CITY OF BATON ROUGE PARISH OF EAST BATON ROUGE DEPARTMENT OF ENVIRONMENTAL SERVICES

January 11, 2018

ADDENDUM NO. 3

TO: ALL PROPOSERS

SUBJECT: RESTORATION OF PUMP STATION ELECTRICAL, INSTRUMENTATION AND CONTROL COMPONENTS, REQUEST FOR PROPOSAL PROJECT NO. FEMA-4277-DR-LA SOLICITATION NO. 20008

ORIGINAL PROPOSAL DATE: Thursday, December 15, 2017 at 2:00 p.m. CURRENT PROPOSAL DATE: Thursday, February 1, 2018 at 2:00 p.m.

The following revisions shall be incorporated in and take precedence over any conflicting part of the original proposal document:

PART 1 – ADMINISTRATIVE AND GENERAL INFORMATION:

1.1 Background: Replace the word “Thirteen” with “Fourteen” in the second sentence of this paragraph.

PART 2 – SCOPE OF WORK/SERVICES:

Remove Part II and replace Part II in its entirety with the following:

2.1 Scope of Work/Services A. Work shall consist of permanent repair of flood damaged pump station control panels including but not limited to the removal and disposal of flood damaged equipment and parts, photo documentation of damaged equipment and parts, installation of new CONTRACTOR FURNISHED replacement equipment and parts, instrumentation programming of PLCs, specifically TESCO L2000, and startup to demonstrate proper operation. Contractor to provide all necessary personnel, materials, tools and equipment required to complete the work, including all connections and terminations, in accordance with the specifications and description/listing provided in Attachment E. Factory and field testing, factory technical assistance, and PLC programming associated with these facilities shall be included. All work shall be in accordance with applicable NEC codes. B. This work is being completed under the Public Assistance Program administered by the Federal Emergency Management Agency (FEMA) under declared disaster FEMA-4277-DR-LA. All work, documentation and records retention shall be in accordance with applicable FEMA guidelines. C. All pump station by-pass will be provided by the Contractor. Bypass pumping shall be at no direct cost and the Contractor shall include the cost in the price proposed on the individual pump station lump sum items. Pump station design flows and head conditions are provided in Attachment A.

Addendum No. 3 Dated: January 5, 2018 Page 1 of 5

2.2 Warranty A. Contractor shall provide guarantee for a minimum period of one (1) year against defects in workmanship, parts, and materials for all repairs. The warranty period shall begin upon formal acceptance of the work order. Upon written notification, the Contractor shall promptly correct all work found to be defective during the 1- year period. If the Contractor does not promptly comply with such instructions, or where delay would cause a risk of serious loss of injury, the City-Parish may have the defective work corrected, and all costs thereof shall be borne by the Vendor or the Contractor’s surety. 2.3 Safety Requirements A. The importance of safety in the performance of this scope of work cannot be overemphasized. To that end, the Contractor shall conduct his operation in a manner such that the safety and convenience of both the public and workers is regarded as of prime importance. The City-Parish reserves the right to stop the Contractor from working or to order any piece of equipment taken off the project, should it be determined that minimum safety standards are not being met. 2.4 Finishing and Cleanup A. It is important that each site be cleaned up of all Contractor generated debris daily as long as construction activities take place at that site. The site will not be accepted by the City-Parish until it is completely cleaned up of any construction debris. If this critical activity is not followed, the City-Parish’s representative will issue a formal warning to the Contractor notifying him that failure to comply will result in a directive to stop work on any future facilities, pending the completion of all cleanup activities as directed by the City-Parish. 2.5 Period of Agreement A. The term of any contract resulting from this solicitation shall begin within 30 days of the Notice of Intent to Award. A shop drawing and procurement phase of 180 days shall begin after the Notice of Award. The work shall be complete within 90 days of the completion of the shop drawing phase. Time is of the essence with this contract as many of the electrical components are in need of immediate repair. 2.6 Payment A. All work performed shall be paid on a lump sum basis for each pump station as included in the pricing schedule, which shall be full compensation for furnishing all labor, equipment, materials, parts, tools, supplies and incidentals necessary to complete the work as described in Attachment E. B. Any additional work performed beyond the scope of the lump sum work as described in Attachment E and, as directed and approved by the Engineer, shall be paid at the hourly rates included in the pricing schedule. The hourly rates shall be full compensation for furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete the work. Any additional parts or materials required outside the scope of the lump sum work as described in Attachment E and, as directed and approved by the Engineer, shall be furnished by the Owner and installed by the Contractor as additional work. It is the intent of this proposal that these hours are not guaranteed to be utilized, and shall only be used when directed and approved by the Engineer. C. Payment for shop drawings, equipment manufacturing, programming, and general requirements shall be included in the individual pump station lump sum price. Contractor may request payment of 10% of the individual pump station lump sum

Addendum No. 3 Dated: January 5, 2018 Page 2 of 5

item for payment of shop drawings, submittals equipment manufacturing, programming, and general requirements required for pump station rehab upon satisfactory approval of the shop drawings and/or submittals for each pump station. D. Payment will not be made for the following: 1. Loading, hauling, and disposing of rejected material. 2. Quantities of material wasted or disposed of in manner not called for under Contract Documents. 3. Rejected loads of material, including material rejected after it has been placed by reason of failure of Contractor to conform to provisions of Contract Documents. 4. Material not unloaded from transporting vehicle. 5. Defective Work not accepted by Engineer. 6. Material remaining on hand after completion of Work. 7. Material damaged during transportation between Contract facilities. 2.7 Price Schedule A. Prices proposed by the proposers should be submitted on the Proposal Form furnished herein as Attachment C. Prices submitted shall be firm for the term of the contract and inclusive of all charges Contractor wishes City-Parish to consider for proposed services. 2.8 Supervision A. The Proposer shall provide on a daily basis notification by fax or email to the City/Parish’s designated office of their crews and/or their subcontractor’s crews daily work location prior to 7:00 a.m. Proposer shall provide two (2) week’s notice to the Owner prior to adding more than one (1) additional work crew to the project. B. The Proposer shall supply all employees and subcontractors working at the site with photo identification cards. These cards shall be visible at all times while working at the site. The identification cards shall have at a minimum Proposer’s name or subcontractor’s name, employee’s name, and employee’s photo. The Proposer’s and subcontractor’s vehicles used at the work sites shall have the company name, telephone number, and physical address prominently displayed at all times while on the site. The Proposer shall provide the City/Parish with a list of all ID badge employees; this list shall be current at all times. 2.9 Location A. The pump station sites affected by the August 2016 flood are throughout East Baton Rouge Parish. Physical addresses and a vicinity map are provided in Attachment A. 2.10 Proposal Elements A. Financial 1. Prices proposed by the proposers should be submitted on the Proposal Form furnished herein as Attachment C.

Addendum No. 3 Dated: January 5, 2018 Page 3 of 5

B. Technical 1. Proposer should address how the company will meet all the requirements of this RFP, with particular attention to: • Personnel to be assigned to this contract and their experience with this type of work. • Resumes for electrical/instrument technicians and project managers to be assigned to this project, including those of subcontractors, if any. • Information demonstrating the Proposer’s experience in repairing electrical components in control panels, programming TESCO PLCs and performing startup of pump stations. • Vehicles, tools and equipment allocated to this contract. • Contingency plans for broken equipment, adverse weather days, etc. • Safety of contractor’s personnel, Department personnel and the public. • Information demonstrating the Proposer's financial stability (financial statements, annual reports, or similar data for the last three years). • Information demonstrating the Proposer’s understanding of the nature and scope of this project. • Ability to procure and furnish required parts and materials in a timely manner. • Any other information deemed pertinent by the Proposer including terms and conditions which the Proposer wishes the City-Parish to consider. • Information demonstrating the Proposer’s experience with proper documentation during the repair process for FEMA reimbursement. • For the purposes of FEMA reimbursement for this scope of work, Contractor shall submit a schedule a values. At a minimum, the schedule shall include: labor, materials, by-pass pumping, shop drawings.

PART 3 – SCOPE OF WORK/SERVICES:

Remove Part III and replace Part III in its entirety with the following:

The following criteria cited herein will be evaluated when reviewing the proposals: The proposal will be evaluated in light of the material and the substantiating evidence presented to the City-Parish, not on the basis of what may be inferred.

3.1 Financial Proposal (70 points) A. The proposed price for calculation is the total annual cost estimate based on the pricing schedule in Attachment C. The number of points earned equals the lowest proposal price divided by the vendor’s proposal price and multiplied by 70% for the total number of points earned. A schedule of values shall be submitted as back up documentation, as detailed in Section 2.10.

Addendum No. 3 Dated: January 5, 2018 Page 4 of 5

Attachment A

Pump Station Locations

Pump Physical Control Panel Damage Design Point Station Address (% Flooded) (Per Pump) 113 13308 Triple B Road 60% 190 gpm @ 115 ft 116 9500 Dancy Drive 100% 33 gpm @ 135 ft 121 13604 East Shamrock 60% 185 gpm @ 150 ft 130 8502 Younger Street 100% 109 gpm @ 63 ft 152 12806 Pecos Avenue 100% 234 gpm @ 117 ft 195 6702 Stoneshire Drive 60% 395 gpm @ 137 ft 197 14220 Freddie Street 70% 329 gpm @ 160 ft 222 9758 Tracy Avenue 100% 112 gpm @ 123 ft 288 10391 El Scott Avenue 60% 119 gpm @ 133 ft 315 15783 Natalbany Avenue 80% 214 gpm @ 107 ft 316 4245 Woodlake Avenue 100% 302 gpm @ 124 ft 418 8438 Joor Road 100% 240 gpm @ 128 ft 433 6861 Hooper Road 100% 389 gpm @ 54 ft 504 16401 Denham Road 80% 1015 gpm @ 128 ft

PLANK *# BPS504

R ®

WATE

K

LAC B

HOOPER

SUL LIV AN

WAX MAGNOL

IA BR ID GE

*# PS433 PS418 PS130 *# *# *# PS152

GREENWELL SPRINGS

PS113 OR JO PS195 *# *#

*# PS288 *# PS116 *#PS121*# PS197

*# PS222

IDA FLOR *# PS315

12

ATE L INTERST A

E

N

'

OLD HAMMOND O *#

LA *# *# L *# SI *#*#*# *#*# *#*# RU *# D

I N *# EN PS316 T S ERSTATE *# ES AI *# R LI 10 NE

JE FFERSON PERKINS

Legend Damage Roads August 2016 Flood *# 60 - 70 Parish Boundary Pump Stations Instrumentation and *# 71 - 80 *# 81 - 100 Control Components Damage ATTACHMENT C PRICING SCHEDULE

Restoration of Pump Station Electrical, Instrumentation and Control Components

Usage Unit of Unit Description Extension Allowance Measure Price Pump Station 113 1 Lump Sum

Pump Station 116 1 Lump Sum

Pump Station 121 1 Lump Sum

Pump Station 130 1 Lump Sum

Pump Station 152 1 Lump Sum

Pump Station 195 1 Lump Sum

Pump Station 197 1 Lump Sum

Pump Station 222 1 Lump Sum

Pump Station 288 1 Lump Sum

Pump Station 315 1 Lump Sum

Pump Station 316 1 Lump Sum

Pump Station 418 1 Lump Sum

Pump Station 433 1 Lump Sum

Pump Station 504 1 Lump Sum

Electrician/Instrument Tech Rate 100 Hourly

Electrician/Instrument Tech Helper Rate 100 Hourly

Total

Revised 12/21/17

Attachment E

Equipment Listing

and Specifications

TABLE OF CONTENTS

DESCRIPTION PAGE NO.

SPECIAL PROVISIONS

PART I GENERAL PROVISIONS Section 1 Abbreviations and Definitions SP 1 Section 2 Bidding Requirements SP 1 Section 3 Award and Execution of Contract SP 1 Section 4 Scope of Work SP 2 Section 5 Control of Work SP 2 Section 6 Control of Materials SP 3 Section 7 Legal Relations and Responsibilities to the Public SP 4 Contractor’s Monthly DBE Participation SP 12 Section 8 Utilities SP 13 Section 9 Prosecution and Progress of Work SP 13 Adverse Weather and Working Day Monthly Report SP 16 Section 10 Measurement and Payment SP 17

PART VIII SANITARY SEWER WORK Section 805 Pump Station Electrical and Instrumentation SP 19 Section 813 Sewer Flow Control SP 28

SPECIAL CONDITIONS

Section 01 11 00 Summary of Work 01 11 00 - 1 Section 01 29 00 Payment Procedures 01 29 00 - 1 Section 01 31 13 Project Coordination 01 31 13 - 1 Section 01 33 00 Shop Drawings, Product Data and Samples, O&M Manuals, And Miscellaneous Submittals 01 33 00 - 1 Section 01 43 33 Manufacturers’ Field Services 01 43 33 - 1 Section 01 64 00 Owner-Furnished Products 01 64 00 - 1 Section 01 91 14 System and Facility Testing 01 91 14 - 1 Section 01 91 15 Equipment Commissioning for Pump Stations 01 91 15 - 1 Section 26 05 02 Basic Electrical Requirements 26 05 02 - 1 Section 26 05 05 Conductors 26 05 05 - 1 Section 26 27 26 Wiring Devices 26 27 26 - 1

Form Revised November 13, 2013

SPECIAL PROVISIONS

The Standard Specifications referred to herein are the 1997 City of Baton Rouge, Parish of East Baton Rouge Standard Specifications for Public Works Construction. The Standard Specifications are hereby amended to include the following Special Provisions and where applicable shall take precedence over the aforementioned Standard Specifications. When any part of the Standard Specifications is unaltered by the following Special Provisions, the unaltered provisions of the Standard Specifications shall remain in effect.

Copies of the Standard Specifications may be obtained from the Department of Public Works, Engineering Division, Room 128, Public Works and Planning Center, 1100 Laurel Street or Post Office Box 1471, Baton Rouge, Louisiana 70821 (Telephone No. [225] 389-3186).

PART I GENERAL PROVISIONS

SECTION 1 ABBREVIATIONS AND DEFINITIONS

1-2 DEFINITIONS: Add the following definition to the end of Subsection 1-2 DEFINITIONS:

1-2.50 Special Conditions - additional specification sections, Division 1 thru Division 16, to cover unique conditions or Work associated with this Project.

Add the following sentence to the end of Subsection 1-2.39 STANDARD SPECIFICATIONS:

Currently the latest standard specifications are the City of Baton Rouge – Department of Public Works 1997 Standard Specifications for Public Works Construction.

SECTION 2 BIDDING REQUIREMENTS: Delete Section 2 in its entirety and replace with the following:

2-1 QUANTITIES AND UNIT PRICES: The quantities for which unit prices are indicated in the proposal do not constitute a guarantee that the quantities so indicated are the actual quantities required for the work under the contract. The City-Parish reserves the right to increase, decrease or omit the quantities of work under unit price pay items without invalidating the prices proposed.

2-2 UNIT PRICES OR LUMP SUM PAY ITEMS: Work and materials, equipment, and equipment rental will be paid for in accordance with the unit prices or lump sum reference pay items in the Contract Documents. If no reference pay item is provided for an item of work, material, or equipment required under the Contract Documents, it will be considered as having been included in the prices bid for the pay items in the Contract Documents. The Contractor shall perform all work required in the Contract Documents and accept payment pursuant to the Proposal Form as full and final compensation for all work performed under the contract including all incidental, overhead, and subsidiary costs and work not measured for payment as described under the individual reference pay items listed in the Proposal Form.

The Contractor will be required to provide a breakdown of lump sum items after award of contract to be used for monthly payments purposes.

SECTION 3 AWARD AND EXECUTION OF CONTRACT

Delete Section 3 in its entirety. SP 1 of 32

SECTION 4 SCOPE OF WORK:

Delete Section 4 in its entirety

SECTION 5 CONTROL OF WORK

5-1 SUPERVISION AND INSPECTION: Delete this subsection in its entirety and replace with the following:

The Engineer shall have access to the Work at all times. The Contractor shall furnish all facilities to allow for inspection at the construction site, shops or yards, and shall not cover up work requiring inspection until it has been inspected. If Work is covered up before being inspected, the Contractor shall, at no additional payment, remove such portions of the Work as requested by Engineer to allow inspection.

The Contractor shall notify the Engineer at least twenty-four (24) hours prior to commencing any Work, or resuming Work after shut downs, except for normal resumption of Work following Saturdays, Sundays or holidays. The Contractor shall also provide on a daily basis notification by fax or email to the Owner’s designated office of their crews and/or their subcontractor’s crews daily work location prior to 7:00 a.m. Contractor shall provide one (1) week’s notice to the Owner prior to adding more than one (1) additional work crew to the project.

The Contractor shall provide proper supervision, sufficient and competent labor, and equipment to accomplish the Work within the Contract Time.

The Contractor shall have on the Work site at all times a superintendent who speaks and understands English, is capable of reading and understanding the plans and specifications, effectively communicates with the work force in their native language, and experienced in the type of work being performed, who shall be authorized by Contractor to receive instructions from the Engineer. The superintendent shall have Contractor’s authority to agree to and execute orders of the Engineer without delay, and to promptly supply such materials, equipment, tools, labor and incidentals as required.

Whenever the Contractor or the Contractor’s superintendent is not present on a particular part of the Work where it may be desired to give direction, orders will be given by the Owner and shall be received and obeyed by the foreman or other representative who may have charge of the particular work in reference to which the orders are given, or the Owner may stop the work until the Contractor or the Contractor's superintendent arrives. This foreman or other representative must also speak and understand English, and be capable of reading and understanding the plans and specifications.

The Contractor shall maintain a telephone for the duration of the Contract, at the Contractor's expense, where the superintendent may be reached directly at all times during and outside of working hours.

The Contractor shall supply all employees and subcontractors working at the site with photo identification cards. These cards shall be visible at all times while working at the site. The identification cards shall have at a minimum Contractors’ name or subcontractors name, employee’s name, and employee’s photo. The Contractor’s and subcontractor’s vehicles used at the work site shall have the company name, telephone number, and physical address prominently displayed at all times while on the site. The Contractor shall provide the Owner with a list of all ID badge employees; this list shall be current at all times.

SP 2 of 32 5-7 COORDINATION OF PLANS AND SPECIFICATIONS: This subsection is deleted and replaced by the following:

The plans, specifications, and other Contract Documents will govern the work to be done. Anything mentioned in the specifications and not shown on the plans, or shown on the plans and not mentioned in the specifications, shall be of like effect as though shown or mentioned in both.

Plans and specifications referred to in the Contract Documents shall be considered as being included in the document in which such reference is made. When a particular specification or standard is referred to, such reference shall be to the specification or standard, including officially adopted revisions and amendments thereto, which is in force at the time of advertising for bids.

In case of conflict, the order of precedence of the following documents in controlling the work shall be:

1. Permit from outside agencies required by law 2. Issued addendums 3. Special provisions 4. Plans 5. Special Conditions 6. RFP 7. Supplemental specifications (only those which are bound to these documents) 8. Standard specifications 9. Standard plans

Calculated dimensions will govern over scaled dimensions.

Change orders and approved revisions to plans and specifications will take precedence over Contract Documents listed above. The Contractor shall take no advantage of any error or omission in the plans or Project specifications. If the Contractor discovers such an error or omission, he shall immediately notify the Engineer. The Engineer will then make such corrections and interpretations as deemed necessary to fulfill the intent of the plans and Project specifications.

5-8 PLANS AND SHOP DRAWINGS: This subsection is deleted and replaced by Special Condition 01 33 00 - Shop Drawings, Product Data and Samples, O&M Manuals, And Miscellaneous Submittals.

SECTION 6 CONTROL OF MATERIALS

6-7 LIST OF MATERIALS AND EQUIPMENT: Add the following paragraph to this subsection:

Contractor shall submit within 30 days after signing Contract a list of vendors that will be given a sales and use tax exemption certificate. List of vendors shall be maintained and submitted with each monthly payment application as described in Section 10, Measurement and Payment.

6-8 STORAGE OF MATERIALS AND EQUIPMENT: Add the following paragraph to this subsection:

Even though this Project falls under tax exempt status, Contractor shall be responsible and bear risk of loss and damage for materials stored for incorporation into the Work purchased in the name of the City of Baton Rouge, Parish of East Baton Rouge using the sales and use tax exemption certificate.

SP 3 of 32

SECTION 7 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: Delete this Section in its entirety and replace with the following:

SECTION 7 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC

7-1 LAWS TO BE OBSERVED: The Contractor shall keep informed of and comply with Federal and State Laws, local bylaws, ordinances and regulations, and orders and decrees of bodies or tribunals having jurisdiction or authority, which affect those employed on the work or the conduct of the work. The Contractor shall indemnify the City-Parish and its representatives against any claim arising from violation of any law, ordinance, regulation, order or decree by the Contractor or the Contractor's employees.

The contractor shall maintain records as necessary to provide the City-Parish with documentation of minority participation of DOTD certified DBE subcontractors and suppliers. The contractor shall submit monthly reports as part of the monthly partial payment request on form CP DBE-1 to the engineer to document actual payments to DBE’s for the previous months reporting period.

The contractor is responsible for the coordination with local law enforcement for the escort of delivery trucks within the limits of the Parish of East Baton Rouge for the delivery of oversize loads (example: precast concrete piles or large pump station wet wells) to the construction site. The contractor shall contact the local law enforcement captain a minimum of forty-eight (48) hours in advance to obtain law enforcement for escorts for the delivery of materials. Fees for police escorts will be at no direct pay.

7-1.1 Taxes, Permits, Certificates and Licenses: City-Parish is exempt from payment of sales and use taxes of the State of Louisiana and of the City of Baton Rouge, Parish of East Baton Rouge, and associated local taxing jurisdictions on materials incorporated in the Work. Contractor and their Subcontractors may be designated as Purchasing Agents for the City-Parish. Upon request, City-Parish will issue the required certificates of tax exemption to Contractor and their Subcontractors. Exemption does not apply to construction tools or to supplies or materials not incorporated into the Work. Contractor’s and their Subcontractors’ records involving tax exempt purchases shall be subject to audit by City-Parish and its retained auditors.

LDR Form R-1020, “Designation of Construction Contractor as Agent of a Government Entity and Exemption Certificate”, is included in these Contract Documents following Certificate Regarding Debarment and may also be found at http://www.rev.state.la.us/forms/taxforms/1020(11/04)F.pdf. See Special Provision 10-9 for additional requirements.

Except for permits relating to railroad and highway crossings, the Contractor shall procure all necessary permits, licenses and certificates, pay all charges and fees, and give all notices incident to lawful prosecution of the work.

7-1.2 Patented Devices, Materials, and Processes: If the Contractor is required or desires to use any design, device, material or process covered by patent or copyright, the Contractor shall provide for such use by legal agreement with the patentee or owner, and a copy of this agreement shall be filed with the engineer. The Contractor and the surety shall indemnify the City-Parish from all suits, costs, penalties or claims for infringement due to use of such patented design, device, material or process, or any trademark or copyright in connection with the work.

7-2 INSURANCE: Contractor shall have and maintain, until final acceptance of the Work by the Owner and Council, the minimum insurance described herein with an insurance company authorized to do business in the State of Louisiana that has an industry rating of at least A-, Class VI, according to Best's Key Rating Guide. Contractor shall deliver to Owner certificates of insurance showing such insurance is in effect prior to execution of the Contract, which certificates shall

SP 4 of 32 incorporate a provision that no cancellation or change in such insurance shall be effected without at least thirty (30) days prior written notice being given to the Owner and Engineer. These requirements shall not be construed to limit any obligations of indemnity and/or defense of the Contractor or Surety, but constitutes minimum insurance requirements, which must be provided and maintained.

A. Standard Workmen's Compensation - Full statutory liability under Louisiana law with Employer's Liability Coverage.

B. Commercial General Liability coverage (ISO form CG 00 01) when the Contract amount is as follows:

1. General Aggregate: $2,000,000

2. Products-Completed Operations Aggregate: $2,000,000

3. Personal and Advertising Injury: $1,000,000

4. Each Occurrence: $1,000,000

The above Commercial General Liability coverage shall not be narrowed by endorsement without the express written agreement of Owner.

C. Business Auto Policy - Combined single limit $1,000,000

D. The City of Baton Rouge, Parish of East Baton Rouge and the Department of Public Works shall be named on all liability policies described above as "additional insured" as respects liability arising out of the Project; products and completed operations of the Contractor, as well as premises owned, occupied or used by the Contractor. The additional insured coverage shall contain no special limitations on the scope of protection afforded to any additional insured. It is understood that the business auto policy under "Who is an Insured" automatically provides liability coverage in favor of the Owner. Any failure of Contractor to comply with any reporting provision of any policy shall not affect coverage provided to an additional insured.

E. Waiver of subrogation in favor of the City of Baton Rouge, Parish of East Baton Rouge, is required on Worker's Compensation insurance.

F. The certificate holder shall be listed as follows:

City of Baton Rouge, Parish of East Baton Rouge Attn: Purchasing Division Post Office Box 1471 Baton Rouge, Louisiana 70821

G. The insurance to be provided by Contractor shall not include any provision, exclusion, or endorsement precluding coverage for claims between insureds and/or additional insureds.

7-2.1 Incomplete Construction: The City-Parish assumes no risk for loss by fire or other casualty to a portion of the project or equipment thereof, whether complete, in process of construction or installation, or stored on the premises, during the life of contract for any portion of the construction except that the Contractor shall not be responsible for loss by fire or other casualty to such portions of the work which the City-Parish is using unless damage occurs as a result of negligence by the Contractor or as a result of work not completed by the Contractor.

SP 5 of 32 Making of partial payments to the Contractor shall not be construed as creation of an insurable interest by or for the City-Parish or as relieving the Contractors or their sureties of responsibility for loss from all risks (fire, windstorm, explosion, vandalism, flood, etc.) occurring prior to final acceptance of the project.

7-3 FEDERAL AID PROVISIONS: When the United States Government pays a portion of the cost of a project, Federal laws and rules and regulations made pursuant to such laws must be observed by the contractor, and the work shall be subject to inspection of the appropriate Federal agency. Such inspection shall not make the Federal Government a party to this contract and will not interfere with the rights of either party hereunder. Any provisions in the contract documents, including these specifications, which are in conflict with the General Conditions required by the U.S. Government shall be void.

7-4 PUBLIC CONVENIENCE AND SAFETY: Except as otherwise provided herein, the Contractor shall provide for and maintain local traffic at all times. Convenience of the public and protection of persons and property shall be adequately provided for by the Contractor. All work within public streets and/or roadway rights-of-way shall be done in an expeditious manner and cause as little inconvenience to the public as possible.

7-4.1 Use of Premises: The Contractor shall confine construction activities to the project limits; which consist of right-of-way, servitudes and property owned by the City-Parish. With prior approval of the Engineer, adjacent street right-of-way may also be utilized for day-to-day operations. Unless approved by the Engineer or otherwise dictated by an approved lane closure permit, no storage of materials and equipment will be allowed to remain within the right-of-way or servitudes for a duration exceeding 72 consecutive non-working hours. If additional space beyond the construction limits is necessary for staging, the Contractor shall, at his own cost and initiative, make special arrangement.

Each day, after the completion of construction operations, unless otherwise approved by the Engineer, the project limits shall be secured and made accessible to the public by the Contractor. All excess materials and equipment not protected by approved traffic control devices shall be relocated to a staging area or demobilized. Trenches shall be backfilled or barricaded per subsection 7-6. If Contractor will not be continuing work operations within 72 hours, trenches that cannot be backfilled and must remain open shall be protected with steel plates with approval of the Engineer. The Contractor shall not allow any refuse, excavated material, surplus concrete or mortar, or any associated washings, to be disposed upon the paved streets, rights-of-way, into manholes or storm drains.

Materials stored about the work shall be so placed and the work shall be so conducted as to cause the least obstruction to traffic. The Contractor shall make provisions by bridges or otherwise at cross streets, roads, sidewalks and driveways for passage of pedestrians and vehicles. Where bridging is impractical or unnecessary, the Contractor may make arrangements for diversion of traffic and shall, at the Contractor's own expense, provide all material and perform all work necessary for construction and maintenance of roadways and bridges for diversion of traffic.

Sidewalks must not be obstructed. Materials excavated, construction materials, or plant used in the construction shall be placed so as not to endanger the work or prevent access to fire hydrants, water valves, gas valves, manholes for telephone, telegraph, signal or electric conduits, sanitary or storm sewers, and fire alarm or police call boxes.

Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, the Contractor's responsibility for accidents shall include the roadway approaches as well as the structures of such crossings.

7-4.2 Spill and Dust Control: At all times during construction, including weekends and holidays, and throughout all phases of construction, including work suspensions and until final acceptance of

SP 6 of 32 the project, the Contractor shall keep the work site clean and free from rubbish, debris, and prevent the formation of an airborne dust nuisance. The Contractor shall abate dust nuisance by cleaning, sweeping, and sprinkling with water, those excavated areas of dirt or other materials which are prone to causing dust, within both the project site and the storage or staging area. If required or directed by the Engineer, the Contractor shall provide an approved water truck of large capacity with spraying capability. When the amount of traffic and condition of a street or road are such that dust on street or road surfaces constitutes a safety hazard or gross public inconvenience, the contractor shall take proper measures for dust control. The Contractor shall be required to apply water for dust control immediately during construction efforts and within one (1) hour after notification by the Engineer that an airborne nuisance exists.

All hauling trucks or other construction vehicles leaving the work site shall be cleaned of mud or dirt clinging to exterior body surfaces or wheel rims before traveling on streets outside of work site. Spillage resulting from construction vehicle travel or hauling operations along or across any public traveled way shall be removed immediately at the Contractor’s expense. Streets shall be cleaned daily by street sweeping, rather than flushing, so as to prevent mud and debris from entering the storm drain system. Cleaning shall be done either manually using brooms and shovels or by use of vacuum sweeper that does not generate dust.

7-4.3 Noise Control: The Contractor shall maintain and operate equipment to minimize noise. Engines shall be equipped with properly functioning mufflers. The Contractor shall limit activity near noise sensitive areas, such as churches, hospitals and schools, so normal activities are not unduly disrupted. The Contractor shall comply with local noise control ordinance.

7-4.4 Traffic Obstructions, Delays and Inconveniences: All public traffic shall be permitted to pass through the Work and the Contractor shall conduct operations that offer the least possible obstruction, delay, and inconvenience to the public, except where approved by the Engineer or in an emergency situation where access may endanger the public. No obstruction of Emergency Vehicles is allowed. The Contractor shall have no amount of work under construction other than what can properly be prosecuted with due regard to the rights and convenience of the public.

7-4.5 Access to Driveways, Houses and Buildings: Safe access shall be maintained at all times for business establishments during construction. Safe and passable pedestrian, bicycle, and vehicular access shall be provided and maintained to fire hydrants, homes, commercial and industrial establishments, churches, schools, parking lots, service stations, motels, fire and police stations, hospitals, and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer.

7-4.6 Work on Private Property: The Contractor must obtain written permission from any privately owned property owner prior to beginning any work, storing materials or otherwise conducting any operations on said property. A copy of the written approval from the property owner must be submitted to the Engineer before any operations occur on the property.

7-4.7 Hazardous Conditions Created: Whenever the Contractor’s operations create a condition hazardous to pedestrians, bicyclists, or the traveling public, the Contractor shall at the Contractor’s own expense, furnish, erect and maintain any fences, covers, temporary traffic barriers, barricades, lights, signs and other devices necessary or as directed by the Owner to prevent accidents, damage, or injury to the public or property.

7-4.8 Use of Explosives: The use of explosives will be permitted only when authorized in writing by the Engineer.

7-4.9 Truck Bed Covers: Trucks or other conveyances hauling loose materials on public streets, highways or detours shall be covered to prevent such materials from dropping, sifting, leaking or otherwise escaping there from. Covering for trucks or other conveyances shall be securely fastened so as to prevent said covering from becoming loose, detached or in any manner a hazard to traffic.

SP 7 of 32

7-5 TRAFFIC CONTROL AND SAFETY: The Contractor shall provide for safe movement of all vehicular, bicycle, and pedestrian traffic through and around the construction operations with as little inconvenience and delay as possible. All Temporary Traffic Control (TTC) Devices shall be installed in accordance with Section 905, the City Parish Temporary Traffic Control Standard Plans, the latest edition of the MUTCD, and the requirements of the National Cooperative Highway Research Program (NCHRP) 350 for Test Level 3.

7-5.1 Responsibility for Safety: It is the Contractor’s sole responsibility to provide for public safety and traffic control. The Owner may review the Contractor’s operations and inform the Contractor if an unsafe or hazardous condition is observed. The Contractor may be directed verbally or by written communication to abate the hazard. The Contractor must comply with all directives for hazard abatement immediately and within the timeframe imposed by the Owner. Such direction by the Owner shall not relieve the Contractor from responsibility for public safety or abrogate the obligation to furnish and pay for these devices and measures.

7-5.2 Maintenance of Traffic: Traffic shall be maintained to the extent practical during construction and residents or businesses must not be denied access to their property except when the nature of the work requires closing of the street. The street shall be left open to a maximum extent for collection of garbage, etc. The Contractor shall render the road passable to property owners, postal services and city services when construction operations interfere with use of the street. The Contractor shall do everything practical to provide access to abutting properties for essential services. Cutting of streets for cross pipe, culverts, etc., shall be done in such manner as to avoid blockage of access to abutting property except for compelling reasons.

The Contractor shall provide for and maintain both through and local traffic at all times and shall conduct his operations in such manner as to cause the least possible interference with traffic at junctions with roads, streets and driveways.

Before beginning any operation which will affect any traffic control device (such as loop detectors), the Contractor shall notify the Traffic Engineer (225) 389-3246, twenty-four (24) hours before beginning operations.

7-5.3 Closing of Streets: At least 2 days before closing a street or lane(s) to traffic or at least 2 days before beginning work that will block traffic, the Contractor shall notify in writing the Fire Chief, Traffic Engineer and Police Department having jurisdiction in the area, with copies of such notifications being sent to the Engineer. Signs advising the public of the pending closure shall be provided seven (7) days prior to the street closure. Upon re-opening the street to traffic, the above mentioned officials should be notified to that effect in writing. The Contractor shall notify residents and business owners at least 2 days prior to commencing work which will block access to their property. Access must be restored as soon as possible.

7-5.4 Barricades, Signs, Lights and Watchmen: Where work is performed on or adjacent to a street, alley, school yard or other public place, the Contractor shall furnish and erect barricades, fences, lights and danger signals, shall provide watchmen, and shall take other precautionary measures as necessary for protection of persons or property and the Work. From sunset to sunrise, the Contractor shall furnish and maintain at least one light at each barricade and a sufficient number of barricades shall be erected to keep vehicles from being driven on or into any work under construction. The Contractor shall furnish watchmen in sufficient numbers to protect the Work. Where a street or highway is closed to traffic, the Contractor shall provide and maintain warning and detour signs at all closures, intersections, and along detours directing traffic around closed portions of the street or highway.

All barricades and obstructions shall be illuminated at night and all lights kept burning from sunset to sunrise. Barricades shall be equipped with reflector buttons, discs, scotchlite or other light reflecting material satisfactory to the Engineer.

SP 8 of 32 All barricades, signs, lights and other warning devices shall at a minimum conform to the current edition of the MUTCD. Additional temporary traffic controls specific to the Project submitted by the Contractor shall be stamped by a professional Engineer.

The Contractor will be responsible for damage to the Work due to failure of barricades, signs, lights and watchmen to protect it. When evidence is found of such damage, the Engineer may order the damaged portion removed and replaced by the Contractor. The Contractor's responsibility for maintenance of barricades, signs and lights, and for providing watchmen shall not cease until the Work has been completed and accepted.

7-5.5 Entering and Leaving Construction Zones: Construction equipment shall enter and leave the roadway by moving in the direction of public traffic. All movements of workmen and construction equipment on or across lanes open to public traffic shall be performed in a safe manner that will not endanger the workmen or the public. When leaving a work area and entering a roadway carrying public traffic, the Contractor’s equipment operator shall yield to public traffic.

7-5.6 Pedestrian and Bicycle Traffic: The Contractor shall not block movement of pedestrian or bicycle traffic. The Contractor shall provide for pedestrian and bicycle traffic by phasing construction operations and/or by providing alternative pedestrian and bicyclist access through or adjacent to construction areas. Proper advance notice signage with reasonable detours shall be installed and maintained through all phases of construction. Access to pedestrians and bicycle devices at traffic signals shall be maintained at all times. When crosswalk or other pedestrian facilities are temporarily closed or relocated, temporary alternate circulation paths shall be provided by the Contractor to achieve the maximum accessibility feasible under existing conditions. All components of the temporary alternate circulation path must be ADA compliant and conform to requirements of the MUTCD.

7-6 BARRICADING OPEN EXCAVATION AND TRENCHES: Any excavation or trench permitted by the Engineer to be left open shall be barricaded by the Contractor with Type I, Type II, or Type III barricades with retro-reflective tape and warning lights. Approved construction signs stating “OPEN TRENCH” shall be posted by the Contractor. Any excavation or trench in a roadway or within eight (8) feet of the traveled way not permitted by the Engineer to remain open shall be backfilled or plated and opened to traffic use at the end of the work shift, unless otherwise dictated by an approved lane closure permit. Vehicular travel over backfilled but unsurfaced excavations will not be allowed. The Contractor shall provide a temporary surface suitable for driving in accordance with Section 503.

7-7 WORK IN, AND USE OF STREETS, SERVITUDES AND RIGHTS-OF-WAY: For per- formance of the contract, the Contractor will be permitted to occupy such portions of streets, alleys, or public places or other rights-of-way or servitudes as provided for by local ordinances, as shown on the plans, or as permitted by the Engineer.

7-7.1 Work in State Highway Rights-of-Way: Where State Highway rights-of-way are encroached upon or intersected by the work, permission will be obtained from the DOTD with regard to methods of construction, materials and safeguards.

7-7.2 Work In Servitude Over Private Property: Where the work passes over or through private property the City-Parish will provide such right-of-way by servitude agreements. Servitude agreements will provide for temporary use of adjacent property for construction purposes. The Contractor shall notify the owner of each property over which the work will pass at least 7 days in advance of any work on said property and arrange for access as provided for in Section 9-4. In addition, on the day the work is to be performed, prior to commencing the work, the Contractor shall knock on the doors of all structures potentially impacted by the work and personally notify the occupants. Where fences must be removed for construction purposes or access they shall be re- constructed or replaced. The Contractor shall provide adequate temporary fences and gates if necessary to contain or restrict domesticated and farm animals within their proper areas during the

SP 9 of 32 work and shall provide access where and when required. The Contractor shall not remove or cut trees, shrubs or landscaping (annual, perennial, or ornamental plantings) without proper authority.

7-7.3 Preservation and Restoration of Property: The Contractor shall protect public and private property and shall take reasonable precaution to avoid damage to such property.

Public or private improvements or facilities within the right-of-way or servitude not designated for removal but visibly evident or correctly shown on the plans which are damaged due to the Contractor's operations shall be restored by the Contractor at the Contractor's sole expense to a condition equal to that existing before such damage, by repairing or rebuilding, or if this is not feasible, a reasonable settlement shall be made with the owner of the damaged property.

In the event the Contractor utilizes property outside the limits of construction, right-of-way or servitudes identified in the Contract Documents, the Contractor agrees to fully indemnify, defend and hold Owner harmless from any and all claims of whatever nature or kind, arising under any theory of law, and to pay for or reimburse any and all expenses, costs and/or damages (including but not limited to attorney fees) incurred by or assessed against Owner, which arise from or are connected with the Contractor’s use or operations on such property.

Except for emergency projects, the Contractor shall give at least 7 days notice, as provided for in Section 9-4, to occupants of buildings on property adjacent to the work to permit occupants to salvage or relocate plants, trees, shrubs, landscaping (annual, perennial, or ornamental plantings), fences, sprinkler systems, signs or other improvements in the rights-of-way or servitudes which are designated for removal or which might be damaged by the Contractor's operation. If occupant or property owner refuse to salvage or relocate any of these facilities or improvements, Contractor shall immediately notify Engineer in writing and allow time for coordination with the property owner. If requested by the occupant or property owner, the Contractor will provide additional reasonable time for salvaging or relocating facilities or improvements within the rights-of-way or servitudes where work is required.

The Contractor shall conduct operations so as to minimize damage to planted areas within the rights-of-way or servitudes. The Contractor shall not trespass on private property and shall take precautions to protect public and private property from damage. The Contractor shall restore any public or private property damaged due to the Contractor's operations to a condition equal to that existing before damage or if this is not feasible, a reasonable settlement shall be made with the owner of the damaged property. If the Contractor fails to do so, or refuses to do so upon notice, the Owner may cause such restoration and deduct costs from payments to the Contractor.

Construction operation may occasionally break limbs, roots, or otherwise damage trees or bushes which overhang or extend into the construction area. When such damage occurs, the Contractor shall neatly cut off and remove the damaged portion. If the damage is extensive or involves large limbs, the Contractor shall, when so directed by the Engineer, contact the Landscape and Forestry Division and follow their instructions.

7-7.4 Right-of-Way: The available servitudes and rights-of-way for the construction of this improvement are those shown on the plans. Additional areas that may be required shall be obtained by the Contractor.

Unless otherwise shown on the plans or directed by the Project Engineer any improvements located within the construction limits may be temporarily removed for the execution of the work. Upon completion of the work, all items removed shall be reinstalled, and/or relocated, or restored to a condition equal to the condition that existed before the obstruction was removed.

WARNING: The Contractor may not store materials or equipment within the drip line of trees nor may he park equipment within the roadway overnight. Storage space within existing street right-of-

SP 10 of 32 way is extremely limited and the Contractor should arrange for adequate storage areas outside the right-of-way, if necessary.

7-7.5 Access for Construction: The hauling of materials and/or equipment shall comply with all legal load and height restrictions, unless otherwise permitted in writing by the Engineer. In addition, the Contractor shall be responsible for any damage done by his moving of materials or equipment (including his subcontractors and/or suppliers) on any public or private roads beyond the project limits, and roads damaged shall be repaired to the satisfaction of the Engineer before final acceptance will be made.

7-8 RESPONSIBILITY FOR DAMAGE CLAIMS: The contractor shall indemnify the City-Parish, its officers and employees from all suits, actions or claims brought because of injuries or damage sustained by any person or property due to negligent operations of the contractor; due to negligence in safeguarding the work; or use of unacceptable materials in constructing the work; or any negligent act, omission or misconduct of the contractor; or claims or amount recovered from infringements of patent, trademark or copyright; or from claims or amounts arising or recovered under the Workmen's Compensation Act or other law, ordinance, order or decree.

7-8.1 Contractor's Responsibility: Until final acceptance of the project by the Council, the contractor shall have the charge and care thereof and shall take every precaution against damage to any part thereof. The contractor shall rebuild, repair, restore or make good all damages to the work before final acceptance and shall bear the expense thereof.

7-8.2 No Waiver of Legal Rights: Upon completion of the work, the City-Parish will make final inspection and notify the contractor of acceptance. Such final acceptance shall not prevent the City- Parish from correcting any measurement, estimate or certificate made before or after completion of the work, nor shall the City-Parish be prevented from recovering from the contractor or surety, or both, such overpayment it may sustain by failure of the contractor to fulfill obligations under the contract. A waiver by the City-Parish of any breach of any part of the contract shall not be a waiver of any other breach.

The contractor shall be liable to the City-Parish for latent defects, fraud or such mistakes as amount to fraud, or as regards the City-Parish's rights under any warranty or guaranty.

SP 11 of 32 SP 12 of 32 SECTION 8 UTILITIES

8-4.3 Utilities To Be Adjusted: This subsection is deleted and replaced by the following:

The Contractor shall coordinate with each utility owner to have utilities that are in conflict with the Work relocated. Coordination activities shall include as a minimum communication (verbal and written) with all utilities with facilities potentially in conflict with the Work, meeting with the utility owners on site of conflicts, and working cooperatively with those utilities to schedule any required relocation work by the utilities or their contractors. The Contractor shall provide schedule updates of any change to the schedule of Work to all utilities affected every two weeks. Copies of all communications between the Contractor or subcontractors and the utilities shall be provided to the Engineer is requested.

Owners of utility facilities which require relocation, removal or adjustment shall, if possible, perform this work prior to commencement of the Contractor's work. Where utility work must be done in conjunction with the contractor's work or the work of other utilities (such as sewer rehabilitation work), arrangements for when, how and where the operation is to proceed shall be worked out among the parties concerned.

Total relocation cost may not exceed available contract allowance without prior City/Parish approval.

SECTION 9 PROSECUTION AND PROGRESS OF WORK

9-5 LIMITATION OF OPERATIONS: This subsection is deleted and replaced by the following:

The Contractor shall have no more work under construction than what can be properly prosecuted in accordance with the Contract Documents and with due regard to the rights and convenience of the public.

The Contractor shall conduct the work in such manner as will assure the least interference with traffic and shall have due regard to the location of detours and to provisions for handling traffic. The Contractor shall not begin new work to the detriment of work already started, and the Engineer may require the Contractor to finish a section on which work is in progress before work is started on additional sections if the opening of such section is essential to public convenience.

Work shall be done as far as practical during daylight hours on week days. Unless to meet the schedule of completion, or an emergency, special arrangements for which are made, no construction work shall be performed after 10:00 p.m. or on Sundays or holidays, except with permission of the Engineer. Before performing work at said times the Contractor shall give at least 48 hours notice to the Engineer so that inspection can be provided. No work shall be performed at night unless the Contractor has made provisions for proper illumination of the work. The Contractor shall be responsible for complying with noise ordinances while working outside normal working hours, and permission by the Engineer to perform work at night will not relieve the Contractor of complying with local ordinances and laws.

9-8.1 DETERMINATION OF CONTRACT TIME: This subsection is deleted and replaced by the following:

The number of days allowed for completion of the Work will be stated in the Contract and will be known as the "Contract Time".

The Contract Time will begin on the beginning date stated in the Notice To Proceed and will continue until all contract pay items and punch list items are complete. The Engineer, in his sole discretion, may stop Contract Time when he has determined that the Work is usable for its intended SP 13 of 32 purpose and the remaining work can be completed within thirty (30) days. If all work is not completed within thirty (30) days, Contract Time charges will be resumed retroactive to the date Contract Time was stopped.

When the Contract Time is on a calendar day basis, it shall consist of the number of calendar days stated in the Contract counting from the date of beginning stated in the Notice to Proceed, including all Sundays, holidays and non-working days. All calendar days elapsing between the effective dates of any orders of the Engineer to suspend work and to resume work for suspensions not the fault of the Contractor shall be excluded.

When the contract completion time is a fixed calendar date, it shall be the date on which all work on the Project shall be completed.

9-8.2.2 ADVERSE WEATHER: This subsection is deleted and replaced by the following:

Based on NOAA data, the following are the normal number of adverse weather days for the parish. An adverse weather day is one on which rainfall or wet soil conditions will prevent the Contractor from performing at least five (5) hours of work on the controlling item as shown on the construction progress schedule. The normal number of adverse weather days has been considered in determining the Contract Time.

Normal Number of Adverse Weather Days Per Calendar Month

Jan 8 April 6 July 7 Oct 5 Feb 6 May 8 Aug 5 Nov 7 Mar 5 June 6 Sept 5 Dec 7

If the Contractor believes that the actual number of adverse weather days exceeds the normal number of adverse weather days for any month, the Contractor must submit a written request to the Engineer for an extension of Contract Time. Such request shall be accompanied by supporting documentation and shall be received by the Engineer by the 15th of the following month. The Contractor will be notified in writing within fifteen (15) days as to the amount of Contract Time extension, if any, that is deemed justified by the Engineer and will be granted. If the Contractor fails to submit such requests in accordance with the foregoing procedure, no Contract Time extensions based on adverse weather will be considered.

The Contractor shall use the Adverse Weather and Working Day Monthly Report attached herein for tracking and documenting adverse weather days. The documentation shall be submitted as stated above.

9-8.2.3 EXTENSION OF TIME BECAUSE OF UNFORESEEN DELAYS: This subsection is added to the Contract:

If the Contractor believes that the schedule is delayed because of unforeseen conditions, the Contractor must submit a written request to the Engineer for an extension of Contract Time. Such request shall be accompanied by supporting documentation and shall be received by the Engineer by the 15th of the following month. The Contractor will be notified in writing within fifteen (15) days as to the amount of Contract Time extension, if any, that is deemed justified by the Engineer and will be granted. If the Contractor fails to submit such requests in accordance with the foregoing procedure, no Contract Time extensions based on delays because of unforeseen conditions will be considered.

The Contractor shall use the Weather and Working Day Report attached herein for tracking and documenting delays because of unforeseen conditions. The documentation shall be submitted as stated above. In order for a delay to be justified, the Contractor shall have to provide documentation showing that the critical path of the project schedule has been impacted.

SP 14 of 32

9-8.3 FAILURE TO COMPLETE ON TIME: This sub-section of the Standard Specifications is deleted and replaced by the following:

For each calendar day that the work remains uncompleted after expiration of the Contract Time limit, as extended, the sum of seven hundred dollars ($700.00) for liquidated damages will be withheld and deducted from the Contract Sum and/or the monthly progress payments which may otherwise be due the Contractor, not as a penalty but as stipulated damages.

Permitting the Contractor to continue the work after expiration of the Contract Time as extended will not operate as a waiver of the Owner or Owner of its rights under the Contract.

The amount of liquidated damages will be deducted from monthly progress payments for the work under the Contract or any other contract the Contractor has with the Owner, and the Contractor and his surety shall be liable for and shall pay the Owner any and all liquidated damages in excess of amounts due the Contractor under the Contract.

9-9 DEFAULT OF CONTRACT:

Add the following after item (h) in this subsection:

(i) Fails to comply with any of the requirements of the Contract.

Add the following paragraph to the end of this subsection:

Any contractor placed in default for any of the conditions specified above shall be ineligible to bid any City-Parish work for a period of six (6) months from the date of the default or until the reason for the default is remedied, whichever is earlier.

9-10.1 FULFILLMENT OF CONTRACT: The last sentence of this section is deleted and replaced by the following:

The contractor will then be released from further obligation except as required by law and the Surety and except as set forth in the surety bond and in Subsections 7-8.2 and 10-8 of the Contract Documents.

SP 15 of 32 ADVERSE WEATHER AND WORKING DAY MONTHLY REPORT

PROJECT NAME

PROJECT NUMBER

CONTRACTOR

MONTH

ACTUAL ADVERSE WEATHER DAYS (AAWD) THIS MONTH

ANTICIPATED ADVERSE WEATHER DAYS THIS MONTH AS DEFINED IN CONTRACT

EXCESS ADVERSE DAYS OF THIS MONTH, IF ANY

TOTAL EXCESS OF ADVERSE WEATHER DAYS (FROM THE COMMENCEMENT

DATE OF THIS PROJECT OR CONTRACT UNTIL THE END FO THIS REPORT PERIOD)

DATE AAWD COMMENTS DATE AAWD COMMENTS

(Y/N) (REASON FOR ADVERSE WEATHER (Y/N) (REASON FOR ADVERSE WEATHER

OR WORKING DAY LOSS, ETC.) OR WORKING DAY LOSS, ETC.)

1 16

2 17

3 18

4 19

5 20

6 21

7 22

8 23

9 24

10 25

11 26

12 27

13 28

14 29

15 30

31

I HAVE REVIEWED THE ABOVE AND CONCUR WITH THE I HEREBY CERTIFY THAT THE ABOVE INFORMATION IS OWNER'S RECOMMENDATIONS. CORRECT TO THE BEST OF MY KNOWLEDGE AND BELIEF. APPROVE: APPROVE: CONTRACTOR (OR AUTH. REPRESENTATIVE) INSPECTOR DATE: DATE: APPROVE: OWNER (OR AUTH. REPRESENTATIVE) DATE:

SP 16 of 32

SECTION 10 MEASUREMENT AND PAYMENT

10-2 SCOPE OF PAYMENT: Delete this subsection in its entirety and replace with the following:

The Contractor shall accept compensation provided for in the contract as full payment for furnishing all materials and performing all work under the contract in an acceptable manner and for all risk, loss, damage or expense arising out of the nature of the work or prosecution thereof.

If the specifications relating to a unit price in the Proposal Form requires that said unit price be considered compensation for certain work or material essential to the item, this same work or material will not also be paid for under any other pay item.

Items of work necessary for satisfactory completion of the project, but which are not included in the contract as separate pay items, will be considered subsidiary work and shall be included by the contractor in the proposal prices for pay items appearing in the Proposal Form.

Contractor shall maintain a list of vendors that have utilized the Tax Exempt Certificate to purchase eligible materials for incorporation in the Work. The list shall also include vendors used by Subcontractors. Contractor shall submit updated list with each request for payment.

10-6 PARTIAL PAYMENTS: Add the following at the end of this subsection:

Partial payment requests shall be submitted by the Contractor via the City-Parish Web Invoice Tool. Application for payments shall include the following support documents and must also be submitted via Web Invoice Tool with the payment request:

a. Application for Payment (monthly) 1. Cover Sheet 2. Contractor’s Certification Signature Sheet 3. Web Invoice Tool Spreadsheet 4. Tax Exemption Participation Form 5. Contractor’s Monthly DBE Participation Form 6. Adverse Weather Report 7. Pay Sheets 8. Authorization for Change (Fully Signed) when first billing for associated items (if billing for Change Order) 9. Authorization for Change Purchase Order (if billing for Change Order)

b. Application for Final Payment 1. Cover Sheet 2. Contractor’s Certification Signature Sheet 3. Web Invoice Tool Spreadsheet 4. *Tax Exemption Participation Form 5. *Contractor’s Monthly DBE Participation Form 6. *Adverse Weather Report 7. *Pay Sheets 8. DPW Final Adjustment of Quantities Spreadsheet 9. Final Change Order (Authorization for Change Fully Signed) 10. Final Change Purchase Order or Resolution (if credit)

*These items required if other charges besides Final Quantity Adjustments are being invoiced.

All payment applications that include charges against a contract Change Order must include a copy of the Authorization for Change with all required signatures and the Change Order Purchase Order or Resolution if the Change Order resulted in a credit to the Owner. The Contractor shall not alter the SP 17 of 32 support document forms in any way. Template forms will be provided to the Contractor at the preconstruction meeting. The naming convention for the Adobe (.pdf) files for Payment Application support documents to be entered in the Web Invoice Tool shall be as follows:

a. “Pay App 001 January” – Example for monthly (1st application in January) application for payment

b. “Pay App 001 January Rev 1” – Example for a revised monthly (1st application in January) application for payment

c. “Pay App 002 February Final” – Example for final payment application

Add the following paragraph to the end of this section:

10-9 SALES AND USE TAX EXEMPTION: In order to take advantage of the exemption of sales and use tax, Contractor and each of its Subcontractors shall obtain a LDR Form R-1020 (latest version), “Designation of Construction Contractor as Agent of a Governmental Entity and Exemption Certificate” signed by the designated City-Parish official, prior to purchase of materials for incorporation in the Work. The dates of the project on the form are to be filled out by the City-Parish not the Contractor or Subcontractor. Subcontractor tax exempt forms not submitted at time of execution of Contract shall be submitted immediately by Contractor to the Engineer assigned to this project upon execution of a new subcontract. The Engineer will coordinate the additional Subcontractor tax exemption forms with City-Parish and return to the Contractor.

SP 18 of 32 SECTION 805 PUMP STATION ELECTRICAL AND INSTRUMENTATION

805-1 SCOPE OF WORK: This specification provides a general description of pump station electrical and instrumentation requirements. Details may vary depending on equipment offered. Provide materials, equipment, and appurtenances as specified. Rehabilitation shall include, but not be limited to removing and properly disposing of specified existing flooded parts and equipment, furnishing and installing replacement parts and equipment and their accessories, electrical service, controls and control accessories; and associated activities such as factory testing, delivery, installation, and field testing.

All units installed shall be of the highest standard available for this type of service including field testing of the entire installation and instructing the regular operating personnel in the care, operation, and maintenance of equipment.

805-2 GENERAL REQUIREMENTS:

a. Contractor shall operate in a safe and responsible manner by maintaining a safe working environment, properly delineating work areas, utilizing appropriate safety equipment and shall comply with all rules and regulations of local, state and federal authorities.

b. The overall scope of work for this project is to replace existing electrical and instrumentation equipment damaged by natural disaster in order for the existing system to properly operate as before the damage. As such, certain equipment must match products in the existing system and are proprietary. Programmable logic controllers shall be manufactured by TESCO Controls, Inc.and shall have capability.

Panel manufacturer/assembler shall provide UL inspection of service entrance and control panels and each panel shall have a UL label meeting UL 508 for Industrial Control Panel standards. 805-3 SUBMITTALS: Submittals shall include 6 copies of at least the following:

a. Certified shop and erection drawings showing details of construction, dimensions, anchor bolt locations.

b. Materials of construction list for machinery and structural components.

c. Descriptive literature, bulletins, and/or catalogs of the equipment.

d. A bill of materials for all equipment.

e. Certified agreement to conditions of the warranty.

f. Shop and erection drawings shall be submitted showing details of construction, dimensions, anchor bolt locations, dead front panel layouts, sub-dead front panel layouts, etc. Submittal shall also include a layout of panel penetrations for connections of the various conduits detailed in the panel size schedules in the Contract Documents. Each penetration shall be designated in submittal with a letter and description corresponding with letter and description noted on panel size schedules in the Contract Documents for the circuit to be utilizing the particular penetration. Panel supplier shall certify the Drawings.

g. Wiring diagrams, elementary diagrams and ladder diagrams shall be submitted and certified by panel supplier.

SP 19 of 32 h. Color photographs of panels presently in service showing complete overall and close up construction details of panels similar to those specified herein shall be provided with shop drawings submittals. Also, a list of locations where similar panels are in service along with contact personnel shall be provided in Shop Drawings for inspection of such panel at Engineer’s option prior to review of Shop Drawings.

i. Descriptive literature, bulletins, and/or catalog data of field and panel-mounted instruments, devices and equipment.

j. 6 hard and 1 digital copy of Operation and Maintenance Manuals as specified herein.

k. Written report confirming the results of the startup and testing activities specified herein.

l. Certificates of Proper Installation for equipment as specified under Article Installation.

m. In the event that it is impossible to conform to certain details of the Specifications because of different manufacturing techniques, describe completely nonconforming aspects.

805-4 OPERATING INSTRUCTIONS: After successful completion of Project provide Engineer six (6) hard and one digital copy of an as-built operating and maintenance manual for each PLC, instrument, and item of electrical apparatus. Manuals shall be prepared specifically referenced for each installation and shall include all required cut sheets, equipment lists, descriptions, programming code, parts lists, repair instructions, preventive maintenance requirements, etc. that are required to instruct operating and maintenance personnel unfamiliar with such equipment.

805-5 MATERIALS AND EQUIPMENT:

a. The overall scope of work for this project is to replace existing electrical and instrumentation equipment damaged by natural disaster in order for the existing system to properly operate as before the damage. As such, certain equipment must match products in the existing system and are proprietary. See Section 805-2.

b. The equipment covered by these Specifications is intended to be standard equipment of proven ability as manufactured by reputable company having long experience in the production of such equipment. The equipment furnished shall be designed, constructed, and installed in accordance with the best practice and methods, and shall operate satisfactorily when installed as shown in the Contract Documents.

c. Powered equipment not specifically mentioned in this section shall be appropriate for the operation it is used for.

d. Appropriate tools will be utilized for their intended tasks. Tools will be properly maintained and in good working order.

805-6 PRODUCT HANDLING:

a. Parts shall be properly protected so no damage or deterioration will occur during a prolonged delay from time of shipment until installation is completed and the units and equipment are ready for operation.

b. Equipment and parts shall be properly protected against damage during storage at site.

c. Factory assembled parts and components shall not be dismantled for shipment unless permission is received in writing from Engineer.

SP 20 of 32 d. Each box or package shall be properly marked to show its net weight in addition to its contents.

805-7 WARRANTY: Contractor shall provide guarantee for a minimum period of one (1) year against defects in workmanship, parts, and materials for all repairs. The warranty period shall begin upon formal acceptance of the work order. Upon written notification, the Contractor shall promptly correct all work found to be defective during the 1-year period. If the Contractor does not promptly comply with such instructions, or where delay would cause a risk of serious loss of injury, the City-Parish may have the defective work corrected, and all costs thereof shall be borne by the Vendor or the Contractor’s surety.

805-7.1 Control Panel: From the time the pump station is accepted for maintenance by the Owner, pump control panel components shall carry a full one (1)-year replacement warranty. Programmable pump controller shall carry a ten (10)-year replacement warranty.

805-7.2 Transformers, Electrical Distribution Equipment, and Other Accessory Items: The obligation of the Contractor and part supplier shall be to repair and/or replace defective transformers, electrical distribution equipment, lighting, and other accessory items, or any of their defective components which are supplied under this Specification at no additional cost to Owner concurrent with warranty period.

805-7.3 Agreement to Warranty Conditions: Pump manufacturer shall, as a part of the required Shop Drawing and product submittal data, deliver a certified statement of agreement to the above listed conditions of warranty for equipment and materials to be supplied and installed under this Specification. If this agreement is not submitted, equipment shall not be approved.

A typewritten or printed copy of product warranty, including the above provisions and applicable dates of commencement and expiration of each warranty period shall be supplied with other required product data.

805-8 PUMP CONTROL AND SERVICE ENTRANCE PANELS:

a. Furnish all labor, materials, equipment and incidentals required and install pump station service entrance and control panels, complete and ready for use. Pump control panels shall be furnished complete with liquid level controls as specified herein and as shown in the Contract Documents.

b. Pump control logic and sensors are to be made or assembled and warranted by the manufacturer of the service entrance and control panels in addition to all other warranties specified herein.

c. In order to assume electrical and control system responsibility, the above specified pump control panels shall be furnished completely wired, including interlocking between motor control, accessory devices, and level systems. Pump control panels furnished for all pump stations on this project shall be of the same manufacturer.

805-9 CONTROL PANEL:

a. Furnish and install equipment as shown in the Contract Documents in a low profile, UL 508 listed, weatherproof NEMA 4X, Type 316 stainless steel panel with rain-tight cap, sealed bottom, and eight-inch leg stands. Pump control panel shall be as manufactured by TESCO Controls Inc., or approved equal. Enclosure shall be furnished with hinged dead front interior and exterior doors. Outer enclosure shall be constructed of 12-gauge, Type 316 stainless steel with non-glare finish. Doors shall be equipped with Type 316 stainless steel polished handles with three point roller bearing latches and hasps for owner padlocks. Doors shall be hinged on the same side and shall open to greater than 90 degrees. Outer doors shall also be furnished with metal doorstops for SP 21 of 32 use in wind conditions. Dead front latches shall be 1/4 turn adjustable with one eighth inch thick latching dog and knurled knob. Interior mounting hardware shall be Type 316 stainless steel. Enclosure exterior shall be unpainted. Interior color including front and back of hinged dead front doors, separation barriers and mounting backpanels shall be white. Painting process shall include five stages of metal preparation using dip tanks as follows: 1) Alkaline cleaner, 2) Clear water rinse, 3) Iron phosphate application, 4) Clear water rinse, and 5) Inhibitive rinse to seal phosphated surfaces. Finish shall be polyester dry powder, electrostatically applied and baked on at 380 degrees F.

b. Enclosure shall be compartmentalized such that programmable pump controller, power, and telemetry sections are isolated from each other. In compartments containing programmable pump controller, barriers behind inner dead front doors shall separate power sections and space for telemetry. Space shall be available in pump control panel for the mounting of existing or new telemetry components (Ethernet switch, radio/modem, battery and charger). Openings shall be sealed to prevent entrance of insects and rodents.

c. Pump control panel shall house the main circuit breaker, and an ATS. A separate utility switch with an appropriately sized breaker in a box shall be attached to the main control panel. Main circuit breaker, branch circuit breakers, and wiring shall be located behind interior dead front door. Interlocks, control device and circuit breaker operation shall be possible without opening dead front door. Elapsed time meters, indicating devices and H.O.A. switches, shall be mounted on the inside dead front door. Breaker cutouts for breaker toggle protrusion shall be supplied, to eliminate exposure to hazardous potentials. A physical lockout device shall be supplied on each motor circuit breaker. /surge protection and PFR power fail relay shall be furnished to protect panel equipment from lightning, loss of power, or Utility power surges. Provide additional surge suppression on 120V ac service to programmable controller and external analog loops. Provide GFCI receptacle, intrusion switch and florescent light with door-activated switch in each panel section. Provide site area light switch with associated circuit breaker protection. Bussing and wire shall be copper. Wire shall be stranded with locking spade pressure connectors and labeled with clip-on permanent plastic wire markers. Circuit breakers and dead front mounted devices (lights and switches) shall be equipped with engraved phenolic nameplates.

d. When control panel is installed outside, provide climate control devices to keep temperature and humidity within limits of installed devices and equipment. Provide individual heaters in each control enclosure section sized to maintain a minimum temperature and maximum humidity based on the most extreme ambient environment. Each heater shall be controlled by individual humidistat with independent controls for humidity and temperature. The anticipated outside ambient environment temperature range shall be between 15 and 103 degrees F with 100 percent humidity and direct sun exposure.

805-10 TERMINAL AND DISTRIBUTION BLOCKS: Distribution blocks shall be furnished and installed as required for "fan-out" of control power and other 120V sources within enclosure. Blocks shall be rated 300V at a minimum of 20 amperes and sized for the conductors served. Distribution blocks shall be Entrelec, Allen Bradley, Connectron, or approved equal.

805-11 CIRCUIT BREAKERS: Unless noted otherwise on the Contract Documents, pumps less than 5 horsepower shall have 230V ac, three-phase service with breakers, starters and overloads as per NEC recommended sizes. Pumps five (5) horsepower and over shall have 480V ac service with breakers, starters & overloads as per NEC recommended sizes. All 230/480 volt circuit breakers shall have interrupting capacities at 14,000 amperes. All 120-volt breakers shall be rated 10,000 amperes interrupting capacity. Circuit breakers shall be of the indicating type, providing ON, OFF, and TRIPPED positions of operating handle. Circuit breakers shall be quick-make, quick-break, with a thermal-magnetic action. Circuit breakers shall be bolted on type with molded case and lugs on both SP 22 of 32 sides. Use of tandem or dual circuit breakers in a normal single-pole space to provide the number of poles or spaces specified is not acceptable. Multiple-pole circuit breakers shall be designed so an overload on one pole automatically causes all poles to open. Circuit breakers shall meet requirements of UL and NEMA AB l. Breakers shall be Cutler Hammer EHD, QC, or approved equal. Circuit breakers shall be UL listed heavy-duty molded case circuit breakers. Circuit breakers shall conform to UL 489, UL 486B, and UL 1087. Circuit Breakers shall also comply with the National Electrical Code and Federal Specification W-C-375C.

805-12 MOTOR CONTROL:

a. Provide each motor with suitable controller and devices that will perform functions as specified for their respective motors. Controllers shall conform to applicable requirements of NEMA ICS, ANSI C19.1, the NEC, and UL. Anticipated horsepower ratings are shown on the Contract Documents. This information is for guidance only and does not limit equipment size. When motors furnished differ from the expected ratings indicated, make necessary adjustments to wiring, conduit, disconnect devices, motor starters, branch circuit protection, and other affected material or equipment to accommodate motors actually installed at no additional cost to Owner.

b. Each motor control system shall be equipped with a HAND/OFF/AUTO control switch, indicating lights, elapsed time meter, motor starter, and three-phase pump current monitoring.

c. Control switches and indicating lights shall be UL listed oil-tight devices rated heavy duty as manufactured by Allen Bradley or approved equal. Motor starters shall be NEMA rated with an electrically held contact and single reset, three-phase, overload relay with a normally closed holding contact and a normally open isolated contact for overload alarm. Each overload shall be ambient compensated and shall trip on 600% of full load current in less than six (6) seconds. Each motor starter Size 3 and larger shall be furnished with a minimum of four auxiliary contacts and provisions for adding two more. Auxiliary contacts shall be convertible, in the field, from normally open to normally closed. Each overload relay shall have a test trip push-button built-in and an adjustable calibrated trip with indicating dial. There shall be an unbreakable steel operator, with insulated plastic foot (for safety) through the dead front door for manual reset. Motor starters shall be Allen Bradley or approved equal.

d. Indicating Lights Color Convention:

1. Red = pump running.

2. Green = pump off.

3. Yellow/Amber = pump fail.

e. Elapsed running time meter for recording total elapsed running time for each motor shall be six digit, non-reset, recording in hours and tenths. Meters shall be mounted to dead front door with stainless steel machine screws. Sheet metal screws will not be acceptable.

805-13 CONTROL POWER TRANSFORMER: Transformer shall be furnished with primary and secondary fusing. Transformer shall be encapsulated with electrical grade epoxy and silica sand to completely seal the core and coils from moisture and contaminants. Transformer shall be designed for quiet operation, 180 degrees C insulation system standard with 115 degrees C temperature rise for longer, more reliable life. Transformer shall be made in USA and meet or exceed all applicable NEMA, ANSI, OSHA, UL, and CSA requirements.

805-14 PANELBOARD: Panel board shall be circuit breaker type custom constructed to utilize SP 23 of 32 minimum enclosure space with breakers as shown. Circuit breakers shall be molded case, screw-on type with lugs on both sides. Panel board shall be furnished with phenolic nameplates. Panel board transformer shall be dry type construction sized as shown in the Contract Documents with primary breaker protection. Panel board transformer shall be a Jefferson 211, G.E., or approved equal.

805-15 CONDUIT SYSTEMS: Conduit shall be PVC-coated Rigid Galvanized Steel (GRS), rigid aluminum, or Schedule 40 or 80 PVC, unless otherwise noted. All underground conduits shall be direct buried PVC-coated GRS; except conduit for the electric utility service lateral shall be direct bury Schedule 40 or 80 PVC as required by local Utility provider requirements and direct bury Schedule 40 PVC shall be used for conduit between the control panel and the generator pad. Above ground conduits shall be PVC-coated GRS or rigid aluminum. Conduit inside electrical buildings shall be rigid aluminum. No other conduit types will be allowed.

805-15.1.1 PVC-Coated Rigid Galvanized Steel Conduit: PVC-Coated Rigid Galvanized Steel Conduit shall be constructed to meet the requirements of NEMA RN 1, NEMA C80.1 and UL 6. The exterior finish shall be PVC coating, 40-mil nominal thickness with bond to metal having tensile strength greater than PVC and an interior finish consisting of a 2-mil nominal thickness of Urethane coating. Threads shall be hot-dipped galvanized and factory coated with urethane. Conduit shall be bendable without damage to interior or exterior coating. PVC-Coated Rigid Galvanized Steel Conduit fittings shall meet requirements of UL 514B. Fittings shall be rigid galvanized steel type, PVC coated by conduit manufacturer. Conduit bodies shall be cast metal hot-dipped galvanized or urethane finish. Cover shall be of same material as conduit body. PVC coated by conduit manufacturer of 40-mil PVC exterior, 2-mil urethane interior with overlapping pressure-sealing sleeves. Manufacturer shall be Robroy Industries, Plasti-Bond.

805-15.2 PVC Schedule 40 Conduit: PVC Schedule 40 and 80 conduit shall be constructed to meet the requirements of NEMA TC 2 and UL 651 or as otherwise required by utility provider. The product shall be UL listed and labeled for concrete encasement, underground direct burial, concealed or direct sunlight exposure, and 90 degrees C insulated conductors. Fitting shall meet the requirements of NEMA TC 3 for slip-on PVC fittings.

805-15.3 Rigid Aluminum Conduit: Rigid Aluminum Conduit shall be constructed of Type 6063, copper-free aluminum alloy, meeting the requirements of NEMA C80.5 and UL 6A. Fittings used with rigid aluminum conduit shall meet the requirements of and be labeled UL 514. Fitting shall be threaded, copper-free aluminum. Set screw fittings not permitted. Provide fittings as follows:

a. Insulated Bushings shall be cast aluminum, with integral insulated throat, rated for 150 degrees C as manufactured by O-Z/Gedney, Type AB.

b. Grounding Bushing shall be cast aluminum with integral insulated throat, rated for 150 degrees, with solderless lugs as manufactured by O-Z/Gedney, Type ABLG.

c. Conduit Hub shall be cast aluminum, with insulated throat, UL listed for use in wet locations as manufactured by O-Z/Gedney, Type CHA or equal.

d. Conduit Bodies shall be one of the following Manufacturers and Products

1. For Normal Conditions:

i. Appleton; Form 85 threaded unilets. ii. Crouse-Hinds; Mark 9 or Form 7-SA threaded condulets. iii. Killark; Series O electrolets.

2. For Hazardous Locations:

i. Appleton. ii. Crouse-Hinds. SP 24 of 32 iii. Killark.

3. Conduit Sealing Fitting shall be one of the following manufacturers and Products:

i. Appleton; Type EYF-AL or Type EYM-AL. ii. Crouse-Hinds; Type EYS-SA or Type EZS-SA. iii. Killark; Type EY or Type EYS.

4. Drain Seal shall be one of the following Manufacturers and Products:

i. Appleton; Type EYDM-A. ii. Crouse-Hinds; Type EYD-SA or Type EZD-SA.

5. Drain/Breather Fitting shall be one of the following Manufacturers and Products:

i. Appleton; Type ECDB. ii. Crouse-Hinds; ECD.

6. Expansion Fitting shall be one of the following Manufacturers and Products:

i. Deflection/Expansion Movement: Steel City; Type DF-A. ii. Expansion Movement Only: Steel City; Type AF-A.

7. Cable Sealing Fittings:

i. To form watertight nonslip cord or cable connection to conduit. ii. Bushing: Neoprene at connector entry. iii. Manufacturer and Product: Appleton; CG-S.

805-16 PUSH-BUTTONS AND SELECTOR SWITCHES: Furnish and install push buttons and selector switches as shown in the Contract Documents. Engraved phenolic nameplates shall specify each switches function. Switches shall be full voltage Allen Bradley 800H series or approved equal.

805-17 RECEPTACLES, DUPLEX: Receptacles shall be of specification grade and of NEMA configuration and rated 2 pole, 3 wire grounding, 20 amperes, 125 volts, such as Leviton 6898, Bryant 5252, or approved equal. Bases shall be of ivory phenolic composition. Wire terminals shall be suitable for 10 AWG wire and shall be screw type. Receptacles shall be UL listed. The receptacles shall have corrosion resistant conducting parts of nickel-plated brass and other metal parts of stainless steel. All external and dead front receptacles shall be installed on ground fault interrupter circuits (GFCI).

805-18 RELAYS, CONTROL: Control relays shall be Potter and Brumfield KU, Idec Type RR or approved equal. Two form-C contacts (minimum) shall be provided on each relay. Provide relay energized neon lamp (inside relay case).

805-19 RELAYS, POWER FAIL: The power fail relay shall continuously monitor the three phases for power loss, low voltage, phase loss, phase reversal and have automatic reset. The power fail monitor shall have a dropout voltage adjustment and a failure indicating LED. Provide Timemark B269, or approved equal.

805-20 RELAYS, FLOAT SWITCH : Float interface transceivers shall be provided for functions as shown in the Contract Documents. Transceivers shall connect to optical floats that have no electrical wires or metallic connections between control panel and floats in wet well. Optical transceivers shall be Opti-Float® model TR2 as represented by Tesco Controls, Inc. or approved equal.

805-21 RELAYS, TIME DELAY: Time delay relays shall be solid state relays with a timer adjustable SP 25 of 32 over the range one (1) to sixty (60) seconds unless other ranges are indicated or required. Provide LED relay energized indicator lamp. Time delay relays shall be Idec RTE or approved equal.

805-22 RELAYS, PUMP MOISTURE SENSING: Pump moisture sensing relays shall be provided for submersible pumps. The unit shall be specifically designed for monitoring conductive circuits. The unit shall utilize low current (120 micro amps maximum) and low voltage (12 volts d-c maximum). Unit sensitivity shall allow pick-up on circuit closures of 100 K ohms or less. Pump moisture sensing relays shall be TESCO 72-144 or approved equal.

805-23 LEVEL MONITORING SYSTEM: Level monitoring shall be by a Captive Air System consisting of a 120-volt air compressor, compression bell, 3-way solenoid valve, and level transducer as shown in the Contract Documents. Level transducer senses back pressure of the static air column set up in the compression bell that is periodically replenished by the purge air compressor. Compression bell shall be Type 316 stainless steel and designed for resistance to buildup of foreign material. Compression bell shall also be designed to travel on the independent guide rail system. The specially designed programmed multi-cycle cleaning system shall prevent compression bell from plugging while minimizing compressor run time. Level monitoring system shall also provide a means of manually actuating the purging cycle when immediate purging and cleaning is necessary. 120-volt compressors shall start against a 250-psi head and shall be furnished with a written ten (10)-year warranty.

805-24 FLOAT SWITCH BACKUP CONTROL SYSTEM: Float interface transceivers shall be provided for functions as shown in the Contract Documents. Transceivers shall connect to optical floats that have no electrical wires or metallic connections between control panel and floats in the wet well. Optical transceivers shall be Opti-Float® model TR2 as represented by Tesco Controls, Inc. or approved equal. Provide optical float switches and associated transceivers and cables as specified in 805-20, and Type 316 stainless steel mounting bracket, for low level/high level alarm status as a backup for captive air system level control. Float control system shall call for pumps to operate should primary control system fail. Refer to the Contract Documents for details.

805-25 EXTERIOR ALARM LIGHT AND HORN: Provide weatherproof exterior alarm light with red LEXAN lens on top. Exterior alarm light shall burn dimly during normal conditions to indicate “POWER ON” and “LAMP GOOD” and shall flash brightly during failure condition. Provide Type 316 stainless steel protective box open front and top as shown in the Contract Documents for Type I Pump Stations. Provide NEMA 4X panel mounted, 120-volt horn with adjustable output from 78 to 103 dB, Edwards Signaling and Security Systems, AdaptaHorn 870P or equal. Horn shall energize when alarm light is signaling failure condition. Mount horn on control side of enclosure for Type I Pump Stations.

805-26 INSTALLATION: The Contractor shall submit a Certificate of Proper Installation for the pumps, control panel and Contractor-procured generator from the equipment manufacturer’s field representative stating that the installation of the equipment is satisfactory, that the equipment is ready for operation, and that the City-Parish operating personnel have been suitably instructed in the operation.

805-27 INSPECTION AND TESTING:

805-27.1 Panels and Instrumentation:

a. Engineer shall have the right to inspect, test, or witness tests of materials or equipment to be furnished under these Specifications prior to their shipment from the point of manufacture.

b. Notify Engineer in writing prior to initial shipment, in ample time so Engineer can make arrangements for inspection.

c. Services of panel manufacturer factory representative shall be furnished, for a minimum of one (1) day per pump station, who shall have complete knowledge of SP 26 of 32 proper operation and maintenance to inspect final installation and supervise test run of the equipment. d. Field tests shall not be conducted until such time that the entire installation is complete and ready for testing. e. In the event the equipment does not meet Final Acceptance Test, Contractor shall, at no additional expense to Owner, make such changes and adjustments in the equipment that they deem necessary and conduct further tests until Engineer indicates full satisfaction and written certification is issued. f. Bubbler tubing shall be leakage tested at 60 psi for one hour at constant pressure. g. Formal Tests/Checkouts:

1. Contractor shall furnish the services of the manufacturer's servicemen, all special tools, calibration equipment, and labor to perform the tests and checkouts. Utility services, including water, shall be in place prior to 24-hour facility testing. Certified copies of the tests shall be furnished in duplicate to the Engineer.

2. Following installation and final adjustment of instruments, meters, and flow control devices, a performance check shall be made on each metering and flow control system. Meters shall be tested at 10 percent or 12-1/2 percent, 20 percent, 50 percent, and 100 percent of scale, as required. The total error based on manufacturer's certification for differential produced, when added to the field determined instrument errors, shall not exceed plus or minus two (+2) percent.

3. If, during running of the tests, one or more points appear to be out by more than the specified amount, manufacturer's field engineer shall make such adjustments or alterations as are necessary to bring equipment to specification performance. Following such adjustment, the test shall be repeated for all specified points to insure compliance.

4. At least two (2) weeks prior to final acceptance, instrument system supplier shall submit a proposed test procedure to Engineer for approval. Proposal shall be designed to completely check out components and sequences point by point during formal test. Each point of the test shall be completely documented and each point shall be signed off in the presence of the Engineer. Contractor shall supply equipment and labor necessary to complete testing and correct all defects to satisfaction of Engineer.

5. Verify, demonstrate and document that the system works as specified in the functional control logic requirements. Verify and document accuracy of all instrument readings, proper operation of all alarm and status points. Verify and document BITS and WORDS involved in SCADA data exchange.

SP 27 of 32 SECTION 813 SEWER FLOW CONTROL

813-1 DESCRIPTION: Sewer flow control is a set of methods to adjust the flow in the sewer system to allow for inspection, maintenance, repair or replacement. This is accomplished by either blocking or plugging the incoming lines to restrict flow or through the use of pumps to bypass the flow around the work area until the work is completed.

813-2 SCOPE OF WORK:

a. The Contractor shall be required to furnish all materials, labor, equipment, power, maintenance, etc. to implement the necessary flow control system and control the flow around and/or through the work area for the duration of the work.

b. The design and installation of the necessary systems as well as the operation of the temporary pumping systems (if necessary) shall be the Contractor’s responsibility.

c. If bypass pumping and/or pump station shut down is required, the Contractor shall coordinate with the Wastewater Collection Pump Maintenance Superintendent.

d. Flow control will be required to conduct inspection or other maintenance/rehabilitation operations when the existing flow in the lines is above the following levels:

1. Maximum Depth of Flow for CCTV Inspection:

The entire circumference of the pipe (360 degrees) shall be viewable to the satisfaction of the Engineer. Contractor shall dewater the pipe as necessary to allow the required visibility.

2. Maximum Depth of Flow for Joint Sealing:

6" - 12" Pipe 40% of pipe diameter 15" - 24" Pipe 45% of pipe diameter >24" Pipe 50% of pipe diameter

e. Public notification and coordination with the homeowners shall be identified in the submittals and accomplished according to the following:

1. At least 7 days prior to any work, shutdown of service, or reduction in service to any line segment, the Contractor shall go door-to-door to distribute an Owner approved Homeowner Door Knocker describing the work to be performed.

2. On the day the service is to be shutdown or reduced, prior to commencing the work, the Contractor shall knock on the doors of all structures potentially impacted by the work and personally notify the occupants.

3. The Contractor shall notify by fax or email to the Owner’s designated office the location of line segment in which service is to be shutdown or reduced prior to 7:00 a.m.

813-3 SUBMITTALS: At the request of the Engineer, the Contractor shall submit the following information:

a. Flow Control Plan: At the request of the Engineer, the Plan shall be submitted a minimum of 48 hours prior to controlling flows and shall include the following information:

SP 28 of 32 1. Estimate of peak flow to be controlled 2. Detailed procedures for handling peak estimated flow 3. Schedule for controlling flow 4. Listing of equipment needed for flow control 5. Operation plan 6. Emergency procedures 7. Permits to close roads or lanes if necessary 8. Drawing of plug, bypass pump and pipeline locations (if bypass pumping is required) 9. Bypass pump sizes, capacities, number of each size to be onsite (including standby equipment) and power requirements (if bypass pumping is required) 10. Bypass pipeline sizes and material types (if bypass pumping is required)

813-4 FLOW CONTROL PRECAUTIONS: Whenever flows in a sewer line are blocked, plugged or bypassed, sufficient precautions shall be taken to protect the sewer lines from damage that might be inflicted by excessive sewer surcharging. Further precautions shall be taken to ensure that sewer flow control operations do not cause flooding or damage to public or private property being served by the sewers involved.

In situations where flow is running through an open trench during a sewer repair or replacement, Contractor shall take precautions to ensure that debris, bedding/backfill material, sediment, etc. do not enter into the sewer system possibly causing damage to downstream pump stations. In the event debris, bedding/backfill material, sediment, etc. does enter the downstream sewer system due to Contractor negligence, the Contractor shall be responsible for cleaning and videoing the downstream system and also any damage to the downstream pump station equipment at no additional cost to the Owner.

813-5 PLUGGING OR BLOCKING:

a. A sewer line plug permanently marked with a Contractor identification tag, shall be inserted into the line upstream of the pipe segment being inspected or repaired. Where necessary, plugs permanently marked with a Contractor identification tag, shall also be installed into the storm sewer pipe. Plugs shall be so designed that all or any portion of the flow can be released. All plugs shall have a tag line attached to them that extends outside of the manhole or wet well in addition to the air line in case of air line rupture. During CCTV inspection and sealing operations, flow shall be reduced to within the limits specified in Subsection 813-2.d.

b. After the Work has been completed and restricting the flow is no longer needed for the work, then the flow shall be restored to normal. Flow shall be restored by removing the plugs in an order that permits flow to slowly return to normal without surcharging or causing other major disturbances downstream.

c. Temporary plugs shall be removed and the flow restored to normal at the end of each working day. If downstream work is not or cannot be completed during the workday then the Contractor shall be required to provide, operate, and maintain bypass pumping system on a 24 hour basis.

d. The Contractor shall use bypass pumping if the work cannot be scheduled or cannot be completed at a time when flow is within the flow levels specified by Subsection 813-2.d.

813-6 PERFORMANCE REQUIREMENTS:

a. It is essential that the sewer service have no interruption through the duration of the Work. If the storage capacity of the upstream line is not adequate to store the flow during the duration of the work or if the line is to be shut down for a period greater than 8 hours, then the Contractor shall provide adequate bypass pumping so that there is no SP 29 of 32 interruption in the flow throughout the duration of the work. Therefore, Contractor shall provide, maintain and operate all temporary facilities such as dams, plugs, pumping equipment (both primary and back-up units) as necessary to intercept the flow before it impacts the work area, carry it past the work area and return it to the existing sewer system downstream of the work.

b. Discharge of sewage into the construction trench, private or public property, gutters, streets, sidewalks or storm sewers shall not be permitted.

813-7 FLOW ELIMINATION:

a. The flow shall be completely eliminated when required for sewer pipe replacement, structural concrete repairs in deteriorated manholes, or installation of cured-in-place pipe.

b. Flow elimination may be accomplished by temporary shutdown of pump stations where possible, or by plugging upstream sewers and pumping of flows, if required. Temporary shutdown of pump stations shall be done by Wastewater Maintenance personnel only.

c. All requests of the Contractor to eliminate or adjust the flow within the system shall be made in writing to the Owner. Owner and Contractor recognize and acknowledge that the elimination and/or adjustment of the flow are a cooperative effort and that the time and effort required achieving the desired flow varies. Owner and Contractor declare and agree that Contractor shall not be allowed, due, or paid any additional compensation, whatsoever, for Contractor's work, effort, time, material, labor, rentals, equipment, expenses, etc., during, as a result of, or arising from the elimination or adjustment of the flow.

813-8 PUMPING AND BYPASSING:

a. The Contractor shall obtain approval and secure all permits for placement of temporary bypass pumping system and pipeline within public right-of-way.

b. Bypass pumping may be required whenever pump stations are shut down or flow in gravity sewer lines are restricted or blocked. The Contractor shall supply the necessary pumps, conduits, and other equipment to divert the flow around the pump station, restriction, blockage, or other structure in which work is to be performed. Temporary shutdowns shall be performed by Wastewater Collection Pump Maintenance Personnel only. The bypass system shall be of sufficient capacity to handle existing flows plus additional flow that may occur during periods of a rainfall. Electric pumps or diesel silent pack pumps shall be used. No other type of pump will be acceptable without prior approval of the Owner.

c. The Contractor shall be responsible for furnishing the necessary equipment, power, labor, and supervision to set up and operate the pumping and bypassing system. If pumping is required on a 24-hour basis, all equipment shall be operated in a manner to keep the pump noise at a minimum, and in accordance with City/Parish noise ordinance.

d. The Contractor shall be solely responsible for clean-up, repair, property damage costs and claims resulting from failure of the diversion system.

e. Bypass pumping shall not damage private or public property, or create a nuisance or public menace. Pumped sewage shall be in an enclosed pipe that is adequately protected from traffic, and shall be redirected into sanitary sewer system or alternatively into an enclosed tank for hauling to the wastewater treatment plant. SP 30 of 32 Dumping or free flow of sewage on private or public property, gutters, streets, sidewalks, or into storm sewers is prohibited. Dumping of storm water may be discharged at a downstream location, as approved by the Engineer.

f. The Contractor shall make all arrangements for bypass pumping during the times when the main is shut down for any reason. The Contractor shall also perform the work during a low-flow period whenever possible.

g. The Contractor shall furnish, install, and maintain power, primary and standby pumps, equipment, and bypass piping required to maintain existing flows and services.

1. All pumps used shall be fully automatic self-priming units that do not require the use of foot-valves or vacuum pumps in the priming system. All pumps used must be constructed to allow dry running for long periods of time to accommodate the cyclical nature of effluent flows.

2. The Contractor shall provide the necessary stop/start controls for each pump.

3. The Contractor shall included one stand-by pump of each size to be maintained on site. Back-up pumps shall be on-line and isolated from the primary system by a valve.

4. In order to prevent the accidental spillage of flows, all discharge systems shall be temporarily constructed of a secure, tight, leak free discharge pipe. Under no circumstances will aluminum “irrigation” type piping or glued PVC pipe be allowed.

h. The Contractor shall be responsible for continuity of sewer service to each facility connected to the section of sewer main during the execution of the work, and shall also bypass the main sewer flow around the pipe to be replaced, or into adjacent sewers.

i. The pumps and the bypass lines shall be of adequate capacity and size to handle all flows without backup to private property.

j. Costs of bypass pumping, when needed, shall be included in the Contractors bid and shall be considered incidental to the work, unless a specific bid item is provided in the bid form.

813-9 SERVICE LATERAL DISCONNECTION:

a. Disconnected sewer service lateral connections shall be accommodated by bypass pumping or containment of the flow from time of disconnection to time of reconnection. This shall be accomplished by a mechanical pump and manifold system or by a storage system such as a bladder tank system. The storage system shall be capable of holding adequate sewage from each sewer service lateral connection for a period of 24 hours. Each storage system shall be emptied or pumped during each 24-hour period and properly disposed of.

b. When a service lateral must be disconnected from the main for more than 1 work day, the lateral shall be positively drained or pumped a minimum of once every 24 hours. The Contractor shall monitor status of flow and storage, and pump lateral more frequently if flows exceed the storage capacity of the lateral or the temporary storage.

c. Reconnect services in uncompleted sections during times of construction inactivity.

d. Notify building occupants when work is complete and full uninterrupted service restored. SP 31 of 32

e. No service is to remain shutdown for more than a period of 8 hours, unless Contractor provides substitute services for the residents. If the service is to be shutdown for more than 8 hours and Contractor cannot provide substitute services, then Contractor shall be required to provide temporary living quarters (i.e. hotel) for the resident at no additional cost to Owner or the resident. Temporary living quarters shall be approved by Engineer.

813-10 FIELD QUALITY CONTROL AND MAINTENANCE:

a. Testing: The Contractor shall perform leakage tests of the bypass pumping discharge piping using clean water prior to operation.

b. Inspection: The Contractor shall inspect the bypass-pumping system no less than once every 2 hours to ensure that the system is working correctly.

c. Maintenance of Service: The Contractor shall ensure that the temporary pumping system is properly maintained and a responsible operator shall be on hand at all times when pumps are operating.

813-11 CLEANING:

a. Before the bypass pumping system is dismantled, either to be moved to the next section or at the completion of the work, discharge sewage remaining in the bypass discharge pipeline and pumping equipment into the working sanitary sewer. Storm water is to be discharged at a downstream location, as approved by the Engineer.

b. Upon completion of the bypass pumping operation, disturbed areas shall be cleaned and restored to their original condition. This restoration should restore the site to a condition which is at least equal to or better than the condition which existed prior to the start of the work.

813-12 LIABILITY: The Contractor shall be responsible for damages to private or public property that may result from the sewer flow control operations. The Contractor shall be responsible for any violations of laws, regulations or permits and shall indemnify and hold the Owner harmless for any and all damages, including but not limited to, fines, penalties and law suits which arise from such violations.

813-13 PAYMENT: Bypass pumping shall be at no direct cost and the Contractor shall include the cost in the price proposed on the individual pump station lump sum items.

SP 32 of 32 SECTION 01 11 00 SUMMARY OF WORK

PART 1 GENERAL

1.01 WORK COVERED BY CONTRACT DOCUMENTS

A. Furnish all labor, materials, equipment, parts, and incidentals required and perform the Work in its entirety as specified herein.

B. Work shall consist of permanent repair of fourteen (14) flood damaged pump station control panels including but not limited to the removal and disposal of flood damaged equipment and parts, photo documentation of damaged equipment and parts, installation of new CONTRACTOR FURNISHED replacement equipment and parts, instrumentation programming of PLCs, specifically TESCO L2000, and startup to demonstrate proper operation.

C. Contractor to provide all necessary personnel, materials, parts, tools, sewer bypass, and equipment required to complete the work, including all connections and terminations, in accordance with the specifications and description/listing provided in Section 01 29 00. Factory and field testing, factory technical assistance, and PLC programming associated with these facilities shall be included. All work shall be in accordance with applicable NEC codes.

D. Contractor shall pick up, , and install Owner-furnished equipment as described in Section 01 64 00 and in accordance with these special conditions.

E. Any part or item of the Work which is reasonably implied or normally required to make each installation satisfactorily and completely operable shall be performed by the Contractor and expense thereof shall be included in the applicable unit prices or lump sum price for the various items of Work. It is the intent of the Contract Documents to provide the Owner with complete operable systems, subsystems, and other items of Work. All miscellaneous appurtenances and other items or Work that are incidental to meeting the intent of these Contract Documents shall be considered as having been included in the applicable unit prices or lump sum price for the various items of Work even though these appurtenances and items may not be specifically called for in the Contract Documents.

F. This work is being completed under the Public Assistance Program administered by the Federal Emergency Management Agency (FEMA) under declared disaster FEMA-4277-DR-LA. All work, documentation and records retention shall be in accordance with applicable FEMA guidelines.

G. Contractor shall be responsible for maintaining the operation of each pump station or provide bypass pumping during modifications of the station in accordance with Section 813 of the Special Provisions. If bypass is used, the Contractor shall be responsible to provide all by-pass pumping equipment and SUMMARY OF WORK 01 11 00 - 1

maintain the by-pass system until the modified pump station is operational.

H. The Contractor shall comply with all City, State, Federal and other codes which are applicable to the proposed work.

I. Performance test all new equipment, instrumentation and controls, and other systems as required to ensure a properly operable system.

1.02 WORK SEQUENCE

A. The Contractor is required to determine his own method of construction and work sequence, within the general terms of the Contract, and the special requirements of Section 01 31 13, so long as the restraints are observed and the overall project completion time is achieved.

1.03 CONTRACTOR’S USE OF PREMISES

A. Contractor shall limit the use of each pump station premises for his/her Work and for temporary storage to allow for Owner operation and occupancy.

B. Coordinate use of premises with the Owner.

C. Contractor shall assume full responsibility for security of all his/her and his/her subcontractor’s materials and equipment stored on the site.

D. If directed by the Owner, move any stored items which interfere with operations of Owner.

1.04 OWNER OCCUPANCY

A. Owner will occupy premises during performance of the work for the conduct of his/her normal operations. Coordinate all construction operations with Owner and Owner’s representative to minimize conflict and to facilitate Owner usage.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

SUMMARY OF WORK 01 11 00 - 2

SECTION 01 29 00 PAYMENT PROCEDURES

PART 1 GENERAL

1.01 GENERAL

A. Refer to Part 1 Section 10 and the other Standard Specifications for Public Works Construction – Department of Public Works Engineering Division 1997 (DPW Standard Specifications) sections, as amended by the Special Provisions, for descriptions of payment scope and measurement for various components of the Work not described in this section.

B. Refer to the table in paragraph 1.04, Payment, of this section for a description of what is included in the various work pay items, and for Work scope that does not have a separate pay item.

1.02 APPLICATION FOR PAYMENT

A. Transmittal Summary Form: Attach one Summary Form with each detailed Application for Payment for each Work Order. Execute certification by authorized officer of Contractor.

B. Use detailed Application for Payment Form acceptable to Owner.

C. Include the unit price breakdown for the Work to be paid on a unit priced basis.

D. Refer to Part 1 Section 10 Special Provisions for specific documents and labeling required for be submitting Application for Payment.

E. Include separate line item for each Change Order and Work Change Directive executed prior to date of submission. Provide further breakdown of such as requested by Engineer.

F. Preparation:

1. Round values to nearest dollar. 2. Submit Application for Payment, including a Transmittal Summary Form and detailed Application for Payment Form(s) for each Work Order as applicable and such supporting data as may be requested by Engineer.

1.03 MEASUREMENT—GENERAL

A. Units of measure shown on Bid Form shall be as follows, unless specified otherwise.

PAYMENT PROCEDURES 01 29 00 - 1

Item Method of Measurement CY Cubic Yard—Field Measure by Engineer within limits specified or shown CY-VM Cubic Yard—Measured in Vehicle by Volume EA Each—Field Count by Engineer DAY Day – 8 hours at Owner’s Facility GAL Gallon—Field Measure by Engineer HR Hour LB Pound(s)—Weight Measure by Scale LF Linear Foot—Field Measure by Engineer MONTH Calendar Month SF Square Foot SY Square Yard TON Ton—Weight Measure by Scale (2,000 pounds)

1.04 PAYMENT

A. Payment for unit price items covers all the labor, materials, and services including mobilization, profit, overhead, vehicles, and general requirements as described in the Contract Document necessary to furnish and install the following items (Items in BOLD and ITALICS designated with an “*” are Owner-furnished equipment):

UNIT OF ITEM MEASURE DESCRIPTION Electrician/Instrument Hourly Any additional work performed beyond the scope of the PS Technician Rate - Electrical and Instrumentation Rehabilitation, lump sum, work as described below and, as directed and approved by the Engineer, shall be paid at the hourly rates included in the pricing schedule. The hourly rates shall be full compensation for furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete the work. Electrician/Instrument Hourly Any additional work performed beyond the scope of the PS - Technician Helper Electrical and Instrumentation Rehabilitation, lump sum, Rate work as described below and, as directed and approved by the Engineer, shall be paid at the hourly rates included in the pricing schedule. The hourly rates shall be full compensation for furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete the work.

PAYMENT PROCEDURES 01 29 00 - 2

UNIT OF ITEM MEASURE DESCRIPTION PS 113 - Lump Sum Personnel, parts, materials, programming (with existing site Electrical and program), equipment, and sewer flow control necessary to Instrumentation remove and dispose of existing parts and equipment and Rehabilitation replace with the following to provide a fully functional pump station control/monitoring system:

Control Panel Replacement, to include: Strut-mounted NEMA 4X Stainless Steel Enclosure, rated for 240V, 3-Phase Power/Phase Failure Relay Lightning/Surge Protection Main Circuit Breaker Two (2) Pump Circuit Breakers Two (2) Across-the-line Motor Starters (20Hp) Distribution Circuit Breakers Two (2) Pump Controls, to include: . HOA Switch . Elapsed Time Meter . Indicating Lights (Pump Running and Pump Failure) . Pushbutton Reset . Current Transducer with digital display *TESCO L2000 Programmable Logic Controller, includes: . with Ethernet communications . Two (2) HDIO Cards . Two (2) HDIO Terminal Boards . Two (2) HDIO Cables . Operator Interface Unit . Power Supply *Cellular Modem with cable and antenna (mounted to top of enclosure) Lightning/Surge Arrestor Battery Backup with charger and dedicated GFI receptacle Captive Air Level Monitoring System, includes . Air compressor . 3-way solenoid valve . Pressure transmitter . Manual purge pushbutton Power Supply, 24VDC Control Relays Time Delay Relays Probe Relay Board (float switch, pump moisture detection, pump over-temperature detection) Alarm beacon with stainless steel protective shroud GFI Receptacle Enclosure intrusion switches (exterior door activated) Enclosure lights with door switches Enclosure condensation heaters with thermostats Terminal blocks, panduit and nameplates as required PAYMENT PROCEDURES 01 29 00 - 3

UNIT OF ITEM MEASURE DESCRIPTION PS 116 - Lump Sum Personnel, parts, materials, programming (with existing site Electrical and program), equipment, and sewer flow control necessary to Instrumentation remove and dispose of existing parts and equipment and Rehabilitation replace with the following to provide a fully functional pump station control/monitoring system:

Control Panel Section Replacement, to include: Backplate with the following components: . TESCO L2000 Programmable Logic Controller, includes: - Central Processing Unit with Ethernet communications - Two (2) HDIO Cards - Two (2) HDIO Terminal Boards - Two (2) HDIO Cables - Operator Interface Unit . Cellular Modem . Lightning/Surge Arrestor . Battery Backup with charger and dedicated GFI receptacle . Power Supply, 24VDC . Control Relays . Time Delay Relays . Probe Relay Board (float switch, pump moisture detection, pump over-temperature detection) . Terminal blocks, panduit and nameplates as required Captive Air Level Monitoring System . Air compressor . 3-way solenoid valve . Pressure transmitter . Manual purge pushbutton Three (3) across-the-line motor starters, size 2 Two (2) GFCI receptacles Three (3) hour meters Three (3) HOA switches Nine (9) Indicator lights Phase Monitor Control Transformer

PAYMENT PROCEDURES 01 29 00 - 4

UNIT OF ITEM MEASURE DESCRIPTION PS 121 - Lump Sum Personnel, parts, materials, programming (with existing site Electrical and program), equipment, and sewer flow control necessary to Instrumentation remove and dispose of existing parts and equipment and Rehabilitation replace with the following to provide a fully functional pump station control/monitoring system:

Control Panel Replacement, to include: Strut-mounted NEMA 4X Stainless Steel Enclosure, rated for 480V, 3-Phase Power/Phase Failure Relay Lightning/Surge Protection Main Circuit Breaker Two (2) Pump Circuit Breakers Two (2) Across-the-line Motor Starters (25Hp) Distribution Circuit Breakers Two (2) Pump Controls, to include: . HOA Switch . Elapsed Time Meter . Indicating Lights (Pump Running and Pump Failure) . Pushbutton Reset . Current Transducer with digital display TESCO L2000 Programmable Logic Controller, includes: . Central Processing Unit with Ethernet communications . Two (2) HDIO Cards . Two (2) HDIO Terminal Boards . Two (2) HDIO Cables . Operator Interface Unit . Power Supply Cellular Modem with cable and antenna (mounted to top of enclosure) Lightning/Surge Arrestor Battery Backup with charger and dedicated GFI receptacle Captive Air Level Monitoring System, includes: . Air compressor . 3-way solenoid valve . Pressure transmitter . Manual purge pushbutton Power Supply, 24VDC Control Relays Time Delay Relays Probe Relay Board (float switch, pump moisture detection, pump over-temperature detection) Alarm beacon with stainless steel protective shroud GFI Receptacle Enclosure intrusion switches (exterior door activated) Enclosure lights with door switches Enclosure condensation heaters with thermostats Terminal blocks, panduit and nameplates as required PAYMENT PROCEDURES 01 29 00 - 5

UNIT OF ITEM MEASURE DESCRIPTION PS 130 - Lump Sum Personnel, parts, materials, programming (with existing site Electrical and program), equipment, and sewer flow control necessary to Instrumentation remove and dispose of existing parts and equipment and Rehabilitation replace with the following to provide a fully functional pump station control/monitoring system:

Control Panel Section Replacement, to include: Backplate with the following components: . TESCO L2000 Programmable Logic Controller, includes: - Central Processing Unit with Ethernet communications - Two (2) HDIO Cards - Two (2) HDIO Terminal Boards - Two (2) HDIO Cables - Operator Interface Unit . Cellular Modem . Lightning/Surge Arrestor . Battery Backup with charger and dedicated GFI receptacle . Power Supply, 24VDC . Control Relays, as required . Time Delay Relays, as required . Probe Relay Board (float switch, pump moisture detection, pump over-temperature detection) . Terminal blocks, panduit and nameplates as required Captive Air Level Monitoring System, includes: . Air compressor . 3-way solenoid valve . Pressure transmitter . Manual purge pushbutton Two (2) across-the-line motor starters, size 4 GFCI receptacle Two (2) hour meters Two (2) HOA switches Twelve (12) indicator lights Phase monitor Control transformer

PAYMENT PROCEDURES 01 29 00 - 6

UNIT OF ITEM MEASURE DESCRIPTION PS 152 - Lump Sum Personnel, parts, materials, programming (with existing site Electrical and program), equipment, and sewer flow control necessary to Instrumentation remove and dispose of existing parts and equipment and Rehabilitation replace with the following to provide a fully functional pump station control/monitoring system:

Control Panel Replacement, to include: Strut-mounted NEMA 4X Stainless Steel Enclosure, rated for 240V, 3-Phase Power/Phase Failure Relay Lightning/Surge Protection Main Circuit Breaker Two (2) Pump Circuit Breakers Two (2) Across-the-line Motor Starters (30Hp) Distribution Circuit Breakers Two (2) Pump Controls, to include: . HOA Switch . Elapsed Time Meter . Indicating Lights (Pump Running and Pump Failure) . Pushbutton Reset . Current Transducer with digital display *TESCO L2000 Programmable Logic Controller, includes: . Central Processing Unit with Ethernet communications . Two (2) HDIO Cards . Two (2) HDIO Terminal Boards . Two (2) HDIO Cables . Operator Interface Unit . Power Supply *Cellular Modem with cable and antenna (mounted to top of enclosure) Lightning/Surge Arrestor Battery Backup with charger and dedicated GFI receptacle Captive Air Level Monitoring System, includes: . Air compressor . 3-way solenoid valve . Pressure transmitter . Manual purge pushbutton Power Supply, 24VDC Control Relays Time Delay Relays Probe Relay Board (float switch, pump moisture detection, pump over-temperature detection) Alarm beacon with stainless steel protective shroud GFI Receptacle Enclosure intrusion switches (exterior door activated) Enclosure lights with door switches Enclosure condensation heaters with thermostats Terminal blocks, panduit and nameplates as required

PAYMENT PROCEDURES 01 29 00 - 7

UNIT OF ITEM MEASURE DESCRIPTION PS 195 - Lump Sum Personnel, parts, materials, programming (with existing site Electrical and program), equipment, and sewer flow control necessary to Instrumentation remove and dispose of existing parts and equipment and Rehabilitation replace with the following to provide a fully functional pump station control/monitoring system:

Control Panel Replacement, to include: Strut-mounted NEMA 4X Stainless Steel Enclosure, rated for 480V, 3-Phase Power/Phase Failure Relay Lightning/Surge Protection Main Circuit Breaker Two (2) Pump Circuit Breakers Two (2) Across-the-line Motor Starters (40Hp) Distribution Circuit Breakers Two (2) Pump Controls, to include: . HOA Switch . Elapsed Time Meter . Indicating Lights (Pump Running and Pump Failure) . Pushbutton Reset . Current Transducer with digital display TESCO L2000 Programmable Logic Controller, includes: . Central Processing Unit with Ethernet communications . Two (2) HDIO Cards . Two (2) HDIO Terminal Boards . Two (2) HDIO Cables . Operator Interface Unit . Power Supply Cellular Modem with cable and antenna (mounted to top of enclosure) Lightning/Surge Arrestor Battery Backup with charger and dedicated GFI receptacle Captive Air Level Monitoring System, includes: . Air compressor . 3-way solenoid valve . Pressure transmitter . Manual purge pushbutton Power Supply, 24VDC Control Relays Time Delay Relays Probe Relay Board (float switch, pump moisture detection, pump over-temperature detection) Alarm beacon with stainless steel protective shroud GFI Receptacle Enclosure intrusion switches (exterior door activated) Enclosure lights with door switches Enclosure condensation heaters with thermostats Terminal blocks, panduit and nameplates as required

PAYMENT PROCEDURES 01 29 00 - 8

UNIT OF ITEM MEASURE DESCRIPTION PS 197 - Lump Sum Personnel, parts, materials, programming (with existing site Electrical and program), equipment, and sewer flow control necessary to Instrumentation remove and dispose of existing parts and equipment and Rehabilitation replace with the following to provide a fully functional pump station control/monitoring system:

Control Panel Replacement, to include: Strut-mounted NEMA 4X Stainless Steel Enclosure, rated for 277/480V, 3-Phase Power/Phase Failure Relay Lightning/Surge Protection Main Circuit Breaker Two (2) Pump Circuit Breakers Two (2) reduced-voltage Soft Starters (50Hp) Distribution Circuit Breakers Two (2) Pump Controls, to include: . HOA Switch . Elapsed Time Meter . Indicating Lights (Pump Running and Pump Failure) . Pushbutton Reset . Current Transducer with digital display *TESCO L2000 Programmable Logic Controller, includes: . Central Processing Unit with Ethernet communications . Two (2) HDIO Cards . Two (2) HDIO Terminal Boards . Two (2) HDIO Cables . Operator Interface Unit . Power Supply *Cellular Modem with cable and antenna (mounted to top of enclosure) Lightning/Surge Arrestor Battery Backup with charger and dedicated GFI receptacle Captive Air Level Monitoring System, includes: . Air compressor . 3-way solenoid valve . Pressure transmitter . Manual purge pushbutton Power Supply, 24VDC Control Relays Time Delay Relays Probe Relay Board (float switch, pump moisture detection, pump over-temperature detection) Alarm beacon with stainless steel protective shroud GFI Receptacle Enclosure intrusion switches (exterior door activated) Enclosure lights with door switches Enclosure condensation heaters with thermostats Enclosure fans with thermostat (RVSS section) Terminal blocks, panduit and nameplates as required PAYMENT PROCEDURES 01 29 00 - 9

UNIT OF ITEM MEASURE DESCRIPTION PS 222 - Lump Sum Personnel, parts, materials, programming (with existing site Electrical and program), equipment, and sewer flow control necessary to Instrumentation remove and dispose of existing parts and equipment and Rehabilitation replace with the following to provide a fully functional pump station control/monitoring system:

Control Panel Replacement, to include: Strut-mounted NEMA 4X Stainless Steel Enclosure, rated for 240V, 3-Phase Power/Phase Failure Relay Lightning/Surge Protection Main Circuit Breaker Two (2) Pump Circuit Breakers Two (2) Across-the-line Motor Starters (25Hp) Distribution Circuit Breakers Two (2) Pump Controls, to include: . HOA Switch . Elapsed Time Meter . Indicating Lights (Pump Running and Pump Failure) . Pushbutton Reset . Current Transducer with digital display *TESCO L2000 Programmable Logic Controller, includes: . Central Processing Unit with Ethernet communications . Two (2) HDIO Cards . Two (2) HDIO Terminal Boards . Two (2) HDIO Cables . Operator Interface Unit . Power Supply *Cellular Modem with cable and antenna (mounted to top of enclosure) Lightning/Surge Arrestor Battery Backup with charger and dedicated GFI receptacle Captive Air Level Monitoring System, includes: . Air compressor . 3-way solenoid valve . Pressure transmitter . Manual purge pushbutton Power Supply, 24VDC Control Relays Time Delay Relays Probe Relay Board (float switch, pump moisture detection, pump over-temperature detection) Alarm beacon with stainless steel protective shroud GFI Receptacle Enclosure intrusion switches (exterior door activated) Enclosure lights with door switches Enclosure condensation heaters with thermostats Terminal blocks, panduit and nameplates as required

PAYMENT PROCEDURES 01 29 00 - 10

UNIT OF ITEM MEASURE DESCRIPTION PS 288 - Lump Sum Personnel, parts, materials, programming (with existing site Electrical and program), equipment, and sewer flow control necessary to Instrumentation remove and dispose of existing parts and equipment and Rehabilitation replace with the following to provide a fully functional pump station control/monitoring system:

Control Panel Replacement, to include: Strut-mounted NEMA 4X Stainless Steel Enclosure, rated for 480V, 3-Phase Power/Phase Failure Relay Lightning/Surge Protection Main Circuit Breaker Two (2) Pump Circuit Breakers Two (2) Across-the-line Motor Starters (20Hp) Distribution Circuit Breakers Two (2) Pump Controls, to include: . HOA Switch . Elapsed Time Meter . Indicating Lights (Pump Running and Pump Failure) . Pushbutton Reset . Current Transducer with digital display TESCO L2000 Programmable Logic Controller, includes: . Central Processing Unit with Ethernet communications . Two (2) HDIO Cards . Two (2) HDIO Terminal Boards . Two (2) HDIO Cables . Operator Interface Unit . Power Supply Cellular Modem with cable and antenna (mounted to top of enclosure) Lightning/Surge Arrestor Battery Backup with charger and dedicated GFI receptacle Captive Air Level Monitoring System, includes: . Air compressor . 3-way solenoid valve . Pressure transmitter . Manual purge pushbutton Power Supply, 24VDC Control Relays Time Delay Relays Probe Relay Board (float switch, pump moisture detection, pump over-temperature detection) Alarm beacon with stainless steel protective shroud GFI Receptacle Enclosure intrusion switches (exterior door activated) Enclosure lights with door switches Enclosure condensation heaters with thermostats Terminal blocks, panduit and nameplates as required

PAYMENT PROCEDURES 01 29 00 - 11

UNIT OF ITEM MEASURE DESCRIPTION PS 315 - Lump Sum Personnel, parts, materials, programming (with existing site Electrical and program), equipment, and sewer flow control necessary to Instrumentation remove and dispose of existing parts and equipment and Rehabilitation replace with the following to provide a fully functional pump station control/monitoring system:

Control Panel Replacement, to include: Strut-mounted NEMA 4X Stainless Steel Enclosure, rated for 480V, 3-Phase Power/Phase Failure Relay Lightning/Surge Protection Main Circuit Breaker Two (2) Pump Circuit Breakers Two (2) Across-the-line Motor Starters (30Hp) Distribution Circuit Breakers Two (2) Pump Controls, to include: . HOA Switch . Elapsed Time Meter . Indicating Lights (Pump Running and Pump Failure) . Pushbutton Reset . Current Transducer with digital display Lightning/Surge Arrestor Battery Backup with charger and dedicated GFI receptacle Captive Air Level Monitoring System, includes: . Air compressor . 3-way solenoid valve . Pressure transmitter . Manual purge pushbutton Power Supply, 24VDC Control Relays Time Delay Relays Probe Relay Board (float switch, pump moisture detection, pump over-temperature detection) Alarm beacon with stainless steel protective shroud GFI Receptacle Enclosure intrusion switches (exterior door activated) Enclosure lights with door switches Enclosure condensation heaters with thermostats Terminal blocks, panduit and nameplates as required *TESCO L2000 Programmable Logic Controller, includes: . Central Processing Unit with Ethernet communications . Two (2) HDIO Cards . Two (2) HDIO Terminal Boards . Two (2) HDIO Cables . Operator Interface Unit . Power Supply *Cellular Modem with cable and antenna (mounted to top of enclosure)

PAYMENT PROCEDURES 01 29 00 - 12

UNIT OF ITEM MEASURE DESCRIPTION PS 316 - Lump Sum Personnel, parts, materials, programming (with existing site Electrical and program), equipment, and sewer flow control necessary to Instrumentation remove and dispose of existing parts and equipment and Rehabilitation replace with the following to provide a fully functional pump station control/monitoring system:

Control Panel Section Replacement, to include: TESCO L2000 Programmable Logic Controller, includes: . Central Processing Unit with Ethernet communications . Two (2) HDIO Cards . Two (2) HDIO Terminal Boards . Two (2) HDIO Cables . Operator Interface Unit *Cellular Modem with cable and antenna (mounted to top of enclosure) Captive Air Level Monitoring System, includes: . Air compressor . 3-way solenoid valve . Pressure transmitter . Manual purge pushbutton Two (2) LED Displays GFCI receptacle Two (2) hour meters

PAYMENT PROCEDURES 01 29 00 - 13

UNIT OF ITEM MEASURE DESCRIPTION PS 418 - Lump Sum Personnel, parts, materials, programming (with existing site Electrical and program), equipment, and sewer flow control necessary to Instrumentation remove and dispose of existing parts and equipment and Rehabilitation replace with the following to provide a fully functional pump station control/monitoring system:

Control Panel Replacement, to include: Strut-mounted NEMA 4X Stainless Steel Enclosure, rated for 480V, 3-Phase Power/Phase Failure Relay Lightning/Surge Protection Main Circuit Breaker Two (2) Pump Circuit Breakers Two (2) Across-the-line Motor Starters (20Hp) Distribution Circuit Breakers Two (2) Pump Controls, to include: . HOA Switch . Elapsed Time Meter . Indicating Lights (Pump Running and Pump Failure) . Pushbutton Reset . Current Transducer with digital display TESCO L2000 Programmable Logic Controller, includes: . Central Processing Unit with Ethernet communications . Two (2) HDIO Cards . Two (2) HDIO Terminal Boards . Two (2) HDIO Cables . Operator Interface Unit . Power Supply Cellular Modem with cable and antenna (mounted to top of enclosure) Lightning/Surge Arrestor Battery Backup with charger and dedicated GFI receptacle Captive Air Level Monitoring System, includes: . Air compressor . 3-way solenoid valve . Pressure transmitter . Manual purge pushbutton Power Supply, 24VDC Control Relays Time Delay Relays Probe Relay Board (float switch, pump moisture detection, pump over-temperature detection) Alarm beacon with stainless steel protective shroud GFI Receptacle Enclosure intrusion switches (exterior door activated) Enclosure lights with door switches Enclosure condensation heaters with thermostats Terminal blocks, panduit and nameplates as required PAYMENT PROCEDURES 01 29 00 - 14

UNIT OF ITEM MEASURE DESCRIPTION PS 433 - Lump Sum Personnel, parts, materials, programming (with existing site Electrical and program), equipment, and sewer flow control necessary to Instrumentation remove and dispose of existing parts and equipment and Rehabilitation replace with the following to provide a fully functional pump station control/monitoring system:

Control Panel Replacement, to include: Strut-mounted NEMA 4X Stainless Steel Enclosure, rated for 480V, 3-Phase Power/Phase Failure Relay Lightning/Surge Protection Main Circuit Breaker Two (2) Pump Circuit Breakers Two (2) Across-the-line Motor Starters (10Hp) Distribution Circuit Breakers Two (2) Pump Controls, to include: . HOA Switch . Elapsed Time Meter . Indicating Lights (Pump Running and Pump Failure) . Pushbutton Reset . Current Transducer with digital display *TESCO L2000 Programmable Logic Controller, includes: . Central Processing Unit with Ethernet communications . Two (2) HDIO Cards . Two (2) HDIO Terminal Boards . Two (2) HDIO Cables . Operator Interface Unit . Power Supply *Cellular Modem with cable and antenna (mounted to top of enclosure) Lightning/Surge Arrestor Battery Backup with charger and dedicated GFI receptacle Captive Air Level Monitoring System, includes: . Air compressor . 3-way solenoid valve . Pressure transmitter . Manual purge pushbutton Power Supply, 24VDC Control Relays Time Delay Relays Probe Relay Board (float switch, pump moisture detection, pump over-temperature detection) Alarm beacon with stainless steel protective shroud GFI Receptacle Enclosure intrusion switches (exterior door activated) Enclosure lights with door switches Enclosure condensation heaters with thermostats Terminal blocks, panduit and nameplates as required PAYMENT PROCEDURES 01 29 00 - 15

UNIT OF ITEM MEASURE DESCRIPTION PS 504 - Lump Sum Personnel, parts, materials, programming (with existing site Electrical and program), equipment, and sewer flow control necessary to Instrumentation remove and dispose of existing parts and equipment and Rehabilitation replace with the following to provide a fully functional pump station control/monitoring system:

Control Panel Section Replacement, to include: Backplate with the following components: . TESCO L2000 Programmable Logic Controller, includes: - Central Processing Unit with Ethernet communications - Two (2) HDIO Cards - Two (2) HDIO Terminal Boards - Two (2) HDIO Cables - Operator Interface Unit . Cellular Modem . Lightning/Surge Arrestor . Battery Backup with charger and dedicated GFI receptacle . Power Supply, 24VDC . Control Relays, as required . Time Delay Relays, as required . Terminal blocks, panduit and nameplates as required Two (2) across-the-line motor starters, size 3 Captive Air Level Monitoring System, includes: . Air compressor . 3-way solenoid valve . Pressure transmitter . Manual purge pushbutton Control Transformer Probe Relay Board (float switch, pump moisture detection, pump over-temperature detection)

B. Payment for shop drawings, equipment manufacturing, programming, and general requirements shall be included in the individual pump station lump sum price. Contractor may request payment of 10% of the individual pump station lump sum item for payment of shop drawings, submittals equipment manufacturing, programming, and general requirements required for pump station rehab upon satisfactory approval of the shop drawings and/or submittals for each pump station.

C. Contractor shall submit to Engineer a schedule of values of each pump station Electrical and Instrumentation Rehabilitation lump sum pay item for payment purposes on remainder of items of work.

D. Refer to Section 01 64 00 for Owner-furnished equipment requirements.

PAYMENT PROCEDURES 01 29 00 - 16

1.05 NONPAYMENT FOR REJECTED OR UNUSED PRODUCTS

A. Payment will not be made for following:

1. Loading, hauling, and disposing of rejected material. 2. Quantities of material wasted or disposed of in manner not called for under Contract Documents. 3. Rejected loads of material, including material rejected after it has been placed by reason of failure of Contractor to conform to provisions of Contract Documents. 4. Material not unloaded from transporting vehicle. 5. Defective Work not accepted by Engineer. 6. Material remaining on hand after completion of Work. 7. Material damaged during transportation between Contract facilities.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

PAYMENT PROCEDURES 01 29 00 - 17

SECTION 01 31 13 PROJECT COORDINATION

PART 1 GENERAL

1.01 GENERAL

A. The Contractor shall furnish personnel and equipment which will be efficient, appropriate, and large enough to secure a satisfactory quality of work and a rate of progress which will ensure the completion of the work within the Contract Time. If at any time such personnel and equipment appears to be inefficient, inappropriate, or insufficient for securing the quality of work required or for producing the rate of progress aforesaid, Engineer may order the Contractor to increase efficiency, change the character of equipment and Contractor shall conform to such order. Failure of the Engineer to give such order shall in no way relieve the Contractor of his obligations to secure the quality of the work and rate of progress required to meet the Contractor’s schedule and overall project completion time.

B. Contractor shall submit a request to the Owner, through the Engineer, two weeks in advance for work on Sunday and legal holidays. Owner shall be notified 48 hours prior to any work planned for Saturdays. The Contractor’s superintendent must be onsite to supervise all overtime work. Weekend work not in excess of a 40 hour work week shall not be considered overtime.

1.02 RELATED WORK AT SITE

A. General:

1. Coordinate the Work of these Contract Documents with work of others as specified. 2. Include sequencing constraints specified herein as a part of Progress Schedule.

B. Power:

1. Agency: Entergy or Demco. 2. Work to be performed by Contractor: Coordinate Contractor’s Work with the Owner regarding need to shut down power (in total or partially) to allow connection of new equipment.

C. Sewer Flow:

1. Coordinate Contractor’s Work with the Owner regarding need to bypass sewer flow (in total or partially) to allow connection of new equipment. 2. Contractor to shall provide a minimum of seven (7) working days’ notice PROJECT COORDINATION 01 31 13 - 1

and to coordinate with Owner for bypass setup.

1.03 CARE AND PROTECTION OF PROPERTY

A. Be responsible the preservation of all public and private property and use of every precaution necessary to prevent damage thereto. If any direct or indirect damage to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work on the part of the Contractor, restore such property to a condition similar or equal to that existing before the damage was done, or make good the damage in other manner acceptable to the Engineer.

B. Assume full responsibility for the protection of all buildings, structures, equipment, and utilities, public or private. Carefully protect all such structures, equipment, and utilities from injury of any kind. Immediately repair any damage resulting from the construction operations.

1.04 FACILITY OPERATIONS

A. Continuous operation of Owner’s facilities is of critical importance. Schedule and conduct activities to enable existing facilities to operate continuously, unless otherwise specified. Over flow of sewage from wastewater system is not allowed.

B. Perform Work continuously during critical connections and changeovers, and as required to prevent interruption of Owner’s operations.

C. When necessary, plan, design, and provide various temporary services, utilities, connections, and similar items to maintain continuous operations of Owner’s facility.

D. Do not close lines, open or close valves, or take other action which would affect the operation of existing systems, this work will be performed by the Owner’s staff. Such authorization will be considered within 48 hours after receipt of Contractor’s written request.

E. Facility Shutdown:

1. All facility shutdowns will be coordinated through the Owner. 2. Provide 7 days advance written request and obtain approval of need to shut down a facility to Owner. 3. As described previously, performing this shut down work outside of normal working hours will be considered the first option to accomplish the work with a minimum of impact to the Owner’s operations.

F. Do not proceed with Work affecting a facility’s operation without obtaining

PROJECT COORDINATION 01 31 13 - 2

Owner’s advance approval of the need for and duration of such Work.

1.05 DOCUMENTATION

A. Record and submit digital color photographic documentation of existing facilities made on examination inspections prior to start of construction. Photographs shall be digital with minimum resolution of 1,152 by 864 pixels and 24 bit color. Contractor shall furnish to the Owner an electronic copy of each digital photo on a data compact disk (CD) or approved media storage.

B. The pre-construction photographs are considered a product without artistic value. Photograph copyrights are equally shared and unrestricted between the Contractor and the Owners.

C. The views in pre-construction photographs shall include the entire pump station site facilities and, in particular, show the existing flooded equipment to be removed and replaced. The following minimum information should be included in the photo or as a caption to the photo:

1. Project number 2. Date and time photographs were taken (Automatic date/time in picture is acceptable) 3. Pump Station number 4. Direction of view (i.e. N, S, NW, etc.) 5. Applicable part description

D. All digital photos shall be submitted on CD or approved media storage. The disk shall be formatted for MS-DOS (Microsoft Disk ) filing system. Photo files shall be JPEG (Joint Photographic Experts Group) format or in PDF format if captions are used. Use 4 mega pixel density or greater for photographs. The CD or media storage and photo files will become the property of the Owner.

E. At the option of the Contractor, a video recording in an acceptable digital format may be submitted in lieu of pre-construction photographs. All essential features as described in this specification are to be recorded. The content and quality requirements for the photographs shall apply to the video recording.

F. Contractor shall submit photo documentation to the Engineer prior to beginning work at a particular site. The Engineer may order additional photographs showing additional features or orientations, if the Engineer determines that all essential features are not accurately or adequately shown.

G. All digital photos shall be submitted on CD or approved media storage. The disk shall be formatted for MS-DOS (Microsoft Disk Operating System) filing

PROJECT COORDINATION 01 31 13 - 3

system. Photo files shall be JPEG (Joint Photographic Experts Group) format or in PDF format if captions are used. Use 4 mega pixel density or greater for photographs. The CD or media storage and photo files will become the property of the Owner.

H. At the option of the Contractor, a video recording in an acceptable digital format may be submitted in lieu of pre-construction photographs. All essential features as described in this specification are to be recorded. The content and quality requirements for the photographs shall apply to the video recording.

I. The Contractor shall retain the original unedited photos or videos for one (1) year after the date of final acceptance. During this period, the Contractor shall submit additional CD’s of photos if requested by the Engineer.

J. Such documentation shall be used as indisputable evidence in ascertaining whether and to what extent damage occurred as a result of Contractor’s operations.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 PREPARATION AND PROTECTION

A. Obtain prior written authorization of Engineer before commencing Work to cut or otherwise alter:

1. Structural or reinforcing steel, structural column or beam, elevated slab, trusses, or other structural member. 2. Weather- or moisture-resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Work of others.

B. Protect surrounding materials and equipment prior to starting work.

C. Make restorations with new materials and appropriate methods as specified for new Work of similar nature; if not specified, use recommended practice of manufacturer or appropriate trade association.

END OF SECTION

PROJECT COORDINATION 01 31 13 - 4

SECTION 01 33 00 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES, O&M MANUALS, AND MISCELLANEOUS SUBMITTALS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes:

1. This section describes the requirements for preparing and presenting submittals and operation and maintenance data that are necessary for the execution of this contract. Requirements within the following subject areas are included:

a. Definitions. b. Procedures. c. Product Data. d. Shop Drawings. e. Samples. f. Manufacturer’s certificates. g. Startup and testing documentation. h. Operation and Maintenance Manuals.

1.02 DEFINITIONS

A. See General Conditions.

B. Electronic Submittal: Shop Drawings that are submitted for review through the DPW Program Web Site using the Document Management software, PrologTM.

C. Product Data and Shop Drawings, General Definition: Drawings, diagrams, illustrations, brochures, schedules, bills of materials and other data prepared by the Contractor, his subcontractors, suppliers or distributors, or equipment manufacturers and fabricators; illustrating the manufacture, fabrication, construction, or installation of the Work or a portion thereof.

D. Shop Drawings: Assembly and fabrication drawings, bills of materials for items shop fabricated exclusively for this Project. In addition, Shop Drawings should show fabrication details of each part, the assembly of each part and how each part and/or assembly is integrated into the Project including existing parts or assemblies.

E. Manufacturer’s Representative: A representative from the manufacturer’s plant with 5 years of experience in the actual problems of manufacturing, installing,

SHOP DRAWINGS, PRODUCT DATA, SAMPLES, O&M MANUALS, AND MISCELLANEOUS SUBMITTALS 01 33 00 - 1

and operating the particular product. Sales representatives or agents of the manufacturer will not be acceptable.

F. Operation and Maintenance Manual: Manual describing the normal and emergency operation of the equipment as well as any routine maintenance required to ensure satisfactory performance and longevity of equipment. The manual would include all the information provided in the Shop Drawing for the equipment.

G. Working Drawings: Contractor-prepared plans for temporary structures and facilities. Working Drawings for elements of work that may affect the safety and health of persons or property will be certified by an engineer licensed in the state of Louisiana. Calculations, as necessary, will accompany working Drawings.

1.03 PROCEDURES

A. Electronic Submittal Procedures

1. All printed submittals will be transmitted using the Web Tools available on the DPW Program Web Site (i.e., PrologTM). When it is not feasible to make submittals electronically (as in the case of product samples), the conventional approach of using mail delivery may be used. 2. All files to be uploaded to Prolog by the Contractor shall be in Portable Document Format (pdf) as generated by Adobe version 6.0 or higher. It will be the Contractor’s responsibility to scan all necessary documents or convert previously received electronic files from vendors into the .pdf format before uploading the files to PrologTM.

a. Text-only content can be scanned using at least 1-bit line art or grayscale settings to help reduce the file size. b. Image content should be scanned in grayscale unless the image is in color. c. Resolution shall be 300 dpi or greater to allow for character recognition. d. Optical Character Recognition (OCR) capture must be performed on these images so that text can be searched, selected and copied from the generated PDF file. e. Provide bookmarks for the contents of the Shop Drawing allowing navigation through the Adobe pdf bookmark window. f. For Operation and Maintenance Manuals:

1) Each electronic manual shall be a single file. 2) Provide a linked table of contents (reflecting the hard copy manual) that allows users to navigate to each section and sub- section of the manual from the table of contents. 3) Provide bookmarks for all table of contents headings, sub- headings, tables, and figures allowing navigation through the SHOP DRAWINGS, PRODUCT DATA, SAMPLES, O&M MANUALS, AND MISCELLANEOUS SUBMITTALS 01 33 00 - 2

Adobe pdf bookmark window. Nesting of bookmarks to be the same as the hardcopy table of contents. 4) Links will standard blue and underlined. 5) Text/font shall match the hard copy manual.

3. When making Shop Drawing submittals electronically, the addressee for the submittal will always be the Engineer. Owner’s representatives will access the materials as necessary through PrologTM. 4. These electronic submittal protocols are discussed in greater detail in the DPW Construction Management Plan available on the DPW Web Site. Key Contractor personnel will receive training from Owner on the use of PrologTM at or around the time of the Preconstruction Conference.

B. Contractor’s Responsibilities:

1. Submit a schedule of specified submittals to the Owner within 15 calendar days of receipt of the Notice to Proceed. 2. Submit a Shop Drawing Register to the Owner at the time of the Preconstruction Conference. The Shop Drawing Register will identify all specified Shop Drawings to be submitted throughout the contract. The Shop Drawing Register must be a complete and accurate record of anticipated submittals, as it will serve as the primary reference point for Engineer’s review responsibilities. 3. When electronic submittals are not possible, hard copy submissions will be made to the Engineer with simultaneous submittal to the Construction Manager, who in turn will be responsible for sending those necessary submittals to the Owner for its review. Data and correspondence that originates with subcontractors and suppliers must be submitted to the Owner through the Contractor. Contractor shall review and approve all submittals prior to submission. 4. The Contractor will submit dimensional and layout drawings and product data, certified correct for construction, for review by the Engineer. 5. Submit Shop Drawings and product data in accordance with the approved submittal schedule. Also submit Shop Drawings to the Engineer for review prior to their need in the Work, allowing sufficient time for the Engineer’s review and response. 6. The Contractor will make specific mention of those items that vary from the requirements of the Contract Documents in the letter of transmittal. 7. Submit Shop Drawings and product data covering related items of equipment or material or integrated systems of equipment or material at the same time. Partial submissions will not be accepted. 8. The Contractor will coordinate Shop Drawings and product data with Drawings previously submitted, with Drawings being prepared, and with Drawings and data previously approved. All such coordination shall be indicated by reference. 9. The Contractor will not deliver to the Site, store, be paid for, or incorporate into the Work, any materials or equipment for which approved submittals have not been obtained.

SHOP DRAWINGS, PRODUCT DATA, SAMPLES, O&M MANUALS, AND MISCELLANEOUS SUBMITTALS 01 33 00 - 3

C. Engineer and Owner’s Review:

1. The Engineer and Owner will conduct a thorough review of Contractor’s submittals and return any review comments to Contractor within 30 calendar days after its receipt in the Owner’s and Engineer’s office so as not to create delay. This review will be for general conformance, subject to the requirements of the Contract Documents, and will be an effort to assist the Contractor to discover errors and omissions in submittals. 2. Engineer and Owner's review, approval, or other appropriate action regarding Contractor's submissions will be only to check conformity with the design concept of the Project and for compliance with the information contained in the Contract Documents and shall not extend to means, methods, techniques, sequences or procedures of construction (except where a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate component item will not indicate approval of the assembly into which the item is functionally integrated. Contractor shall make corrections required by Engineer and Owner, and shall resubmit the revised information electronically or, if electronic submittal is not possible, return the required number of corrected copies of Shop Drawings to the Engineer and Owner for a final review. Contractor may be required to resubmit, as required, revised Shop Drawings or Samples for further review and approval. Contractor shall direct specific attention in writing to any new revisions not specified by Contractor on previous Contractor submissions. Resolution of electronic submittals will be uploaded to the Program Web Site. The Contractor will be notified by e-mail immediately following the upload. 3. The Engineer’s and Owner’s review does not relieve the Contractor of the obligation and responsibility to coordinate the Work and plan the details of the Work and to ensure the accuracy, proper fit, functioning, or performance of the Work. 4. The Engineer reserves the right to require written confirmation from the Contractor that the comments placed on submittals stamped "Approved as Noted" will actually be followed or addressed.

1.04 PRODUCT DATA

A. Product data, including materials reproduced from manufacturer’s product catalogs will not be larger than 8-1/2 inches by 11 inches in size.

B. Catalog data will be explicit with regard to the name of the manufacturer and to the details of the products being furnished. It will also be complete enough to enable the Engineer to determine that the products being submitted conform to the requirements of the Specifications.

C. For submittals with more than one style or size of a product on a sheet, the Contractor will clearly indicate which product is being submitted for review. SHOP DRAWINGS, PRODUCT DATA, SAMPLES, O&M MANUALS, AND MISCELLANEOUS SUBMITTALS 01 33 00 - 4

D. When electronic submittal is not possible, the Contractor will submit eight copies of all approved product data to the Owner. The distribution of these copies is as follows:

1. Owner: Five copies. 2. Contractor: Three copies.

E. When electronic submittal protocols are employed, the Engineer will be responsible for placing all approved data into a designated Prolog file for reference by all interested parties.

1.05 SHOP DRAWINGS

A. The Contractor shall reasonably check and verify all field measurements and will submit to the Engineer for review and approval. At a minimum, panel wiring diagrams and layouts, general wiring diagrams (control and power) will be required. These Shop Drawings will bear a stamp from the Contractor that indicates that the Contractor has reviewed the Shop Drawings and that the submittal is complete.

B. The Contractor will submit detailed Drawings and descriptions of proposed deviations from details or component arrangement indicated on the Drawings.

C. Single line drawings will not be acceptable. Copies of the Plans will not be accepted for submission as Drawings, nor will catalog numbers alone of materials or equipment.

D. When electronic submittal is not possible, the Contractor will distribute eight copies of all approved product data with distribution as follows:

1. Owner: Five copies. 2. Contractor: Three copies.

E. When electronic submittal protocols are employed, the Engineer will be responsible for placing all approved data into a designated Prolog file for reference by all interested parties.

F. Each shop drawing shall bear a stamp that reads: (Contractor’s name) has satisfied Contractor’s obligations under the Contract Documents with respect to Contractor’s review and approval as stipulated.

1. Contractor's review and approval stamp shall be applied either to the letter of transmittal or a separate sheet preceding each independent item in the submittal.

a. Contractor's signature and date shall be original ink signature.

2. Letters of transmittal may be stamped only when the scope of the submittal SHOP DRAWINGS, PRODUCT DATA, SAMPLES, O&M MANUALS, AND MISCELLANEOUS SUBMITTALS 01 33 00 - 5

is one item. 3. Submittals containing multiple independent items shall be prepared with an index sheet for each item listing the discrete page numbers for each page of that item, which shall be stamped with the Contractor's review and approval stamp.

a. Individual pages or sheets of independent items shall be numbered in a manner that permits Contractor's review and approval stamp to be associated with the entire contents of a particular item and vice-versa.

4. In the event submittals are transmitted as a single item and found to include multiple independent items, the Owner and Engineer reserve the right to limit review to the single item listed, remove the other items from the submittal and return them not reviewed to the Contractor for coordination, stamping and submittal under a new transmittal number that is not a re- submittal number.

a. The items not listed in the transmittal letter will not be logged as received, or in any other manner acknowledged as submitted.

5. Electronic stamps:

a. Contractor may electronically embed Contractor's review and approval stamp to either the letter of transmittal or a separate index sheet preceding each independent item in the submittal. b. Contractor's signature and date on electronically applied stamps shall be original ink signature.

G. Numbering of Transmittal:

1. Include as prefix the specification section number followed by a series number, "-xx", beginning with "01" and increasing sequentially with each additional transmittal. 2. If more than one submittal under any Specification section, assign consecutive series numbers to subsequent transmittal letters.

H. Resubmittals:

1. Number with original root number and a suffix letter starting with "A" on a (new) duplicate transmittal form. 2. Do not increase the scope of any prior transmittal. 3. Account for all components of prior transmittal.

a. If items in prior transmittal received "A" or "B" Action code, list them and indicate "A" or "B" as appropriate.

1) Do not include submittal information for items with prior "A" or "B" Action in transmittal. SHOP DRAWINGS, PRODUCT DATA, SAMPLES, O&M MANUALS, AND MISCELLANEOUS SUBMITTALS 01 33 00 - 6

b. Indicate "Outstanding-To Be Resubmitted at a Later Date" for any prior "C" or "D" Action item not included in resubmittal. 1) Obtain Owner's prior approval to exclude items.

I. Transmittal Contents:

1. Coordinate and identify Shop Drawing contents so that all items can be easily verified by the Engineer. 2. Identify equipment or material use, tag number, drawing detail reference, weight, and other project specific information. 3. Provide sufficient information together with technical cuts and technical data to allow an evaluation to be made to determine that the item submitted is in compliance with the Contract Documents. 4. Submit items like equipment brochures, product data sheets or catalog sheets s. Indicate exact item or model and all options proposed. 5. Include legible scale details, sizes, dimensions, performance characteristics, capacities, test data, anchoring details, installation instructions, storage and handling instructions, color charts, layout drawings, parts catalogs, rough- in diagrams, wiring diagrams, controls, weights and other pertinent data. Arrange data and performance information in format similar to that provided in Contract Documents. Provide, at minimum, the detail provided in the Contract Documents. 6. If proposed equipment or materials deviate from the Contract Drawings or Specifications in any way, clearly note the deviation and justify the said deviation in detail in a separate letter immediately following transmittal sheet.

J. Calculations required in individual Specification sections will be received for information purposes only, as evidence calculations have been performed by individuals meeting specified qualifications, and will be returned stamped "E. Engineer's Review Not Required" to acknowledge receipt.

1.06 OPERATION AND MAINTENANCE MANUALS:

A. Number transmittals for Operation and Maintenance Manual with original root number of the approved Shop Drawing for the item.

B. Submit hard copies until approval is received. The manual shall be as follows:

1. Provide in a hard-cover 3-ring binder. 2. Tab each section of manual for easy reference. 3. Index for each manual. 4. Reduce Drawings or diagrams to an 8-1/2 by 11 inches or 11 by 17 inches size. 5. Provide fly-leaf for each separate product, or each piece of operating equipment, with typed description of product and major component parts of equipment and provide with heavy section dividers with numbered index

SHOP DRAWINGS, PRODUCT DATA, SAMPLES, O&M MANUALS, AND MISCELLANEOUS SUBMITTALS 01 33 00 - 7

tabs. 6. Provide each manual with title page, and typed table of contents with consecutive page numbers. Place contents of entire set, identified by volume number, in a single file. 7. Identify each volume with title "OPERATION AND MAINTENANCE MANUAL, VOLUME NO. - OF -", if applicable, and list:

a. Project title. b. Designate the system or equipment for which it is intended. c. Identity of separate structure as applicable. d. Identity of equipment tag number and Specification section.

8. Assemble material in same order as specified, as much as possible. 9. Copy shall not have fax copies or photocopies of manufacturer information. Each manual shall have original materials. 10. Do not use Project record documents as maintenance manual drawings.

C. Identify resubmittals with the original number plus a suffix letter starting with "A."

1.07 MISCELLANEOUS SUBMISSIONS

A. The following documents will be submitted electronically. If electronic submittal is not feasible, then the number of copies shown shall be provided.

1. Work plans: Submit three copies. 2. Accident reports: Three copies. 3. Inspection and test reports: Three copies. 4. Guarantees and warranties: Three copies. 5. Close out documents: One copy. 6. Safety Plan: Three copies.

a. The Contractor must submit a Safety Plan to the Owner prior to start of construction that complies with current OSHA requirements, industry standards, and appropriate other local, state and federal statutes, ordinances, and regulatory guidelines. The purpose of the Safety Plan will be to establish and administer an effective management system to prevent or adequately control loss potential and to minimize personal injuries, occupational illnesses and damage to equipment and property. The objective of the Safety Plan must be specified and at a minimum the project-specific Contractor Safety Plan shall include the following and shall address any unusual aspects of the job or activity for which it is written.

1) Signature Sheet:

a) Provide the title, signature, and phone number of the following:

SHOP DRAWINGS, PRODUCT DATA, SAMPLES, O&M MANUALS, AND MISCELLANEOUS SUBMITTALS 01 33 00 - 8

(1) Plan preparer (Contractor safety staff person, QC). (2) Plan approval by the Contractor (i.e., president, regional representative).

2) Background Information:

a) List the following information:

(1) Contractor. (2) Contract number. (3) Project name. (4) Brief project description, description of work to be performed, and location. (5) Contractor accident experience (actual lost time injury frequency for the last 12 months and their most recent Workers Compensation Experience Modifier). (6) List of activities or areas which will potentially require hazardous materials analysis and management.

3) Responsibilities and Lines of Authorities:

a) Identification and accountability of personnel responsible for safety - at both corporate and project level, including both prime and sub-contractors (contracts specifically requiring safety or industrial hygiene personnel shall include a copy of their resume for acceptance by the Owner). b) Lines of authority.

4) Subcontractors and Suppliers:

a) If any subcontractors will be used and for major material suppliers, please provide the following:

(1) Identification of subcontractors and suppliers. (2) Means for controlling and coordinating subcontractors and suppliers. (3) Safety responsibilities of subcontractors and suppliers.

5) Training:

a) List subjects to be discussed with employees in safety orientation. b) List mandatory training and certifications which are applicable to this Project (e.g., confined space entry, crane operator, vehicle operator, HAZWOPER training and certification, personal protective equipment) and any requirements for periodic retraining/recertification. c) Identify requirements for emergency response training. d) Outline requirements (who attends, when given, who will

SHOP DRAWINGS, PRODUCT DATA, SAMPLES, O&M MANUALS, AND MISCELLANEOUS SUBMITTALS 01 33 00 - 9

conduct etc.) for supervisory and employee safety meetings.

6) Safety and Health Inspections:

a) Discuss who will conduct safety inspections, when inspections will be conducted, how the inspections will be recorded, deficiency tracking system, follow-up procedures, etc. b) Discuss how any external inspections/certifications (such as by a third party) will be incorporated and responded to by the Contractor.

7) Safety and Health Expectations, Compliance and Incentive Programs.

a) Please discuss the following:

(1) The Contractor's written safety plan goals, objectives, and accident experience goals for this Contract. (2) Written Contractor policies and procedures for managers and supervisors safety accountability. (3) Policies and procedures regarding noncompliance with safety requirements (to include disciplinary actions for violation of safety requirements). (4) A brief description of the Contractor's safety incentive programs (if any). (5) Written Contractor and Subcontractor drug testing policies.

8) Accident Reporting:

a) The Contractor shall designate who completes the following, how, and when:

(1) Exposure data (man-hours worked). (2) Accident investigations, reports and logs. (3) Immediate notification of major accidents.

9) Medical Support: Outline onsite medical support and off- site medical arrangements. 10) Personal Protective Equipment:

a) Outline procedures (who, when, how) for conducting hazard assessments to determine proper use of personal protective equipment. b) List the personal protective equipment which is available and shall be used for the subject project. c) List the PPE requirements which will be posted on the SHOP DRAWINGS, PRODUCT DATA, SAMPLES, O&M MANUALS, AND MISCELLANEOUS SUBMITTALS 01 33 00 - 10

jobsite.

7. Course of Action Plan (Fuel Spill or Other Substances):

a. The Contractor must submit the Course of Action Plan (Fuel Spill or Other Substances) to the Owner prior to start of construction.

1) With regard to the accidental spill of fuel the Plan must address the procedures required by applicable regulations and laws.

1.08 ADDITIONAL INFORMATION

A. General: Inquiries: Direct to Engineer regarding procedure, purpose, or extent of Submittal.

B. Timeliness: Schedule and make submissions in accordance with requirements of individual Specification sections and in such sequence as to cause no delay in Work or in work of other contractors.

C. Incomplete Submittal Submissions:

1. At Engineer's sole discretion, Engineer will either (i) return the entire Submittal for Contractor's revision/correction and resubmission, or (ii) retain portions of the Submittal and request submission/resubmission of specified items or as noted thereon. 2. Submittals which do not clearly bear Contractor's specific written indication of Contractor review and approval of Submittal or which are transmitted with an unsigned or uncertified submission form or as may otherwise be required under Contract Documents, will be returned to Contractor unreviewed for resubmission in accordance with Contract Documents. 3. Delays, resequencing or other impact to Work resulting from Contractor's submission of unchecked or unreviewed, incomplete, inaccurate or erroneous, or nonconforming Submittals, which will require Contractor's resubmission of a Submittal for Engineer's review, shall not constitute a basis of claim for adjustment in Contract Price or Contract Times.

D. Disposition of Submittals, Except Shop Drawings and Samples: Engineer will review, stamp, and indicate requirements for resubmission or acceptance on Submittal as follows: (Note that all references to distribution of multiple copies relate to the instances when electronic submittal is not feasible.)

1. Accepted as Submitted:

a. Contractor may incorporate product(s) or implement Work covered by submittal.

2. Accepted as Noted:

a. Contractor may incorporate product(s) or implement Work covered by submittal, in accordance with Engineer’s notations.

SHOP DRAWINGS, PRODUCT DATA, SAMPLES, O&M MANUALS, AND MISCELLANEOUS SUBMITTALS 01 33 00 - 11

3. Amend-Resubmit:

a. Contractor may not incorporate product(s) or implement Work covered by submittal. b. Revise/correct in accordance with Engineer’s comments and resubmit.

4. Rejected-Resubmit

a. Contractor may not incorporate product(s) or implement Work covered by submittal. b. Product(s) or Work covered by submittal is not acceptable, resubmit in accordance with Engineer’s comments.

E. Engineer's Review: Engineer will act upon Contractor's Submittal and transmit response to Contractor not later than 30 calendar days after receipt, unless: (i) specified otherwise or (ii) accepted by Engineer as set forth in Paragraph Engineer's Duties below and identified on current accepted submissions. Resubmittals will be subject to the same review time.

F. Engineer's Duties:

1. Review Submittals with reasonable promptness and in accordance with current accepted submissions. 2. Return Submittals to Contractor for distribution or revision and resubmission. 3. Transmit to Contractor without review Submittal submissions received directly from Subcontractors, Suppliers, manufacturers, and non-required submissions from Contractor.

G. Quality Control Submittals:

1. Manufacturer's Certificate of Compliance:

a. When specified in individual Specification sections or where products are specified to a recognized standard or code, submit prior to shipment of product or material to the site. b. Engineer may permit use of certain materials or assemblies prior to sampling and testing if accompanied by accepted certification of compliance. c. Signed by product manufacturer certifying that materials, manufacture, and product specified conforms to or exceeds specified requirements and intent for which product will be used. Submit supporting reference data, affidavits, and certifications as appropriate. d. May reflect recent or previous test results on material or product, but must be acceptable to Engineer.

2. Certificates of Successful Testing or Inspection: Submit when testing or inspection is required by Laws and Regulations or governing agency or specified in the individual Specification sections.

SHOP DRAWINGS, PRODUCT DATA, SAMPLES, O&M MANUALS, AND MISCELLANEOUS SUBMITTALS 01 33 00 - 12

3. Statements of Qualification: Evidence of qualification, certification, or registration. As required in these Contract Documents to verify qualifications of professional land surveyors, Engineers, materials testing laboratories, specialty Subcontractors, trades, specialists, Engineers, installers, and other professionals. 4. Field Samples: Provide as required by individual Specifications and as may be required by Engineer during progress of Work. 5. Written Test Reports of Each Test and Inspection: Submit upon availability. As a minimum, include the following:

a. Date of test and date issued, Project title and number, testing laboratory name, address, and telephone number, and name and signature of laboratory inspector. b. Date and time of sampling or inspection and record of temperature and weather conditions. c. Identification of product and Specification section, location of Sample, test or inspection in the Project, type of inspection or test with referenced standard or code, certified results of test. d. Compliance with Contract Documents, and identifying corrective action necessary to bring materials and equipment into compliance. e. Provide an interpretation of test results, when requested by Engineer.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

SHOP DRAWINGS, PRODUCT DATA, SAMPLES, O&M MANUALS, AND MISCELLANEOUS SUBMITTALS 01 33 00 - 13

SECTION 01 43 33 MANUFACTURERS’ FIELD SERVICES

PART 1 GENERAL

1.01 DEFINITIONS

A. Person-Day: One person for 8 hours within regular Contractor working hours.

1.02 QUALIFICATION OF MANUFACTURER’S REPRESENTATIVE

A. Authorized representative of the manufacturer, factory trained, and experienced in the technical applications, installation, operation, and maintenance of respective equipment, subsystem, or system, with full authority by the equipment manufacturer(s) to issue the certifications required of the manufacturer. Additional qualifications may be specified in the individual Specification section.

B. Representative subject to acceptance by Owner. No substitute representatives will be allowed unless prior written approval by such has been given.

1.03 PURPOSE

A. These services are for the sole benefit of the Contractor including testing of systems or subsystems.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 FULFILLMENT OF SPECIFIED MINIMUM SERVICES

A. Furnish manufacturers’ services, when required by an individual Specification section, to meet the requirements of this section.

B. Where time is necessary in excess of that stated in the Specifications for manufacturers’ services, or when a minimum time is not specified, time required to perform specified services shall be considered incidental.

C. Schedule manufacturer’ services to avoid conflict with other onsite testing or other manufacturers’ onsite services.

D. Determine, before scheduling services, that conditions necessary to allow successful testing have been met.

E. Only those days of service approved by Engineer will be credited to fulfill specified minimum services.

MANUFACTURERS’ FIELD SERVICES 01 43 33 - 1

F. When specified in individual Specification sections, manufacturer’s onsite services shall include:

1. Assistance during product (system, subsystem, or component) installation to include observation, guidance, instruction of Contractor’s assembly, erection, installation or application procedures. 2. Inspection, checking, and adjustment as required for product (system, subsystem, or component) to function as warranted by manufacturer and necessary to furnish Manufacturer’s Certificate of Proper Installation. 3. Providing, on a daily basis, copies of manufacturers’ representatives field notes and data to Owner. 4. Revisiting the Site as required to correct problems and until installation and operation are acceptable to Engineer. 5. Resolution of assembly or installation problems attributable to or associated with respective manufacturer’s products and systems. 6. Assistance during functional and performance testing, and facility startup and evaluation.

3.02 MANUFACTURER’S CERTIFICATE OF COMPLIANCE

A. A Manufacturer’s Certificate of Compliance, a copy of which is attached to this section, shall be completed in full, signed by entity supplying the product, material, or service, and submitted prior to shipment of product or material or execution of the services.

B. Engineer may permit use of certain materials or assemblies prior to sampling and testing if accompanied by accepted certification of compliance.

C. Such form shall certify proposed product, material, or service complies with that specified. Attach supporting reference data, affidavits, and certifications as appropriate.

D. May reflect recent or previous test results on material or product, if acceptable to Engineer.

3.03 MANUFACTURER’S CERTIFICATE OF PROPER INSTALLATION

A. A Manufacturer’s Certificate of Proper Installation form, a copy of which is attached to this section, shall be completed and signed by equipment manufacturer’s representative.

B. Such form shall certify signing party is a duly authorized representative of manufacturer, is empowered by manufacturer to inspect, approve, and operate their equipment and is authorized to make recommendations required to ensure equipment is complete and operational.

MANUFACTURERS’ FIELD SERVICES 01 43 33 - 2

3.04 SUPPLEMENTS

A. The supplements listed below, following “End of Section,” are part of this Specification.

1. Form: Manufacturer’s Certificate of Compliance. 2. Form: Manufacturer’s Certificate of Proper Installation.

END OF SECTION

MANUFACTURERS’ FIELD SERVICES 01 43 33 - 3

MANUFACTURER’S CERTIFICATE OF COMPLIANCE

OWNER: PRODUCT, MATERIAL, OR SERVICE SUBMITTED: PROJECT NAME:

PROJECT NO:

Comments:

I hereby certify that the above-referenced product, material, or service called for by the Contract for the named Project will be furnished in accordance with all applicable requirements. I further certify that the product, material, or service are of the quality specified and conform in all respects with the Contract requirements, and are in the quantity shown.

Date of Execution: , 20

Manufacturer:

Manufacturer’s Authorized Representative (print):

(Authorized Signature)

MANUFACTURERS’ FIELD SERVICES 01 43 33 - 4 MANUFACTURER’S CERTIFICATE OF PROPER INSTALLATION

OWNER EQPT SERIAL NO:

EQPT TAG NO: EQPT/SYSTEM:

PROJECT NO: SPEC. SECTION:

I hereby certify that the above-referenced equipment/system has been: (Check Applicable) Installed in accordance with Manufacturer’s recommendations. Inspected, checked, and adjusted. Serviced with proper initial lubricants. Electrical and mechanical connections meet quality and safety standards. All applicable safety equipment has been properly installed. Functional tests. System has been performance tested, and meets or exceeds specified performance requirements. (When complete system of one manufacturer) Note: Attach any performance test documentation from manufacturer.

Comments:

I, the undersigned Manufacturer’s Representative, hereby certify that I am (i) a duly authorized representative of the manufacturer, (ii) empowered by the manufacturer to inspect, approve, and operate their equipment and (iii) authorized to make recommendations required to ensure equipment furnished by the manufacturer is complete and operational, except as may be otherwise indicated herein. I further certify that all information contained herein is true and accurate.

Date: , 20

Manufacturer: By Manufacturer’s Authorized Representative: (Authorized Signature)

MANUFACTURERS’ FIELD SERVICES 01 43 33 - 5

SECTION 01 64 00 OWNER-FURNISHED PRODUCTS

PART 1 GENERAL

1.1 DEFINITIONS

A. Seller: The party under separate contract with Owner to furnish the products or special services specified herein.

1.2 OWNER-FURNISHED PRODUCTS

A. TESCO PLC, modem, cable, antenna, and I/O Hardware 1. Quantity: As defined elsewhere in the specifications and drawings. 2. For Pump Stations 113, 152, 197, 222, 315, 316, and 433 only. 3. Pump Station 316 is modem, cable, and antenna only.

1.3 INFORMATION FURNISHED BY OWNER

A. Shop drawings related to Owner-furnished products will be made available for Contractor’s use in performing the work under this section. See Supplement at the end of this section.

B. Manufacturer’s installation, operation, and maintenance instructions for Owner- furnished products will be made available.

1.4 SUBMITTALS

A. Action Submittals: 1. Shop Drawings: a. Show layout, location, and identification of materials provided by Contractor for installation of Owner-furnished products. b. Provide electrical and instrumentation diagrams to indicate connecting and interconnecting electrical and control work. c. Submit complete list of materials to be furnished, and include data necessary to allow Owner to determine their fitness for the work.

1.5 TRANSFER OF PRODUCTS

A. Point of Transfer: Supplier’s warehouse located in East Baton Rouge Parish at 10699 Airline Hwy, Ste B, Baton Rouge, LA, 70816.

B. Items are available and will be stored at the Supplier’s warehouse until Contractor is

OWNER-FURNISHED PRODUCTS 01 64 01 - 1

ready for pick up.

C. Prior to loading, conduct with Owner, Engineer and Supplier a joint inspection for the purpose of identifying product, general verification of quantities, and observation of apparent condition.

D. Do not load damaged or incomplete products.

E. Indicate signed acceptance of delivery on the transfer form provided by the Engineer.

F. Following transfer, provide insurance for the Owner-furnished products up to the time of Final Acceptance by the Owner. Estimated values of the Owner Furnished products are included in the Supplement to this section.

1.6 UNLOADING, STORAGE AND MAINTENANCE

A. Subsequent to transfer, Contractor shall have complete responsibility for unloading Owner-furnished products. Unload product in accordance with manufacturers’ instructions, or as specified.

B. Store, protect, and maintain product to prevent damage until final acceptance of completed work. Damage to or loss of products after date of transfer to Contractor shall be repaired to original condition, or replaced with new identical products, at the discretion of Engineer.

C. Maintain complete inventory of all Owner-furnished products after their transfer to Contractor.

1.7 SCHEDULING AND SEQUENCING

A. Include sequencing constraints specified herein as part of Progress Schedule.

B. Owner will confirm transfer date with Contractor 10 days prior to scheduled transfer.

1.8 EXTRA MATERIALS

A. Unless otherwise specified, Owner will take acceptance of, and be responsible for storing associated extra materials and special tools upon delivery.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION 3.1 INSTALLATION

A. Install products in conformance with Owner-furnished product shop drawings and installation instructions. OWNER-FURNISHED PRODUCTS 01 64 01 - 2

B. Provide all interconnecting structures, equipment, piping, electrical and instrumentation work, finish painting, and appurtenances to achieve a complete and functional system.

C. Verify operability and safety of electrical system needed to operate equipment. Check electrical system for continuity, phasing, grounding, and proper functions.

3.2 PRODUCT PROTECTION

A. Follow manufacturer’s instructions for protection and maintenance during storage, after installation but prior to testing and startup, and after startup but prior to acceptance.

3.3 TESTS AND INSPECTION

A. Perform tests and inspections of installed products in accordance with requirements shown herein, Section 01 91 14, System and Facility Testing, and manufacturer’s instructions.

3.4 SUPPLEMENTS A. The supplement listed below, following “END OF SECTION,” is part of this Specification.

1. Shop Drawings and Operation and Maintenance instructions for the Owner- furnished products.

END OF SECTION

OWNER-FURNISHED PRODUCTS 01 64 01 - 3

L2000 Programmable Logic Controller

Features

Multi-Level Password Protection Assign Various Functions to Appropriate Operations Automatic PLC Lock After KeyPress THREE STRIKES AND OUT Password Security

Scrolling Text Register Tag Names Register Values are Displayed with Engineering Units Register Names Assigned Unique Twenty Character Description

Open Architecture Without Obsolescence

Examine and Force Any Register Value Multiple Registers can be Easily Forced to Known Value

Standard ISA Alarm Sequences are Predefined Choose From any of Five Unique Alarm Sequences

Global System-Wide Register DataBase Five Different Counter/Timer Types Setpoin Registration in Write-Protected Memory Internal I/O Registers Register Counts are Configurable up to Available Memory

2 to 16 Point, Curve Fitting Analog Calibration Internal Digital Loop Milliamp Meter for Each AI/AO Engineering Units with Floating Point Accuracy

Industrial Strength Reliability Five Year and Ten Year Warranties Available Complete Field Service Department Temperature Rated to 200° F Ten Year Lithium Memory Battery Complete Battery Backup Operation, Including I/O Total Bumpless "Hot Standby" System Available Watchdog Timer Complete Suite of Diagnostics Built-In Automatic Fault Relay Form C Write Protected Memory for User Program, Calibration, and Setpoints

All Analog Readouts in Engineering Units 2U VME Parallel Low Power Architecture Multitest Module

For more information on standard features refer to the Processor page. L2000 Programmable Logic Controller

Packaging

L2000 Compact Model For Demanding Applications with Fixed I/O Counts Perfect for Lift Stations and Pump Stations

Small Size: 8.5w x 4h x2d Inches I/O Mix: 6AI, 2AO, 16DI, 8DO Mode and DI/DO LED Annunciators 2 Full Handshake RS-232 Telemetry Ports Maintenance Port

5, 12, 14, or 20 Card Rack Models Modular Design provides Ease of Maintenance and System Expansion Perfect for Treatment Plant Installations

Low Power 3U VME Card Racks Cards are 4x6.3 inches in size Parallel Data and Address Bud Cards have Mode and DI/DO LED Annunciators HOT SWAP Cards and Less Than 1A @ 12V for 3 Card System Many Card I/O Types and Densities Available HDIO - 6AI, 2AO, 16DI, 8DO Pump Card - 2AI, 1AO, 4DI, 4DO AI Card - 16/8 AI AO Card - 16/8 AO DI Card - 32/16 DI DO Card - 32/16 DO SOE Card - 16 DI L2000 Programmable Logic Controller

Processor Module

Microprocessor 32-bit low power CMOS 68360 25/33 MHz

RAM Expandable to 16 Mbyte RAM Low Power CMOS Static RAM Dual Ported RAM Between Processors Battery Backed 10 Year battery life Selectable Write Protected Boundary

ROM Up to 1 Mbyte ROM

Communication Ports 6 Serial Ports Full Hardware Handshake 6 Baud Rate Generators Ethernet/IEEE 802.3 10 Mbps with TCP/IP Protocol Full RS-232 and RS-485 4 Serial DMA Channels RISC Communications Coprocessor

Real Time Clock Battery-backed

System 3U VME Parallel Bus Architecture Real Time Preemptive Multitasking Operating System with 26 Layer Kernel

Programming IEX 1131-3 Standard Programming Languages

Sequential Function Chart (SFC) Structured Text (ST) Instruction List (IL) Function Block Diagram (FBD) Ladder Diagram (LD)

Tescode™ ANSI C PID Loop Control and All Math Functions Built-In

For more information on standard features refer to the Features page. L2000 Programmable Logic Controller

Communications

Networking The L2000 can operate in peer-to-peer and/or polled fashion on RS-232, RS-485, or Ethernet. When the peer-to-peer method is chosen the L2000 can send data either at an interval or change based to minimize communication traffic. The L2000 can communicate with up to 65,000 uniquely addressed network nodes. All data rates and settings are software selectable for ease of setup. In the event of a communications failure, the sophisticated networking software can be configured to automatically switch over to any other port, thus maintaining contact. When communications are restored, traffic may be automatically re-routed through the original port.

Remote Control With Remote Control, you can examine and change a variety of items on your L2000, LIQ 5™, or LIQ 4™ from another L2000 controller! The Remote Control feature provides monitoring and control across your existing communications network. Imagine the power of being able to examine and change a setpoint over a radio link on a L2000 located 10 miles away! Remote Control works across all communications media supported by the L2000 Acknowledge alarms Change any register / setpoint Examine and register / setpoint Examine or Change current mode Multi-Lingual L2000 The L2000 is not only multi-talented but multi-lingual as well! On top of all the great features it has to offer, the L2000 can also be used as a communications server and protocol converter. The L2000 speaks the following protcols fluently:

PROTOCOL DEVICE Data Express TESCO LIQ IV Sata Express Plus TESCO LIQ 5 MODICON™ or other ™ PLC PLC DGH (ASCII) Remote I/O

Message Store and Forward Routing With store and forward, the L2000 can act as a telemetry message router/bridge between other controllers/systems which would not otherwise be able to communicate because of distance or other limitations Internal table configures message routed Support includes MODBUS and DGH protocols Messages may take mulitple hops to reach destination Supports all L2000 communications media Messages can be routed across different media Automatic alternate message path routing on communication link failure L2000 Programmable Logic Controller

Data Archiving

The Data Archiving Module which is resident in the L2000 controller provides all the capabilities and functions necessary to data record all register transactions throughout the L2000 Controller. Register values may be stored based on change, or may be stored in "compressed" format, with minimum/maximum, and average values stored away for each time interval. Alarm information may also be captured.

The Archive Module can handle up to forty separate archive arrays Data Archiving log rate to 10 milliseconds across all archives Timestamp for each recorded entry is accurate to 10 milliseconds Average/Min/Max data compression archiving Change Based archiving with associated delta change registers The L2000 Archiving Module will automatically archive all alawm events The archive arrays can be easily triggered ON or OFF for event archiving Archive array data integrity is maintained across power failures PC support for UPLOAD and TRENDING of archive data Integration of Siteglas SCADA for upload/control of archive arrays Automatic recovery of archived data after comm failure with Siteglas Data Express Plus messaging protocol provides a complete telemetry interface to all archiving functions and control All data is guaranteed to be trapped and processed, unlike other Data Loggers which have to sample the physical I/O and hopefully synchronize witht he Process Controller. The advantages of having the Controller provide the Data Logging mechanism are tremendous. L2000 Programmable Logic Controller

Dynamic Data Exchange

You can setup a 3-D trend using real-time L2000 data in a matter of minutes!

The TESCO L2000 DDE Server enables the TESCO L2000 controller to directly communicate with MS Windows™, Windows 95™, and Windows NT™ applications that support the DDE interface. Most popular Windows applications support DDE, and now so does the L2000 controller! This means that you can have real-time data automatically update in your favorite spreadsheet, database, or even word processor.

Dynamic Data Exchange is the basic foundation for client-server IPC (Interprocess Communication) under MS Windows. The TESCO L2000 DDE Server can service multiple DDE Clients simultaneously.

The TESCO L2000 DDE Server is a solution whenever you need to read real-time data from an L2000 into a DDE compliant third party application. Reading real-time data from an L2000 controller into a spreadsheet would be an example. The TESCO L2000 DDE server will support up to nine communication ports simultaneously in any configuration of point to point and multipoint networking. Utilizing true RS-232 hardware handshaking, this server easily interfaces to multipoint radios, modems, and more. The TESCO L2000 DDE Server has on-line help, which makes it very user friendly.

The TESCO L2000 DDE Server makes remote L2000 Controller register-data available to any Windows DDE Client application for real-time analysis and archiving of system process information. All analog registers are calibrated to real world engineering units in 32-bit IEEE floating point. Setpoints and other L2000 internal registers are also available with the TESCO L2000 DDE Server. L2000 Programmable Logic Controller

WinBench

POWERFUL WinBench TM is a Windows 95/Windows NT application that provides the complete programming environment for the L2000 native language - Tescode™. WinBench supports the transfer and modifications of all L2000 and LIQ 5 tables, allowing the user complete reign over the control program. WinBench supports Dialup connections and will simultaneously share communication ports with your SCADA software. • Multi-Threading/ Multi-Tasking • Native Windows 95/NT Application utilizing the WIN32 API • Pop-Up Menus and Floating Tool Bars • Transfer Single Tables or Complete Projects • Transfer and Display Archive Array Data • Change PLC Modes, Retrieve/Set PLC Real Time Clock • Complete Text Editor, Unlimited File Size • Context Sensitive Hints with On-line Help System • Operate Over Existing Telemetry Communication Channels • Share a Communication Port with your SCADA Software • Control of Full Hardware Handshake Signals for Communications • Up to 11 5k Baud, Any Communication Port • Hayes ® Modem Dialup Capabilities • Integrated Phone Book for Dialup Connections • Quickload Upload / Download with Calibration and Setpoints

USER-FRIENDLY Designed around an intuitive, user-friedly interface, WinBench is very simple to use and handles all your programming needs. WinBench neatly packages the various tables associated with the L2000 and LIQ5 controllers into a project. WinBench then allows you to effortlessly manage these projects or, if you choose, you can work with the individual tables. Pop-Up menus make editing quick and simple. Need help? Simply move the mouse over whatever you need help with and WinBench will show you hints for that item. Additional help is available on-line and is context sensitive.

Plug-in Tools Plug-in tools available for WinBench include: • Real Time Polling Using Dynamic Data Exchange • SQL Client/Server Database Access • Auto Dialer, Alarm Annunciation, Paging, and DTMF Control • Communications Terminal Window • Automated Documentation and Cross Reference Tools L2000 Programmable Logic Controller

ISaGRAF Workbench

The ISaGRAF workbench allows a single programming environment for the L2000 which supports five IEC 1131-3 compliant languages, plus ANSI C. This workbench runs on Windows-3.x, Windows 95, or Windows NT. The project manager organizes a hierarchal project, which may be comprised of programs written in the same or different languages. A project may be password protected to prevent unauthorized access. Revisions are tracked by a history file which keep the last 500 modifications with a title, time and date, and diary file which holds text information about each revision. When a program is ready to test, the built in simulation allows testing without the using the L2000, or a debugger works with the L2000. Program documentation is automatically created with the cross reference tool which lists all occurrences of each variable in the entire project.

FEATURES • IEC 1131 Compliant • Windows 3.x, Windows 95, and Windows NT • Drag and Drop programming • Offline Program Simulation • Online Debugging • Automatic Documentation • L2000 Programming Languages:

TESCODE Ladder Logic ANSI C Function Block Diagram Sequential Function Chart Structured Text Instruction List L2000 Programmable Logic Controller

Mixed I/O Modules

Mixed I/O modules have at least one of each type of I/O. These cards are efficient for smaller applications, since only one I/O car is required, rather than one of each type. These cards also allow the use of the compact L2000 packaging on a PLC with all types of I/O.

High Density I/O Card 6 Analog Inputs 2 Analog Outputs 16 Digital Inputs 8 Digital Outputs

The High Density I/O card is ideal for small pump stations wtih mulitple pumps, and many other relatively small applications.

Pump Card 2 Analog Inputs 1 Analog Outputs 4 Digital Inputs 4 Digital Outputs

The Pump Card is ideal for small pump stations and lift stations with a single pump.

For small to medium size applications, more than one mixed I/O card may be used in a card rack, to customize I/O count using the least number of cards. L2000 Programmable Logic Controller

Dedicated I/O Modules

Dedicated I/O modules allow the greatest flexibility for systems with higher I/O demands. They are the perfect solution for systems with a high demand for only one type of I/O.

High Density Analog Input Card 16 Analog Inputs Clas A through AAA lightening protection option

Low Density Analog Input Card 8 /4 Analog Inputs Clas A through AAA lightening protection option

High Density Analog Output Card 16 Analog Outputs Clas A through AAA lightening protection option

Low Density Analog Output Card 8 /4 Analog Outputs Clas A through AAA lightening protection option

High Density Digital Input Card 32 Digital Inputs AC or DC inputs available

Low Density Digital Inputs Card 16 /8 Digital inputs AC or DC inputs available

High Density Digital Output Card 32 Digital Outputs 10 Amp. Dual Contact Relay outputs

Low Density Digital Output Card 16 / Digital Outputs 10 Amp. Dual Contact Relay outputs

Dedicated I/O modules may be combined with Mixed I/O modules for the utmost flexibility on systems with medium to extremely large I/O demands. L2000 Programmable Logic Controller

I/O Specifications

Analog Inputs Resloution: 12-bit Type: Differential or Single Ended Modes: 4-20 mA Current Mode or 1-5V Voltage Mode Accuracy: +/- 0.01% Linearity: +/- 0.01% Input Impedance: >4M ohm in voltage mode Common Mode Voltage: 96V Internal Sample Rate: 10us Overcurrent Protection: Replaceable Fuse - onboard spare

Analog Outputs Resolution: 12-bit Type: Differential Modes: 4-20 mA Current Mode or 1-5V Voltage Mode Accuracy: +/- 0.01% Linearity: +/- 0.01% Overload Protection: Replaceable Fuse - onboard spare Maximum Loop Impedance: 1k ohm @ 24V

Digital Inputs Type: Opto Isolated Isolation Voltage: 7500V Input Sense: Dry Contact on DC inputs 120VAC on AC inputs

Digital Outputs Type: Dry Contact, Double Break 20A, Socketed

Current Rating: 30 VDC 10A Resistive Load 7A Inductive Load 120 VAC 10A Resistive Load 7A Inductive Load 240 VAC 10A Resistive Load 7A Inductive Load

Horse Power Rating: 120 VAC 1/6 Horse Power 240 VAC 1/3 Horse Power

Operator/Release Time: 20MS Maximum

Life Expectancy: Mechanical: 50,000,000 Operations or More Electrical: 5000,000 Operations or More L2000 Programmable Logic Controller

Field Wiring Terminal Blocks

These Terminal Blocks Provide Excellent Lightning/Surge Protection and Alleviate the Need to Install Discrete Interposing Devices to the Enclosure Back-Pan. Pull-Apart two piece Wiring Blocks for Fast and easy Wiring/Re-Wiring Separate wiring Blocks for each I/O Type with Wire Points Fully Labeled Versatile Internal or External Analog Power Source Digital Outputs have socketed 10A Relays with "ON" LED Entire Terminal Block Snaps On/Off Standard Track Mount Onboard Passive Circuit Protection to Protect Programmable Controller Available with a built-in Isolated 24V Current Loop Power Supply Individually Fused AI/AO Power Source Fused DI Source and Common with Clamping Diodes Onboard Spare Fuses for All Fuse Types

Three Levels of Protection Available:

Class A: 2 MOVs at each AI/AO Fused

Class AA: 2 MOVs at each AI/AO 1 Dual Gas Discharge Tube at each AI/AO Fused

Class AAA: Full 12 Stage, 1000 Joule Lightning Protection at each AO/AO PS-12120 12 Volt 12.0 AH

Features • Absorbent Glass Mat (AGM) technology for superior performance • Valve regulated, spill proof construction allows safe operation in any position • Power/volume ratio yielding unrivaled energy density • Rugged impact resistant ABS case and cover (UL94-HB) • Approved for transport by air. D.O.T., I.A.T.A., F.A.A. and C.A.B. certifi ed • U.L. recognized under fi le number MH 20845

Terminals (mm) Performance Specifi cations

Nominal Voltage ...... 12 volts (6 cells) 3.4 Nominal Capacity • F2 - Quick disconnect 6.35 20-hr. (600mA to 10.50 volts) ...... 12.0 AH tabs, 0.250” x 0.032” - Mate with AMP. INC 10-hr. (1.1A to 10.50 volts) ...... 11.0 AH FASTON “250” series 7.95 5-hr. (2.1A to 10.20 volts) ...... 10.5 AH 0.8 1-hr. (7.25A to 9.00 volts) ...... 7.25 AH 15-min. (21.5A to 9.00 volts) ...... 5.38 AH Physical Dimensions: in (mm) Approximate Weight ...... 7.92 lbs. (3.59 kg) Energy Density (20-hr. rate) ...... 1.69 W-h/in3 (103.41 W-h/l) Specifi c Energy (20-hr. rate) ...... 18.18 W-h/lb (40.08 W-h/kg) W Internal Resistance (approx.) ...... 20 milliohms Max Discharge Current (7 Min.) ...... 36.0 amperes Max Short-Duration Discharge Current (10 Sec.) ...... 120.0 amperes Shelf Life (% of nominal capacity at 68°F (20°C)) 1 Month ...... 97%

Sealed Rechargeable Battery 3 Months ...... 91% HT H MODEL PS-12120 F2 6 Months ...... 83% 12 Volt 12.0 Amp. Hr.

T B ® US E R M E Y C R Y

E C

T L

T Pb E

A

MH20845 D B

NONSPILLABLE Operating Temperature Range www.power-sonic.com Charge ...... -4°F (-20°C) to 122°F (50°C) L Discharge ...... -40°F (-40°C) to 140°F (60°C) L: 5.95 (151) W: 3.86 (98) H: 3.70 (94) HT: 3.94 (100) Case ...... ABS Plastic Tolerances are +/- 0.04 in. (+/- 1mm) and +/- 0.08 in. (+/- 2mm) for Power-Sonic Chargers ...... PSC-122000A, 122000A-C height dimensions. All data subject to change without notice.

To ensure safe and effi cient operation always refer to the latest edition of our Technical Manual, as published on our website. All data subject to change without notice. www.power-sonic.com PS-12120 12 Volt 12.0 AH

Shelf Life & Storage Discharge Characteristics

100 14.0 Charging is not o o necessary unless Ambient Temperature 20 C (68 F) 100% of capacity 13.0 is required. 80 o Charging before 5 C 12.0 o use is necessary (41 F) to help recover full capacity. 60 11.0 Charge may fail to restore full o o o 0.60 40 C 30 C 20 C capacity. Do not 10.0 1.2 o 40 o (86 F) o let batteries reach 2.4 (104 F) (68 F) this state. 6.0 Terminal Voltage (V) 9.0 0

Capacity Retention Ratio (%) Final 12 0 2 4 6 8 10 12 14 16 18 20 Voltage 8.0 Standing Period (Months) 24

1.2 2.4 6 12 24 36 48 1 2 4 6 8 10 20 4 0 Discharge Time vs. Discharge Current min h Discharge Time 20 15 10 Life Characteristics in Stand-By Use h ) Ambient Temperature 20˚C (68˚F) 5 Final % 100 ( Voltage 80 2 10.5V 10.2V 60 1 Float Charging Voltage 40

Discharge Time 2.25 - 2.30 V/Cell

9.6V ntionpacity Ca 30 20

Rete 0

min 9.0V 0 1 2 3 4 40oC (104oF) 10 o o 20 C (68 F) Years o o 0 C (32 F) 5 8.1V Life Characteristics in Cyclic Use 0.60 1.2 2.4 6.0 12 24 120 Discharge Current (A) 100

Charging 80 Cycle Applications: Limit initial current to 3.6A. Charge until battery voltage 60 (under charge) reaches 14.4 to 14.7 volts at 68°F (20°C). Hold at 14.4 to 14.7 Discharge Discharge Discharge volts until current drops to under 120mA. Battery is fully charged under these Depth 100% Depth 50% Depth 30% conditions, and charger should be disconnected or switched to “float” voltage. 40 1. Discharge Current 0.2C (Final Voltage 1.7V/Cell) “Float” or “Stand-By” Service: Hold battery across constant voltage source of 20 2. Charge Current: 0.1C 13.5 to 13.8 volts continuously. When held at this voltage, the battery will seek its Retention Capacity (%) 3. Ambient Temperature: 20oC to 25oC (68oF to 77oF) own current level and maintain itself in a fully charged condition. 0 0 200 400 600 800 1000 1200 Note: Due to the self-discharge characteristics of this type of battery, it is Number of Cycles imperative that they be charged within 6 months of storage, otherwise permanent loss of capacity might occur as a result of sulfation.

Chargers Further Information Power-Sonic offers a wide range of chargers suitable for batteries up to 100AH. Please refer to our website www.power-sonic.com for a complete range of useful Please refer to the Charger Selection Guide in our specification sheets for “C-Series downloads, such as product catalogs, material safety data sheets (MSDS), ISO Switch Mode Chargers” and “Transformer Type A and F Series”. Please contact our certification, etc.. Technical department for advice if you have difficulty in locating suitable models.

Contact Information www.power-sonic.com DOMESTIC SALES CUSTOMER SERVICE TECHNICAL SUPPORT INTERNATIONAL SALES Tel: +1-619-661-2020 Tel: +1-619-661-2030 Tel: +1-619-661-2020 Tel: +1-650-364-5001 Fax: +1-619-661-3650 Fax: +1-619-661-3648 Fax: +1-619-661-3648 Fax: +1-650-366-3662 [email protected] [email protected] [email protected] [email protected]

CORPORATE OFFICE • 7550 Panasonic Way • San Diego, CA 92154 • USA • Tel: +1-619-661-2020 • Fax: +1-619-661-3650 408 1M A&F Series Transformer Type Battery Chargers FOR SLA BATTERIES

Features Operating Characteristics Electronically regulated - current limited chargers for “A” Series: Automatic dual rate chargers sense battery sealed lead-acid type batteries. requirements and automatically switch from the fast charge Wall mount plug-in design for 250, 300, 500, 800 series to float mode, or vice versa. LED’s provide visual indication and 61000A; counter top design for 241000A, 2000, 4000 of the charging mode. Automatic chargers combine the and 10A series. advantages of float and cycle chargers; recharge time is Operating temperature range: 32ºF - 104ºF (0ºC - 40ºC). short yet batteries are safe from being overcharged. This Input voltage: 110/120 VAC, 60Hz. 122000A and 241000A charger is ideal for cyclic applications where recharge time can be switched to accept 220/230 VAC, 50Hz. is critical and the battery may be left on charge indefinitely. As a result charging is fool-proof. LED’s: For 250A & 500A series: “POWER ON” and “CHARGING MODE” (ON=high-rate charging, OFF=float charging). For 300, 800, 1000, & 10A series: “FLOAT” and “F” Series: Float chargers are designed to provide optimum “FAST CHARGE” indicators. For 2000A, 241000A and 4000 life for batteries used in standby applications where series: single tri-color indicator. charging is continuous. The chargers deliver a constant Hi-impact resistant thermo-plastic housing for 250, voltage of 2.25 to 2.30 volts per cell which allow the battery 300, 500, and 800 series; metal housing for 1000, 2000, to seek its own current level and maintain itself in a fully 4000, and 10A series. charged condition. This series is best suited for burglar and fire alarm equipment, emergency lighting, memory Screw-type terminals for 250 & 500 series, I/O cord with protection, or UPS systems where the battery serves as battery connectors for 300, 800, 1000, 2000, 4000 and 10A series chargers. back-up power to the AC source. Specifications

Nominal Output Voltage Output Dimensions: in. (mm) Weight Model Type Voltage Float/Fast Current (mA) Length Width Height lbs. (kg) PSC-6250F* 6 6.83 / NA 400 Fixed volt float 2.20 (56) 1.96 (50) 1.88 (48) 0.50 (0.23) PSC-6250A* 6 6.75 / 7.35 400 Dual Rate 2.20 (56) 1.96 (50) 1.88 (48) 0.50 (0.23) PSC-6300A 6 6.84 / 7.35 300 Dual Rate 2.75 (69) 2.75 (70) 3.75 (95) 1.36 (0.62) PSC-6500A 6 6.75 / 7.35 500 Dual Rate 2.55 (65) 1.88 (48) 2.89 (73) 0.80 (0.36) PSC-61000A 6 6.84 / 7.35 1000 Dual Rate 2.75 (70) 2.75 (70) 3.75 (95) 1.36 (0.62) PSC-64000A 6 6.75 / 7.35 4000 Dual Rate 5.70 (145) 5.80 (147) 3.30 (84) 6.00 (2.72) PSC-12250A 12 13.50 / 14.70 300 Dual Rate 2.20 (56) 1.96 (50) 1.88 (48) 0.50 (0.23) PSC-12250F 12 13.65 / NA 300 Fixed volt float 2.20 (56) 1.96 (50) 1.88 (48) 0.50 (0.23) PSC-12300A 12 13.68 / 14.70 300 Dual Rate 2.75 (69) 2.75 (70) 3.75 (95) 1.36 (0.62) PSC-12500A 12 13.50 / 14.70 500 Dual Rate 2.55 (65) 1.88 (48) 2.89 (73) 0.80 (0.36) PSC-12500F 12 13.65 / NA 500 Fixed volt float 2.55 (65) 1.88 (48) 2.89 (73) 0.80 (0.36) PSC-12800A 12 13.68 / 14.70 800 Dual Rate 2.75 (69) 2.75 (70) 3.75 (95) 1.36 (0.62) PSC-122000A 12 13.50 / 14.70 2000 Dual Rate 5.55 (141) 3.60 (91) 2.89 (73) 3.80 (1.73) PSC-124000A 12 13.50 / 14.70 4000 Dual Rate 6.65 (169) 5.30 (135) 3.40 (86) 7.40 (3.36) PSC-124000AP 12 13.50 / 14.70 2,500/2,200 Charger/Pwr. Supply 6.65 (169) 5.30 (135) 3.40 (86) 7.40 (3.36) PSC-12-10* 12 13.50 / 14.70 10,000 Dual Rate 7.95 (202) 6.10 (155) 4.50 (114) 9.00 (4.10) PSC-241000A* 24 27.00/29.40 1,000 Dual Rate 5.55 (141) 3.60 (91) 2.89 (73) 3.80 (1.73)

* Discontinued We’ve Got The Power.™ SLA Charger Selection Guide

Use with Battery U.L./CSA Charger Model Max Output (mA) Voltage Capacity Listing PSC-6250F † 400 6 0.5 - 2 AH U.L. PSC-6250A† 400 6 1 - 3 AH U.L. PSC-6300A 300 6 1 - 3 AH CSA/NRTL* PSC-6500A† 500 6 2 - 5 AH U.L. PSC-61000A 1000 6 5 - 10 AH CSA/NRTL* PSC-64000A 4000 6 10 - 40 AH - - - PSC-12250F 300 12 0.8 - 2 AH U.L. PSC-12250A 300 12 1 - 3 AH U.L. PSC-12300A 300 12 1 - 3 AH CSA/NRTL* PSC-12500F 500 12 2 - 5 AH U.L. PSC-12500A 500 12 2 - 5 AH U.L. PSC-12800A 800 12 4 - 8 AH CSA/NRTL* PSC-122000A** 2000 12 8 - 20 AH CSA PSC-124000A** 4000 12 20 - 40 AH CSA PSC-124000AP*** 3500 12 12- 40 AH CSA PSC-12-10A† 10000 12 40 - 100 AH - - - PSC-241000A**† 1000 24 5 - 10 AH CSA

* The “NRTL/C” mark appearing next to the CSA stamp indicates that the charger was also tested to meet U.L. requirements (UL 1310). Under the provisions of this agreement, CSA and U.L. can now test to each others’ specifications and thus obtain approval for both organizations.

** PSC-122000A, PSC-241000A and PSC-124000A can be switched to accept 115 VAC or 230 VAC input (47-63 Hz) allowing usage both here and abroad.

*** PSC-124000AP should be used when the automatic dual rate charger is used like a power supply. As such it can supply a continuous load current of up to 2.5A, yet still switch into float mode (13.8V) when the battery is fully charged.

† Model is discontinued

Notes

Recharge time depends on the depth of the preceding When charging batteries in series (positive terminal discharge and the output current of the charger. To of one battery is connected to negative of the other) all determine the approximate recharge time of a fully batteries in the string will receive the same amount of discharged battery, divide the battery’s amp. hrs. by charge current, individual battery voltages may vary. the rated output current of the charger and multiply the resulting number of hours by a factor of 1.75 to When charging batteries in parallel (positive terminals compensate for the declining output current during the are connected with positive terminals, negative terminals charge cycle. If the amount of amp. hrs. discharged with negative), all batteries in the string are subject to the from the battery is known, use it instead of the battery’s same charge voltage, but the charge current each battery capacity to make the calculation. receives can and will vary until equalization is reached.

Power-Sonic does not offer chargers for batteries with capacities higher than 100 AH. If you have any queries or difficulties in locating a suitable charger for batteries above 100AH, our echnicalT department will be happy to help.

CORPORATE OFFICE CUSTOMER SERVICE SALES / INTERNATIONAL 7550 Panasonic Way Tel: +1-619-661-2030 Tel: +1-650-364-5001 San Diego, CA 92154 USA Fax: +1-619-661-3648 Fax: +1-650-366-3662 Tel: +1-619-661-2020 [email protected] [email protected] Fax: +1-619-661-3650 [email protected] www.power-sonic.com

PRINTED IN U.S.A. 0308 1M Sierra Wireless AirLink® LS300 Gateway

Small, rugged, and intelligent 3G gateway. Want to remotely control, monitor, or track the location of ! eld equipment? Need a reliable alternative to landlines when they go down or are not an option in remote or temporary locations?

ONE GATEWAY, MULTIPLE POSSIBILITIES The AirLink LS300 gateway is the smallest, most compact 3G gateway from Sierra Wireless. Designed to be the next generation, all-in-one successor to the market leading Raven series, the intelligent LS300 gateway comes USE CASE EXAMPLES standard with multiple interfaces (Ethernet, Serial, USB), GPS, and all • Industrial: remotely monitor and control features that AirLink customers have come to rely on for over 15 years: pipelines, meters, pumps, valves in any energy or utility application. • Best-in-class session persistence keep AirLink gateways connected to the • Enterprise: instantly deploy reliable cellular network 24/7 internet connectivity to remote point-of- • Rugged, military spec design keep AirLink gateways operating in the sale locations, temporary installations, or retail operations. harshest environments • AirVantage™ Management Service provides remote device management to • Transportation: track the location and speed of vehicles or heavy equipment centrally con" gure, deploy, and monitor AirLink gateways over-the-air (OTA) and provide reliable internet to a mobile • Industry-leading warranties and world class support keep AirLink workforce. customers coming back

QUICKLY CONFIGURE AND DEPLOY The comprehensive set of con! gurable options makes the LS300 quick and easy to deploy in the ! eld. With ALEOS™ embedded intelligence powering AirLink gateways, the LS300 can be deployed in most industrial, enterprise, and transportation applications out-of-the-box.

In addition to con! guring connection settings, ALEOS enables users to setup custom security, networking, and routing parameters, GPS location tracking, and events reporting without any programming. With over a decade of experience in real-world deployments, ALEOS has been developed to ease integration and con! guration for a wide range of deployment scenarios.

ADD CUSTOM LOGIC WITHOUT ANY EMBEDDED EXPERTISE ALEOS Application Framework makes it easy to add custom logic to the LS300 gateway for collecting information from connected equipment or optimizing data transfers. This scripting framework allows users to create applications without deep embedded expertise or C/C++ programming skills. Sierra Wireless AirLink® LS300 Gateway

Technical Specifi cations

HSPA+ MODELS POWER CONSUMPTION DEVICE MANAGEMENT fallback to quad-band GSM/GPRS/EDGE All fi gures in mA @ 12VDC • AirVantage Management Service • HSPA+ North America • HSPA+: Min 219, Peak 624, next-generation device management 800/850/1900/2100 MHz Idle 104 application • HSPA+ EMEA • CDMA: Min 164, Peak 280, • ACEManager device con! guration utility 900/2100 MHz Idle 132 • Low Power Standby Mode: <35 ALEOS APPLICATION FRAMEWORK EV"DO MODELS • Lua language coding platform fallback to CDMA 1xRTT GPS TECHNOLOGY • Remote application management • Dual Band EV-DO Rev. A HSPA+ Models • Eclipse-based IDE 800/1900 MHz • Acquisition Time: <3 Sec Hot Start, <45 • Integrated real-time debugging Sec Cold Start HOST INTERFACES • Accuracy: <10m ENVIRONMENTAL • 10/100 Base-T RJ45 Ethernet • Tracking Sensitivity: -155 dBm • Operating Temperature: • RS-232 Serial Port EV-DO Models -30°C to +70°C / -22°F to +158°F • USB V2.0 Micro-B Connector • 12 Channel, Continuous tracking • Storage Temperature: • 2 SMA Antenna Connectors • Acquisition Time: 9 sec Hot Start, 39 -40°C to +85°C / -40°F to +185°F (RF, GPS/Rx Diversity) Sec Cold Start • Humidity: 90% RH @ 60 °C • Support for active antenna • Accuracy: <3m (50%), <8m (90%) • Military Spec MIL-STD-810 • Tracking Sensitivity: -160 dBm conformance to thermal, mechanical PROTOCOLS shock and humidity • Network: TCP/IP, UDP/IP, DNS EVENTS REPORTING • Routing: NAT, Host Port Routing, DHCP, • Event Types: Digital Input, GPS/AVL, INDUSTRY CERTIFICATIONS PPPoE, VLAN, VRRP Network Parameters, Data Usage, • PTCRB • Application: SMS, Telnet/SSH, SMTP, Timer, Power, Device Temperature • FCC, Industry Canada SNMP, SNTP • Report/Action Types: SMS, Email, • CE, E-Mark • Serial: TCP/UDP PAD Mode, Modbus SNMP Trap, Relay Output, GPS Rap • RoHS Compliant (ASCII, RTU, Variable), PPP Report, Events Protocol Message to • Class I, Div 2 • GPS: TAIP, NMEA, RAP Server CARRIER APPROVALS INPUT/OUTPUT VPN/SECURITY • AT&T • Con! gurable I/O on power connector • IPsec, SSL, and GRE VPN Client • Sprint • Input ON Voltage 3.3 to 30 VDC • Up to 5 VPN Tunnels • Verizon Wireless • Input OFF Voltage 0 to 1.2 VDC • IKE Encryption WARRANTY • Output max. switching capability • Port Forwarding and DMZ • 200mA @ 30VDC • Port Filtering 3-year • Trusted IP DIMENSIONS • MAC Address Filtering • 3.0 in x 3.5 in x 1.0 in (76 mm x 90 mm x 25 mm) • 6.7 oz (190G)

Sierra Wireless, the Sierra Wireless logo, AirLink, ALEOS and the red wave design are trademarks of Sierra Wireless. Other registered trademarks that appear on this brochure are the property of the respective owners. © 2013 Sierra Wireless, Inc. www.sierrawireless.com PowerMax™ SERIES 288-PW

18” CELLULAR ANTENNA

9 dB GAIN DUAL BAND

Digital Antenna’s 288-PW is a universal dual band cellular antenna ideal for many applications including boats, RVs, homes, and offices. This 9 dB gain cellular antenna improves signals on cellular (810-900 MHz) and PCS (1800-1990 MHz) bands offering excellent performance in a compact design. The 288-PW PowerMax™ antenna is the same outside antenna that is sold as part of the 4KSBR-50U and 4KMR-30U amplifier/repeater systems. When communication is critical, our award-winning antennas make the connection.

PowerMax™ Series: 288-PW

Mount: L-bracket for pole/wall. Connector: Highest quality Type N female. Cable: Not included – Use Digital Antenna’s PowerMax™ cable.

Use Model #F114 to mount 1” - 14 threaded mount

Features • Powerful brass radiators with 9dB Gain. • Soldered connections. • Power directing ferrite choke bead. • High gloss urethane finish. Product Technical Specifications P/N 288-PW Radiation Pattern Omni-Directional ------Gain 9 dBi ------Bandwidth VSWR < 1.5:1 = 810 - 900 and 1800 - 1990 MHz ------Impedance 50 ohms ------Max Input Power 200 watts ------Dimensions 18" l x 1” OD ------Weight 8 oz ------Exterior Finish White, UV stable poly-urethane coating ------Ferrule 316 Stainless Steel ------RF Connector Type N female ------Wind Rating 135 mph ------Installation Supplied L- bracket for pole/wall ------

Digital Antenna, Inc. 5325 NW 108th Avenue L t 954.747.7022 L www.digitalantenna.com Sunrise, FL 33351 f 954.747.7088 4G/3G Multiband Phantom® Antenna Innovative Technology for a Connected World TRA6927M3

4G/3G Phantom® Antenna Ideal for 700/806/850/1800/1900/2100/2300/2500/2600 MHz Applications Laird Technologies’ unique Phantom® antenna operates simultaneously in the 698-960 MHz and 1700-2700 MHz bands, making it ideal for 4G/3G applications. The mechanically robust design is suitable for both indoor and outdoor applications with wide bandwidth and a low angle radiation pattern that is superior to traditional gain antennas in most applications. The antenna is ideal for both ceiling and surface mount applications. The industry standard NMO mounting socket mates with all Laird Technologies’ magnetic, trunk lid and hole mount configurations. A threaded permanent stud mount model is also available for vandal resistant mounting on brackets, panels, ceilings or any other kind of housing.

Features Markets • Mechanically robust for both • Public Safety • Data transport Indoor/Outdoor applications • Cellular • Transportation • Applicable for both 3G and • M2M • IBW 4G application • Utilities • Domestic LTE 700 band and Global LTE 2600 band • WiMAX 2300/2500/2600 bands • Domestic Cellular and Global GSM • Phantom out-performs a 3 dBi whip in many applications

Antenna Patterns

Azimuth Elevation Azimuth Elevation Azimuth Elevation

750 MHz 849 MHz 960 MHz

Azimuth Elevation Azimuth Elevation Azimuth Elevation

1710 MHz 1950 MHz 2700 MHz

global solutions: local support TM Americas: +1.847 839.6907 [email protected] Europe: +1.32.80.7866.12 [email protected] Asia: +1.65.6.243.8022 [email protected] www.lairdtech.com 4G/3G Multiband Phantom® Antenna Innovative Technology for a Connected World TRA6927M3

SPECIFICATIONS ELECTRICAL Frequency Range 698-960 MHz, 1710-2700 MHz VSWR 698-806 MHz < 2.5: 1.0 806-960 MHz < 2.0: 1.0 1710-2110 MHz < 2.0: 1.0 2110- 2170 MHz < 2.5: 1.0 2300- 2700 MHz < 2.0: 1.0 Nominal Peak Gain 698-960 MHz 3.5 dBi 1710-1990 MHz 5.5 dBi 2100-2700 MHz 4.6 dBi Average Efficiency 698-960 MHz 90% (max: 96%) 1710-1990 MHz 91% (max: 95%) 2100-2700 MHz 80% (max: 86%) Polarization Vertical Pattern Omnidirectional Input Impedance 50 Ω Maximum Power 100 W Cable & Mount MB195 (Sold Separately) Terminations NMO or P-Mount w/Type N(f)

Mechanical Color Black or white available Radome Material High Heat ABS Dimensions (Ht. x dia.) 3.3” (8.38 cm) x 1.44” (3.65 cm) Operating Temperature -40° C to 85°C

MODEL AND ORDERING INFORMATION MODEL DESCRIPTION COLOR RADOME HEIGHT WEIGHT CONNECTOR TRA6927M3PB-001 4G/3G Phantom® Black 3.30” 0.38 lbs Type N(f) TRA6927M3NB-001 4G/3G Phantom® Black 3.30” 0.28 lbs NMO TRA6927M3PW-001 4G/3G Phantom® White 3.30” 0.38 lbs Type N(f) TRA6927M3NW-001 4G/3G Phantom® White 3.30” 0.28 lbs NMO

Permanent Mounting Option: The letter “P” in the above part numbers indicates a permanent mounting option

ANT-DS-TRA6927M3 0312 Any information furnished by Laird Technologies, Inc. and its agents is believed to be accurate and reliable. All specifications are subject to change without notice. Responsibility for the use and application of Laird Technologies materials rests with the end user. Laird Technologies makes no warranties as to the fitness, merchantability, suitability or non-infringement of any Laird Technologies materials or products for any specific or general uses. Laird Technologies shall not be liable for incidental or consequential damages of any kind. All Laird Technologies products are sold pursuant to the Laird Technologies’ Terms and Conditions of sale in effect from time to time, a copy of which will be furnished upon request. © Copyright 2012 Laird Technologies, Inc. All Rights Reserved. Laird, Laird Technologies, the Laird Technologies Logo, and other marks are trade marks or registered trade marks of Laird Technologies, Inc. or an affiliate company thereof. Other product or service names may be the property of third parties. Nothing herein provides a license under any Laird Technologies or any third party intellectual property rights. TIMES MICROWAVE SYSTEMS LMR®-400 Flexible Low Loss Communications Coax Ideal for…

LMR-400 • Drop-in replacement for RG-8/9913 Air-Dielectric type Cable • Jumper Assemblies in Wireless Communications Systems • Short Antenna Feeder runs • Any application (e.g. WLL, GPS, LMR, WLAN, WISP, WiMax, SCADA, Mobile Antennas) requiring an easily routed, low loss RF cable

• LMR® standard is a UV Resistant Polyethylene jacketed Size for size LMR has the lowest loss of any flexible cable cable designed for 20-year service outdoor use. The and comparable loss to semirigid hard-line cables. bending and handling characteristics are significantly better • RF Shielding is 50 dB greater than typical single than air-dielectric and corrugated hard-line cables. shielded coax (40 dB). The multi-ply bonded foil outer • LMR®- DB is identical to standard LMR plus has the conductor is rated conservatively at > 90 dB (i.e. >180 advantage of being watertight. The addition of dB between two adjacent cables). waterproofing compound in and around the foil/braid • Weatherability: LMR-400 cables designed for insures continuous reliable service should the jacket be outdoor exposure incorporate the best materials for UV inadvertently damaged during installation or in the future. resistance and have life expectancy in excess of 20 years. • LMR®- FR is a non-halogen (non-toxic), low smoke, • Connectors: A wide variety of connectors are available fire retardant cable designed for in-building runs that can for LMR-400 cable, including all common interface types, be routed anywhere except air handling plenums. LMR- reverse polarity, and a choice of solder or non-solder FR has a UL/NEC & CSA rating of ‘CMR’ and ‘FT4’ center pins. Most LMR connectors employ crimp outer respectively. In addition, the LMR-FR series is MSHA- attachment using standard hex crimp sizes. P rated for mining operations. • Cable Assemblies: All LMR-400 cable types are • LMR®- FR-PVC is a general-purpose indoor cable available as pre-terminated cable assemblies. Refer to and has a UL/NEC & CSA rating of ‘CMR’ and ‘FT4’ the section on FlexTech for further details. respectively. It is less expensive than LMR-FR, however Part Description Stock it emits toxic fumes (HCL) and greater smoke density Part Number Application Jacket Color Code when burned. LMR-400 Outdoor PE Black 54001 • LMR®- PVC is designed for low loss general-purpose LMR-400-DB Outdoor/Watertight PE Black 54091 LMR-400-FR Indoor -Riser CMR FRPE Black 54030 indoor/outdoor applications and is somewhat more flexible LMR-400-FR-PVC Indoor -Riser CMR FRPVC Black 54073 than the standard polyethylene jacketed LMR. LMR-400-PVC Indoor/Outdoor PVC Black 54218 ® • LMR - PVC-W is a white-jacketed version of LMR- LMR-400-PVC-W Indoor/Outdoor PVC White 54204 PVC for marine and other indoor/outdoor applications where color compatibility is desired. Construction Specifications Description Material In. (mm) • Flexibility and bendability are hallmarks of the LMR- 400 cable design. The flexible outer conductor enables Inner Conductor Solid BCCAI 0.108 (2.74) Dielectric Foam PE 0.285 (7.24) the tightest bend radius available for any cable of similar Outer Conductor Aluminum Tape 0.291 (7.39) size and performance. Overall Braid Tinned Copper 0.320 (8.13) • Low Loss is another hallmark feature of LMR-400. Jacket (see table above) 0.405 (10.29)

22 (800) TMS-COAX • www.timesmicrowave.com TIMES MICROWAVE SYSTEMS

Mechanical Specifications Electrical Specifications Performance Property Units US (metric) Performance Property Units US (metric) Bend Radius: installation in. (mm) 1.00 (25.4) Cutoff Frequency GHz 16.2 Bend Radius: repeated in. (mm) 4.0 (101.6) Velocity of Propagation % 85 Bending Moment ft-lb (N-m) 0.5 (0.68) Dielectric Constant NA 1.38

Weight lb/ft (kg/m) 0.068 (0.10) Time Delay nS/ft (nS/m) 1.20 (3.92) LMR-400 Impedance ohms 50 Tensile Strength lb (kg) 160 (72.6) Capacitance pF/ft (pF/m) 23.9 (78.4) Flat Plate Crush lb/in. (kg/mm) 40 (0.71) Inductance uH/ft (uH/m) 0.060 (0.20) Shielding Effectiveness dB >90 DC Resistance Environmental Specifications Inner Conductor ohms/1000ft (/km) 1.39 (4.6) Performance Property 0 F oC Outer Conductor ohms/1000ft (/km) 1.65 (5.4) Installation Temperature Range -40/+185 -40/+85 Voltage Withstand Volts DC 2500 Storage Temperature Range -94/+185 -70/+85 Jacket Spark Volts RMS 8000 Operating Temperature Range -40/+185 -40/+85 Peak Power kW 16

Attenuation vs. Frequency (typical)

10.0 Attenuation (db per 100 feet) 1.0

0.1 10 100 1,000 10,000 Frequency (MHz)

Frequency (MHz) 30 50 150 220 450 900 1500 1800 2000 2500 5800 Attenuation dB/100 ft 0.7 0.9 1.5 1.9 2.7 3.9 5.1 5.7 6.0 6.8 10.8 Attenuation dB/100 m 2.2 2.9 5.0 6.1 8.9 12.8 16.8 18.6 19.6 22.2 35.5 Avg. Power kW 3.33 2.57 1.47 1.20 0.83 0.58 0.44 0.40 0.37 0.33 0.21

Calculate Attenuation = (0.122290) • FMHz + (0.000260) • FMHz (interactive calculator available at http://www.timesmicrowave/telecom) Attenuation: VSWR=1.0 ; Ambient = +25°C (77°F) Power: VSWR=1.0; Ambient = +40°C; Inner Conductor = 100°C (212°F); Sea Level; dry air; atmospheric pressure; no solar loading

(800) TMS-COAX • www.timesmicrowave.com 23 TIMES MICROWAVE SYSTEMS LMR®-400 Flexible Low Loss Communications Coax LMR-400 SC-400-NM TC-400-NM TC-400-NMC EZ-400-NMH-D TC-400-NMH-D TC-400-NMC-RA (A) TC-400-NMH-RA-D EZ-400-NMH-RA

EZ-400-NMK

TC-400-NM-RP EZ-400-NFC-2 EZ-400-NMC-2 TC-400-NFC Connectors Inner Outer Finish* Part Stock VSWR** Coupling Contact Contact Body Length Width Weight Interface Description Number Code Freq. (GHz) Nut Attach Attach /Pin in (mm) in (mm) lb (g) 7-16 DIN Female Straight Jack TC-400-716-FC 3190-376 <1.25:1 (2.5) NA Solder Clamp S/S 1.6 (41) 1.13 (28.7) 0.281 (127.5) 7-16 DIN Male Straight Plug TC-400-716-MC 3190-279 <1.25:1 (2.5) Hex Solder Clamp S/S 1.4 (36) 1.40 (35.6) 0.268 (121.6) 7-16 DIN Male Right Angle TC-400-716MC-RA 3190-1671 <1.25:1 (<3) Hex Solder Clamp A/S 2.4 (61.5) 1.88 (47.8) 0.35 (159) BNC Male Straight Plug TC-400-BM 3190-318 <1.25:1 (2.5) Knurl Solder Crimp N/S 1.7 (43) 0.56 (14.2) 0.063 (28.6) HN Male Straight Plug TC-400-HNM 3190-923 <1.25: (<1) Knurl Solder Clamp S/G 2.3 (59.2) 0.88 (22.4) 0.25 (113.4) QDS Male Straight Plug TC-400-QDSM 3190-620 <1.25: (<3) Knurl Solder Clamp A/G 1.8 (46.6) 1.00 (25.4) 0.25 (113.4) Mini-UHF Straight Plug TC-400-MUHF 3190-520 <1.25:1 (2.5) Knurl Solder Crimp N/G 1.1 (28) 0.50 (12.7) 0.020 (9.1) N Female Straight Jack TC-400-NFC 3190-299 <1.25:1 (2.5) NA Solder Clamp N/S 1.6 (41) 0.75 (19.1) 0.119 (54.0) Straight Jack EZ-400-NF 3190-956 <1.25:1 (2.5) NA Spring Finger Crimp N/G 1.8 (45) 0.66 (16.8) 0.105 (47.6) Bulkhead Jack EZ-400-NF-BH 3190-518# <1.25:1 (2.5) NA Spring Finger Crimp N/G 1.8 (46) 0.88 (22.4) 0.102 (46.3) Bulkhead JackTC-400-NFC-BH (A) 3190-872 <1.25:1 (2.5) NA Solder Clamp A/G 1.8 (46) 0.88 (22.4) 0.145 (65.8) N Male Straight Plug SC-400-NM 3190-1454 <1.25:1 (2.5) Knurl Solder Crimp N/G 1.5 (38) 0.75 (19.1) 0.090 (40.8) Straight Plug TC-400-NM 3190-188 <1.25:1 (2.5) Knurl Solder Crimp N/G 1.5 (38) 0.75 (19.1) 0.090 (40.8) Straight Plug TC-400-NMC 3190-277 <1.25:1 (2.5) Knurl Solder Clamp N/G 1.5 (38) 0.70 (17.8) 0.121 (54.9) Straight Plug EZ-400-NFC-2 3190-1907 <1.25:1 (2.5) NA Spring FingerClamp N/G 1.5 (38) 0.89 (22.6) 0.121 (54.9) Straight Plug EZ-400-NMC-2 3190-1906 <1.25:1 (2.5) Hex/KnurlSpring FingerClamp N/G 1.5 (38) 0.75 (19.1) 0.121 (54.9) Straight Plug EZ-400-NMH-D 3190-400# <1.25:1 (10) Hex/KnurlSpring FingerCrimp A/G 1.5 (38) 0.89 (22.6) 0.103 (46.8) Straight Plug TC-400-NMH-D 3190-552 <1.25:1 (10) Hex/Knurl Solder Crimp A/G 1.5 (38) 0.89 (22.6) 0.113 (51.3) Straight Plug EZ-400-NMK 3190-661 <1.25:1 (10) Knurl Spring FingerCrimp S/G 1.5 (38) 0.75 (22.6) 0.113 (51.3) Right Angle TC-400-NMH-RA-D 3190-2293# <1.35:1 (6) Hex/Knurl Solder Crimp A/G 1.8 (46) 1.25 (31.8) 0.130 (59.0) Right Angle TC-400-NMC-RA (A) 3190-870 <1.35:1 (2.5) Hex Solder Clamp A/G 1.8 ( 46) 1.25 (31.8) 0.150 (68.0) Right Angle EZ-400-NMH-RA 3190-761 <1.35:1 (2.5) Hex Spring Finger Crimp S/G 1.8 (46) 1.25 (31.8) 0.130 (59.0) Reverse PolarityTC-400-NM-RP 3190-960 <1.25:1 (2.5) Knurl Solder Crimp N/G 1.5 (38) 0.75 (19.1) 0.090 (40.8) SMA Male Straight Plug TC-400-SM 3190-439 <1.25:1 (8) Hex Solder Crimp N/G 1.2 (29) 0.50 (12.7) 0.032 (14.5) TNC Female Reverse Polarity TC-400-TF-RP 3190-1063 <1.25:1 (2.5) NA Solder Crimp N/G 1.8 (46) 0.55 (14.0) 0.074 (33.6) Reverse Polarity EZ-400-TF-RP 3190-795 <1.25:1 (2.5) NA Spring Finger Crimp A/G 1.8 (46) 0.55 (14.0) 0.074 (33.6) TNC Male Straight Plug TC-400-TM 3190-260 <1.25:1 (2.5) Knurl Solder Crimp N/S 1.7 (43) 0.59 (15.0) 0.074 (33.6) Straight Plug EZ-400-TM 3190-650 <1.25:1 (2.5) Knurl Spring Finger Crimp N/S 1.7 (43) 0.59 (15.0) 0.074 (33.6) Right Angle TC-400-TM-RA 3190-442# <1.35:1 (2.5) Knurl Solder Crimp N/G 1.7 (43) 0.59 (15.0) 0.085 (38.6) Reverse Polarity TC-400-TM-RP 3190-1062 <1.25:1 (2.5) Knurl Solder Crimp N/G 1.7 (43) 0.59 (15.0) 0.074 (33.6) Reverse Polarity EZ-400-TM-RP 3190-794 <1.25:1 (2.5) Knurl Spring Finger Crimp A/G 1.7 (43) 0.59 (15.0) 0.074 (33.6) UHF Male Straight Plug EZ-400-UM 3190-997 <1.25:1 (2.5) Knurl Spring Finger Crimp N/G 1.9 (48) 0.80 (20.3) 0.090 (40.8)

* Finish metals: N=Nickel, S=Silver, G=Gold, SS=Stainless Steel, A=Alballoy **VSWR spec based on 3 foot cable with a connector pair #Available in bulk pack

24 (800) TMS-COAX • www.timesmicrowave.com F1-PNMSM-2 Product Detail Page 1 of 1

Username/Email Address Password

Remember my username All

Any All Forgot Username | Forgot Password Register for Online Access

Home >> Product Search

F1-PNMSM-2 Product Detail

Cable Assemblies >> Andrew Standard Assemblies

Product Description Specifications

Attenuation (dB)/100 FT Part Number: F1-PNMSM-2 Manufacturer: CommScope / Andrew 150 MHz 3.91

List Price: n/a 450 MHz 5.38 My Price: Login >> 824 MHz 7.41

1500 MHz 8.67 QTY: 1 2000 MHz 9.37 Email 2300 MHz 15.8

N-Male to SMA Male, FSJ1-50A Cable Assy, 2 Feet Item Information

Catalog Description Length (FT) 2 Standard HELIAX® cable assemblies are made using readily available off-the-shelf HELIAX® Connector 1 N-Male silver-plated connectors. Talley is able to provide these types of assemblies when short leadtimes are required or in critical off-air situations. These assemblies are produced by Connector 2 SMA Male factory authorized, trained and certified Talley personnel to ensure exceptional electrical and Shipping Parcel Freight mechanical performance.

Similar Products Part Number Description

F1-PNMNF-3 N-Male to N-Female, FSJ1-50A Cable Assy, 3 Ft.

F1-PNMNM-1 1'(12") FSJ1-50A JUMPER N-MALE TO N-MALE

F1-PNMNM-15 15 FT 1/4" SUPERFLEX CABLE ASSY PREM N-MALE TO N-MALE

F1-PNMNM-2 1/4" SUPERFLEX JUMPER 2 FT N-MALE TO N-MALE

F1-PNMNM-20 20 FOOT FSJ1-50A N-MALE TO N-MALE JUMPER PREMIUM

http://www.talleycom.com/store/product/ANDF1-PNMSM-2.html 6/22/2013 F1-PNMNM-2 Product Detail Page 1 of 1

Username/Email Address Password

Remember my username All

Any All Forgot Username | Forgot Password Register for Online Access

Home >> Product Search

F1-PNMNM-2 Product Detail

Cable Assemblies >> Andrew Standard Assemblies

Product Description Specifications

Attenuation (dB)/100 FT Part Number: F1-PNMNM-2 Manufacturer: CommScope / Andrew 150 MHz 3.91

List Price: n/a 450 MHz 5.38 My Price: Login >> 824 MHz 7.41

1500 MHz 8.67 QTY: 1 2000 MHz 9.37 Email 2300 MHz 15.8

1/4" SUPERFLEX JUMPER 2 FT N-MALE TO N-MALE Item Information

Catalog Description Length (FT) 2 Standard HELIAX® cable assemblies are made using readily available off-the-shelf HELIAX® Connector 1 N-Male silver-plated connectors. Talley is able to provide these types of assemblies when short leadtimes are required or in critical off-air situations. These assemblies are produced by Connector 2 N-Male factory authorized, trained and certified Talley personnel to ensure exceptional electrical and Shipping Parcel Freight mechanical performance.

Similar Products Part Number Description

F1-PNMNF-3 N-Male to N-Female, FSJ1-50A Cable Assy, 3 Ft.

F1-PNMNM-1 1'(12") FSJ1-50A JUMPER N-MALE TO N-MALE

F1-PNMNM-15 15 FT 1/4" SUPERFLEX CABLE ASSY PREM N-MALE TO N-MALE

F1-PNMNM-20 20 FOOT FSJ1-50A N-MALE TO N-MALE JUMPER PREMIUM

F1-PNMNM-25 25' FSJ1-50A JUMPER N-MALE TO N-MALE PREMIUM

http://www.talleycom.com/store/product/ANDF1-PNMNM-2.html 6/22/2013

SECTION 01 91 14 SYSTEM AND FACILITY TESTING

PART 1 GENERAL

1.01 GENERAL

A. Testing will be completed in multiple stages starting with testing at the factory and Field Testing. Testing will also be scheduled based on the completion dates of each pump station. Staggered site visits will be required to perform testing/start-up to suit the commissioning of Work Orders.

1.02 SUBMITTALS

A. Action Submittals

1. General: Break submittals out into individual pump stations. 2. Test Plan. 3. Factory test procedures and protocols. 4. Field test procedures and protocols. 5. Test results and completed forms signed and dated by the Contractor for all completed tests.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 TEST PLAN SUBMITTALS

A. The Contractor shall submit a test plan for approval before scheduling any factory, or field test to be conducted. An approved test plan is a pre-requisite to scheduling any test. See individual specification sections for detailed testing requirements. B. Designate an individual within Contractor’s organization who will be responsible for overall management of Testing and Quality Control (TQC) and have the authority to act in TQC matters for the Contractor.

3.02 TESTING QUALITY CONTROL

A. Testing Procedure:

1. Perform tests specified or required to verify that control measures are adequate to provide a product which conforms to Contract requirements. Procure services of a licensed testing laboratory. Perform the following activities and record the following data:

a. Verify testing procedures comply with contract requirements. b. Verify facilities and testing equipment are available and comply with

SYSTEM AND FACILITY TESTING 01 91 14 - 1

testing standards. c. Check test instrument calibration data against certified standards. d. Verify recording forms and test identification control number system, including all of the test documentation requirements, have been prepared. e. Documentation:

• Record results of all tests taken, both passing and failing, on a TQC report for the date taken. • Include specification paragraph reference, location where tests were taken, and the sequential control number identifying the test. • Actual test reports may be submitted later, if approved by Engineer, with a reference to the test number and date taken. • Provide directly to Engineer an information copy of tests performed by an offsite or commercial test facility. Test results shall be signed by an engineer registered in the state where the tests are performed. • Failure to submit timely test reports, as stated, may result in nonpayment for related Work performed and disapproval of the test facility for this Contract.

3.03 FACTORY TESTING:

A. Initial testing shall be performed at the factory to test communications and configuration of the polling PLC and pump station PLCs and all new Control Panels.

B. Simulate communications to ensure that communications are configured properly and devices are operating properly. Demonstrate control panel are correctly wired and component layouts and components match approved shop drawings. Factory testing procedures shall be developed by the Contractor.

C. Factory testing may be witnessed by the Owner and/or Engineer at their respective cost. Factory testing must be completed satisfactorily and test results approved by the Engineer before components may be shipped or installed. Completion of this testing will help ensure the system as a whole will function properly.

D. Factory testing shall also be performed on equipment, components, panels, subsystems, etc. prior to shipment to ensure they are free of defects before shipping. The Contractor shall also test communications and configuration with a temporary SCADA server setup in the factory to minimize field work.

3.04 FIELD TESTING AND COMMISSIONING

A. Field testing shall be completed for each individual facility.

B. Testing shall be completed as individual facility rehab has been completed.

SYSTEM AND FACILITY TESTING 01 91 14 - 2

C. Refer to Section 01 91 15.

D. TQC Manager shall conduct an inspection of the Work at the completion of each Pump Station.

E. Punchlist:

1. TQC System Manager shall develop a punchlist of items which do not conform to the Contract requirements. 2. Include punchlist in the TQC report, indicating the estimated date by which the deficiencies will be corrected. 3. TQC Manager or staff shall make a second inspection to ascertain that all deficiencies have been corrected and so notify the Owner. 4. These inspections and any deficiency corrections required will be accomplished within the Contract Time.

3.05 ACCEPTANCE

A. In addition to testing described in Section 01 91 15, testing will include testing communications between the Central Control Room, ATM-EOC Control Room, and Pump Stations to ensure SCADA and Business functions are operational from each location. Final testing will be done as an operational test period where Owner will operate and monitor the complete system for 30 days and report any issues to the Contractor for correction by the Contractor.

END OF SECTION

SYSTEM AND FACILITY TESTING 01 91 14 - 3

SECTION 01 91 15 EQUIPMENT COMMISSIONING FOR PUMP STATIONS

PART 1 GENERAL

1.1 SCOPE

A. This Specification includes the development of a plan for and the performance of the pump station equipment commissioning. The focus is on the commissioning of the operating equipment, electrical system and control system, and verifying the pump station operates as designed.

1.2 SUBMITTALS

A. Submit the following items: 1. Test instrument calibration certificates.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.1 TEST EQUIPMENT

A. Provide required test instrumentation for commissioning process. 1. Where installed instrumentation exists, propose its use; subject to approval by Owner or Engineer. 2. Instrument Calibration: a. Submit proof of calibration. b. Test instruments shall have been calibrated within 1 year prior to test date.

3.2 COMPONENT AND SYSTEMS TESTING

A. Wastewater Pump 1. Performance Test: a. General: 1) Conduct with Owner and Engineer present. 2) Goal of performance testing is to demonstrate operation of pumps controlled by pump station level instrumentation and PLC, and pump station high and low level alarms and PLC failure operation mode. b. Wetwell Level Control: 1) Pump testing shall demonstrate that as pump wetwell level rises and falls, pumps start and stop in sequence as programmed. c. Wetwell High and Low Level Alarm and Control:

EQUIPMENT COMMISSIONING FOR PUMP STATIONS 01 91 15 - 1

1) Normal wetwell level control functions shall be overridden to force both wetwell high level and low level conditions. Demonstrate proper operation of high and low level alarms and pump override controls. 2) At low level condition, wet well shall be observed for evidence of vortex formation or other wetwell flow irregularities. Monitor pumps by visual and audible means for excessive noise or vibration. d. Control Panel PLC Failure Simulation: 1) Turn off PLC power to demonstrate a PLC failure and functioning of high and low level control elements to operate pumps. 2) Demonstrate operation of appropriate alarms. e. Modify Control Set Points As Required: 1) At the completion of performance testing, coordinate with the City operations staff and adjust wetwell level control settings or pump speed control settings to suit the conditions found in the field.

B. Electrical, Instrument, and Controls System: 1. General: a. Perform inspection and testing in accordance with NETA ATS, industry standards, and manufacturer’s recommendations. b. Tests and inspections shall establish installation operates properly and conforms to requirements of Contract Documents, NFPA 70, NFPA 70E, NFPA 101, and IEEE C2. 2. Raceways: Verify the following: a. Exposed conduits are supported appropriately with fittings and support devices wrench tight. b. Materials are appropriate for area classification. c. Conduit sealing fittings installed correctly. d. Sealing fitting compound has been installed with plugs tightened; after completion of conductor testing. 3. Conductors: a. Perform insulation resistance test on conductors No. 6 and larger. 1) Utilize 1,000-volt dc megohmmeter for 600-volt insulated conductors and 500-volt dc megohmmeter for 300-volt insulated conductors. 2) Test each conductor with respect to ground and to adjacent conductors for 1 minute. 3) Evaluate ohmic values by comparison with conductors of same length and type. 4) Investigate values less than 50 megohms. b. Verify conductor color coding and circuit identification conforms to Specifications. 4. Molded and Insulated Case Circuit Breakers: a. Inspect and test circuit breakers rated larger than 200 amps and motor circuit protector breakers larger than 100 amps. b. Verify size, rating, and setting with Contract Documents. c. Inspect for proper mounting, conductor size, and integrity of breaker case. d. Verify breaker operates smoothly by opening and closing device. e. Perform insulation resistance test utilizing 1,000-volt dc megohmmeter for 600-volt circuit breakers and 500-volt dc megohmmeter for 240-volt circuit breakers.

EQUIPMENT COMMISSIONING FOR PUMP STATIONS 01 91 15 - 2

1) Test pole-to-pole and pole-to-ground of line and load side of breaker with breaker contacts opened for one minute. 2) Test pole-to-pole and pole-to-ground with breaker contacts closed for 1 minute. 3) Verify values comply with NETA ATS, Table 100.1. 4) Investigate deviation of 50 percent or more from adjacent poles and similar breakers. Replace device if it cannot be brought into compliance. 5. Power Circuit Breakers: a. Perform commissioning of power circuit breakers by manufacturer’s representative and document by Certificate of Proper Installation. b. Perform insulation resistance test utilizing 1,000-volt dc megohmmeter for 600-volt circuit breakers and 500-volt dc megohmmeter for 240-volt circuit breakers. 1) Test pole-to-pole and pole-to-ground of line and load side of breaker with breaker contacts opened for 1 minute. 2) Test pole-to-pole and pole-to-ground with breaker contacts closed for 1 minute. 3) Verify values comply with NETA ATS, Table 100.1. 4) Investigate deviation of 50 percent or more from adjacent poles and similar breakers. Replace device if it cannot be brought into compliance. 6. Protective Relaying: a. Inspect relaying for mounting and integrity of relay case. b. Verify protective relay size, rating, and setting with Contract Documents and protective device coordination studies. 7. Dry Type Transformers: a. Inspect for visual damage to connections, conductors, and insulators. b. Verify proper winding connections and termination torque level in accordance with NETA ATS, Table 100.12, unless specified otherwise by manufacturer. c. Ensure proper ventilation and air circulation to maintain proper cooling of transformer core. d. Insulation Resistance Test: 1) Perform on transformers larger than 10 kVA with applied megohmeter dc voltage in accordance with NETA ATS, Table 100.5 for phase-to-phase and phase-to-ground for 10 minutes. 2) Record resistance values for 30 seconds, 1 minute, and 10 minutes. 3) Compare results with NETA ATS, Table 100.14 after making temperature corrections and between adjacent coils. 4) Results shall be within published values and within 1 percent of adjacent windings. 5) Verify proper secondary line and phase voltage based on no-load condition, actual primary voltage, and published transformer ratio. 8. Panelboards: a. Inspect for defects and physical damage, labeling, and nameplate compliance with Contract Documents. b. Exercise and perform operational tests of mechanical components and other operable devices in accordance with manufacturer’s instruction manual. c. Check panelboard mounting, working clearances, and alignment and fit of components. 9. Switchboards: EQUIPMENT COMMISSIONING FOR PUMP STATIONS 01 91 15 - 3

a. Inspect for damage to enclosure, door mechanisms, and insulators. b. Inspect for defects and physical damage, labeling, and nameplate compliance with Contract Documents. c. Verify switchboard has been secured per manufacturer’s installation instructions. d. Verify gaps between switchboard and equipment pad have been appropriately grouted. e. Check working clearances, and alignment and fit of components. f. Ensure conduits have been filled with duct seal putty. g. Verify conductors have been appropriately tagged and color coded, and installed with quantity and sizes shown in Contract Documents. h. Exercise and perform operational tests of mechanical components and other operable devices in accordance with manufacturer’s instruction manual. i. Interlocking System: 1) Check by closure attempt of device when door is in OFF or OPEN position or an opening attempt of door when device is in ON or CLOSED position. 2) Where applicable, check key interlocking systems for key captivity when device is in ON or CLOSED position, key removal when device is in ON or CLOSED position, closure attempt of device when key has been removed and correct number of keys in relationship to number of lock cylinders. j. Verify fuse and circuit breaker ratings, sizes, and types conform to those specified. 1) Check bus and cable connections for high resistance by low resistance ohmmeter and calibrated torque wrench applied to bolted joints. 2) Ohmic value measured should be zero, bolt torque level in accordance with NETA ATS, Table 100.12, unless otherwise specified by manufacturer. k. Verify performance of each control device and feature. 1) Compare control wiring to local and remote control and protective devices with elementary diagrams. 2) Ensure proper conductor lacing and bundling, conductor identification, and proper conductor lugs and connections. 3) Perform phasing check on double-ended equipment to ensure proper bus phasing from each source. l. Perform insulation resistance test utilizing 1,000-volt dc megohmmeter for 600-volt switchboard and 500-volt dc megohmmeter for 240-volt switchboard. 1) Test phase-to-phase and phase-to-ground with breakers in OPEN position for 1 minute. 2) Repeat test for 1 minute with breakers closed. 3) Verify values comply with NETA ATS, Table 100.1 and insulation resistance values equal to, or greater than, ohmic values established by manufacturer. 10. Motor Controls: a. Verify proper size of individual motor starters, and associated overload protection device and short circuit protection based on Contact Documents. b. Check current, potential, and control power transformers for correct size per Contract Documents. c. Verify terminated conductor color matches phase connected. d. Check associated motor starter nameplates for proper identification of equipment title and tag number based on Contract Documents. e. Check for proper conductor lacing and bundling.

EQUIPMENT COMMISSIONING FOR PUMP STATIONS 01 91 15 - 4

f. Compare wiring with elementary diagram for interconnection with control devices and proper conductor identification. g. Verify proper conductor lugs and connections. h. Check operation and sequencing of electrical and mechanical interlocks. 1) Make closure attempts for locked open devices and open attempts for locked closed devices. i. Check alignment of position limit switches for proper operation. j. Perform phasing check on double-ended motor control centers to ensure proper bus phasing from each source.

C. Electrical, Instrument, and Controls Performance Testing 1. General: a. Perform to demonstrate to Owner that electrical, instrumentation, and controls systems will perform in accordance with Contract Documents and fulfill functional descriptions specified. b. In addition, provide supplies and labor in support of demonstrating the performance of other systems provided and installed as part of the Project. c. Tests shall establish that installation conforms to requirements of NFPA 70, NFPA 70E, NFPA 101, and IEEE C2. 2. Switchboards and Motor Controls: a. Demonstrate device and main circuit breaker interlocking system associated with a main-tie-main switchboard configuration with automatic transfer control system that only two of the main-tie-main breakers can be closed at a given time. b. Demonstrate automatic transfer features and function described under automatic transfer switch paragraph below. c. Demonstrate function of each control device and feature as it relates to demonstrating overall performance of Project. d. Compare control wiring to local and remote control and protective devices with elementary diagrams. e. During transfer between normal and alternative sources, confirm as a point that bus phasing from each source and associated rotation of pumps is the same.

D. Instrument Loop Testing: 1. Test each instrument and associated control loop for proper installation, calibration, and adjustment on loop-by-loop and component-by-component basis. 2. Prior to Facility Startup and Performance Evaluation period, inspect, test, and document that associated instrumentation and control equipment is ready for operation. 3. Validate wiring and terminations from field instrument to operator interfaces and control system is correct and functions as intended. 4. Where actual process variables are not practical to use in testing, simulate the process value in such a manner as to represent the actual process. 5. Use loop status reports to organize and track inspection, adjustment, and calibration of each loop. Loop status reports shall include as a minimum the following field: a. Project name. b. Loop number. c. Tag number for each component. d. Calibrate instruments to specified values according to manufacturer’s published procedures for application in which they are to operate.

EQUIPMENT COMMISSIONING FOR PUMP STATIONS 01 91 15 - 5

e. Each calibrated instrument shall have the calibration documented on a Instrument Calibration Sheet that includes as a minimum the following fields: 1) Project name. 2) Loop number. 3) Component tag number. 4) Component code number. 5) Manufacturer for elements. 6) Model number/serial number. 7) Summary of functional requirements, for example: a) Indicators, scale, ranges, and engineering units. b) Transmitters/converters, input, and output ranges. c) Computing elements’ function. d) Controllers, action (direct/reverse), and control modes (PID). e) Switching elements, unit range, differential (fixed/adjustable), reset (auto/manual). 8) Example of calibration features to include as a minimum: a) Analog Devices: Actual inputs and outputs at 0, 10, 50, and 100 percent of span, rising and falling. b) Discrete Devices: Actual trip points and reset points. c) Controllers: Mode settings (PID). 9) Space for comments. f. Instruments that cannot be field calibrated shall bear seal of reputable laboratory certifying instrument has been calibrated to standard endorsed by the NIST. g. Check Offs/Sign Offs for Each Component: 1) Tag/identification. 2) Installation. 3) Termination wiring. 4) Termination tubing. 5) Calibration/adjustment. h. Check Offs/Sign Offs for the Loop: 1) Panel interface terminations. 2) I/O interface terminations with [PLCs,] [RTUs]. 3) I/O Signals for [PLCs,] [RTUs] are Operational: Received/sent, processed, and adjusted. 4) Total loop operational. i. Space for comments. j. Sign status reports after they have successfully completed and submit for approval, prior to scheduling performance demonstrations.

E. Instrument Loop Demonstration: 1. Demonstrate each instrument and associated control loop for proper operation, calibration, and adjustment on loop-by-loop and component-by-component basis. 2. Demonstrate entire control system performs functions described in Contract Documents. 3. Where actual process variables are not practical to use in testing, simulate process value in such a manner as to represent the actual process. 4. Document on loop status reports used for functional testing to organize and ensure a complete demonstration of the system.

EQUIPMENT COMMISSIONING FOR PUMP STATIONS 01 91 15 - 6

5. Specific Pump Controls Demonstration: a. Perform the following tests with PLC energized and pump starters or VFDs in OFF position. b. Verify operation of control system by monitoring run input signal to pump starters or VFDs. c. Use calibrated gauge and air pump to simulate input from bubbler tube or captive air system level element. d. Prior to starting, measure and record location of bubbler tube or level element air outlet with respect to wetwell floor or top of wetwell cover. e. Verify control system level readings match input signal through entire range of operation. f. Verify control setpoints for pump ON-OFF function and VFD speed control over wetwell level operating range. g. Simulate a rising and falling wet level over several cycles and verify lead and lag pumps switch sequence as designed. h. Wet Weather, Dry Weather Wetwell Pump Stations: 1) Simulate overflow to wet weather wetwell and demonstrate operation of wet weather pumps and sequencing or lockout of dry weather pumps, as specified. 2) Simulate a return to dry weather conditions and return of control and operation to dry weather pumps. 6. For bubbler systems, verify high and low level alarms and primary and back up pump start-stop functions and setpoints. 7. For systems with float switches, manually tilt high and low level float switches and verify alarm and pump start-stop functions and setpoints. 8. Demonstrate operation of air compressors for bubbler tube or captive air systems, as applicable to Project. a. Demonstrate compressors automatically maintain system pressure and that alternator switches compressors on successive starts. b. Simulate failure of lead compressor and demonstrate lag compressor starts, for both compressors in lead position. c. Demonstrate system low pressure alarm switch and record operation point, if provided as part of the system. 9. Simulate a PLC failure and demonstrate level switches or floats, as applicable, cycle pump and initiate alarms as specified. 10. Simulate a pump seal leak, motor over temperature and pump high vibration level (if applicable) by jumpering sensor wire terminals.Verify alarm and shutdown functions occur as specified. 11. Demonstrate operation of combustible gas detector using a calibration gas provided by the instrument manufacturer. 12. Demonstrate operation of control panel (if outdoor panel) or building intrusion switches.

F. PLC SCADA Exchange register 1. Demonstrate that the data specified to be available for transmission to/from the SCADA system is stored in the proper registers in the PLC. 2. Using the example SCADA data exchange table as a guide, step through the actual PLC registers to show the data stored in each register, including value and units.

EQUIPMENT COMMISSIONING FOR PUMP STATIONS 01 91 15 - 7

END OF SECTION

EQUIPMENT COMMISSIONING FOR PUMP STATIONS 01 91 15 - 8

SECTION 26 05 02 BASIC ELECTRICAL REQUIREMENTS

PART 1 GENERAL

1.01 REFERENCES

A. The following is a list of standards which may be referenced in this section:

1. National Electrical Contractors Association (NECA): National Electrical Installation Standards. 2. National Electrical Manufacturers Association (NEMA):

a. 250, Enclosures for Electrical Equipment (1,000 Volts Maximum). b. Z535.4, Product Safety Signs and Labels.

3. National Fire Protection Association (NFPA): 70, National Electrical Code (NEC). 4. Underwriters Laboratories, Inc. (UL).

1.02 SCOPE OF WORK

A. All work required for a complete and operational electrical installation shall be performed. Major tasks include but are not limited to:

1. Disconnect, remove, and dispose of existing flood damaged equipment.

2. Install, wire and test power and communications wiring.

3. Install and wire all control panels for Pump Stations. Install and wire all interconnecting power and signal wiring between control panels, field sensors, TJBs, valves, and other control enclosures as necessary.

4. Test and Commission all equipment as specified.

1.04 SUBMITTALS

A. Action Submittals:

1. Provide manufacturers’ data for the following: Nameplates, signs, and labels.

1.05 QUALITY ASSURANCE

A. Provide the Work in accordance with NFPA 70. Material and equipment shall be labeled or listed by a nationally recognized testing laboratory or other organization in order to provide a basis for approval under the NEC.

BASIC ELECTRICAL REQUIREMENTS 26 05 02 - 1

B. Provide materials and equipment meeting NEC requirements for Class, Division, and Group of hazardous area indicated.

1.06 ENVIRONMENTAL CONDITIONS

A. The following areas are classified hazardous Class I, Division 1, Group D, due to the potential for occurrence of hazardous concentrations of combustible gases, and for exposure to corrosive environment. Use materials and methods required for such areas:

1. Areas within 3 feet of wet well vents.

B. The following areas are classified hazardous, Class I, Division 2, Group D, due to the potential for accumulation of hazardous concentrations of combustible gases, and for exposure to corrosive environment. Use materials and methods required for such areas.

1. Enclosed, below grade valve and metering vaults with closed piping systems containing wastewater. 2. Areas outside of 3 feet and within 5 feet of wet well vents and within an area measuring 3 feet horizontally and 1.5 feet vertically from the opening of a wet well hatch.

C. The following areas are classified nonhazardous, wet, and corrosive. Use materials and methods required for such areas.

1. Outdoors at wastewater pumping and storage facilities in areas not noted above. 2. Inside ventilated pump station dry wells.

D. The following areas are classified nonhazardous and wet. Use materials and methods required for such areas.

1. Outdoor abovegrade areas not covered above. 2. Belowgrade vaults.

E. The following areas are not classified. Use dust-tight and oil-tight NEMA 12 materials and methods.

1. Areas not covered above.

PART 2 PRODUCTS

2.01 GENERAL

A. Where two or more units of the same class of material or equipment are required, provide products of a single manufacturer. Component parts of materials or equipment need not be products of the same manufacturer.

B. Material and equipment installed in heated and ventilated areas shall be capable of continuous operation at their specified ratings within an ambient temperature range of 40 degrees F to 104 degrees F.

BASIC ELECTRICAL REQUIREMENTS 26 05 02 - 2

C. Materials and equipment installed outdoors shall be capable of continuous operation at their specified rating within the ambient temperature range.

2.02 EQUIPMENT FINISH

A. Manufacturer’s standard finish color, except where specific color is indicated. If manufacturer has no standard color, finish equipment in accordance with light gray color finish as approved by Engineer.

2.03 NAMEPLATES

A. Material: Laminated plastic.

B. Attachment Screws: Stainless steel.

C. Color: White, engraved to a black core.

D. Letter Height:

1. Pushbuttons/Selector Switches: 1/8 inch. 2. Other Electrical Equipment: 3/8 inch.

2.04 SIGNS AND LABELS

A. Sign size, lettering, and color shall be in accordance with NEMA Z535.4.

PART 3 EXECUTION

3.01 GENERAL

A. Install work in accordance with NECA Standard of Installation, unless otherwise specified.

B. Keep openings in boxes and equipment closed during construction.

C. Lay out work carefully in advance. Do not cut or notch any structural member or building surface without specific approval of Engineer. Carefully perform cutting, channeling, chasing, or drilling of floors, walls, partitions, ceilings, paving, or other surfaces required for the installation, support, or anchorage of conduit, raceways, or other electrical materials and equipment. Following such work, restore surfaces to original condition.

3.02 ANCHORING AND MOUNTING

A. Equipment anchoring and mounting shall be in accordance with manufacturer’s requirements.

3.03 COMBINING CIRCUITS INTO COMMON RACEWAY

A. Homerun circuits shown on Drawings indicate functional wiring requirements

BASIC ELECTRICAL REQUIREMENTS 26 05 02 - 3

for power and control circuits. Circuits may be combined into common raceways in accordance with the following requirements:

1. Analog control circuits from devices in same general area to same destination.

a. No power or AC discrete control circuits shall be combined in same conduit with analog circuits. b. No Class 2 or Class 3 circuits including, but not limited to, HVAC control circuits, fire alarm circuits, paging system circuits shall be combined with power or Class 1 circuits. c. Analog circuits shall be continuous from source to destination. Do not add TJB, splice, or combine into a multi-pair cable without authorization of Engineer. d. Raceways shall be sized by the Contractor and do not exceed 40 percent fill. e. Changes shall be documented on Record Drawings.

2. Discrete control circuits from devices in the same general area to the same destination.

a. No power or analog control circuits shall be combined in same conduit with discrete circuits. b. No Class 2 or Class 3 circuits including, but not limited to, HVAC control circuits, fire alarm circuits, and paging system circuits shall be combined with power or Class 1 circuits. c. Raceways shall be sized by the Contractor and do not exceed 40 percent fill. d. Changes shall be documented on Record Drawings.

3. Power circuits from loads in same general area to same source location (such as: panelboard, switchboard, low voltage motor control center).

a. Lighting Circuits: Combine no more than three circuits to a single raceway. Contractor shall be responsible for increasing conduit and conductor size if derating is required by NEC. b. Receptacle Circuits, 120-Volt Only: Combine no more than three circuits to a single raceway. Provide a separate neutral conductor for each circuit. Contractor shall be responsible for increasing conduit and conductor size if derating is required by NEC. c. All Other Power Circuits: Do not combine power circuits without authorization of Engineer.

3.04 NAMEPLATES, SIGNS, AND LABELS

A. Arc Flash Protection Warning Signs:

1. Field mark switchboards, motor control centers, panelboards, control panels to warn qualified persons of potential arc-flash hazards. Locate marking so to be clearly visible to persons before working on energized equipment.

BASIC ELECTRICAL REQUIREMENTS 26 05 02 - 4

2. Use arc flash hazard boundary, energy level, PPE level and description, shock hazard, bolted fault current, and equipment name as basis for warning signs. Calculate all short-circuit current values and energy levels using ratings from existing and new equipment to determine ratings on Arc Flash warning signs.

B. Multiple Power Supply Sign: Install permanent plaque or directory at each service disconnect location denoting other services, feeders, and branch circuits supplying control panels and buildings, and the area served by each.

C. Equipment Nameplates:

1. Provide a nameplate to label electrical equipment including switchgear, switchboards, motor control centers, panelboards, motor starters, transformers, terminal junction boxes, disconnect switches, switches and control stations. 2. Switchgear, motor control center, transformer, and terminal junction box nameplates shall include equipment designation. 3. Disconnect switch, starter, and control station nameplates shall include name and number of equipment powered or controlled by that device. 4. Switchboard and panelboard nameplates shall include equipment designation, service voltage, and phases.

3.05 LOAD BALANCE

A. Drawings and Specifications indicate circuiting to electrical loads and distribution equipment.

B. Balance electrical load between phases as nearly as possible on switchboards, panelboards, motor control centers, and other equipment where balancing is required.

C. When loads must be reconnected to different circuits to balance phase loads, maintain accurate record of changes made, and provide circuit directory that lists final circuit arrangement.

3.06 CLEANING AND TOUCHUP PAINTING

A. Cleaning: Throughout the Work, clean interior and exterior of devices and equipment by removing debris and vacuuming.

B. Touchup Paint:

1. Touchup scratches, scrapes and chips on exterior and interior surfaces of devices and equipment with finish matching type, color, and consistency and type of surface of original finish. 2. If extensive damage is done to equipment paint surfaces, refinish entire equipment in a manner that provides a finish equal to or better than factory finish, that meets requirements of Specification, and is acceptable to Engineer.

3.07 PROTECTION FOLLOWING INSTALLATION

BASIC ELECTRICAL REQUIREMENTS 26 05 02 - 5

A. Protect materials and equipment from corrosion, physical damage, and effects of moisture on insulation and contact surfaces.

B. When equipment intended for indoor installation is installed at Contractor’s convenience in areas where subject to dampness, moisture, dirt or other adverse atmosphere until completion of construction, ensure adequate protection from these atmospheres is provided and acceptable to Engineer.

END OF SECTION

BASIC ELECTRICAL REQUIREMENTS 26 05 02 - 6

SECTION 26 05 05 CONDUCTORS

PART 1 GENERAL

1.01 REFERENCES

A. The following is a list of standards which may be referenced in this section:

1. ASTM International (ASTM): a. B3, Standard Specification for Soft or Annealed Copper Wire. b. B8, Standard Specification for Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft. 2. Insulated Cable Engineer’s Association, Inc. (ICEA): a. S-58-679, Standard for Control Cable Conductor Identification. b. S-73-532, Standard for Control Thermocouple Extensions and Instrumentation Cables. c. T-29-520, Conducting Vertical Cable Tray Flame Tests with Theoretical Heat Input of 210,000 Btu/hour. 3. National Electrical Manufacturers’ Association (NEMA): a. WC 57, Standard for Control, Thermocouple Extension, and Instrumentation Cables. b. WC 70, Standard for Power Cables Rated 2,000 Volts or Less for the Distribution of Electrical Energy. 4. National Fire Protection Association (NFPA): a. 70, National Electrical Code (NEC). b. 262, Standard Method of Test for Flame Travel and Smoke of Wires and Cables for Use in Air-Handling Spaces. 5. Telecommunications Industry Association (TIA): TIA-568-C, Commercial Building Telecommunications Cabling Standard. 6. Underwriters Laboratories Inc. (UL): a. 44, Standard for Safety for Thermoset-Insulated Wires and Cables. b. 486A-486B, Standard for Safety for Wire Connectors. c. 486C, Standard for Safety for Splicing Wire Connectors. d. 1277, Standard for Safety for Electrical Power and Control Tray Cables with Optional Optical-Fiber Members. e. 1581, Standard for Safety for Reference Standard for Electrical Wires, Cables, and Flexible Cords. 1.02 SUBMITTALS

A. Action Submittals:

1. Product Data: a. Wire and cable. b. Wire and cable accessories. c. Cable fault detection system. CONDUCTORS 26 05 05 - 1

B. Informational Submittals: Certified Factory Test Report for conductors 600 volts and below.

1.03 QUALITY ASSURANCE

A. Authority Having Jurisdiction (AHJ):

1. Equipment shall be labeled or listed by a nationally recognized testing laboratory in order to provide a basis for approval under NEC. 2. Materials and equipment manufactured within the scope of standards published by Underwriters Laboratories Inc. shall conform to those standards and shall have an applied UL listing mark.

PART 2 PRODUCTS

2.01 CONDUCTORS 600 VOLTS AND BELOW

A. Conform to applicable requirements of NEMA WC 70.

B. Conductor Type:

1. 120-Volt and 277-Volt Lighting, 10 AWG and Smaller: Solid copper. 2. 120-Volt Receptacle Circuits, 10 AWG and Smaller: Solid copper. 3. All Other Circuits: Stranded copper.

C. Insulation: Type THHN/THWN-2, except for sizes No. 6 and larger, with XHHW-2 insulation.

2.02 600-VOLT RATED CABLE

A. General:

1. Type TC, meeting requirements of UL 1277, including Vertical Tray Flame Test at 70,000 Btu per hour, and NFPA 70, Article 340, or UL 13 meeting requirements of NFPA 70, Article 725. 2. Permanently and legibly marked with manufacturer’s name, maximum working voltage for which cable was tested, type of cable, and UL listing mark. 3. Suitable for installation in open air, in cable trays, or conduit. 4. Minimum Temperature Rating: 90 degrees C dry locations, 75 degrees C wet locations. 5. Overall Outer Jacket: PVC, flame-retardant, sunlight- and oil-resistant.

B. Type 1, Multiconductor Control Cable:

1. Conductors: 2. 14 AWG, seven-strand copper. 3. Insulation: 15-mil PVC with 4-mil nylon. 4. UL 1581 listed as Type THHN/THWN rated VW-1. CONDUCTORS 26 05 05 - 2

5. Conductor group bound with spiral wrap of barrier tape. 6. Color Code: In accordance with ICEA S-58-679, Method 1, Table 2. 7. Cable: Passes the ICEA T-29-520, 210,000 Btu per hour Vertical Tray Flame Test. 8. Cable Sizes:

Max. Outside Diameter Jacket Thickness No. of Conductors (Inches) (Mils) 3 0.41 45 5 0.48 45 7 0.52 45 12 0.72 60 19 0.83 60 25 1.00 60 37 1.15 80

9. Manufacturers: a. Okonite Co. b. Southwire. c. Or Approved Equal.

C. Type 3, 16 AWG, Twisted, Shielded Pair, Instrumentation Cable: Single pair, designed for noise rejection for process control, computer, or data log applications meeting NEMA WC 57 requirements.

1. Outer Jacket: 45-mil nominal thickness. 2. Individual Pair Shield: 1.35-mil, double-faced aluminum/synthetic polymer overlapped to provide 100 percent coverage. 3. Dimension: 0.31-inch nominal OD. 4. Conductors: a. Bare soft annealed copper, Class B, seven-strand concentric, meeting requirements of ASTM B8. b. 20 AWG, seven-strand tinned copper drain wire. c. Insulation: 15-mil nominal PVC. d. Jacket: 4-mil nominal nylon. e. Color Code: Pair conductors, black and red. 5. Manufacturers: a. Okonite Co. b. Alpha Wire Corp. c. Belden. d. Or Approved Equal.

2.02 GROUNDING CONDUCTORS

A. Equipment: Stranded copper with green, Type XHHW or THHN/THWN, insulation.

CONDUCTORS 26 05 05 - 3

B. Direct Buried: Bare stranded copper.

2.03 ACCESSORIES FOR CONDUCTORS 600 VOLTS AND BELOW

A. Tape:

1. General Purpose, Flame Retardant: 7-mil, vinyl plastic, Scotch Brand 33+, rated for 90 degrees C minimum, meeting requirements of UL 510. 2. Flame Retardant, Cold and Weather Resistant: 8.5-mil, vinyl plastic, Scotch Brand 88.

B. Identification Devices:

1. Sleeve: a. Permanent, PVC, yellow or white, with legible machine-printed black markings. b. Manufacturers and Products: 1) Raychem; Type D-SCE or ZH-SCE. 2) Brady, Type 3PS. 3) Or Approved Equal. 2. Heat Bond Marker: a. Transparent thermoplastic heat bonding film with acrylic pressure sensitive adhesive. b. Self-laminating protective shield over text. c. Machine printed black text. d. Manufacturer and Product: 3M Co.; Type SCS-HB, or approved equal. 3. Marker Plate: Nylon, with legible designations permanently hot stamped on plate. 4. Tie-On Cable Marker Tags: a. Chemical-resistant white tag. b. Size: 1/2 inch by 2 inches. c. Manufacturer and Product: Raychem; Type CM-SCE, or approved equal. 5. Grounding Conductor: Permanent green heat-shrink sleeve, 2-inch minimum.

C. Connectors and Terminations:

1. Nylon, Self-Insulated Crimp Connectors: a. Manufacturers and Products: 1) Thomas & Betts; Sta-Kon. 2) Burndy; Insulug. 3) ILSCO. 4) Or Approved Equal. 2. Nylon, Self-Insulated, Crimp Locking-Fork, Torque-Type Terminator: a. Suitable for use with 75 degrees C wire at full NFPA 70, 75 degrees C ampacity. b. Seamless. c. Manufacturers and Products: 1) Thomas & Betts; Sta-Kon. 2) Burndy; Insulink. CONDUCTORS 26 05 05 - 4

3) ILSCO; ILSCONS. 4) Or Approved Equal. 3. Self-Insulated, Freespring Wire Connector (Wire Nuts): a. UL 486C. b. Plated steel, square wire springs. c. Manufacturers and Products: 1) Thomas & Betts. 2) Ideal; Twister. 3) Or Approved Equal. 4. Self-Insulated, Set Screw Wire Connector: a. Two piece compression type with set screw in brass barrel. b. Insulated by insulator cap screwed over brass barrel. c. Manufacturers: 1) 3M Co. 2) Thomas & Betts. 3) Marrette. 4) Or Approved Equal. D. Cable Lugs:

1. In accordance with NEMA CC 1. 2. Rated 600 volts of same material as conductor metal. 3. Uninsulated Crimp Connectors and Terminators: a. Suitable for use with 75 degrees C wire at full NFPA 70, 75 degrees C ampacity. b. Manufacturers and Products: 1) Thomas & Betts; Color-Keyed. 2) Burndy; Hydent. 3) ILSCO. 4) Or Approved Equal. 4. Uninsulated, Bolted, Two-Way Connectors and Terminators: a. Manufacturers and Products: 1) Thomas & Betts; Locktite. 2) Burndy; Quiklug. 3) ILSCO. 4) Or Approved Equal.

E. Cable Ties:

1. Nylon, adjustable, self-locking, and reusable. 2. Manufacturer and Product: Thomas & Betts; TY-RAP, or approved equal.

F. Heat Shrinkable Insulation:

1. Thermally stabilized cross-linked polyolefin. 2. Single wall for insulation and strain relief. 3. Dual Wall, adhesive sealant lined, for sealing and corrosion resistance. 4. Manufacturers and Products: a. Thomas & Betts; SHRINK-KON. b. Raychem; RNF-100 and ES-2000. CONDUCTORS 26 05 05 - 5

c. Or Approved Equal.

2.04 PULLING COMPOUND

A. Nontoxic, noncorrosive, noncombustible, nonflammable, water-based lubricant; UL listed.

B. Suitable for rubber, neoprene, PVC, polyethylene, hypalon, CPE, and lead- covered wire and cable.

C. Approved for intended use by cable manufacturer.

D. Suitable for zinc-coated steel, aluminum, PVC, bituminized fiber, and fiberglass raceways.

E. Manufacturers:

1. Ideal Co. 2. Polywater, Inc. 3. Cable Grip Co. 4. Or Approved Equal.

2.05 SOURCE QUALITY CONTROL

A. Conductors 600 Volts and Below: Test in accordance with UL 44 and UL 854.

PART 3 EXECUTION

3.01 GENERAL

A. Conductor installation shall be in accordance with manufacturer’s recommendations.

B. Conductor and cable sizing shown is based on copper conductors, unless noted otherwise.

C. Do not exceed cable manufacturer’s recommendations for maximum pulling tensions and minimum bending radii.

D. Terminate conductors and cables, unless otherwise indicated.

E. Tighten screws and terminal bolts in accordance with UL 486A-486B for copper conductors.

F. Cable Lugs: Provide with correct number of holes, bolt size, and center-to- center spacing as required by equipment terminals.

G. Bundling: Where single conductors and cables in manholes, handholes, vaults, cable trays, and other indicated locations are not wrapped together by some other CONDUCTORS 26 05 05 - 6

means, bundle conductors from each conduit throughout their exposed length with cable ties placed at intervals not exceeding 18 inches on center.

H. Ream, remove burrs, and clear interior of installed conduit before pulling wires or cables. 3.02 POWER CONDUCTOR COLOR CODING

A. Conductors 600 Volts and Below:

1. 6 AWG and Larger: Apply general purpose, flame retardant tape at each end, and at accessible locations wrapped at least six full overlapping turns, covering area 1-1/2 inches to 2 inches wide. 2. 8 AWG and Smaller: Provide colored conductors. 3. Colors: System Conductor Color All Systems Equipment Green Grounding 240/120 Volts, Grounded Neutral White Single-Phase, Three- One Hot Leg Black Wire Other Hot Leg Red 208Y/120 Volts, Grounded Neutral White Three-Phase, Four- Phase A Black Wire Phase B Red Phase C Blue 240/120 Volts, Three- Grounded Neutral White Phase, Four-Wire, Phase A Black Delta, Center Tap, High (wild) Leg Orange Ground on Single- Phase C Blue Phase 480Y/277 Volts, Grounded Neutral White Three-Phase, Four- Phase A Brown Wire Phase B Orange Phase C Yellow Note: Phase A, B, C implies direction of positive phase rotation. 4. Tracer: Outer covering of white with identifiable colored strip, other than green, in accordance with NFPA 70.

3.03 CIRCUIT IDENTIFICATION

A. Identify power, instrumentation, and control conductor circuits at each termination, and in accessible locations such as manholes, handholes, panels, switchboards, motor control centers, pull boxes, and terminal boxes.

CONDUCTORS 26 05 05 - 7

B. Circuit Names:

1. Assign circuit name based on device or equipment at load end of circuit. 2. Where this would result in same name being assigned to more than one circuit, add number or letter to each otherwise identical circuit name to make it unique.

C. Method:

1. Conductors 3 AWG and Smaller: Identify with sleeves or heat bond markers. 2. Cables and Conductors 2 AWG and Larger: a. Identify with marker plates or tie-on cable marker tags. b. Attach with nylon tie cord. 3. Taped-on markers or tags relying on adhesives not permitted.

3.04 CONDUCTORS 600 VOLTS AND BELOW

A. Install 10 AWG or 12 AWG conductors for branch circuit power wiring in lighting and receptacle circuits.

B. Do not splice incoming service conductors and branch power distribution conductors 6 AWG and larger, unless specifically indicated or approved by Engineer.

C. Connections and Terminations:

1. Install wire nuts only on solid conductors. Wire nuts are not allowed on stranded conductors. 2. Install nylon self-insulated crimp connectors and terminators for instrumentation and control, circuit conductors. 3. Install self-insulated, set screw wire connectors for two-way connection of power circuit conductors 12 AWG and smaller. 4. Install uninsulated crimp connectors and terminators for instrumentation, control, and power circuit conductors 4 AWG through 2/0 AWG. 5. Install uninsulated, bolted, two-way connectors and terminators for power circuit conductors 3/0 AWG and larger. 6. Install uninsulated terminators bolted together on motor circuit conductors 10 AWG and larger. 7. Place no more than one conductor in any single-barrel pressure connection. 8. Install crimp connectors with tools approved by connector manufacturer. 9. Install terminals and connectors acceptable for type of material used.

CONDUCTORS 26 05 05 - 8

10. Compression Lugs: a. Attach with a tool specifically designed for purpose. Tool shall provide complete, controlled crimp and shall not release until crimp is complete. b. Do not use plier type crimpers.

D. Do not use soldered mechanical joints.

E. Splices and Terminations:

1. Insulate uninsulated connections. 2. Indoors: Use general purpose, flame retardant tape or single wall heat shrink. 3. Outdoors, Dry Locations: Use flame retardant, cold- and weather- resistant tape or single wall heat shrink. 4. Below Grade and Wet or Damp Locations: Use dual wall heat shrink.

F. Cap spare conductors with UL listed end caps.

G. Cabinets, Panels, and Motor Control Centers:

1. Remove surplus wire, bridle and secure. 2. Where conductors pass through openings or over edges in sheet metal, remove burrs, chamfer edges, and install bushings and protective strips of insulating material to protect the conductors.

H. Control and Instrumentation Wiring:

1. Where terminals provided will accept such lugs, terminate control and instrumentation wiring, except solid thermocouple leads, with insulated, locking-fork compression lugs. 2. Terminate with methods consistent with terminals provided, and in accordance with terminal manufacturer’s instructions. 3. Locate splices in readily accessible cabinets or junction boxes using terminal strips. 4. Where connections of cables installed under this section are to be made under Section 40 90 00, Instrumentation and Control for Process Systems, leave pigtails of adequate length for bundled connections. 5. Cable Protection: a. Under Infinite Access Floors: May install without bundling. b. All Other Areas: Install individual wires, pairs, or triads in flex conduit under floor or grouped into bundles at least 1/2 inch in diameter. c. Maintain integrity of shielding of instrumentation cables. d. Ensure grounds do not occur because of damage to jacket over shield.

CONDUCTORS 26 05 05 - 9

I. Extra Conductor Length: For conductors to be connected by others, install minimum 6 feet of extra conductor in freestanding panels and minimum 2 feet in other assemblies.

END OF SECTION

CONDUCTORS 26 05 05 - 10

SECTION 26 27 26 WIRING DEVICES

PART 1 GENERAL

1.01 REFERENCES

A. The following is a list of standards which may be referenced in this section:

1. ASTM International (ASTM): A167, Standard Specification for Stainless and Heat-Resisting Chromium-Nickel Steel Plate, Sheet, and Strip. 2. Federal Specifications (FS): a. W-C-596G, General Specification for Connector, Electrical, Power. b. W-S-896F, Switches, Toggle (Toggle and Lock), Flush Mounted (General Specification). 3. National Electrical Contractors Association (NECA): 1, Standard Practice of Good Workmanship in Electrical Contracting. 4. National Electrical Manufacturers Association (NEMA): a. 250, Enclosures for Electrical Equipment (1,000 Volts Maximum). b. WD 1, General Color Requirements for Wiring Devices. c. WD 6, Wiring Devices – Dimensional Specifications. 5. National Fire Protection Association (NFPA): 70, National Electrical Code (NEC). 6. Underwriters Laboratories Inc. (UL): a. 498, Standard for Safety for Attachment Plugs and Receptacles. b. 508, Standard for Safety for Industrial Control Equipment. c. 943, Standard for Safety for Ground-Fault Circuit-Interrupters. d. 1010, Standard for Safety for Receptacle-Plug Combinations for Use in Hazardous (Classified) Locations. e. 1436, Standard for Safety for Outlet Circuit Testers and Similar Indicating Devices. f. 1449, Standard for Safety for Surge Protective Devices (SPD).

1.02 SUBMITTALS

A. Action Submittals: Manufacturer’s product data for wiring devices.

PART 2 PRODUCTS

2.01 SWITCHES

A. Switch, General Purpose:

1. NEMA WD 1 and FS W-S-896F.

WIRING DEVICES 26 27 26 - 1

2. Totally enclosed, ac type, with quiet tumbler switch and screw terminal. 3. Rivetless one-piece brass or copper alloy contact arm with silver alloy contact. 4. Capable of controlling 100 percent tungsten filament and fluorescent lamp loads. 5. Rating: 20 amps, 120/277 volts. 6. Automatic grounding clip and integral grounding terminal on mounting strap. 7. Special Features: Provide the following features in comparable devices where indicated: a. Three-way and four-way. 8. Manufacturers and Products, Commercial Grade: a. Cooper Arrow Hart; CSB120 Series. b. Bryant; CSB120 Series. c. Hubbell; CSB120 Series. d. Leviton; CSB1-20 Series. e. Or Approved Equal.

2.02 RECEPTACLES

A. Receptacle, General Purpose:

1. NEMA WD 1 and FS W-C-596G. 2. Duplex, two-pole, three-wire grounding type with screw type wire terminals. 3. Impact resistant nylon cover and body, with finder grooves in face, unless otherwise indicated. 4. One-piece mounting strap with integral ground contact (rivetless construction). 5. Contact Arrangement: Contact to be made on two sides of each inserted blade without detent. 6. Rating: 125 volts, NEMA WD 1, Configuration 5-20R, 20 amps, unless otherwise indicated. 7. Size: For 2-inch by 4-inch outlet box. 8. Special Features: Provide the following features in comparable devices where indicated: a. Listed weather-resistant per NEC 406.8. 9. Commercial Grade Manufacturers and Products: a. Cooper Arrow Hart; CR20 Series. b. Hubbell Bryant; CRF20 Series. c. Leviton; BR20 Series. d. Or Approved Equal.

B. Receptacle, Special-Purpose:

1. Rating and number of poles as indicated or required for anticipated purpose. 2. Provide special-purpose receptacles as shown on the Drawings.

WIRING DEVICES 26 27 26 - 2

2.03 HAZARDOUS (CLASSIFIED) LOCATION DEVICES

A. Wiring devices for hazardous (classified) locations shall comply with NEMA FB 11 and UL 1010.

2.04 MULTIOUTLET SURFACE RACEWAY SYSTEM

A. Three-wire grounding simplex receptacles, spaced on 12-inch centers with insulated grounding conductor to each receptacle.

1. Color: Gray with black receptacles. 2. Receptacles shall meet applicable requirements of Article General Purpose Receptacle. 3. Manufacturer and Product: The Wiremold Co.; Plugmold Type 2000 or Prewired Type 3000, or approved equal.

2.05 DEVICE PLATES

A. Sectional type plate not permitted.

B. Plastic:

1. Material: Specification grade, 0.10-inch minimum thickness, noncombustible, thermosetting. 2. Color: To match associated wiring device. 3. Mounting Screw: Oval-head metal, color matched to plate.

C. Metal:

1. Material: Specification grade, one-piece, 0.040-inch nominal thickness stainless steel. 2. Finish: ASTM A167, Type 302/304, satin. 3. Mounting Screw: Oval-head, finish matched to plate.

D. Cast Metal:

1. Material: Malleable ferrous metal or Copper-free aluminum, with gaskets. 2. Screw: Oval-head stainless steel.

E. Engraved:

1. Character Height: 1/8 inch. 2. Filler: Black.

F. Weatherproof:

1. Receptacle, Weatherproof: a. Gasketed, cast-aluminum, with individual cap over each receptacle

WIRING DEVICES 26 27 26 - 3

opening. b. Mounting Screw and Cap Spring: Stainless steel. c. Manufacturers and Products: 1) Crouse-Hinds; Type WLRD-1. 2) Appleton; Type FSK-WRD. 3) Or Approved Equal. 2. Switch: a. Gasketed, cast-metal or cast-aluminum, incorporating external operator for internal switch. b. Mounting Screw: Stainless steel. c. Manufacturers and Products: 1) Crouse-Hinds; DS-181 or DS-185. 2) Appleton; FSK-1VTS or FSK-1VS. 3) Or Approved Equal.

G. Raised Sheet Metal: 1/2-inch high zinc- or cadmium-plated steel designed for one- piece drawn type sheet steel box.

H. Sheet Steel: Formed sheet steel or Feraloy designed for installation on cast- metal box.

2.06 FINISHES

A. Wiring device catalog numbers specified in this section do not designate device color. Unless otherwise indicated, or required by code, provide colors as specified below.

B. Wiring Device:

1. Office Areas: Gray. 2. Other Areas: Gray.

C. Special purpose devices may be manufacturer’s standard color (black).

D. Corrosion-resistant receptacle may be manufacturer’s standard color (yellow).

PART 3 EXECUTION

3.01 INSTALLATION, GENERAL

A. Comply with NECA 1.

B. Coordination with Other Trades:

1. Ensure device and its box are protected. Do not place wall finish materials over device box and do not cut holes for box with router that is guided by riding against outside of box.

WIRING DEVICES 26 27 26 - 4

2. Keep outlet box free of plaster, drywall joint compound, mortar, cement, concrete, dust, paint, and other material that may contaminate raceway system, conductors, and cables. 3. Install device box in brick or block wall such that cover plate does not cross a joint, unless otherwise indicated. Where indicated or directed to cross joint, trowel joint flush with face of wall. 4. Install wiring device after wall preparation, including painting, is complete.

C. Conductors:

1. Do not strip insulation from conductors until just before they are spliced or terminated on devices. 2. Strip insulation evenly around conductor using tools designed for the purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded wire. 3. Length of free conductors at outlets for devices shall meet provisions of NFPA 70, Article 300, without pigtails. 4. Existing Conductors: a. Cut back and pigtail, or replace damaged conductors. b. Straighten conductors that remain and remove corrosion and foreign matter. c. Pigtailing existing conductors is permitted provided outlet box is large enough.

D. Device Installation:

1. Replace devices that have been in temporary use during construction or that show signs they were installed before building finishing operations were complete. 2. Keep each wiring device in its package or otherwise protected until it is time to connect conductors. 3. Do not remove surface protection, such as plastic film and smudge covers, until last possible moment. 4. Connect devices to branch circuits using pigtails that are not less than 6 inches (150 mm) in length. 5. Use torque screwdriver when a torque is recommended or required by manufacturer. 6. When conductors larger than 12 AWG are installed on 15-amp or 20-amp circuits, splice 12 AWG pigtails for device connections. 7. Tighten unused terminal screws on device. 8. Device Plates: a. Do not use oversized or extra deep plate. b. Repair wall finishes and remount outlet box when standard device plate does not fit flush or does not cover rough wall opening.

WIRING DEVICES 26 27 26 - 5

3.02 SWITCH INSTALLATION

A. Switch, General Purpose:

1. Install with switch operation in vertical position. 2. Install single-pole, two-way switch such that toggle is in up position when switch is on.

3.03 RECEPTACLE INSTALLATION

A. Duplex Receptacle:

1. Install with grounding slot down, except where horizontal mounting is shown, in which case install with neutral slot up. 2. Weatherproof Receptacle: a. Install in cast metal box. b. Install such that hinge for protective cover is above receptacle opening. 3. Special-Purpose Receptacle: Install in accordance with manufacturer’s instructions.

B. Multioutlet Surface Raceway System: Install in accordance with manufacturer’s instructions.

3.04 DEVICE PLATE INSTALLATION

A. Securely fasten to wiring device; ensure tight fit to box.

B. Flush Mounted: Install with all four edges in continuous contact with finished wall surface without use of mat or similar material. Plaster fillings will not be acceptable. C. Surface Mounted: Plate shall not extend beyond sides of box, unless plate has no sharp corners or edges.

D. Install with alignment tolerance to box of 1/16 inch.

E. Type (Unless Otherwise Shown):

1. Office Areas: Plastic. 2. Other Areas: Metal. 3. Exterior: a. Switch: Weatherproof. b. Receptacle in Damp Location: Weatherproof.

F. Interior:

1. Flush Mounted Box: Plastic or metal. 2. Surface Mounted, Metal Box:

WIRING DEVICES 26 27 26 - 6

a. General Purpose Areas: Sheet Steel. b. Other Areas: Cast. 3. Surface Mounted, Aluminum Box: a. General Purpose Areas: Stamped. b. Other Areas: Cast. 4. Surface Mounted, Sheet Steel Box: Raised sheet steel. 5. Surface Mounted, Nonmetallic Box: Manufacturer’s standard. 6. Receptacle Shown as Weatherproof on Drawings: Weatherproof.

3.05 IDENTIFICATION

A. Use tape labels for identification of individual wall switches and receptacles in dry indoor locations.

1. Degrease and clean device plate surface to receive tape labels. 2. Use 3/16-inch Kroy black letters on white background, unless otherwise indicated. 3. Identify panelboard and circuit number from which item is served on face of plate.

B. Identify conductors with durable wire markers or tags inside outlet boxes.

3.06 FIELD QUALITY CONTROL

A. Perform tests and inspections, and prepare test reports.

B. Test Instrument for 125-Volt 20-Amp Receptacle: Digital wiring analyzer with digital readout or illuminated LED indicators of measurement. C. Using test plug, verify device and its outlet box are securely mounted.

D. Line Voltage Range: 105 volts to 132 volts.

E. Percent Voltage Drop under 15-Amp Load: Less than 6 percent; 6 percent or higher is not acceptable.

F. Ground Impedance: 2 ohms, maximum.

G. Tests shall be diagnostic, indicating damaged conductors, high resistance at circuit breaker, poor connections, inadequate fault current path, defective devices, or similar problems. Correct circuit conditions, remove malfunctioning units and replace with new ones, and retest as specified above.

END OF SECTION

WIRING DEVICES 26 27 26 - 7 INFORMATIONAL DRAWINGS