03;<br />

Page 0<strong>08</strong>00 - 2 of 8


7. with respect to com pleted operations insurance, and any insurance<br />

coverage written on a claims-made basis, remain in effect for at least<br />

two years after final paym ent (and Seller shall furnish Buyer and<br />

each other additional insured iden tified in these Supplem entary<br />

Conditions, to whom a certificate of insurance has been issued,<br />

evidence satisfactory to Buyer and any such additional insured of<br />

continuation of such insurance at final paym ent and one year<br />

thereafter); and<br />

8. with respect to any delegation of professional design services to<br />

Seller pursuant to Paragraph 5.10 of the General Conditions, include<br />

professional liability coverage by endorsement or otherwise.<br />

H. The limits of liability f or the insurance required by Paragraph SC<br />

4.02.F shall provide coverage for not less than the following am ounts<br />

or greater where required by Laws and Regulations:<br />

1. Workers’ Compensation, and related coverages under Paragraphs<br />

SC-4.02.F.1 and F.2:<br />

a. State: Statutory<br />

b. Applicable Federal<br />

(e.g., Longshoreman’s):<br />

Statutory<br />

c. Employer’s Liability: $1,000,000.00<br />

2. Seller’s General Liability under Paragraphs SC-4.02.F.3 through F.6<br />

which shall include com pleted operations and product liability<br />

coverages and eliminate the exclusion with respect to property under<br />

the care, custody and control of Seller:<br />

a. General Aggregate $1,000,000.00<br />

b. Products - Completed Operations<br />

Aggregate (per occurrence) $1,000,000.00<br />

c. Personal and Advertising<br />

1) Injury $1,000,000.00<br />

2) Each Occurrence<br />

(Bodily Injury and<br />

Property Damage) $1,000,000.00<br />

d. Property Damage liability insurance will provide<br />

Explosion, Collapse, and Under-ground coverages<br />

where applicable.<br />

Page 0<strong>08</strong>00 - 3 of 8


e. Excess or Umbrella Liability<br />

1) General Aggregate $1,000,000.00<br />

2) Each Occurrence $1,000,000.00<br />

3. Automobile Liability under Paragraph SC-4.02.F.6:<br />

a. Combined Single Limit<br />

By Accident – Each Accident: $1,000,000.00<br />

I. Seller shall deliver to Buyer, with copies to each additional insured<br />

identified in these Supplem entary Conditions, certificates of insurance<br />

(and other evidence of insurance requested by Buyer or any other<br />

additional insured) which Seller is required to purchase and maintain.<br />

J. If Buyer has any objection to the coverage afforded by or other<br />

provisions of the insurance required to be purchased and m aintained on<br />

the basis of non-conform ance with the Contract Docum ents, Buyer<br />

shall notify Seller in writing within 10 days after receipt of the<br />

certificates or other evidence re quired by Paragraph SC-4.02.E. Seller<br />

shall provide such additional inform ation in respect to insurance as<br />

Buyer shall reasonably request.<br />

SC-5.05<br />

Taxes<br />

SC-6.17<br />

Add a new paragraph immediately after Paragraph 5.05.A:<br />

B. Buyer is exempt from payment of sales and com pensating use taxes of<br />

the State of Texas and of cities and counties thereof on all materials and<br />

equipment to be incorporated into the Project facilities.<br />

1. Buyer will furnish the required certificates of tax exemption to Seller<br />

with respect to m aterials and equipment to be incorporated into the<br />

Project facilities.<br />

2. Buyer's exemption does not apply to construction tools, m achinery,<br />

equipment, or other property purchas ed by or leased by Seller, or to<br />

supplies or materials not incorporated into the Project facilities.<br />

3. The Contract Price does not in clude the cost of sales or<br />

compensating use taxes to the exte nt such are exem pted by this<br />

paragraph.<br />

Page 0<strong>08</strong>00 - 4 of 8


SC-5.06 Shop Drawings and Samples<br />

SC-5.06<br />

Add the following new paragraphs immediately after Paragraph 5.06.E:<br />

F. Seller shall f urnish required subm ittals with suf ficient information<br />

and accuracy in order to obtain re quired approval of an item with no<br />

more than three subm ittals. Engineer will record Engineer’s tim e for<br />

reviewing subsequent submittals of Shop Drawings, samples, or other<br />

items requiring approval and Seller shall reim burse Buyer for<br />

Engineer’s charges for such time.<br />

G. In the event that Seller requests a change of a previously approved<br />

item, Seller shall reim burse Buyer f or Engineer’s charges f or its<br />

review time unless the need for such change is beyond the control of<br />

Seller.<br />

SC-9.07<br />

Determinations of Unit Price Quantities<br />

SC-9.07 Add the following new paragraph immediately after Paragraph 9.06:<br />

SC-9.07<br />

Determinations of Unit Price Quantities<br />

A. Engineer will determine the actual quantities and classifications of Unit<br />

Price Goods and Special Services furnished by Seller, and the written<br />

decisions of Engineer on such m atters will be final and binding upon<br />

Buyer and Seller (except as m odified by Engineer to reflect changed<br />

factual conditions or m ore accurate data), subject to the provisions of<br />

Paragraph 9.06.<br />

SC-10.01<br />

Applications for Progress Payments<br />

SC-10.01<br />

Amend Paragraph 10.01.A.1 to read as follows:<br />

1. The first application f or Payment will be subm itted following each<br />

written order for Goods placed by th e Engineer and shall encom pass<br />

only those items and quantities included in the order.<br />

SC-10.<strong>08</strong><br />

Unit Price Goods or Special Services<br />

SC-10.<strong>08</strong> Add the following new paragraph immediately after Paragraph 10.07:<br />

SC-10.<strong>08</strong><br />

Unit Price Goods or Special Services<br />

A. Where the Contract Documents provide that all or part of the furnishing<br />

of the Goods and Special Services is to be paid for with unit prices,<br />

initially the Contract Price will be de emed to include, for all Unit Price<br />

Goods and Special Services, an amount equal to the sum of the<br />

products resulting from multiplication of the unit price for each<br />

Page 0<strong>08</strong>00 - 5 of 8


separately identified item of Unit Price Goods and Special Services by<br />

the estimated quantity of each such item as indicated in the Agreement.<br />

A. The estimated quantities of item s of Unit Price Goods and Special<br />

Services are not guaranteed and are solely for the purpose of<br />

comparison of <strong>Bid</strong>s and determ ining an initial Contract Price.<br />

Determinations of the actual quantities and classifications of Unit Price<br />

Goods and Special Services furnished by Seller will be m ade by<br />

Engineer subject to the provisions of Paragraph SC- 9.07.<br />

B. Each unit price will be deem ed to include an am ount considered by<br />

Seller to be adequate to cover Se ller’s overhead and profit for each<br />

separately identified item.<br />

C. Buyer or Seller m ay make a Claim for an adjustm ent in the Contract<br />

Price in accordance with Paragraph 9.06 if:<br />

1. the quantity of any item of Unit Price Goods and Special Services<br />

furnished by Seller differs m aterially and significantly from the<br />

estimated quantity of such item indicated in the Agreement, and<br />

2. there is no corresponding adjustm ent with respect to any other item<br />

of Unit Price Goods and Special Services; and<br />

3. Seller believes that Seller is entitled to an increase in Contract Price<br />

as a result of having incurred add itional expense or Buyer believes<br />

that Buyer is entitled to a decrease in Contract Price and the parties<br />

are unable to agree as to the am ount of any such increase or<br />

decrease.<br />

SC-13<br />

Dispute Resolution<br />

SC-13.02 Add the following new paragraph immediately after Paragraph 13.01:<br />

SC-13.02<br />

Arbitration<br />

A. All Claims or counterclaim s, disputes, or other m atters in question<br />

between Buyer and Seller arising out of or relating to the Contract<br />

Documents or the breach thereof (except for Claim s which have been<br />

waived by the m aking or acceptance of final payment as provided by<br />

Paragraph 10.07) not resolved under the provisions of Paragraph 13.01<br />

will be decided by binding arbitration in accordance with the rules of<br />

the State of Texas, subject to th e conditions and lim itations of this<br />

Paragraph SC-13.02. This agreem ent to arbitrate and any other<br />

agreement or consent to arbitrate entered into will be specif ically<br />

enforceable under the prevailing law of any court having jurisdiction.<br />

Page 0<strong>08</strong>00 - 6 of 8


B. No demand for arbitration of any Cl aim or counterclaim , dispute, or<br />

other matter that is required to be ref erred to Engineer initially f or<br />

decision in accordance with Para graph 9.06 will be m ade until the<br />

earlier of: (i) the date on whic h Engineer has rendered a written<br />

decision, or (ii) the 31st day after th e parties have presented their final<br />

evidence to Engineer if a written decision has not been rendered by<br />

Engineer before that date. Subjec t to the provisions of SC-13.02.A, no<br />

demand for arbitration of any such Cl aim or counterclaim, dispute, or<br />

other matter will be m ade later than 30 days af ter the date on which<br />

Engineer has rendered a written decision in respect thereof in<br />

accordance with Paragraph 9.06; and th e failure to dem and arbitration<br />

within said 30 day period will result in Engineer’s decision being f inal<br />

and binding upon Buyer and Seller. If Engineer renders a decision after<br />

arbitration proceedings have been initiated, such decision m ay be<br />

entered as evidence but will not supersede the arbitration proceedings,<br />

except where the decision is acceptable to the parties concerned.<br />

C. Notice of the demand for arbitration will be filed in writing with the<br />

other party to the Contract and with the selected arbitrator or arbitration<br />

provider, and a copy will be sent to Engineer for inform ation. The<br />

demand for arbitration will be made within the 30 day period specif ied<br />

in Paragraph SC-13.02.B, and in all other cases within a reasonable<br />

time after the Claim or counterclai m, dispute, or other m atter in<br />

question has arisen, and in no event shall any such dem and be made<br />

after the date when institution of legal or equitable proceedings based<br />

on such Claim or other dispute or matter in question would be barred<br />

by the applicable statue of limitations.<br />

D. No arbitration arising out of or relating to the Contract Documents shall<br />

include by consolidation, joinder, or in any other m anner any other<br />

individual or entity (including Engi neer, and Engineer’s consultants<br />

and the officers, directors, partners, agents, employees or consultants of<br />

any of them) who is not a party to this Contract unless:<br />

1. the inclusion of such other individual or entity is necessary if<br />

complete relief is to be affo rded among those who are already<br />

parties to the arbitration; and<br />

2. such other individual or entity is substantially involved in a question<br />

of law or fact which is com mon to those who are already parties to<br />

the arbitration and which will arise in such proceedings.<br />

E. The award rendered by the arbitrator shall be in writing and include: (i)<br />

a concise breakdown of the award; (ii) a written explanation of the<br />

award specifically citing the Contr act Document provisions deem ed<br />

applicable and relied on in making the award.<br />

Page 0<strong>08</strong>00 - 7 of 8


F. The award will be consistent with the agreement of the parties and<br />

final. Judgment may be entered upon it in any court having jurisdiction<br />

thereof, and it will not be subject to modification or appeal.<br />

Page 0<strong>08</strong>00 - 8 of 8


BID ADDENDUM<br />

FAILURE TO RETURN THIS BID ADDENDUM IN ACCORDANCE WITH INSTRUCTIONS<br />

MAY SUBJECT YOUR BID TO REJECTION ON THE AFFECTED ITEM(S)/SERVICES.<br />

Project Number: WR11.0143 Addendum Number: 1<br />

Description: Vertical Turbine Submersible Pumping Units Date: January 19, 2012<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Instructions to <strong>Bid</strong>ders<br />

1. Acknowledge receipt of this Addendum in Paragraph 3.01.A of Section 00400, <strong>Bid</strong> Form for<br />

Procurement Documents.<br />

2. Submit this Addendum signed with the <strong>Bid</strong> Response.<br />

Changes to the Project Manual<br />

1. The following documents are included in this Addendum and hereby incorporated into the<br />

Project Manual:<br />

a. Section 00400, <strong>Bid</strong> Form for Procurement Documents, has been replaced in its entirety.<br />

<strong>Bid</strong> Item numbers 18 through 23 were corrected to reflect the ID numbers shown in<br />

Specification Section 11210, Appendix A.<br />

b. Section 00520, Agreement Between Buyer and Seller for Procurement Documents, has<br />

been replaced in its entirety. Paragraph 7.01.B has been modified to state that <strong>Bid</strong> Items<br />

covering bonds, insurance, and related costs will need to be invoiced upon the first<br />

delivery of Goods. Paragraph 7.02.A.1 has been modified to reflect the inability of the<br />

Seller to make initial progress payments prior to delivery and inspection. <strong>Bid</strong>ders are<br />

reminded to review sections in the Project Manual pertaining to the intent of the Buyer to<br />

assign this Contract to a future construction contractor designated by the Buyer.<br />

Paragraphs 11.02.A, 11.02.A.1 and 11.02.A.2 have been modified to clarify this intent.<br />

c. Specification Section 11210, Appendix A, Preliminary Pump Assumptions, has been<br />

replaced in its entirety. A footnote was added to clarify the priority of pump design<br />

parameters, motor voltages were changed to be uniformly 480 volts, and the cable rating<br />

(volts) field was removed to conform with Paragraph 2.1.L of Specification Section<br />

11210, Submersible Vertical Turbine Pumping Units.<br />

2. Corrections to the Technical Specifications:<br />

a. Section 01700 - Contract Closeout<br />

i) Delete Paragraph 1.3, Final Cleaning, in its entirety.<br />

b. Section 11210 - Submersible Vertical Turbine Pumping Units<br />

i) Delete Paragraph 1.1.D in its entirety and replace with the following:<br />

D. Motor and pump shall be regularly coupled, manufactured and sold together for<br />

use in municipal potable water wells for no less than 10 years. The use of special<br />

adaptors, couplings, etc. to couple the motor and pump will not be acceptable and<br />

Page 1 of 2


BID ADDENDUM<br />

FAILURE TO RETURN THIS BID ADDENDUM IN ACCORDANCE WITH INSTRUCTIONS<br />

MAY SUBJECT YOUR BID TO REJECTION ON THE AFFECTED ITEM(S)ISERVICES.<br />

Project Number: WRJ 1.0143<br />

Description: Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Addendum Number: 1<br />

Date: January 19, 2012<br />

will constitute rejection of the equipment.<br />

ii) Delete Paragraph 1 I.E in its entirety and replace with the following:<br />

E. The pumping units will be started across the line at 480 V, 3 phase, 60 Hz.<br />

iii) Delete Paragraph 2.l.A in its entirety and replace with the following:<br />

A. The pump shall be a submersible deep well turbine type multistage in series<br />

design, complete with motor, power cable, power cable terminus to motor,<br />

transition piece at pump discharge, column pipe, discharge elbow and al1<br />

appurtenances in accordance with these specifications. The pump shall conform to<br />

A WW A El 02-06 except as otherwise specified herein. Pumping unit speed shall<br />

not exceed 1 ,800 rpm. The pump and motor shall be coupled via a positive<br />

locking stainless steel coupling to produce maximum performance for torque and<br />

thrust.<br />

iv) Delete Paragraph 2.1 G.l in its entirety and replace with the following:<br />

Execute Addendum:<br />

The submersible motor shall be designed to deliver continuously the necessary<br />

brake horse power (bhp) having a minimum 1 15 service factor The motor shaH<br />

be designed to operate at maximum of 1,800 rpm, at 480 V, 3 phase, 60 Hz,<br />

alternating current, with full voltage (across the line) starting capability with a<br />

maximum current inrush of 500% without use of special starting equipment. The<br />

motor shalt be a high reactance type design that will provide an inrush current that<br />

is low enough to allow across the line starting. The entire motor shall incorporate<br />

an insulation of Class B or better Motor shall have a NEMA code letter of E or<br />

less (i.e., locked motor KVA per horsepower shall be 5.0 or less). Motor<br />

enclosure classification shall meet or exceed IP68 requirements.<br />

<strong>Bid</strong>der: Q_\OJ.)e.., -~ eo\IXM C\- 1:.1 Pa..CJ.o I L LC.-<br />

Authorized Signature:<br />

# .iJ,_,.._ Ci ·lr-:1<br />

Name and Title (Printed): J4JYO [)... ~\COV\ {


Specification Section 11210, Appendix A<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Preliminary Pump Assumptions<br />

Assumed Column Pipe Projected Water Depth Pump <strong>Well</strong> Friction Pipeline Head Loss* Assumed Static Casing Top of Bottom of Total Column Pump Motor<br />

Pumping Flow Velocity Level During to be Set Head Loss and Delivery Pressure TDH Calculated Nominal Water Level Diameter Screen Screen <strong>Well</strong> Depth Pipe Suction Voltage<br />

ID Rate (gpm) (ft/s) Pumping (ft bgs) (ft bgs) (feet) (feet) (feet) Input Hp Hp (ft bgs) OD (in) (ft bgs) (ft bgs) (ft bgs) Size (in) Depth (ft bgs) (volts)<br />

D1 280 7.1 312 452 29 97 437 51.6 60 198 16 342 640 650 4 452 480<br />

D2 660 7.5 250 390 18 90 357 99.3 125 180 16 280 438 448 6 390 480<br />

D3 500 5.7 418 560 15 96 529 111 125 182 16 448 627 637 6 560 480<br />

D4 300 7.7 170 310 22 134 326 41.2 50 96 16 200 386 396 4 310 480<br />

D5 540 6.1 300 440 13 105 419 95.3 100 6 480<br />

D6 360 4.1 323 457 6 128 457 69.3 75 138 16 353 673 683 6 457 480<br />

D7 580 6.6 270 410 14 144 428 104.6 125 6 480<br />

D8 770 8.7 190 330 20 126 337 109 125 112 16 220 552 562 6 330 480<br />

D9 330 8.4 240 380 33 136 409 56.8 60 130 16 270 614 624 4 380 480<br />

D10 400 4.5 256 396 7 134 396 66.8 75 148 16 286 610 520 6 396 480<br />

D11 900 10.2 272 403 33 119 424 161 175 120 16 302 750 760 6 403 480<br />

D12 700 7.9 251 391 20 144 415 122 150 124 16 281 611 621 6 391 480<br />

D13 630 7.1 328 468 19 149 496 132 150 133 16 358 638 648 6 468 480<br />

D14 850 9.6 271 411 30 149 451 161 175 94 16 301 571 581 6 411 480<br />

D15 1030 6.6 206 384 10 147 363 157 175 95 12 236 752 762 8 384 480<br />

D17 450 5.1 220 360 8 161 388 73.6 100 109 16 250 488 498 6 360 480<br />

D18 1100 7.0 248 395 12 143 403 187 200 148 12 278 659 669 8 395 480<br />

D19 900 10.2 260 400 33 136 429 163 175 6 480<br />

D22 250 6.4 200 310 16 151 367 38.6 50 130 12 230 322 332 4 310 480<br />

D23 330 8.4 267 407 35 154 456 63.5 75 112 16 297 560 570 4 407 480<br />

D24 380 9.7 271 398 45 147 464 74.3 100 151 16 301 730 740 4 398 480<br />

Optional Supply <strong>Well</strong> Pump Designs<br />

P1 1400 8.9 250 400 19 470 277 300 8 480<br />

P2 1300 8.3 250 400 16 440 241 250 8 480<br />

P3 1150 7.3 250 400 13 450 218 225 8 480<br />

P4 1400 8.9 250 400 19 320 189 200 8 480<br />

Total 12,240 GPM * Pipeline head loss modeled by Freese & Nichols for pumping Conversion Factors Assumptions<br />

Total 17,625,600 GPD directly to Base 21 (Scenario B). 7.5 gallons per cubic foot 75% pump efficiency<br />

Total 17.63 MGD 60 seconds per minute 80% motor efficiency<br />

** TDH and Pumping Rates take priority in pumping unit sizing. 550 ft*lbf/s/hp 60% overall efficiency<br />

gpm = gallons per minute The Calculated Input Hp and Nominal Hp displayed on the table 12 inches per foot 25% increase due to minor losses<br />

ft/s = feet per second are for reference purposes and are based on assumed pump 2.31 feet water per psi 62.4 lb/ft 3 , unit weight of water<br />

ft bgs = feet below ground surface and motor efficiencies. 32.2 ft/s 2 , acceleration of gravity<br />

TDH = total dynamic head<br />

1.2E-05 ft 2 /s, kinematic viscosity<br />

Hp = horsepower<br />

1.E-03 relative roughness<br />

in = inches<br />

20 psi, delivery pressure<br />

1/18/2012


This page intentionally left blank.


BID ADDENDUM<br />

FAILURE TO RETURN THIS BID ADDENDUM IN ACCORDANCE WITH INSTRUCTIONS<br />

MAY SUBJECT YOUR BID TO REJECTION ON THE AFFECTED ITEM(S)!SERVICES.<br />

Project Number: WR11.0143<br />

Description: Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Addendum Number: 2<br />

Date: January 27, 2012<br />

Instructions to <strong>Bid</strong>ders<br />

Acknowledge receipt of this Addendum in Paragraph 3.0l.A of Section 00400, <strong>Bid</strong> Form for<br />

Procurement Documents.<br />

2. Submit this Addendum signed with the <strong>Bid</strong> Response.<br />

Changes to the Proiect Manual<br />

The following documents are included in this Addendum and hereby incorporated into the<br />

Project Manual<br />

a. Responses to questions received by the Engineer as of January 25, 2012<br />

Execute Addendum:<br />

<strong>Bid</strong>der: __<br />

C_'we,~'--~---~--=-:..-=--t1_0f=-+-G-=---\ ---'~'-=--'=-1-'J L=L=~::::...-----­<br />

+jd--"""=?_J,:~:£~.,


Daniel B. Stephens & Associates, Inc.<br />

Technical Specification Section 11210<br />

7. On Page 11210-1 Item 1.1 E states that motors greater than a size of 100 horsepower (Hp) will be<br />

operated at 2,300 volts and motors that are 100 Hp and less will be operated at 480 volts. In<br />

Appendix A 100 Hp pump motors are shown as operating at 2,300 volts. This difference should be<br />

addressed.<br />

Comment acknowledged. Please see Addendum 1.<br />

8. On Page 11210-1 Item 1.1E has text stating that motors of greater than 100 Hp will operate at 2,300<br />

volts. The maximum size motor specified in Appendix A is 200 Hp. We do not know why a 2,300 volt<br />

motor would be required for only a 200 Hp load. Normally the transition to 2,300-volt motors does not<br />

occur until getting in the 350 to 450 Hp range. With all of the motors operating at 460 volts, there<br />

would not be a need for step up transformers at some of the well facilities.<br />

Comment acknowledged. Please see Addendum 1.<br />

9. 1.1.E Specification change request - Remove all 2300 V references.<br />

Comment acknowledged. Please see Addendum 1.<br />

10. 1.3 A. Specification Clarification - This paragraphs refer to minimum pump and motor efficiencies<br />

from the contract documents. Where can we find these efficiencies in the contract documents?<br />

Specification section 11210, Paragraph 1.12 and Appendix A.<br />

11. 1.4 B Specification Clarification - Equipment is to be sequenced to coincide with well installation. Is<br />

there an order of well installation, or will it be driven by when we can ship?<br />

<strong>Well</strong> installation is planned in the following order: D24, D15, D18, D11, D23, D14, D22, D13, D4,<br />

D17, D6, D12, D8, D10, D5, D9, D3, D19, D1, D7, D2. Pumps orders are expected to follow<br />

this sequence, in groups of 4 or 5 pumps, subject to change.<br />

12. 1.5 B. 5 - 1.5.B.9 Specification change request - Remove dynamometer reference. Dyno Testing not<br />

available - Please change to “manufacture will test to specification IEC 60034”<br />

The use of “substitutions” and “as equal” items will be evaluated for the selected <strong>Bid</strong>der.<br />

13. 1.5 B. Specification clarification - This section indicates some of the factory tests will be witnessed by<br />

the Owner. Can you identify how many will be witnessed?<br />

A minimum of three factory tests are planned to be witnessed, subject to change.<br />

14. 1.5.C Specification correction - Correct spelling of “factor” to “factory”<br />

Modify Paragraph 1.5.C, Specification Section 11210, as follows: the second sentence should<br />

begin “A factory power cable…”<br />

2


Daniel B. Stephens & Associates, Inc.<br />

15. 1.7.C Specification change request - Recommend for acceptance to start at installation to reduce<br />

cost to owner.<br />

In reference to Paragraph 1.6.C, acceptance will be maximum 90 days after delivery per<br />

Agreement, Paragraph 5.03.<br />

16. 1.8.A Specification change request - Recommend 12 months operational or 18 months from<br />

shipment which ever happens first to keep pricing lower to end user.<br />

As written, Warranty is one year after Acceptance, plus max 90 days after delivery, plus<br />

shipment, which ultimately will be less than 18 months from shipment (as requested). This is<br />

standard language.<br />

17. 2.1.D Specification clarification - What is interpretation of hydraulically and dynamically balanced<br />

(Dynamically balanced is a rotating mechanical balance, would assume if castings are done correct<br />

we are hydraulically balanced but could be interpreted as thrust balanced)<br />

The first sentence of Paragraph 2.1E regarding impeller balancing should be interpreted as a<br />

rotating mechanical balance.<br />

18. 2.1 F. - 2.1.F Specification change request - “single bearing in strainer body/interconnect.”<br />

Manufacture could meet this specification but price and delivery would go up. Flowserve Strainer<br />

Body would have only 1 Bearing.<br />

The use of “substitutions” and “as equal” items will be evaluated for the selected <strong>Bid</strong>der.<br />

19. 2.1.G Specification exception - Change request - glycol / water mix should be changed to from<br />

50/50 to 65/35.<br />

Engineer assumes the prospective <strong>Bid</strong>der intended for this comment to read “changed to 50/50<br />

or 65/35”. The use of “substitutions” and “as equal” items will be evaluated on an individual<br />

basis.<br />

20. 2.1 G. 1. Specification change request - Remove reference to 2300 V. Manufacture could meet this<br />

specification in some applications but could not meet delivery. Cost would escalate.<br />

Comment acknowledged. Please see Addendum 1.<br />

21. 2.1.G.1 Specification clarification - Some motors will exceed the 500% inrush limitation to 650%<br />

The use of “substitutions” and “as equal” items will be evaluated for the selected <strong>Bid</strong>der.<br />

22. 2.1.G.1 Specification exception - To meet delivery requirements the spec needs to be Class Y.<br />

Class Y motor insulation is no longer recognized (National Electrical Manufacturer’s<br />

Association, 2002, “NEMA Standards Publication”). Motor shall incorporate an insulation of<br />

Class B or better, per the specification.<br />

23. 2.1.G.1 Spec exception - The motor NEMA Code should be Code Letter K or less or drop<br />

requirement completely.<br />

The use of “substitutions” and “as equal” items will be evaluated for the selected <strong>Bid</strong>der.<br />

3


Daniel B. Stephens & Associates, Inc.<br />

24. 2.1 G. 2 Exception to the specification. Lip seal unavailable on this product - Seals will be single<br />

Silicon Carbide<br />

The use of “substitutions” and “as equal” items will be evaluated for the selected <strong>Bid</strong>der.<br />

25. 2.1 G. 4 Exception to the specification - Thrust bearings are not rated @ 20,000# recommend a<br />

safety factor of duty thrust to 2 x pump thrust to motor thrust bearing rating.<br />

The use of “substitutions” and “as equal” items will be evaluated for the selected <strong>Bid</strong>der.<br />

26. 2.1.G.4 Exception to the specification - Thrust bearings are not cooled by a circulating system and<br />

should be eliminated. Circulation system needed if heat exchanger is used.<br />

The use of “substitutions” and “as equal” items will be evaluated for the selected <strong>Bid</strong>der.<br />

27. 2.1.G.5.5 Exception to the specification - SS stator is not coated. To do so would impede cooling<br />

The use of “substitutions” and “as equal” items will be evaluated for the selected <strong>Bid</strong>der.<br />

28. 2.1.G.5.6 Clarification to the specification - Unsure if manufacture’s standard meets specification.<br />

Please advise - Flowserve Bearings are solid Hard Carbon/Graphite with grooves.<br />

The use of “substitutions” and “as equal” items will be evaluated for the selected <strong>Bid</strong>der.<br />

29. 2.1.G.5.7 Clarification note to the specification - Manufactures Standard motors are PVC insulationmanufacture<br />

could comply with specification with PE2+PA material, but would not be able to meet<br />

delivery and end user would incur much higher cost. Request Specification change to wire winding<br />

insulation “Manufacturers Standard” (PVC vs. PE2+PA)<br />

The use of “substitutions” and “as equal” items will be evaluated for the selected <strong>Bid</strong>der.<br />

30. 2.1.G.5.9 Specification exception - Pleuger motors have top portion of shaft of duplex stainless steel<br />

and bottom is high surface finish. Shafts do not wear like a pump shaft will.<br />

The use of “substitutions” and “as equal” items will be evaluated for the selected <strong>Bid</strong>der.<br />

31. 2.1.G.5.10 Specification exception - Could not use stock motors and could not meet delivery.<br />

Recommend change to balance per manufacturers standard.<br />

The use of “substitutions” and “as equal” items will be evaluated for the selected <strong>Bid</strong>der.<br />

32. 2.1.H Request specification change to “Manufacture responsible to supply with manufacture splice<br />

+ Hi-Pot Test instead of well installer supplying. 2.1.I<br />

The use of “substitutions” and “as equal” items will be evaluated for the selected <strong>Bid</strong>der.<br />

33. 2.1 I. Specification clarification - Normally the installer supplies the ss cable supports. Are these<br />

in the installing contractors scope of work?<br />

The items in 2.1 I will be in this Contract Scope of Work.<br />

4


Daniel B. Stephens & Associates, Inc.<br />

34. 2.6 Specification clarification - Who supplies installation tools - Are these in the installing<br />

contractors scope of work?<br />

The intent of Paragraph 2.6 is for the pumping unit Supplier to provide any “special tools,<br />

devices, or gauges required”. The pump install contractor will provide the tools necessary for<br />

the installation minus anything special that the pumping unit might require.<br />

35. On Page 11210-11 Item 2.7 A there is a small typographical error where the word "spares" should be<br />

the work "spacers".<br />

Modify Paragraph 2.7.A, Specification Section 11210, as follows: the third sentence should<br />

read, “Spacers not meeting this size will be rejected.”<br />

36. 5.02 A. Specification exception - Need longer than 7 days for submittals - Request a minimum of 14<br />

days.<br />

7 days is required to maintain an expedited schedule.<br />

37. 5.04 A. Please clarify are liquidated damages $100 per day for each pump? Please cap Liquidated<br />

Damages at maximum of 5% of contract value.<br />

Liquidated damages will be $100 per day per order. Pumping units will be ordered as<br />

information becomes available on well characteristics. Pumping units are anticipated to be<br />

ordered in groups of 4 or 5. No cap on Liquidated Damages has been included due to emphasis<br />

on the expedited schedule.<br />

Technical Specification Section 11210, Appendix A<br />

38. In Appendix A <strong>Well</strong>s D11, D14, and D19 are rated to provide about 900, 850 and 900 gpm. At those<br />

pumping rates, suggest that 7-inch or 8-inch diameter pump column be considered in lieu of 6-inch<br />

diameter pump column to reduce the flow velocity and also the friction loss. Also would suggest for<br />

the well pumps for D9, D23 and D24 that 5-inch or 6-inch diameter pump column be considered in<br />

lieu of the 4-inch diameter column.<br />

Actual column pipe will need to be determined following field aquifer tests, which will be<br />

conducted after the <strong>Bid</strong> Closing Date. If an increase in column pipe is required for any reason,<br />

including increased flow, this will be accomplished by Change Order.<br />

39. Need the well diameters for wells D5, D7, D19, and P1 thru P4<br />

Prospective <strong>Bid</strong>ders are encouraged to <strong>Bid</strong> each item assuming that the pump and<br />

appurtenances will fit inside the well casing.<br />

40. We would have nothing to offer in wells D-15, D18 because of the 12" well and 2300v requirement -<br />

suggest reduction to 900 GPM and allow 8” - 3600 RPM Motor.<br />

Comment acknowledged. Please see Addendum 1. The use of “substitutions” and “as equal”<br />

items will be evaluated for the selected <strong>Bid</strong>der.<br />

5


Technical Specifications


This page intentionally left blank.


This page intentionally left blank.


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 01010<br />

SUMMARY OF WORK<br />

PART 1 GENERAL<br />

1.1 Summary<br />

A. Section Includes<br />

1. Contract Description.<br />

2. Work by Seller.<br />

3. Contract Time and General Order of <strong>Construction</strong>.<br />

4. Approval of Equipment and Materials.<br />

5. Warranty.<br />

1.2 Contract Description<br />

A. The project includes furnishing twenty-one (21) deep well submersible turbine pumping<br />

units for use in constructed municipal potable water wells located in Ward County,<br />

Texas, USA for the Colorado River Municipal Water District (CRMWD). The wells have<br />

been previously constructed under a separate contract and their final capacities<br />

determined for the purpose of sizing pumping equipment.<br />

B. Contract Type is unit price basis for work actually performed and measured.<br />

C. Seller shall make every effort to sequentially deliver all equipment to the project site as<br />

stipulated in the Contract Documents.<br />

1.3 Work by Seller<br />

A. The Seller shall perform all the Work specified in the individual specification sections,<br />

including the following:<br />

1. Provide labor, equipment, and materials to construct and furnish submersible<br />

pumping units and appurtenances.<br />

2. Deliver specified products in a timely manner and as required by the Contract<br />

Documents.<br />

3. Provide the services of a competent factory-trained field service technical<br />

representative for each pump installation. Representative’s duties shall include<br />

assisting the installation contractor (not this Contract) with the installation of the<br />

equipment assuring proper alignment and coupling, testing, and instructing the<br />

owner on proper operation and maintenance of the equipment.<br />

4. Provide certified testing reports and field measurements necessary to demonstrate<br />

efficiency(ies) required by the Contract Documents can be validated. Other<br />

required testing will include shop testing of pump and motor to provide certified<br />

test curves prior to acceptance.<br />

5. With assistance from the Engineer, coordinate delivery of pumping equipment<br />

with the installation contractor.<br />

6. Provide submittals in accordance with Section 01300 Submittals.<br />

January 2012<br />

Summary of Work<br />

Revision 0 01010 - 1


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

1.4 Contract Time and General Order of <strong>Construction</strong><br />

A. Completion of the project within the time allotted is of the essence. The Seller shall<br />

commit all necessary forces and equipment to complete the project within the milestones<br />

specified in the Contract Documents.<br />

B. Manufacturing sequence of submersible pumping units will coincide with well<br />

installation and testing. After pumping tests have been performed for a particular group<br />

of wells, an order will be placed for particular pumping units. Each well will be complete<br />

and available to receive pumping equipment when the unit is delivered.<br />

1.5 Approval of Equipment and Materials<br />

A. All materials shall be new and shall be designed for the function and service specified<br />

herein. No materials shall be used in the project except those that have been approved by<br />

the Engineer.<br />

B. Approval for installation or incorporation in the project will be given only after submittal<br />

and subsequent examination of shop and installation drawings, manufacturer's<br />

specifications, test results, or other data required in the various sections of these<br />

specifications. Final approval and acceptance of items will be made only after such items<br />

are in operation and have met all specified tests.<br />

1.6 Warranty<br />

A. Seller shall warrant 100 percent of the project for one (1) year after the date of final<br />

acceptance of the Work.<br />

B. Seller shall remedy any defects in material workmanship, and pay for any and all<br />

damages of any nature whatsoever resulting in defects in materials and workmanship at<br />

no cost to the Owner. Seller will also be obligated to pay for all expenses incurred by<br />

Owner in notification of claim, administration, engineering, Resident Project<br />

Representative (RPR) services, and other warranty related expenses to Owner.<br />

C. Seller shall be responsible for all costs associated with pulling and reinstalling pumping<br />

equipment found to be defective in materials and/or workmanship within the warranty<br />

period.<br />

PART 2 PRODUCTS<br />

Not Used<br />

PART 3 EXECUTION<br />

Not Used<br />

END OF SECTION<br />

January 2012<br />

Summary of Work<br />

Revision 0 01010 - 2


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 01019<br />

CONTRACT CONSIDERATIONS<br />

PART 1 GENERAL<br />

1.1 Summary<br />

A. Section Includes<br />

1. Applications for payment.<br />

2. Defect assessment.<br />

1.2 Applications for Payment<br />

A. Submit three (3) copies of each application on Engineer-approved form. The Engineer<br />

shall prepare the pay application and send to Seller for signature.<br />

B. Content and Format: Utilize bid items shown in the <strong>Bid</strong> Form for listing items in the<br />

Application for Payment or approved schedule of values.<br />

C. Payment Period: Submit application for payment on or about the 26th day of each month.<br />

Applications for payment submitted later than previously described will be processed the<br />

following month.<br />

D. Include an updated delivery progress schedule, materials received, and manifest as<br />

applicable.<br />

E. Submit the following along with the application for final payment:<br />

1. Consent of Surety to Final Payment (form attached).<br />

2. Seller’s Certificate that all Claims Paid to Materialmen, etc. (form attached).<br />

3. Seller’s Affidavit of Release of Liens (form attached).<br />

4. Seller warranties for this job shall be signed and sealed by a Notary Public.<br />

5. Provide certified test reports and other specific information required by the<br />

Contract Documents.<br />

6. Provide all spare parts and equipment required by the Contract Documents.<br />

1.3 Defect Assessment<br />

A. Correct any work that is found defective by the Owner or his representative in a timely<br />

manner.<br />

PART 2 PRODUCTS<br />

Not Used<br />

PART 3 EXECUTION<br />

Not Used<br />

END OF SECTION<br />

January 2012<br />

Contract Considerations<br />

Revision 0 01019 - 1


SECTION 01019<br />

CONTRACT CONSIDERATIONS<br />

ATTACHMENTS<br />

1) Consent of Surety to Final Payment<br />

2) Seller’s Certificate that all Claims Paid to Materialmen, etc.<br />

3) Seller’s Affidavit of Release of Liens


CONSENT OF SURETY<br />

TO FINAL PAYMENT<br />

TO OWNER:<br />

(Name and address)<br />

CRMWD<br />

P.O. Box 869<br />

400 East 24th Street<br />

Big Spring, TX 79720<br />

ENGINEER’S PROJECT NUMBER:<br />

.<br />

CONTRACT FOR: Vertical Turbine Submersible<br />

Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

PROJECT:<br />

(Name and address)<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

<strong>Well</strong> Pumping Units<br />

CONTRACT DATED: .<br />

In accordance with the provisions of the Contract between the Owner and the Seller as indicated above,<br />

the<br />

(Insert name and address of Surety)<br />

on bond of<br />

(Insert name and address of Seller)<br />

, SURETY,<br />

, SELLER, hereby<br />

approves of the final payment to the Seller, and agrees that final payment to the Seller shall not relieve the Surety of<br />

any of its obligations to<br />

(Insert name and address of Owner)<br />

Colorado River Municipal Water District (CRMWD)<br />

P.O. Box 869<br />

400 East 24th Street<br />

Big Spring, TX 79720<br />

, OWNER,<br />

as set forth in said Surety’s bond.<br />

IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date:<br />

(Insert in writing the month followed by the numeric date and year.)<br />

(Surety)<br />

Attest: .<br />

(Seal):<br />

(Signature of authorized representative)<br />

(Printed name and title)


This page intentionally left blank.


SELLER'S CERTIFICATE<br />

THAT ALL CLAIMS PAID TO MATERIALMEN, ETC.<br />

THE STATE OF TEXAS<br />

COUNTY OF WARD<br />

Contract Dated:<br />

RE: Job No.<br />

Description: Vertical Turbine Submersible<br />

Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Seller:<br />

KNOW ALL MEN BY THESE PRESENTS:<br />

WHEREAS, the City of Amarillo has heretofore contracted with the undersigned Seller as to the above<br />

described job and contract; and<br />

WHEREAS, such above described job has been completed according to its terms and provisions and the<br />

said Seller desires payment from the City of Amarillo upon the final estimates under the contract; and<br />

WHEREAS, before final payment the City of Amarillo desires evidence and assurance that all outstanding<br />

claims have been paid by said Seller;<br />

NOW, THEREFORE, the undersigned hereby certifies that all claims hereunder have been paid and that<br />

there are no outstanding claims of labor, materialmen, subcontractors, or any other claims arising out of the<br />

performance of the above referred to contract, which might be asserted against the City of Amarillo. The undersigned<br />

does further agree and bind himself (themselves), his (theirs) heirs, executors, administrators, assigns and<br />

successors to indemnify and save harmless said City of Amarillo from any such claims arising out of said contract.<br />

IN WITNESS THEROF the undersigned has signed and sealed this instrument on the_________ day of<br />

__________________, A.D., 20______.<br />

SELLER:<br />

BY: ____________________________________ ATTEST: ______________________________<br />

TITLE: _________________________________<br />

THE STATE OF TEXAS<br />

ACKNOWLEDGEMENT<br />

COUNTY OF ____________________________<br />

BEFORE ME, the undersigned authority, personally appeared the above named person and before me, duly<br />

sworn on oath, deposed and says that he is the person above named, that he has the authority to sign such<br />

instrument, that he is the person and officer so stated, that he has read the foregoing certificate by him subscribed in<br />

his official capacity and that all matters and all things therein stated are true and correct.<br />

SUBSCRIBED and sworn before me this ______ day of ______________, A.D., 20______.<br />

Notary Public in and for<br />

_________________County, Texas


This page intentionally left blank.


Seller’s Affidavit of Release of Liens<br />

Project: Vertical Turbine Submersible Pumping Units, Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

.<br />

Owner: _______________________________________________________________________________________<br />

Seller: ____________________________________________________________________________________<br />

The Seller, in accordance with the Contract Documents, and in consideration for the full and final payment to the<br />

Seller for all services in connection with the project, does hereby waive and release any and all liens, or any and all<br />

claims to liens which the Seller may have on or affecting the project as a result of its contract(s) for the Project or for<br />

performing labor and/or furnishing materials in any way connected with the construction or any aspect of the<br />

project. The Seller certifies and warrants that all subcontractors of labor and/or materials for the Project, except as<br />

listed below, have been paid in full for all labor and/or materials supplied to, for, through or at the direct or indirect<br />

request of the Seller prior to, through and including the date of this affidavit.<br />

Exceptions:<br />

(if none, write “NONE”. A bond acceptable to the Owner may be required for each exception.)<br />

Seller:<br />

By: _______________________________________________________________<br />

Title: ______________________________________________________________<br />

Subscribed and sworn to before me this day __________of , 20______<br />

Notary Public: _____________________________________ Seal:<br />

My Commission Expires: ____________________________


This page intentionally left blank.


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 01025<br />

MEASUREMENT AND PAYMENT<br />

PART 1 GENERAL<br />

1.1 Summary<br />

A. The unit price or lump sum price on each item, as stated in the Contract Documents, shall<br />

include furnishing all labor, superintendence, machinery, equipment, and materials<br />

necessary or incidental to complete the various items of work in accordance with the<br />

drawings and specifications. The quantities listed in the Contract Documents are<br />

estimated and not guaranteed. Payment for each item will be made for actual field<br />

measured quantities. Cost of work or materials shown on the drawings or called for in the<br />

specifications and for which no separate payment is made shall be included with the most<br />

applicable item(s).<br />

1.2 Unit Cost Items<br />

A. Unit cost items to be paid for at a unit cost per unit shall include all work and materials<br />

involved in the manufacturing, delivery and installation within the limits designated on<br />

the drawings. Measurement shall be made in units shown on the <strong>Bid</strong> Form. All work so<br />

included shall be installed, constructed or performed as shown on the drawings and/or<br />

specified herein.<br />

1.3 Lump Sum Items<br />

A. Lump sum items to be paid for at a lump sum price per job shall include all work and<br />

materials involved in the installation within the limits designated on the drawings. No<br />

measurement of the work or material included in such items will be made. All work so<br />

included shall be installed, constructed, or performed as shown on the drawings and/or<br />

specified herein.<br />

1.4 Submersible Pumping Unit, Complete<br />

A. No measurement will be made for furnishing a complete submersible pumping unit,<br />

including motor, pump, power cable, termination at motor, splices, and all incidental<br />

items to the end that a complete operating submersible pumping unit is provided as<br />

intended.<br />

B. Payment for furnishing the submersible pumping unit, including motor, pump, power<br />

cable, motor lead, termination at motor, splice (at motor lead and power cable),<br />

performance tests, and appurtenances, complete on site (FOB project site) as specified,<br />

shall be on a unit price basis as specified in the Contract Documents.<br />

PART 2 PRODUCTS<br />

Not Used<br />

January 2012<br />

Measurement and Payment<br />

Revision 0 01025 - 1


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

PART 3 EXECUTION<br />

Not Used<br />

END OF SECTION<br />

January 2012<br />

Measurement and Payment<br />

Revision 0 01025 - 2


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 01040<br />

COORDINATION AND MEETINGS<br />

PART 1 GENERAL<br />

1.1 Summary<br />

A. Section Includes<br />

1. Coordination.<br />

2. Meetings.<br />

3. Schedule of Work.<br />

1.2 Coordination<br />

A. Coordinate scheduling, submittals, and Work of the various sections of specifications to<br />

assure efficient and orderly sequence of installation of interdependent construction<br />

elements with provisions for accommodating items installed later.<br />

B. Verify that characteristics of equipment and materials to be incorporated into the project<br />

are compatible. Coordinate work of various sections having interdependent<br />

responsibilities for installing, connecting to, and placing in service, such equipment and<br />

materials.<br />

C. Installation contractor (to be determined and not a part of this Contract) will coordinate<br />

the schedule for installation of pumping equipment with the Seller.<br />

D. Coordinate delivery and storage of equipment with the Engineer and installation<br />

contractor.<br />

E. Coordinate startup with the Engineer and installation contractor.<br />

F. Coordinate field testing with the installation contractor.<br />

G. Prepare and document equipment installation report with the installation contractor.<br />

H. Complete and deliver operation and maintenance manuals following results of field<br />

testing.<br />

1.3 Meetings<br />

A. Participate in monthly progress meetings, as necessary, for other contracts associated<br />

with this project and relative to this Contract.<br />

1.4 Schedule of Work<br />

A. The Seller has full discretion in scheduling the Work.<br />

January 2012<br />

Coordination and Meetings<br />

Revision 0 01040 - 1


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

PART 2 PRODUCTS<br />

Not Used<br />

PART 3 EXECUTION<br />

Not Used<br />

END OF SECTION<br />

January 2012<br />

Coordination and Meetings<br />

Revision 0 01040 - 2


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 01300<br />

SUBMITTAL PROCEDURES<br />

PART 1 GENERAL<br />

1.1 Summary<br />

A. Section Includes<br />

1. Submittal procedures.<br />

2. Resubmittal requirements.<br />

3. Shop drawings.<br />

4. Product data.<br />

5. Design data.<br />

6. Certificates.<br />

7. Manufacturer instructions.<br />

8. Manufacturer field reports.<br />

9. Operation and maintenance data.<br />

10. Spare parts and maintenance products.<br />

11. Product warranties and product bonds.<br />

1.2 Submittal Procedures<br />

A. To expedite delivery of critical lead items, the Seller, upon Notice of Award, shall<br />

immediately transmit submittals as required by and in accordance with the Contract<br />

Documents. The particular equipment or materials for installation for which this early<br />

submittal process applies are listed below. These items are not meant to be all inclusive<br />

or limiting. If the Seller has other items he deems critical, he shall notify the Engineer<br />

and denote all critical items in his submittal schedule.<br />

1. Product information and engineering design for motors and pumps.<br />

2. Power cable and termination at motor.<br />

B. Submit to Engineer for review for limited purpose of checking for conformance with<br />

information given and design concept expressed in Contract Documents.<br />

C. Transmit each submittal with Seller's standard transmittal letter including Seller's name,<br />

address and phone number.<br />

D. Sequentially number transmittal forms using Section number or Seller’s other sequential<br />

numbering system.<br />

E. Identify Project, Seller, Subcontractor or supplier; pertinent drawing sheet and detail<br />

number(s); and specification Section number, appropriate to submittal.<br />

F. Apply Seller's stamp, signed or initialed certifying that review, verification of Products<br />

required, field dimensions, adjacent construction Work, and coordination of information<br />

are in accordance with the requirements of the Work and Contract Documents.<br />

January 2012<br />

Submittal Procedures<br />

Revision 0 01300 - 1


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

G. Schedule submittals to expedite the Project, and deliver to Engineer electronically.<br />

Coordinate submission of related items.<br />

H. Identify variations from Contract Documents and product or system limitations that may<br />

be detrimental to successful performance of completed Work.<br />

I. Allow space on submittals for Seller and Engineer review stamps.<br />

J. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly<br />

report any inability to comply with provisions.<br />

K. Submittals not requested will not be recognized or processed.<br />

L. Format<br />

1. Submit all submittals digitally using .pdf file extension.<br />

2. Submittals in any other format will be rejected.<br />

3. Hard copies will not be accepted.<br />

M. The submittal procedures described in this Article applies to any type of submittal<br />

transmitted to Engineer.<br />

1.3 Resubmittal Requirements<br />

A. Revise and resubmit submittals, as required, and resubmit to meet requirements as<br />

specified and as noted on submittal reviews.<br />

B. Mark as RESUBMITTAL.<br />

C. Reuse original transmittal number and supplement with sequential alphabetical or<br />

numeric suffix for each resubmittal.<br />

1.4 Shop Drawings<br />

A. Indicate special utility and electrical characteristics and utility connection requirements.<br />

B. Printable Image Size: Minimum 8½ x 11 inches and maximum 22 x 34 inches.<br />

C. Draw details to a minimum scale of ½ inch equal to 1 foot.<br />

D. <strong>Construction</strong> Documents (electronic or paper format) issued by the Engineer cannot be<br />

used in any way in the creation and development of shop drawings.<br />

E. Under no circumstances shall a Contract Document issued by the Engineer be modified,<br />

changed, supplemented or amended, nor the Design Professional’s seal or title block of<br />

the drawing reproduced, in the creation and publication of Shop Drawings. All shop<br />

drawings must be original works from the Seller, subcontractors, and material suppliers.<br />

January 2012<br />

Submittal Procedures<br />

Revision 0 01300 - 2


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

1.5 Product Data<br />

A. Mark each copy to identify applicable products, models, options, and other data.<br />

Supplement manufacturers' standard data to provide information unique to this Project.<br />

B. Include recommendations for application and use, and reference to compliance with<br />

specified standards of trade associations and testing agencies.<br />

C. Include notation of special coordination requirements for interfacing with adjacent work<br />

and building utilities where applicable.<br />

1.6 Design Data<br />

A. Submit for Engineer's knowledge as contract administrator or for Owner.<br />

B. Submit for information for limited purpose of assessing conformance with information<br />

given and design concept expressed in Contract Documents.<br />

1.7 Certificates<br />

A. When specified in individual specification sections, submit certification by manufacturer,<br />

installation/application subcontractor, or Seller to Engineer.<br />

B. Indicate material or product conforms to or exceeds specified requirements. Submit<br />

supporting reference data, affidavits, and certifications as appropriate.<br />

C. Certificates may be recent or previous test results on material or product, but must be<br />

acceptable to Engineer.<br />

1.8 Manufacturer Instructions<br />

A. When specified in individual specification sections, submit manufacturers' printed<br />

instructions for delivery, storage, assembly, installation, startup, adjusting, and finishing.<br />

B. Identify conflicts between manufacturers' instructions and Contract Documents.<br />

C. Indicate special procedures, conditions requiring special attention and special<br />

environmental criteria required for application or installation.<br />

1.9 Manufacturer <strong>Field</strong> Reports<br />

A. Submit reports for Engineer’s benefit as contract administrator or for Owner.<br />

B. Submit report within 30 days of observation to Engineer for information.<br />

C. Submit for information for limited purpose of assessing conformance with information<br />

given and design concept expressed in Contract Documents.<br />

January 2012<br />

Submittal Procedures<br />

Revision 0 01300 - 3


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

1.10 Operation and Maintenance Data<br />

A. Submit data bound in 8½ x 11 inch (A4) text pages, three D-side ring binders with<br />

durable plastic covers. Submit a compatible digital copy of the entire operation and<br />

maintenance manual.<br />

B. Prepare binder cover with printed title "OPERATION AND MAINTENANCE<br />

INSTRUCTIONS", title of project.<br />

C. Internally subdivide binder contents with permanent page dividers, logically organized as<br />

described below, with tab titling clearly printed under reinforced laminated plastic tabs.<br />

D. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger<br />

drawings to size of text pages.<br />

E. Contents: Prepare Table of Contents for each volume, with each product or system<br />

description identified, typed on white paper, in three parts as follows:<br />

1. Part 1: Directory, listing names, addresses, and telephone numbers of Engineer,<br />

Seller, Subcontractors, and major equipment suppliers.<br />

2. Part 2: Operation and maintenance instructions, arranged by system and<br />

subdivided by specification section. For each category, identify names,<br />

addresses, and telephone numbers of Subcontractors, suppliers, and nearest<br />

competent service representative. Identify the following:<br />

a. Significant design criteria.<br />

b. List of equipment.<br />

c. Part list for each component.<br />

d. Operating instructions for startup, routine and normal operations,<br />

regulation and control, shutdown, and emergency conditions.<br />

e. Lubrication and maintenance instructions for equipment and systems.<br />

f. Maintenance instructions for finishes, including recommended cleaning<br />

methods and materials, and special precautions identifying detrimental<br />

agents.<br />

g. Guide to trouble shooting.<br />

h. Outline, cross section, and assembly drawings; engineering data; control<br />

schematics and point-to-point wiring diagrams, and reproductions of all<br />

equipment nameplates.<br />

i. Test data and performance curves, certified pump curves, etc., where<br />

applicable.<br />

j. All information supplied shall be specific to that equipment supplied for<br />

this product.<br />

3. Part 3: Project documents and certificates, including the following:<br />

a. Shop drawings and product data.<br />

b. Air and water balance reports.<br />

c. Certificates.<br />

d. Equipment Installation Report (EIR).<br />

e. Photocopies of warranties and bonds.<br />

F. The above information, as applicable, shall be provided for the equipment as indicated in<br />

individual specification sections.<br />

January 2012<br />

Submittal Procedures<br />

Revision 0 01300 - 4


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

G. The operation and maintenance manuals shall be in addition to any instructions or parts<br />

listed packed with or attached to the equipment when delivered.<br />

H. Manuals shall be printed on heavy, first-quality paper, 8½ x 11 inch size with standard<br />

3-hole punching. Drawings and diagrams shall be reduced to 8½ x 11 inches. Where<br />

reduction is not practicable, larger drawings shall be folded separately and placed in<br />

envelopes which are bound into the manual. Each envelope shall bear suitable<br />

identification on the outside.<br />

I. Two preliminary copies of each manual, temporarily bound in heavy paper covers<br />

bearing suitable identification, shall be submitted to the Owner at the time of submittal of<br />

the shop drawings. After review by the Owner, Supplier shall prepare three (3) final<br />

copies of each operation and maintenance manual and deliver to the Owner not later than<br />

90 days prior to placing the equipment into operation. The final manuals shall be bound<br />

in stiff artificial black leather, metal hinged binders, 2- to 3½-inch capacity, three-post<br />

style.<br />

1.11 Spare Parts and Maintenance Products<br />

A. Furnish spare parts, maintenance, and extra products in quantities specified in individual<br />

specifications sections.<br />

B. Deliver to Project site and place in location as directed by Owner; obtain receipt prior to<br />

final payment.<br />

1.12 Product Warranties and Product Bonds<br />

A. Obtain warranties and bonds executed in duplicate by responsible subcontractors,<br />

suppliers, and manufacturers, within ten (10) days after completion of applicable item of<br />

work.<br />

B. Execute and assemble transferable warranty documents and bonds from subcontractors,<br />

suppliers, and manufacturers.<br />

C. Verify documents are in proper form, contain full information, and are notarized.<br />

D. Co-execute submittals when required.<br />

E. Submit prior to final Application for Payment.<br />

PART 2 PRODUCTS<br />

Not Used<br />

PART 3 EXECUTION<br />

Not Used<br />

END OF SECTION<br />

January 2012<br />

Submittal Procedures<br />

Revision 0 01300 - 5


This page intentionally left blank.


EQUIPMENT INSTALLATION REPORT (EIR)<br />

PROJECT NO.<br />

OWNER: Colorado River Municipal Water District (CRMWD) .<br />

PROJECT: <strong>Well</strong> Pumping Units . OWNER: CRMWD .<br />

CONTRACTOR: . CONTRACTOR: .<br />

ENGINEER: Daniel B. Stephens and Associates, Inc. . ENGINEER: .<br />

. EIR NO.: .<br />

REFERENCE DATA.<br />

Specification Section No.: . Page No. . Para. No. .<br />

Sheet No. . Entitled .<br />

Detail Designation . Drawing Attached (Yes/No) .<br />

EQUIPMENT IDENTIFICATION:.<br />

Name (from drawings) .<br />

Identification No. . Unit No. .<br />

Manufacturer .<br />

Capacity .<br />

Model No. . Serial No. .<br />

EQUIPMENT LOCATION:.<br />

Structure .<br />

N/S Coord. . E/W Coord. . Station . Elevation .<br />

OPERATOR TRAINING HAS BEEN CONDUCTED ON:.<br />

Operation of Equipment Routine Maintenance Trouble Shooting<br />

Emergency Procedures Lubrication Procedures Start-up and Shut-down<br />

OPERATOR TRAINING CONDUCTED:..<br />

Dates: . Number of Hours .<br />

EQUIPMENT HAS BEEN CHECKED FOR:.<br />

. Installation Lubrication Alignment<br />

. Stress imposed by piping and/or anchor bolts . Operation under full load conditions<br />

. Other conditions as specified<br />

.<br />

I HEREBY CERTIFY THAT I WAS PRESENT WHEN THE EQUIPMENT DESCRIBED ABOVE WAS PLACED INTO<br />

OPERATION AND HAVE INSPECTED, CHECKED AND ADJUSTED THE EQUIPMENT AS NECESSARY FOR ITS<br />

PROPER OPERATION. AS AN AUTHORIZED TECHNICAL REPRESENTATIVE OF THE EQUIPMENT<br />

MANUFACTURER, I APPROVE THE INSTALLATION AND AUTHORIZE OPERATION OF THE EQUIPMENT.<br />

BY: . DATE: .<br />

REPRESENTING: .<br />

Section 01300 Attachment


This page intentionally left blank.


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 01700<br />

CONTRACT CLOSEOUT<br />

PART 1 GENERAL<br />

1.1 Summary<br />

A. Section Includes<br />

1. Closeout procedures.<br />

2. Final cleaning.<br />

1.2 Closeout Procedures<br />

A. Submit written certification that Contract Documents have been reviewed, Work has been<br />

inspected, and that Work is complete in accordance with Contract Documents and ready<br />

for Engineer's inspection.<br />

B. Provide submittals to Engineer that are required by governing or other authorities.<br />

C. Provide warranties, certifications, and test analysis as specified.<br />

D. Provide Operation and Maintenance Manuals as specified.<br />

E. Provide operator training as specified.<br />

F. If equipment provided is to be stored verify that equipment has been properly stored and<br />

Owner instructed in the care of stored equipment. Provide written instruction for the<br />

storage of such equipment.<br />

1.3 Final Cleaning<br />

A. Execute final cleaning prior to final inspection.<br />

B. Clean site.<br />

C. Remove waste and surplus materials, rubbish, and construction facilities from the site and<br />

lawfully dispose of.<br />

PART 2 PRODUCTS<br />

Not Used<br />

PART 3 EXECUTION<br />

Not Used<br />

END OF SECTION<br />

January 2012<br />

Contract Closeout<br />

Revision 0 01700 - 1


This page intentionally left blank.


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

SECTION 11210<br />

SUBMERSIBLE VERTICAL TURBINE PUMPING UNITS<br />

PART 1 GENERAL<br />

1.1 Summary<br />

A. This section of the specifications provides for furnishing complete submersible pumping<br />

unit assemblies. The assemblies and work shall include the motor, pump, power cable,<br />

startup services, testing (manufacturing and field), and appurtenances resulting in a<br />

complete, functional pumping unit. The Seller shall provide and deliver all equipment,<br />

startup services, testing, training, labor, tools, superintendence, transition piece (if<br />

necessary) between column pipe and pump discharge case, and all incidental items<br />

necessary during installation. Installation of the pumping units is not a part of this<br />

Contract.<br />

B. The pumping unit shall be designed and constructed to operate continuously for the<br />

purpose of conveying potable water into a water collection system.<br />

C. Water quality testing is included in Appendix B for pumping unit manufacturer use.<br />

Should any constituent give cause for concerns, notify Engineer immediately.<br />

D. Motor and pump shall be of the same manufacturer and regularly coupled, manufactured<br />

and sold together for use in municipal water wells for no less than 10 years. The use of<br />

special adaptors, couplings, etc. to couple the motor and pump will not be acceptable and<br />

will constitute rejection of the equipment.<br />

E. The pumping units will be started across the line at 480 V, 3 phase, 60 Hz. Any motor<br />

size of > 100 horsepower (hp) will be operated at 2,300 V. Motors that are 100 hp will<br />

operate at 480 V. The 480 V starting power will be transformed to 2,300 V between the<br />

starting equipment and motor load for 2,300 V motors.<br />

F. During activities such as disinfection, pumping units will be exposed to chlorinated water<br />

having 100 mg/L concentration of chlorine. Submit information indicating that all<br />

materials exposed to the pumped product will not be harmed in any way by this<br />

condition.<br />

G. The terms “Contractor” or “<strong>Bid</strong>der” used in this section are defined as the manufacturer<br />

and/or supplier of the equipment and services specified herein, otherwise referred to as<br />

the Seller in the Contract Documents.<br />

1.2 References<br />

A. AWWA E101-88 -Vertical Turbine Pumps -Line Shaft and Submersible Types<br />

B. AWWA E102-06 – Submersible Vertical Turbine Pumps<br />

January 2012<br />

Submersible Vertical Turbine Pumping Units<br />

Revision 0 11210 - 1


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

C. National Electric Manufacturer’s Association (NEMA)<br />

D. National Electric Code<br />

E. ASTM A48 - Gray Iron Castings<br />

F. ASTM A276 - Stainless and Heat-Resisting Steel Bars and Shapes<br />

G. ASTM B148 - Aluminum-Bronze Castings<br />

H. ASTM B584 - Copper Alloy Sand Castings for General Application<br />

I. TDLR, Title 12, Chapter 1901<br />

J. TCEQ, Chapter 290<br />

K. AWWA, A100-97, Water Utilities<br />

L. Hydraulic Institute Standards<br />

1.3 Performance Requirements<br />

A. Minimum pump and motor efficiency have been enumerated in the Contract Documents.<br />

Efficiencies less than that stated shall be grounds for rejection.<br />

1.4 Submittals<br />

A. Contractor shall submit to the Engineer for review and approval manufacturers cut sheets<br />

on equipment specified herein. Information shall include materials of construction, pump<br />

curves and other specified information. Certified pump curves will be required as<br />

stipulated in AWWA, E102-06.<br />

B. Include certified drawings showing all important dimensions and details of construction<br />

and installation, including the following:<br />

1. Assembly of pump/motor and all components parts<br />

2. Interface connection dimensions to a common location<br />

3. Size, weight, and lifting details of major components<br />

4. Details of dimensions of surfaces plate, bowl diameter including cable width,<br />

motor diameter and length, overall length of unit<br />

5. Foundation loading (static and dynamic loads)<br />

6. Calculations and supporting documentations for determining the break<br />

horsepower and input horsepower selected for each pumping unit.<br />

C. A complete bill of materials listing each component and its material of construction.<br />

D. Pump characteristic curves shall show total head in feet versus flow rate in gpm,<br />

efficiency, brake horsepower, and required NPSH for the entire operating range from<br />

shutoff to manufacturer’s maximum recommended flow rate. Separately note minimum<br />

and maximum recommended flow rate.<br />

January 2012<br />

Submersible Vertical Turbine Pumping Units<br />

Revision 0 11210 - 2


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

E. Submit the following Manufacturer’s Certificates in accordance with Section 01300,<br />

Submittals:<br />

1. Certificate of Compliance with qualification requirements as specified herein,<br />

including reference list<br />

2. Manufacturer’s certified factory test reports<br />

3. Manufacturer’s certified field test reports (to follow after field testing)<br />

4. Manufacturer’s Certificate of Compliance<br />

F. Submit Operation and Maintenance Manuals and Equipment Installation Report for<br />

pumping units.<br />

1.5 Quality Assurance<br />

A. Equipment manufacturer shall submit evidence of experience and qualifications equal to<br />

or greater than that required in “Instructions to <strong>Bid</strong>ders”. Inability to demonstrate<br />

experience and qualifications shall be grounds for rejection.<br />

B. Factory Testing: Certified factory tests of each pumping unit will be required. The factory<br />

test of the pumping unit shall produce at a minimum the following information:<br />

1. Head capacity curve: Take at least eight (8) points at 100% speed using job<br />

motor to Hydraulic Institute (HI) Standards, both rated head and rated capacities<br />

will be considered. The Owner reserves the right to witness testing.<br />

Manufacturer shall notify Engineer and Owner seven (7) days in advance of<br />

testing allowing time to make travel arrangements. Cost of travel if witnessing<br />

test(s) shall be borne by Engineer and Owner that is over and above the two (2)<br />

to be paid for by Contractor as identified in the <strong>Bid</strong> Form. Testing results that fall<br />

outside HI standards will be grounds for rejecting the equipment and the<br />

manufacturer correcting at his own expense, retesting at his own expense and<br />

reimbursing Owner/Engineer to witness the pump test a second time.<br />

2. Shaft brake horsepower curve.<br />

3. Wire to water efficiency (overall efficiency, including cable loss/column loss).<br />

4. Water to water efficiency (pump efficiency)<br />

5. Motor efficiencies. Dynamometer testing shall be performed on no less than five<br />

(5) motors that will be permanent part of the project.<br />

6. Test the stator insulation resistance with a megohmeter. The minimum acceptable<br />

insulation resistance level shall be 8,000 megohms (in a submerged condition).<br />

Megohm readings are expected to be at least one and two full orders of<br />

magnitude higher than the list minimum. Test phase to ground and phase to<br />

phase of all legs.<br />

7. Test motor winding resistance by using a Kelvin bridge.<br />

8. High potential test the motor insulation system at twice operating voltage plus<br />

1,000 V.<br />

9. Calculated running speed of motor during factory testing of the pumping unit to<br />

demonstrate compliance with capacity and head, based on dynamometer testing<br />

results.<br />

C. The factory test shall be conducted on the actual unit(s) to be installed in the field,<br />

including the pump and motor. A factor power cable having a premeasured loss may be<br />

used in lieu of the actual pump cable. The factory test shall be conducted after the<br />

January 2012<br />

Submersible Vertical Turbine Pumping Units<br />

Revision 0 11210 - 3


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

pumping unit(s) to be shipped to the field have been fully assembled (minus power cable<br />

and connection) and the impeller diameters have been trimmed to meet the duty head<br />

requirements for each pump. <strong>Field</strong> conditions are to be simulated and corrections for<br />

column pipe and other losses are to be calculated and included for comparison of results<br />

with the contract curves and field test curves. Three copies of the certified factory test<br />

results shall be furnished within three days after completion of all specified tests (and<br />

included in the operation and maintenance manuals. Should the pumping unit not meet<br />

contract conditions or perform unsatisfactorily in the judgment of the Engineer or Owner,<br />

the Contractor shall correct the deficiencies, subject to Engineer approval. In no case will<br />

abnormal back filing of impellers, thinning impeller cross sections, applying coatings or<br />

other artificial, temporary improvement be acceptable to increase efficiency of the<br />

pumping unit.<br />

D. <strong>Field</strong> Testing : After installation of the pumping units is completed, except for final<br />

connection to the water collection pipeline, the entire assembly will be subject to field<br />

testing. <strong>Field</strong> testing will be performed, as part of this Contract, to verify mechanical<br />

performance and efficiencies of the unit. The installation contractor (not in this Contract)<br />

shall install the pumping unit in accordance with the manufacturer’s field services<br />

technician’s instructions. The service technician shall be present during the entire time<br />

for the pump installation and subsequent performance testing. The field test shall be<br />

conducted in accordance with AWWA E101-88, Appendix A and/or revised by E102-06<br />

(use the more stringent of the two). The form provided in AWWA E101-88, Appendix A<br />

shall be completed and all tests, measurements, readings and calculations completed. Test<br />

results shall be submitted to the Engineer for review. Provide vibration reading taken<br />

nearest to the center line axis of the column pipe at the 90-degree discharge elbow.<br />

These readings will provide a baseline for future readings. Equipment found to be<br />

deficient with respect to motor and/or pump efficiency shall be corrected by Contractor at<br />

his sole expense.<br />

E. All costs for field visits by manufacturer trained technician and all other stated<br />

requirements of these specifications shall be included by the Contractor in his bid price<br />

for the pumping equipment.<br />

1.6 Delivery Storage and Handling<br />

A. Packaging of Equipment: The equipment provided in accordance with the specifications<br />

shall be shipped by the Contractor in such manner as to ensure arrival at destination in an<br />

undamaged condition with the current issue of the Consolidated Freight Classification.<br />

Assemble equipment in factory to largest practical components to ensure proper fit, and<br />

mark parts for shipment and assembly accordingly. All equipment and parts shall be<br />

suitably protected to ensure against breakage or damage in transit.<br />

B. Point of Delivery: Equipment shall be delivered by the Contractor f.o.b. motor freight<br />

truck to the project site with specific handling instructions.<br />

C. Receiving: Equipment will be examined by the installation contractor (not in this<br />

contract) and Owner upon delivery, and if found to be in satisfactory condition, will be<br />

unloaded by the installation contractor. The field examination is only for the purpose of<br />

determining apparent damage in transit. The installation contractor will be responsible for<br />

January 2012<br />

Submersible Vertical Turbine Pumping Units<br />

Revision 0 11210 - 4


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

proper storage of the delivered equipment until it is installed. Care shall be taken in<br />

handling manufacturer prelubricated components to avoid inadvertent loss of fluids.<br />

1.7 Operation and Maintenance Manuals<br />

A. Provide operation and maintenance manuals in accordance with Section 01300<br />

Submittals, including all required documentation.<br />

1.8 Warranty<br />

A. The specified warranty period of one (1) year will not begin until final acceptance by<br />

Owner.<br />

1.9 Project Conditions<br />

A. Water quality information for several of the constructed wells has been provided in<br />

Appendix B to the Contract. The Contractor shall use this information to determine if<br />

there is any component that would cause concern or require the materials of construction<br />

be modified. Contractor shall indicate in writing if there is concern of any constituent or<br />

if nothing requires change.<br />

1.10 System Startup, Owner’s Instructions, Commissioning<br />

A. The Contractor shall furnish the services of a competent, factory-trained field service<br />

technical representative (salesman or representative are unacceptable), who shall have<br />

experience (5 years minimum) in the installation, operation, and adjustment of the<br />

equipment so specified. This service is for the purpose of insuring proper installation and<br />

adjustment of the equipment, instructing operating personnel in proper operation,<br />

maintenance, and care of the equipment, and making recommendations for obtaining the<br />

most efficient use thereof. The field service technician shall render assistance to the<br />

installation contractor during installation. The Contractor shall budget sufficient time to<br />

have the approved field technician on site for the complete duration of the installation of<br />

each pump. No additional payment will be made for time lost due to equipment<br />

breakdown, weather, faulty assembly, design or fabrication of equipment by the<br />

manufacturer.<br />

B. The Contractor provided field service technician shall provide his own means of<br />

obtaining required field readings of voltage, ampage, flow, etc.<br />

C. The Owner reserves the right to operate each of the pumping units, after installation, for a<br />

period of thirty (30) days before final acceptance. During such period, the Contractor, or<br />

his field service technician, shall make such adjustments as may be deemed necessary to<br />

improve the operating performance of the equipment.<br />

D. Contractor shall provide critical motor operational characteristics to allow proper settings<br />

of motor protection device(s).<br />

January 2012<br />

Submersible Vertical Turbine Pumping Units<br />

Revision 0 11210 - 5


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

1.11 Definitions<br />

A. Pumping Unit: An integral combination of a deep well vertical turbine pump and<br />

submersible motor including all integral parts and equipment exclusive to a functioning<br />

unit. This will include all equipment from the suction end of the pump through and<br />

including the motor up to the electrical termination at the surface, all designed for<br />

sustained, continuous operation.<br />

1.12 System Description<br />

A. For the purposes of bidding the project the Contractor shall use the data provided in<br />

Appendix A for determining pumping unit selections. Minimum acceptable pump<br />

efficiency shall be ≥ 75%. Minimum motor efficiency shall be ≥ 80%.<br />

1.13 Equipment Installation Report<br />

A. A written report shall be submitted by the field service technician overseeing the<br />

installation of the pumping units. This report shall certify that<br />

1. The equipment has been properly installed and lubricated.<br />

2. The equipment is in accurate alignment.<br />

3. The equipment is free from any undue stress imposed by connecting piping,<br />

equipment, or anchor bolts.<br />

4. The equipment has been operated under full load conditions and that it is<br />

operating satisfactorily.<br />

B. The equipment installation report shall be witnesses by a notary public and submitted in<br />

triplicate to the Engineer for approval. After receiving approval include copies of the<br />

report(s) in the corresponding Operation and Maintenance Manual(s).<br />

PART 2 PRODUCTS<br />

2.1 Submersible Pumping Units<br />

A. The pump shall be a submersible deep well turbine type multistage in series design,<br />

complete with motor, power cable, power cable terminus to motor, transition piece at<br />

pump discharge, column pipe, discharge elbow and all appurtenances in accordance with<br />

these specifications. The pump shall conform to AWWA E102-06 except as otherwise<br />

specified herein. Pumping unit speed shall be 1,800 rpm. The pump and motor shall be<br />

coupled via a positive locking stainless steel coupling to produce maximum performance<br />

for torque and thrust.<br />

B. The submersible pump shall have a rated capacity and total dynamic head (TDH) equal to<br />

that indicated in Appendix A. The design of the pump shall be such that, when operating<br />

at heads of approximately 20 feet above or 20 feet below the rated head, the capacity of<br />

the pump will not vary by more than 10% of the rated capacity.<br />

C. The pump bowls shall be of close-grained cast iron ASTM A 48, Class 40 Gray Iron<br />

Casting minimum, smooth, sound, fine-grained, high-density, and free from blow holes,<br />

January 2012<br />

Submersible Vertical Turbine Pumping Units<br />

Revision 0 11210 - 6


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

sand holes, and other defects. Ductile iron bowls will also be considered. They shall be<br />

accurately machined and fitted to close dimensions. The finished bowls shall be capable<br />

of withstanding a hydrostatic pressure equal to twice the head at rated capacity or<br />

2.0 times the shutoff head, whichever is greater. Neither rated head nor shutoff head<br />

pressure shall be greater than 85% of bowl rating pressure. Provide calculations<br />

demonstrating same. Each pump case shall include its own shaft sleeve bearing. Extralong<br />

bottom case and top case bearings shall be required. Bearing material shall be<br />

bronze. The bowl shall have sufficient thickness to allow for installation of wear rings in<br />

the future.<br />

D. The pump shaft shall be pickled, annealed, turned, ground, and polished corrosionresistant<br />

ASTM A 582 416 Stainless Steel or Engineer’s approved equal. The shaft, as a<br />

minimum, shall be based on a diameter as listed in ANSI/AWWA E102-06. Design of the<br />

pump shafts shall be such that all critical speeds shall be at least 25% greater than<br />

operating speeds.<br />

E. The impellers shall be the enclosed type, one piece, of high-grade bronze, aluminumbronze<br />

alloy or nickel-aluminum-bronze, and shall be balanced both hydraulically and<br />

dynamically. The use of zinc-bronze or zinc-containing alloys is not permitted. Impeller<br />

shall be manufactured with sufficient thickness to allow for machining and installation of<br />

wear rings in the future. The impellers shall be mounted to the pump shaft and held<br />

rigidly in place with either stainless steel tapered collets or stainless steel split rings and<br />

keys and be able to transmit load under any operating conditions without distortion or<br />

vibration. Impellers are to be standard product of the pump manufacturers and not contain<br />

special workmanship, materials, thinned veins or other modifications to temporarily<br />

increase efficiency. The outer tips of the impeller blades shall NOT be abnormally<br />

feathered (back filed) and shall be of sufficient thickness to withstand considerable wear<br />

before affecting performance of the pump. Reducing manufacturer typical vane thickness<br />

to improve pump efficiency will be grounds for rejection.<br />

F. The pump strainer body and top case shall be of the same material as specified for the<br />

pump cases. The top case shall incorporate a smooth transition of flow to the discharge<br />

column pipe. The strainer shall have a net inlet area equal to at least three times the<br />

impeller inlet area. The maximum unit opening shall not be more than 75% of the<br />

minimum opening of the water passage through the bowl or impeller. Strainer bearings<br />

shall be of the double-bearing type, including a sand cap over the upper bearing.<br />

G. The electric motor shall be of the submersible type suitable for continuous underwater<br />

operation. The motor shall be completely enclosed potable water filled (or 90% potable<br />

water and 10% USDA approved propylene glycol), mechanically sealed, squirrel cage,<br />

induction type designed to mount below the pump bowl assembly. The motor shall utilize<br />

a single rotor and stator to achieve the necessary horsepower. The motor shall be sized<br />

such that the nameplate ratings will not be exceeded at any point on the rating curve. The<br />

motor shall not be overloaded when operating at the rated head and capacity or at any<br />

point on the pump curve. The motor shall conform to the design, construction and<br />

performance of the latest NEMA Motor Standards except as modified herein. In no case<br />

will the motor size utilize any portion of the service factor in its operation.<br />

1. The submersible motor shall be designed to deliver continuously the necessary<br />

brake horse power (bhp) having a minimum 1.15 service factor. The motor shall<br />

January 2012<br />

Submersible Vertical Turbine Pumping Units<br />

Revision 0 11210 - 7


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

be designed to operate at 1,800 rpm, at 480 V or 2,300 V, 3 phase, 60 Hz,<br />

alternating current, with full voltage (across the line) starting capability with a<br />

maximum current inrush of 500% without use of special starting equipment. The<br />

motor shall be a high reactance type design that will provide an inrush current<br />

that is low enough to allow across the line starting. The entire motor shall<br />

incorporate an insulation of Class B or better. Motor shall have a NEMA code<br />

letter of E or less (i.e., locked motor KVA per horsepower shall be 5.0 or less).<br />

Motor enclosure classification shall meet or exceed IP68 requirements.<br />

2. The motor shall be equipped with a bellows type mechanical seal, one and/or<br />

two. The seal material shall be 316SS bellows, Tungsten Carbide-Nickel rotating<br />

face, Viton gaskets or Engineer’s approved equal. Seal(s) shall be located in the<br />

top of motor near where the shaft extends through the motor housing. Seals<br />

placed back to back are unacceptable if two are proposed. Provide lip seal on<br />

shaft outboard of mechanical seal.<br />

3. The motor design shall automatically balance the internal pressure in the motor<br />

with the well pressure (submergence pressure) outside the motor. Provide<br />

suitably sized neoprene rubber membrane/diaphragm bellows to allow for<br />

expansion as the internal water heats or the external pressure increases with depth<br />

of set.<br />

4. The motor shall be equipped with a pivot type bidirectional double axial thrust<br />

bearing capable of carrying the weight of all rotating components including the<br />

hydraulic thrust of the pump (up-thrust and down-thrust) of the pump at shutoff<br />

head. It shall be rated at no less than 20,000 pounds of thrust in either direction<br />

or the actual thrust plus a safety factor of 2.0 in either the up or down direction;<br />

whichever is greater. The pump manufacturer shall supply calculation for downthrust<br />

and up-thrust with their submittal and substantiate the thrust bearing<br />

capacity. The thrust bearings shall be lubricated and cooled by the motor internal<br />

circulating system. The main rotating disc of the axial thrust assembly shall be<br />

stainless steel 431 and rotate between two graphite or composite graphite shoe<br />

assemblies. Substitutions permitted with approval of the Engineer.<br />

5. The water cooled/lubricated motor shall also have the following properties:<br />

a. Aggregate materials of construction:<br />

1) Main frame in cast steel St-52 type construction.<br />

2) Bearing housing and motor base, cast iron.<br />

3) Rotor shaft, AISI 416 SS or better.<br />

4) All wetted fasteners and washers shall be 316 SS.<br />

5) Motor and pump shall be coated with two applications of an<br />

NSF-approved high performance coating system made for<br />

continuous submergences applied over an SSPC-SP10, 2- to<br />

3-mil surface preparation. Total dry film thickness shall be<br />

between 10 and 12 dry mils.<br />

6) Provide replaceable radial bearings, bronze and graphite, with<br />

grooved profile over graphite surface, water lubricated, with<br />

large surface area and length to maximize side support and<br />

reduce lateral movement to an absolute minimum.<br />

7) Winding conductor shall suitable for continuous submergence.<br />

At a minimum, winding conductors shall be copper with a<br />

January 2012<br />

Submersible Vertical Turbine Pumping Units<br />

Revision 0 11210 - 8


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

continuous insulation of PE2+PE that will provide electrical and<br />

mechanical protection.<br />

8) Rotor laminations shall be keyed to the motor shaft.<br />

9) Motor shaft shall have an additional chromium surface placed at<br />

radial bearing interfaces to reduce friction loss and enhance<br />

lubrication.<br />

10) Balance all rotating parts in accordance with API 841 and submit<br />

results with equipment submittal.<br />

11) Substitutions permitted with approval of the Engineer.<br />

6. The maximum motor diameter and the minimum inside diameter of the well shall<br />

be in such relationship that under any operating condition the water velocity past<br />

the motor shall not exceed 10 feet per second (ft/s) nor be less than 0.5 ft/s or<br />

minimum required by manufacturer for proper cooling.<br />

7. Provide motor with a stainless steel shroud to achieve a 0.5 ft/s flow past the<br />

motor.<br />

H. The Contractor shall supply, in addition to the pump unit, a power cable assembly of not<br />

less than the rating indicated and of appropriate size and construction to meet the service<br />

intended. The power cable assembly shall be furnished in the proper length to extend<br />

from the motor terminals to the terminal points at the motor control center. The power<br />

cable assembly design shall include a sealing terminal plug arrangement or other<br />

approved method, subject to Engineer’s review and approval with metal guards for<br />

protection against rubbing the inside of the casing during installation. Any approved<br />

cable splice is to be Hy-Pot tested underwater (at pressure) at the factory by the<br />

pump/motor supplier and the splice corrected if found defective. Furnish test results to<br />

Engineer, no exceptions. Failure to provide test results shall be grounds for rejection.<br />

I. Contractor shall provide stainless steel cable supports that saddle the cable, reducing the<br />

possibility of pinching or otherwise damaging the cable. Cable saddles and 1-inch bands<br />

shall be premanufactured stainless steel bands with shoulders fabricated for flat cable or<br />

semicircle for round cable. 304 stainless cable saddles and bands shall be as supplied by<br />

Paige Electric Co. or equal. Optional methods of supporting the cable will be considered<br />

subject to Engineer review and approval. Cable clamps and saddles shall be placed every<br />

20 feet, maximum.<br />

J. All cable fittings, terminals, and approved splices shall be watertight at the pressure<br />

encountered in use.<br />

K. The cable shall be based on three (3) conductors of stranded copper. Each conductor shall<br />

have crossed-linked polyethylene insulation. Cable is also to include an integral ground<br />

lead of appropriate size. The power cable is to include an overall nitrile rubber jacket.<br />

Other submersible cables will be considered on a case by case basis subject to Engineer<br />

review and approval. In no case will fillers be allowed.<br />

L. The cable size shall be determined by the manufacturer with the overall wire to water<br />

efficiency in mind. The complete power cable assembly shall be Hy-Pot tested to twice<br />

rated voltage plus 1,000 V. In addition, any splices shall be submerged underwater when<br />

tested at the rated voltage. Power cable shall be sized to provide for no more than a 3%<br />

January 2012<br />

Submersible Vertical Turbine Pumping Units<br />

Revision 0 11210 - 9


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

voltage drop under in-rush loading with across-the-line starting. Provide calculation with<br />

submittal demonstrating this requirement is met.<br />

2.2 Surface Plate (by others, not in this Contract)<br />

A. The surface plate assembly shall be furnished by the Contractor. This assembly shall<br />

consist of a heavy duty support plate designed to support the total weight of the<br />

pump/motor and column pipe when filled with water. The surface plate assembly shall<br />

also include a long radius, 90° elbow with 125 pound flange outlet having a size equal to<br />

that of the aboveground discharge piping. The surface plate shall be provided with the<br />

options indicated on the drawings.<br />

2.3 Suction Shroud<br />

A. The submersible pump manufacturer shall provide a suction shroud to aid in the cooling<br />

of the pump motor if field conditions and motor properties are unsatisfactory. The shroud<br />

configuration, materials of construction, and calculations indicating water velocities shall<br />

be provided with the submittal.<br />

B. At a minimum the suction shroud shall be constructed of SCH 10 SS pipe, NSF<br />

approved, and shall be securely attached to the pump bowl assembly. Provide calculation<br />

that shroud can withstand imposed operational loads and installation loads. The shroud<br />

shall be provided with centering guides in the bottom to center the shroud around the<br />

motor. The shroud shall be sufficient diameter to allow ample space around the motor for<br />

passage of the water to the pump suction. Velocities shall not exceed those recommended<br />

by the manufacturer.<br />

2.4 Column Pipe (by others, not in this Contract)<br />

A. The steel pipe furnished for the pump column shall be of high strength with a minimum<br />

grade of API-5L X-42. Yield shall be a minimum of 42,000 psi and tensile shall be a<br />

minimum of 60,000 psi. Mill Test Reports specifying the grade of pipe shall be furnished<br />

to the Engineer. Heat numbers will be exposed on the pump column matching the Mill<br />

Test Reports. Column pipe shall be schedule 40 or heavier wall.<br />

B. The method of threading the pump column shall be with Computer Numeric Controlled<br />

(CNC) equipment to ensure consistently precise threads. No oil based threading coolant<br />

will be used in the manufacturing of the pump column. The column pipe shall an 8-V,<br />

¾ taper thread and couplings. The overall length of the pump column pipe shall be as<br />

indicated on the drawings.<br />

2.5 Column Check Valve(s) (by others, not in this Contract)<br />

A. Provide column check valves of a size equal to that of the column pipe. The check valves<br />

shall have a neoprene tube round upper cross bar to absorb seat opening shock. The check<br />

valves shall be capable of supporting all the components mounted below it when filled<br />

with water and operating in a dynamic condition. The valves shall be a Lakewood check<br />

valve, all steel 1000# test or approved equivalent. Install the number of valves and<br />

January 2012<br />

Submersible Vertical Turbine Pumping Units<br />

Revision 0 11210 - 10


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

location as recommended by check valve manufacturer and pumping unit manufacturer.<br />

Include calculations and location in column pipe string for Engineer review and approval.<br />

2.6 Dedicated Tools and Devices<br />

A. Furnish with the equipment one set of any special tools, devices or gauges required for<br />

assembly, operation, and maintenance of all equipment furnished.<br />

2.7 Casing Pipe Spacers (by others, not in this Contract)<br />

A. Casing spacers shall be polyethylene with stainless steel hardware (nuts and bolts)<br />

suitable for continuous submergence. Spacers shall be sized to fit within ½ inch of the<br />

inside diameter of the well casing pipe. Spares not meeting this size will be rejected.<br />

Casing spacers shall be as manufactured be APS, model CI, or approved equal. Materials<br />

having NSF approval are desirable.<br />

PART 3 EXECUTION<br />

3.1 Installation of Pumping Unit (by others, not in this Contract)<br />

A. The Contractor shall install the pumping units and all its component parts to provide for a<br />

complete installation of a fully functioning well. The pump and motor shall be installed<br />

in accordance with the manufacturer's written instructions and as directed by the field<br />

technician.<br />

B. Before placing the pump, the Contractor shall verify that the well casing, screen, and<br />

sump are free of sediment. If sediment has accumulated, cleaning, by bailing or other<br />

approved method, may be request of the Contractor as a changed condition.<br />

C. The well casing and screen shall be tested with a 40-foot-long segment of pipe to the<br />

depth that the pump is to be set before placing the pump. The gage shall have an outside<br />

diameter at least equal 1 inch less than the inside diameter of the well casing. If the gage<br />

cannot be placed to the full depth of the well, the Contractor will pull off the well and<br />

await further instruction.<br />

D. The power cable from the pump motor shall be supported on the column pipe by means<br />

of cable clamps and stainless steel bands. Cable clamps shall be suitable for continuous<br />

submergence and carry the seal of the NSF if not stainless steel. Place cable clamps every<br />

20 feet, minimum.<br />

E. Install column check valves approximately 75 feet above the pump and thereafter in<br />

conformance with manufacturer suggested spacing. In no case is the distance between<br />

valves and the surface plate to be equal. Unequal distances are essential to prevent<br />

harmonic valve hammer. For line shaft units, install one check valve at the suction pipe.<br />

F. Seal the surface plate where it contacts the well head concrete seal with an approved<br />

material (Sika flex or equal). The surface plate shall be bolted (in four places, minimum)<br />

January 2012<br />

Submersible Vertical Turbine Pumping Units<br />

Revision 0 11210 - 11


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

to the concrete well seal block with stainless steel expansion anchors at least 6 inches in<br />

length and of a diameter as recommended by the pumping unit manufacturer.<br />

G. The Contractor shall install the conductors in the conduit and incidental items necessary<br />

for installing the power cable from the wellhead junction box to the motor controller. The<br />

electrical work shall be done by a licensed electrician. All conduit and wiring shall be<br />

sized, installed, and grounded in accordance with the National Electrical Code or as<br />

modified in the plans or specifications.<br />

H. After the equipment has been installed it shall be checked for proper operation as<br />

indicated in Part 1, System Startup, Owner’s Instruction, and Commissioning.<br />

3.2 Disinfection of <strong>Well</strong> (by others, not in this Contract)<br />

A. The Contractor is advised that all wells were previously disinfected after construction and<br />

were found to be absent of coliform. Three consecutive days of testing were performed<br />

during the step-drawdown test. The disinfected condition of the wells is unknown and<br />

will be required as part of this contract after the permanent pumping equipment is set.<br />

B. It shall be the Contractor’s responsibility to disinfect the wells in such a manner as to<br />

comply with the requirements of TCEQ Chapter 290, Water Hygiene. Official testing for<br />

coliform will be conducted after the permanent pump has been installed. A minimum of<br />

10 casing volumes shall have been evacuated prior to obtaining the official samples for<br />

testing. Disinfecting the wells shall be accomplished by the Contractor in accordance<br />

with AWWA C654-97, Disinfection of <strong>Well</strong>s, including the safe disposal of high<br />

concentrations of chlorinated water.<br />

C. Merely introducing a chlorine solution into the well will not be considered satisfactory.<br />

The water in the well casing shall be treated with chlorine to give an average chlorine<br />

dose of 50 mg/L to the entire volume of water in the casing. After the chlorine has been<br />

applied, surge the well at least three times to improve the mixing and induce contact of<br />

the chlorinated water with the adjacent aquifer. Surging of the well to induce mixing of<br />

the disinfectant may not be possible with the permanent pumping equipment as the<br />

column pipe will be fitted with a check valve. It may be necessary for the Contractor to<br />

utilize his own auxiliary pumping equipment to achieve the required surging of the wells.<br />

The chlorinated water shall rest in the casing for at least 12 hours, but no more than<br />

24 hours.<br />

D. Following the rest period, circulate the chlorinated water by pumping, wasting some of<br />

the water and returning some to the well, periodically testing for chlorine residual.<br />

Testing for chlorine residual shall be performed by the Contractor or his approved testing<br />

laboratory. When zero chlorine residual is measured, continue pumping the well to waste<br />

for at least 15 minutes or 10 casing diameters, whichever is greater. The Contractor shall<br />

then sample the well for bacteriological evaluation. Samples shall be submitted to a<br />

Texas Department of Health approved laboratory for chemical analysis until three<br />

successive daily raw water samples are free of coliform organisms.<br />

E. The bacteriological evaluation shall be tested by a Texas Department of Health approved<br />

laboratory for the presence of coliform in accordance with Standard Methods of the<br />

January 2012<br />

Submersible Vertical Turbine Pumping Units<br />

Revision 0 11210 - 12


Colorado River Municipal Water District<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Examination of Water and Wastewater. Laboratory costs for performing the specified<br />

tests shall be that of the Contractor’s and included in the most applicable bid item. If any<br />

of the samples show the presence of coliform, the Contractor shall repeat the process or<br />

modify (as approved by Engineer) until testing indicates zero coliform. Repeat<br />

disinfecting and testing shall be completed at no additional cost to the Owner.<br />

F. The Contractor shall be responsible for the proper disposal of the contaminants and<br />

saturated chlorinated water.<br />

G. Disinfectant used for the wells shall be in liquid form. Solid tablets or powders will not<br />

be allowed.<br />

H. Cost for disinfecting the well, including alternate pumping equipment, shall be included<br />

in the bid item for same.<br />

I. Use the form following this specification section for submitting samples to approved<br />

laboratories.<br />

3.3 <strong>Field</strong> Quality Control<br />

A. Manufacturer’s representative shall:<br />

1. Approve installation before operation.<br />

2. Test, operate, and adjust system in presence of Engineer and Owner’s personnel<br />

and provide installation certification.<br />

3. Verify conformance with Contract Documents.<br />

4. Instruct Owner’s personnel on care and maintenance.<br />

5. Revisit jobsite as often as necessary during 30-day operational period to correct<br />

deficiencies to satisfaction of Engineer and Owner.<br />

END OF SECTION<br />

January 2012<br />

Submersible Vertical Turbine Pumping Units<br />

Revision 0 11210 - 13


This page intentionally left blank.


Specification Section 11210, Appendix A<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Preliminary Pump Assumptions<br />

Assumed Column Pipe Projected Water Depth Pump <strong>Well</strong> Friction Pipeline Head Loss* Assumed Static Casing Top of Bottom of Total Column Pump Motor Cable<br />

Pumping Flow Velocity Level During to be Set Head Loss and Delivery Pressure TDH Calculated Nominal Water Level Diameter Screen Screen <strong>Well</strong> Depth Pipe Suction Voltage Rating<br />

ID Rate (gpm) (ft/s) Pumping (ft bgs) (ft bgs) (feet) (feet) (feet) Input Hp Hp (ft bgs) OD (in) (ft bgs) (ft bgs) (ft bgs) Size (in) Depth (ft bgs) (volts) (volts)<br />

D1 280 7.1 312 452 29 97 437 51.6 60 198 16 342 640 650 4 452 480 5000<br />

D2 660 7.5 250 390 18 90 357 99.3 125 180 16 280 438 448 6 390 2300 5000<br />

D3 500 5.7 418 560 15 96 529 111 125 182 16 448 627 637 6 560 2300 5000<br />

D4 300 7.7 170 310 22 134 326 41.2 50 96 16 200 386 396 4 310 480 5000<br />

D5 540 6.1 300 440 13 105 419 95.3 100 6 2300 5000<br />

D6 360 4.1 323 457 6 128 457 69.3 75 138 16 353 673 683 6 457 480 5000<br />

D7 580 6.6 270 410 14 144 428 104.6 125 6 2300 5000<br />

D8 770 8.7 190 330 20 126 337 109 125 112 16 220 552 562 6 330 2300 5000<br />

D9 330 8.4 240 380 33 136 409 56.8 60 130 16 270 614 624 4 380 480 5000<br />

D10 400 4.5 256 396 7 134 396 66.8 75 148 16 286 610 520 6 396 480 5000<br />

D11 900 10.2 272 403 33 119 424 161 175 120 16 302 750 760 6 403 2300 5000<br />

D12 700 7.9 251 391 20 144 415 122 150 124 16 281 611 621 6 391 2300 5000<br />

D13 630 7.1 328 468 19 149 496 132 150 133 16 358 638 648 6 468 2300 5000<br />

D14 850 9.6 271 411 30 149 451 161 175 94 16 301 571 581 6 411 2300 5000<br />

D15 1030 6.6 206 384 10 147 363 157 175 95 12 236 752 762 8 384 2300 5000<br />

D17 450 5.1 220 360 8 161 388 73.6 100 109 16 250 488 498 6 360 2300 5000<br />

D18 1100 7.0 248 395 12 143 403 187 200 148 12 278 659 669 8 395 2300 5000<br />

D19 900 10.2 260 400 33 136 429 163 175 6 2300 5000<br />

D22 250 6.4 200 310 16 151 367 38.6 50 130 12 230 322 332 4 310 480 5000<br />

D23 330 8.4 267 407 35 154 456 63.5 75 112 16 297 560 570 4 407 480 5000<br />

D24 380 9.7 271 398 45 147 464 74.3 100 151 16 301 730 740 4 398 2300 5000<br />

Optional Supply <strong>Well</strong> Pump Designs<br />

P1 1400 8.9 250 400 19 470 277 300 8 2300 5000<br />

P2 1300 8.3 250 400 16 440 241 250 8 2300 5000<br />

P3 1150 7.3 250 400 13 450 218 225 8 2300 5000<br />

P4 1400 8.9 250 400 19 320 189 200 8 2300 5000<br />

Total 12,240 GPM * Pipeline head loss modeled by Freese & Nichols for pumping Conversion Factors Assumptions<br />

Total 17,625,600 GPD directly to Base 21 (Scenario B). 7.5 gallons per cubic foot 75% pump efficiency<br />

Total 17.63 MGD 60 seconds per minute 80% motor efficiency<br />

550 ft*lbf/s/hp 60% overall efficiency<br />

gpm = gallons per minute 12 inches per foot 25% increase due to minor losses<br />

ft/s = feet per second 2.31 feet water per psi 62.4 lb/ft 3 , unit weight of water<br />

ft bgs = feet below ground surface<br />

32.2 ft/s 2 , acceleration of gravity<br />

TDH = total dynamic head<br />

1.2E-05 ft 2 /s, kinematic viscosity<br />

Hp = horsepower<br />

1.E-03 relative roughness<br />

in = inches<br />

20 psi, delivery pressure<br />

01/05/2012


This page intentionally left blank.


Specification Section 11210, Appendix B<br />

Vertical Turbine Submersible Pumping Units<br />

Ward County <strong>North</strong> <strong>Well</strong> <strong>Field</strong><br />

Average Water Quality<br />

Average<br />

Analyte<br />

Alkalinity, Total (as CaC03)<br />

Alkalinity, Bicarbonate (as CaC03)<br />

Alkalinity, Carbonate (as CaC03)<br />

Benzene<br />

Toluene<br />

Ethyl benzene<br />

m_p-Xylenes<br />

o-Xylene<br />

Total Xylenes<br />

Total BTEX<br />

Hardness (CaC03)<br />

Chloride<br />

Fluoride<br />

Nitrate as N<br />

Sulfate<br />

Arsenic<br />

Cal cium<br />

Magnesium<br />

Manganese<br />

Potassium<br />

Sodium<br />

Conductivity<br />

Total dissolved solids<br />

C6-C12 Gasoline Range Hydrocarbons<br />

C12-C28 Diesel Range Hydrocarbons<br />

C28-C35 Oil Range Hydrocarbons<br />

Total TPH 1005<br />

pH<br />

Concentration<br />

(mg/L, except pH)<br />

212<br />

190<br />

48<br />

ND<br />

0.0165<br />

ND<br />

ND<br />

ND<br />

ND<br />

0.0165<br />

337<br />

470<br />

1.86<br />

1.07<br />

226<br />

0.01<strong>08</strong><br />

75.6<br />

32.4<br />

0.052<br />

13.034<br />

165<br />

3064<br />

1399<br />

ND<br />

ND<br />

ND<br />

ND<br />

7.62

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!