2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

SECTION 00 01 10 TABLE OF CONTENTS

CHICAGO TRANSIT AUTHORITY

18TH STREET SUBSTATION DC SWITCHGEAR REHABILITATION

18TH SUBSTATION 1714 S. WABASH AVENEUE , IL 60616

PAGES VOLUME 1 of 1 - BIDDING, CONTRACT & GENERAL REQUIREMENTS

BIDDING AND CONTRACT REQUIREMENTS 00 01 10 TABLE OF CONTENTS

00 01 10 LIST OF DRAWINGS

DIVISION 01 GENERAL REQUIREMENTS

01 11 00 SUMMARY OF WORK 1-8 01 18 00 PROJECT UTILITY COORDINATION 1-2 01 21 16 OWNER’S CONTINGENCY ALLOWANCE 1-3 01 29 10 APPLICATIONS AND CERTIFICATES FOR PAYMENT 1-6 01 31 00 PROJECT MANAGEMENT AND COORDINATION 1-5 01 31 19 PROJECT MEETINGS 1-4 01 31 23 PROJECT WEBSITE 1-3 01 32 50 CONSTRUCTION SCHEDULE 1-12 01 33 00 SUBMITTAL PROCEDURES 1-9 01 35 00 SPECIAL PROCEDURES SPECIAL PROCEDURES ATTACHMENTS 01 35 23 OWNER SAFETY REQUIREMENTS 1-28 01 42 10 REFERENCE STANDARDS AND DEFINITIONS 1-6 01 43 00 QUALITY ASSURANCE 1-2 01 45 00 QUALITY CONTROL 1-6 01 45 23 TESTING AND INSPECTION SERVICE 1-4 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1-10 01 55 00 TRAFFIC REGULATION 1-4 01 60 00 PRODUCT REQUIREMENTS 1-4 01 63 00 PRODUCT SUBSTITUTION PROCEDURES 1-3 01 73 29 CUTTING AND PATCHING 1-5 01 63 00 PRODUCT SUBSTITUTION PROCEDURES 1-3 01 78 23 OPERATION AND MAINTENANCE DATA 1-7 01 77 00 OPERATION AND MAINTENANCE ASSET INFORMATION 1-2

Table of Contents 00 01 10-1 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

SECTION 00 01 10 TABLE OF CONTENTS

CHICAGO TRANSIT AUTHORITY

18TH STREET SUBSTATION DC SWITCHGEAR REHABILITATION

18TH SUBSTATION 1714 S. WABASH AVENEUE CHICAGO, IL 60616

TECHNICAL REQUIREMENTS PAGES

DIVISION 02 EXISTING CONDITIONS 02 45 00 DUST CONTROL 1-5

DIVISIONS 03-08 NOT APPLICABLE

DIVISION 09 FINISHES 09 67 10 DIELECTRIC FLOORING 1-5

DIVISIONS 10-25 NOT APPLICABLE

DIVISION 26 ELECTRICAL 26 03 00 ELECTRICAL DEMOLITION 1-7

DIVISIONS 27 THRU 33 NOT APPLICABLE

DIVISION 34 TRANSPORTATION SECTION 34 21 01 GENERAL REQUIREMENTS FOR TRACTION POWER EQUIPMENT 1-26 SECTION 34 21 05 TRACTION POWER 800 VOLT DC SWITCHGEAR 1-11 SECTION 34 21 09 TRACTION POWER SUPPORT 1-2 SECTION 34 21 10 TRACTION POWER EQUIPMENT INSTALLATION 1-3 SECTION 34 21 11 TRACTION POWER EQUIPMENT TESTING 1-62 SECTION 34 21 13 TRACTION POWER SERVICE ENGINEER 1-2 SECTION 34 21 61 GENERAL PROVISIONS TRACTION POWER 1-5 SECTION 34 21 65 BASIC ELECTRICAL MATERIALS AND METHODS 1-18 SECTION 34 21 70 SUPERVISORY CONTROL EQUIPMENT 1-32 DIVISIONS 35 THRU 49 NOT APPLICABLE

END OF SECTION

Table of Contents 00 01 10-2 2017-0002 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

SECTION 00 01 15 LIST OF DRAWINGS

18TH STREET SUBSTATION DC SWITCHGEAR REHABILITATION

18TH SUBSTATION 1714 S. WABASH AVENUE CHICAGO, IL 60616

CHICAGO TRANSIT AUTHORITY

THE FOLLOWING LIST OF DRAWINGS IS A PART OF THE CONTRACT DOCUMENTS:

SHEET NO. REV. DRAWING TITLE

GENERAL

G-000 0 COVER SHEET G-001 0 INDEX OF SHEETS

ELECTRICAL

ET-101 0 FLOOR AND FOUNDATION PLAN ET-102 0 FLOOR PLAN ET-201 0 GENERAL ARRANGEMENT ET-301 0 EQUIPMENT ARRANGEMENT RECTIFIER #2 ET-302 0 RECTIFIER CONNECTION ET-501 0 DETAILS ET-601 0 SCHEMATIC DIAGRAM FDR BKR (NEW) ET-602 0 SCHEMATIC DIAGRAM FDR BKR (EXISTING) ET-603 0 SCHEMATIC DIAGRAM AUXILIARY ET-604 0 CABLE SCHEDULE ET-605 0 INTERCONNECTION DIAGRAMS

List of Drawings 00 01 15-1

2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

SECTION 01 11 00 SUMMARY OF WORK

PART 1 - GENERAL

1.01 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Special Conditions, Appendix 1 of the Contract Documents, and other Specification Sections, apply to this section.

B. This section contains a general summary of work to be performed by the Contractor under this Contract. If any conflict exists between the work described in the Contract, including this section, and the work defined in the Design Guidance Documents or the Preliminary Design Drawings, the Contract shall take precedence.

C. The Contractor shall provide for all design, labor, material, equipment, incidentals and general conditions necessary to perform all the work as indicated in the contract documents and as required for a complete project.

D. Contractor shall comply with all applicable codes, ordinances, rules, regulations, orders and legal requirements. Contractor shall obtain and pay for all applicable permits and fees. Provide all required engineering, mobilization, traffic control and protection required by permitting authorities. Under no circumstances shall the Contractor be entitled to any time extension or monetary damages due to any delay in issuing any permits.

E. Contractor shall inspect the site and verify all existing conditions, dimensions, access and obstructions prior to proceeding with the work.

F. Manufacturer to visit the site and perform all field measurements.

1.02 SUMMARY

A. This section contains a general summary of work to be performed by the Contractor under this Contract.

1.03 PROJECT DESCRIPTION

A. General Scope of Work: The Work to be performed by the Contractor, as detailed on the plans, under this contract includes but is not limited to replacement of the traction power equipment located at the 18TH Substation. In addition, the rehabilitation of various structural, architectural, civil, mechanical and electrical elements to the substation building is included in this Contract. The work includes the following, which may or may not be a complete list:

1. The primary objective of this project is to install three (3) new DC Feeder Breaker Switchgear Cubicles, provide four (4) new dc feeder circuit breakers, provide test set(s) and software to set(s) to test and calibrate all electronic relays including load measuring and overcurrent relays, provide one (1) new Remote Terminal Unit (RTU), remove damaged dielectric flooring and install new dielectric flooring.

Summary of Work 01 11 00-1

2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

2. All four (4) new dc feeder circuit breakers shall be interchangeable with existing dc switchgear, including the ability to use the existing umbilical cord for proper breaker operation.

3. CTA to remove traction power equipment as detailed on the plans at 18th Substation consists of, but not limited to, dc switchgear assemblies, relays, interconnection power and control cables connected between the traction power equipment, SCADA RTU’s and related appurtenances.

4. Installation of traction power equipment includes providing all labor, material, apparatus, equipment and services necessary to design, manufacture, test, deliver, install and commission new equipment at 18th Substation as detailed in the Plans.

5. Removal and disposal of damaged dielectric flooring based on Environmental Protection Agency (EPA) guidelines and CTA hazardous material abatement specifications. Dust control shall be performed safely during construction.

6. Install new dielectric flooring per specification.

7. Refer to Plans for Environmental, Civil, Structural, Architectural, Fire Protection, Mechanical, Building Electrical, Telecommunications, and Miscellaneous scope of work under this project.

8. The Contractor shall also provide project management, supervision, testing, inspection, labor, commissioning services, materials, equipment and all ancillary services, material, equipment and other related services as are necessary to complete the engineering, design and construction of the Project as provided in the Final Design documents. The Contractor shall also be required to provide a bid bond, insurance and a payment and performance bond as set forth in the Contract.

9. The Contractor shall purchase equipment from equipment supplier, deliver to project site and determine to be intact and without damage prior to setting in place.

10. The Contractor to provide new STN-9150 SUBSTATION REMOTE TERMINAL UNIT from QEI, shipped loose. No installation required. CTA will provide a delivery location upon shipment.

B. Any salvageable items to be reused are to be protected during the work or removed carefully to avoid damage to the items and shall be reinstalled or removed by the Authority as indicated in the drawings and/or specifications.

C. All areas must be protected from water, debris, dust and damage at all times.

D. The pedestrian or vehicular areas within the vicinity of this work is currently functional at all times and must remain operational and accessible at all times. Coordinate any construction and/or staging activities that may impede normal CTA operations with the Authority including, but not limited to, any activity that generates excessive noise or airborne dust; interference with the Authority’s operations; access or use by the Authority’s customers or public; or the safety of employees. The walkway and street areas at this location must remain open. Coordinate all activities with all appropriate governmental entities. Contractor shall obtain and pay for all required permits.

Summary of Work 01 11 00-2

2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

E. Provide safety protection system around work area to protect CTA personnel and customers and the public. Work includes providing, installing, maintaining and removing temporary construction barriers as required during the course of the work. Work includes providing, installing and removing foot traffic barricades and control devices and signage as required during the course of the work and as submitted to the Authority and governing authorities for review and approval. The walkway, street fire access and exit access areas at this location must remain open. Coordinate all activities with all appropriate governmental entities. Contractor shall obtain and pay for all required permits.

F. Contractor shall coordinate and schedule all work with the Authority. Contractor shall submit and obtain approval from the Authority on a process plan, phasing plan and staging plan for all the work, including demolition prior to commencing work on site.

G. Contractor shall submit and obtain the Authority’s approval on a “Schedule” for all the work, a “Submittal Schedule” and a “Schedule of Values” for all materials and work prior to commencing the work.

H. Safety Plan: Contractor shall develop a safety plan for this project and submit the plan and all relative information to the Authority for their review and written approval prior to commencing work.

I. All dimensions, details and conditions relating to the work must be verified in the field prior to preparation of shop drawings, fabrication of materials and starting the work.

J. For projects that may impact the Authority’s operations, construction may only be permitted only Monday thru Friday from 7:00AM to 3:30PM and from 7:00PM to 5:00AM and at all times weekends.

K. Contractor shall provide record and as-built drawings; CAD and PDF files; maintenance manuals and other documents required as closeout submittals.

L. Testing; Electrical:

The following tests are required but shall not be limited to this list. Tests will be made at the expense of the Contractor and supervised and witnessed by the Authority.

1. Short circuits. 2. Improper grounds. 3. Power and control electrical circuits for circuit continuity and function test. 4. Dielectric Strength test. 5. Insulation Resistance test.

The Contractor shall furnish all meters, instruments, cable connections, equipment or apparatus necessary for making all tests.

After wires and cables are in place and connected to devices and equipment, the system shall be tested for short circuits, improper grounds, and other faults. If fault condition is present, the trouble shall be rectified and the wiring system shall be retested.

Upon completion of the electrical work, the Contractor shall place the entire installation in operation, test for proper function, and show systems and equipment to be free of defects.

Summary of Work 01 11 00-3

2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

Three copies of the verified test results shall be given to the Authority promptly upon completion of a test. All tests shall be recorded on the forms provided in the Specification.

M. Quality Assurance and Quality Control:

1. Contractors and subcontractors on this project shall be licensed and bonded or registered in compliance with ordinance, statutes, codes and regulations of the City of Chicago and other applicable regulatory agencies. The Contractor shall cooperate fully in implementing the Contractor’s Quality Assurance Plan. 2. The General Contractor shall be solely responsible for the entire work until completed and accepted by the Authority. The Authority will not recognize any other parties engaged on the contract work. 3. Quality control services are the responsibility of the Contractor and include inspections and related testing including all required reports performed by independent agencies, governing authorities, and the Contractor. 4. Inspection and testing services are required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with Contract Document requirements. The Contractor is required to employ and provide all necessary personnel to efficiently monitor the Contract work to ensure compliance with the Contract Document requirements. 5. Specific quality control requirements for individual construction activities are specified in the sections that specify those activities. Those requirements, including inspections and tests, cover installation procedures. 6. Inspections, tests and related actions specified are not intended to limit the Contractor's quality control procedures that facilitate compliance with Contract Document requirements. 7. The Contractor shall provide inspections, tests and similar quality control services, specified in individual specification sections and required to monitor and accurately complete the full scope of the Contract. Costs for these services shall be included in the Contract Sum. 8. The Contractor shall employ and pay an independent agency to perform specified quality control services. 9. The Contractor shall submit qualifications of all quality control personnel for review and approval by the Authority prior to the start of the work. 10. Where the Authority has engaged a testing agency or other entity for testing and inspection of a part of the work, and the Contractor is also required to engage an entity for the same or related element, the Contractor shall not employ the entity engaged by the Authority unless otherwise agreed in writing with the Authority. 11. Retesting: The Contractor is responsible for retesting where results of required inspections, tests or similar services prove unsatisfactory and do not indicate compliance with Contract Document requirements, regardless of whether the original test was the Contractor's responsibility. 12. Associated Services: The Contractor shall cooperate with agencies performing required inspections, test and similar services and provide reasonable auxiliary services as requested. Notify the agency sufficiently in advance of operations to permit assignment of personnel. Auxiliary services required include but are not limited to:

a. Providing access to the Work and furnishing incidental labor and facilities necessary to facilitate inspections and tests. b. Taking adequate quantities of representative samples of materials that require testing or assisting the agency in taking samples. c. Providing facilities for storage and curing of test samples, and delivery of samples to testing laboratories.

Summary of Work 01 11 00-4

2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

d. Providing the agency with a preliminary design mix proposed for use for material mixes that require control by the testing agency. e. Security and protection of samples and test equipment at the Project site.

13. The Contractor and each agency engaged to perform inspections, tests and similar services shall coordinate the sequence of activities to accommodate required services with a minimum of delay. In addition the Contractor and each agency shall coordinate activities to avoid the necessity of removing and replacing construction to accommodate inspections and tests.

a. The Contractor shall be responsible for scheduling times for inspections, tests, taking samples and similar activities.

14. The Contractor’s quality control representative shall cooperate with the Authority in performance of required duties, and shall provide as many qualified personnel during the performance of the work to properly oversee the Contract construction activity through quality control oversight. The Authority maintains the right to require the Contractor to furnish additional personnel as necessary. Those additional qualified personnel shall be furnished at no extra Contract time and no extra Contract cost.

a. The Contractor shall notify the Authority promptly of irregularities or deficiencies observed in the work during performance. b. The Contractor’s quality control representative is not authorized to release, revoke, alter or enlarge requirements of the Contract, or approve or accept any portion of the work.

15. Qualification for Service Agencies: Engage inspection and testing service agencies, including independent testing laboratories, which are prequalified as complying with "Recommended Requirements for Independent Laboratory Qualification" by the American Council of Independent Laboratories, and which specialize in the types of inspections and tests to be performed.

a. Each independent inspection and testing agency engaged on the project shall be authorized by authorities having jurisdiction to operate in the state in which the project is located.

1.04 WORK BY OTHERS A. All work for this project will be performed under this single contract.

1.05 WORK SEQUENCE A. The work shall be conducted in a scheduled sequence of installation so as to ensure the maintenance of safe operations, not to render dangerous, and to provide the least possible disruption or interference to the Authority’s operations. B. The work shall be performed under the schedule restrictions and working periods indicated in the Contract. The work under this contract shall not interfere in any way with the safe and timely operation of the CTA operations, except during the hours when service will be shut down, as indicated in the Contract. C. No passenger stations will be closed and no tracks shall be removed from service during the project.

Summary of Work 01 11 00-5

2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

1.06 GENERAL REQUIREMENTS A. The Contractor shall limit the use of CTA property and facilities to the construction activities indicated in the Contract. B. The Contractor assumes full responsibility for CTA-procured materials once the Contractor, or one of its subcontractors, have taken delivery of the materials or have picked it up from a CTA-designated storage location. The Authority shall not be liable for any materials or equipment stored by the Contractor on CTA property or in any staging areas. C. The Contractor shall not interfere with, block, or in any way encumber public right-of- ways, CTA property outside of the Contract limits, or private property without proper permission of the person, business or agency having jurisdiction. Proof of authorization and copies of required permits shall be submitted to the Authority prior to blocking or using the property or public right-of-way. D. The Contractor shall maintain reasonable access to the site and shall not prohibit nor interfere with operations of other contractors, lawfully conducted inspections or site visits by properly identified representatives of the Authority, regulatory agencies or collective bargaining units. E. The Contractor shall perform preparatory work such as temporary pavement marking, barriers, etc., and shall provide and maintain traffic and pedestrian control and protection on all streets and sidewalks within the work zone. Upon completion of all construction at each street, the Contractor shall restore streets and sidewalks to their original condition, restripe the pavement and remove all traffic control and protection associated with the construction of the project. F. The Contractor shall routinely perform clean-up at the end of each work day. It is the Contractor 's responsibility to make sure each trade cleans up after their work and that each work zone is cleaned daily, otherwise the Contractor shall perform all necessary clean-up work left undone by the Contractor’s or subcontractor’s trades. G. The Contractor shall obtain and pay for all fees, rent or other expense for easements, for access to the work area or for storage of materials, equipment or construction operations, except for temporary or permanent easements shown on the Contract Drawings. The Contractor shall submit proposed access plans including for additional areas, to the Authority for approval.

1.07 REGULATORY REQUIREMENTS A. The Contractor shall immediately notify the Authority of requirements in these specifications and/or drawings, which do not strictly comply with the applicable laws, ordinances, and rules governing the work, before proceeding with that part of the work. Failure of the Contractor to do so shall be understood as an agreement on the part of the Contractor to guarantee compliance with the requirements of work covered by this Contract.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.01 FIELD CONDITIONS, PERSONNEL AND SERVICES A. Field Conditions: The Contractor shall examine the site of the work and adjacent premises and the various means of access; storing of materials and equipment; facilities for delivery; installing and operating the necessary construction work, and any other difficulties that may be encountered in the execution of the Work.

Summary of Work 01 11 00-6

2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

B. Personnel: Employ the services of an experienced superintendent at each of the construction sites during all working hours together with foremen and all skilled and common labor required to complete the work. The labor employed will be subject to the approval of the Authority, which will have the power to require the removal of any person, or persons, if in the Authority's judgment it would be in the interest of the work that such, person, or persons, be removed from the project. C. CTA power, signal and communication cables must remain in continuous operation. The Contractor is responsible for ascertaining where an existing cable interferes with construction and either temporarily relocates the cable or adjusts the installation process to avoid it. The Contractor must obtain written permission from the Authority to relocate or splice existing cables.

3.02 USE OF PREMISES A. General: Limit use of the premises to construction activities within the limits of the proposed improvements (Contract limits). 1. Confine operations to areas within contract limits. Portions of the site beyond areas where construction operations are indicated are not to be disturbed. 2. Confine plant and equipment, the storage of materials and the operations of workers to the limits of the site or as otherwise directed in writing by the Authority. In no way interfere with the work of others adjacent to the site. 3. The Contractor shall secure all Contractor -owned, or Contractor -used equipment, left on the project site during hours of non-work to prevent the unauthorized use of that equipment for any purposes. B. Coordination of Site Access: The Contractor shall protect the Authority's property and adjacent properties and employ all measures required to avoid impacts to CTA operations and the work of other contractors working on or near the Contract limits. The Contractor shall take all necessary precautions for the safety of customers, CTA employees, other contractor personnel and the public near the work. 1. The Contractor shall obtain and pay for, without any additional cost to the Authority, any work areas, staging areas or Contractor parking areas that the Contractor requires for the execution of the Contractor’s work, except as otherwise shown on the Contract Drawings. The Contractor shall provide the Authority with an executed copy of any agreements entered into regarding the temporary use of adjacent properties. 2. Contractor employees shall not park on any private property or CTA property without prior written approval of the property owner. The Contractor shall provide the Authority with an executed copy of any agreements entered into regarding the temporary parking on adjacent properties. 3. Keep driveways and entrances serving the premises clear and available to the Authority, other contractors and the public at all times. Do not use these areas for parking or storage of materials. 4. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on site. 5. Remove snow, ice and construction debris from work zones and staging areas as required. C. Use of Existing CTA Facilities: Existing CTA Facilities within the Contract limits and noted to remain as well as all occupants shall be protected from damage and maintained in an operational condition by the Contractor throughout the duration of the Contract.

Summary of Work 01 11 00-7

2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

1. The Contractor shall take all precautions necessary to protect all facilities and their occupants during the construction period. Any damage caused by construction operations to facilities or portions of facilities noted to remain shall be restored to the satisfaction of the Authority without additional expense to the Authority. 2. The Authority explicitly reserves the right to recover actual damages incurred, restore damaged facilities at the Contractor’s expense or both.

3.03 TEMPORARY FACILITIES AND CONTROLS A. Furnish all temporary work required to complete this Contract.. B. Provide all temporary heat required for prevention of damage of work and materials by freezing as found necessary to properly store and protect equipment prior to acceptance by the Authority, carry on construction operations, or for any reason as directed by the Authority. C. Furnish, install and maintain temporary access locations for the Contractor’s access to the work sites. Temporary access locations to the work sites shall be approved in writing by the Authority prior to use. Temporary modifications to allow access, such as installation of contact rail gaps, grade crossings, etc. shall be furnished, installed and removed upon Substantial Completion of the Work by the Contractor. The Contractor shall submit all proposed modifications to the Authority and obtain written approval from the Authority prior to performing any modifications. D. Furnish and install temporary protection for existing equipment to permit continued operation of the existing equipment without interruption. Temporary protection measures shall not interfere with the train's operating clearance as well as permit normal maintenance of the equipment. All proposed temporary protection shall be approved by the Authority prior placement.

3.04 STORAGE OF MATERIALS A. The Contractor shall not store any material on any other of the Authority’s property or structures at any time unless approved by the Authority. All materials shall be delivered to the work site in quantities only large enough to perform the Contractor tasks for each day. B. The Contractor assumes full responsibility for protection and security of all materials stored on the site. Materials shall be maintained by the Contractor in "as-new" condition, including but not limited to immediate removal of any graffiti or posters at no additional cost to the Authority. C. The Contractor shall not store any hazardous materials within the limits of work, within staging areas or on any property owned by or leased to the Authority. D. The Contractor shall obtain and pay for the use of any other off-site storage areas required for its execution of the Contract at no additional cost to the Authority. If it becomes necessary in the opinion of the Authority to move materials which are temporarily stored at a location, the Contractor shall move such materials to other locations as directed by the Authority at no additional cost. E. Payments for stored materials shall be governed exclusively by the requirements for payment established in the Contract.

END OF SECTION

Summary of Work 01 11 00-8 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

SECTION 01 18 00 PROJECT UTILITY COORDINATION

PART 1 - GENERAL

1.01 SUMMARY A. This Section specifies the requirements of the Contractor for utility coordination.

B. Related Section:

1. Section 01 21 00, Allowances 2. Section 01 31 00, Project Management and Coordination

1.02 CONTRACTOR REQUIREMENTS: A. The CTA does not guarantee the completeness or accuracy of the information shown in the Contract Documents regarding utilities, either public or privately owned. The Contractor must contact the City of Chicago Office of Underground Coordination for work within the City limits or the Joint Utility Locating Information for Excavators (J.U.L.I.E.) for work outside the City limits in accordance with the Underground Utility Facilities Damage Prevention Act to determine the existence, nature and location of all utility lines and similar structures at the site. The Contractor must verify the exact location of all utilities or structures that may interfere with construction operations.

B. Investigate and positively identify by the means of field surveys, exploratory holes or probes, the vertical and horizontal locations of existing utilities requiring protection or relocation during excavations or construction operations. The number and locations of the field surveys and exploratory holes or probes are at the discretion of the Contractor but must be sufficient to determine what, if any, utilities require relocation or protection.

C. Where existing utilities are abandoned and it is necessary to remove these utilities in order to execute the Work, the utilities must be removed by the Contractor and be disposed of as directed by the CTA. The Contractor is responsible for contacting and coordinating with the utilities in determining the location and limits of the existing utilities which are to be abandoned and removed and utility-owned infrastructure to be returned to the utility, if any.

D. Costs for the demolition and removal of utility infrastructure that is shown on the Contract Documents to be removed is borne by the Contractor with no additional compensation except as specified in Section 01 21 00, Allowances, of the Contract Specifications to be paid for by an allowance. Costs for the demolition and removal of utility infrastructure that is not shown on the Contract Documents and not specified to be paid for by an allowance in Section 01 21 00, Allowances, of the Contract Specifications and will be considered a changed condition.

E. The Contractor has sole responsibility for the coordination of all utility relocations, modifications or improvements required to complete this Contract and must designate and appoint one of its staff as Utility/MOT Coordinator to coordinate and monitor all and maintenance of traffic (MOT) utility work. This person must be submitted as part of the Staff Assignment submittal as identified in Section 01 31 00, Project Management and Coordination.

F. Existing Utilities to Remain:

1. The Contractor is responsible to protect existing utilities which are to remain in operation during and after completion of the project, and any new utilities

Project Utility Coordination 01 18 00-1 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

installed by others during the construction period. The Contractor is responsible for providing adequate notice and coordinating with the utilities regarding protection of existing utilities in accordance with the Illinois Underground Utility Facilities Damage Prevention Act. The Contractor must coordinate through the Chicago Utility Alert Network (DIGGER) at (312) 744-7000 (https://ipi.cityofchicago.org/Digger) for work within the City of Chicago or the Joint Utility Locating Information for Excavators (J.U.L.I.E.) 811 or (800) 892- 0123 (http://www.illinois1call.com/contact.html) for work outside the City of Chicago.

2. The Contractor is responsible for any support or reconstruction of utilities required for the protection of utilities to remain in place. The Contractor will be held fully responsible for any damages resulting from their construction operations, and will be required to repair, replace or reconstruct any of the utilities damaged, or pay for having the work done, as required by the CTA, to the satisfaction of the CTA and Owner of such utility. The protection of the utilities as specified herein, including support or reconstruction work, will not be paid for separately from the Contractor’s lump sum price for the Work but the cost thereof will be considered as incidental to the Contract.

G. Existing Utilities to be Relocated:

1. The Contractor must provide adequate notification to the utility providers to allow for the completion of utility relocation work to be performed by the utility provider’s own forces during regular (straight-time rate) working hours. Costs for all utility relocations, modifications, or improvements is to be borne by the Contractor in the Contractor’s lump sum price for the Work except as specified to be paid for by the Project Allowances in Section 01 21 00, Allowances, of the Contract Specifications.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Project Utility Coordination 01 18 00-2 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

SECTION 01 21 16 OWNER’S CONTINGENCY ALLOWANCE

PART 1 - GENERAL

1.01 SUMMARY

A. This Section includes administrative and procedural requirements governing the Owner’s Contingency Allowance. Where the requirements of the General and Special Conditions conflict with the provisions of this Section, the General and Special Conditions have precedence. 1. The Owner’s Contingency Allowance amount includes installation, and/or relocation unless noted otherwise. 2. Unless noted otherwise, the Owner’s Contingency Allowance amount includes all fees, permits, engineering, delivery, handling, applicable taxes, storage, protection, etc. 3. The Contractor is responsible for coordinating and executing all Owner’s Contingency Allowance work within the time frames required for all Contract Milestones.

1.02 OWNER’S CONTINGENCY ALLOWANCE

A. The Owner’s Contingency Allowance may be utilized to compensate the Contractor for certain Changed Work, in connection with either (a) the CTA’s acceptance of the Contractor’s proposal for Changed Work pursuant to the General Conditions, or (b) the CTA’s determination that additional compensation is due to the Contractor in respect of an outstanding Claim (for Unforeseen Conditions or otherwise). B. Use of the Owner’s Contingency Allowance shall be at the sole discretion of the CTA; the Contractor has no right to utilization of the Owner’s Contingency Allowance. The CTA may, at any time by notice to the Contractor from the Chief Infrastructure Officer or the Director, Purchasing, decrease or eliminate the Owner’s Contingency Allowance; the Owner’s Contingency Allowance may also be increased by the CTA pursuant to a Change Order. C. The Owner’s Contingency Allowance is authorized through issuance of an Allowance Expenditure Authorization (AEA), signed by the Chief Infrastructure Officer and the Director, Purchasing, which describes the Changed Work and sets forth the adjustment to the Contract Price authorized with respect thereto, and any other terms and conditions which apply to incorporation of the Changed Work into the Work. D. The Contractor’s acceptance of an AEA for the Owner’s Contingency Allowance constitutes the Contractor’s irrevocable agreement that the Contract Price adjustment authorized therein fully compensates the Contractor for the Changed Work described therein, including for any actual or potential Claims, already existing or which thereafter arise, that relate, directly or indirectly, to the events and circumstances of the Changed Work, irrespective of whether the AEA expressly references the particular Claim. In the event that the Contractor’s completion of the Changed Work authorized in the AEA results in a direct or indirect cost to the Contractor in excess of that authorized therein, the Contractor shall complete such Changed Work at its sole cost and expense. E. The Contractor is entitled to overhead and profit on the Work authorized under the Owner’s Contingency Allowance in accordance with Changed Work under the General Conditions.

Owner’s Contingency Allowance 01 21 16-1 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

3.01 PAYMENTS AGAINST OWNER’S CONTINGENCY ALLOWANCES

A. The Owner’s Contingency Allowance can only be increased or decreased by Change Order except as otherwise described above. B. The CTA’s approval is required prior to expending costs on an Owner’s Contingency Allowance item. C. To obtain CTA’s approval with respect to the Owner’s Contingency Allowance, the Contractor must submit a written request for an Allowance Expenditure Authorization (AEA). The CTA will review the Contractor’s request and, if in agreement with the Contractor’s request, CTA’s Chief Infrastructure Officer and Director, Purchasing will authorize an AEA. D. Each AEA must: 1. Contain a detailed scope of Work; 2. As required by the Work or as requested by the CTA, contain a fragnet Schedule and cost breakdown; 3. Describe the manner in which the Contractor will be reimbursed for such Owner’s Contingency Allowance item (third party expense, unit price, lump sum, etc.); and 4. The format and content shall be consistent with adjustments for Changed Work in accordance with General Conditions. E. Any Changed Work authorized under the Owner’s Contingency Allowance must be bid and awarded pursuant to the Contract. The Contractor must provide a minimum of three (3) proposals when requested. F. After CTA approval of an AEA, the Contractor may request payment pursuant to submission of an Allowance Payment Request (APR) form provided by the CTA. APRs should only be submitted against the applicable AEA either after the Contractor has paid the actual approved third party charges for reimbursement thereof or otherwise for the Work performed in accordance with the Contract. Each APR must include the following: 1. Paid invoices and/or other backup as required under the AEA and the Contract to substantiate the actual cost incurred for payment, and 2. Documentation sufficient for the CTA to confirm that the invoice is for work authorized by an approved AEA. G. The Contractor must track the costs incurred under an approved AEA and promptly notify the CTA when the incurred and committed costs have reached ninety percent (90%) of any approved AEA amount. The notice shall be accompanied by a projection of remaining costs to complete the work authorized by the AEA.A supplemental AEA will not be permitted under the Owner’s Contingency Allowance, under which the Contractor committed to complete the Changed Work thereunder without further compensation. . H. After completion of the Work authorized in an AEA, should the sum of amounts approved under the APRs be less than the total amount authorized in the AEA, the Contractor shall prepare and submit a supplemental AEA to credit any unused amounts back to the Owner’s Contingency Allowance, for approval by the Chief Infrastructure Officer and the

Owner’s Contingency Allowance 01 21 16-2 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

Director, Purchasing. In no event shall the Contractor shall be entitled to any Owner’s Contingency Allowance amounts authorized by an AEA which has not been approved by CTA in an APR. I. In the event that Contractor requests AEAs in excess of an Owner’s Contingency Allowance amount, the Contractor shall submit a change proposal for the difference between the value of the Owner’s Contingency Allowance and amount of the Owner’s Contingency Allowance increase requested. Upon approval by the Director, Purchasing in accordance with the Contract, the Owner’s Contingency Allowance amount may be changed as authorized via Change Order J. All Work performed under an Owner’s Contingency Allowance must be performed according to all pertaining sections of the Contract Documents.

END OF SECTION

Owner’s Contingency Allowance 01 21 16-3 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

SECTION 01 29 10 APPLICATIONS AND CERTIFICATES FOR PAYMENTS

PART 1 - GENERAL

1.01 SUMMARY A. This section specifies administrative and procedural requirements governing the Contractor's Application for Payment. 1. Coordinate Applications for Payment with the Contractor's Schedule of Values and Construction Schedule, List of Subcontracts, and Submittal Schedule. B. Related Sections: 1. Section 01 11 00, Summary of Work 2. Section 01 31 23, Project Website 3. Section 01 32 50, Construction Schedule 4. Section 01 33 00, Submittal Procedures

1.02 CONTRACTORS SCHEDULE OF VALUES A. No later than forty-five (45) calendar days from the Contractor’s Notice to Proceed, the Contractor must submit to the CTA, for approval, one (1) original and one (1) electronic copy of a detailed cost breakdown of all items of work, labor, and materials. B. List each of the following as separate cost breakdown items: 1. Each classification of self-performed work, by specification section. 2. Each classification of Subcontractor-performed work, by specification section. 3. Contractor general conditions, overhead and profit to include: a. A lump sum amount agreeable to the CTA must be allocated on a separate line item for developing and maintaining the CPM Schedule. b. A lump sum amount agreeable to the CTA must be allocated on a separate line item for creating and maintaining the project field office, including the cost of the Contractor’s field personnel. c. A lump sum amount agreeable to the CTA must be allocated on a separate line item for the cost of common temporary facilities and controls provided by the Contractor and allocated to Subcontractors as a part of the Work. d. The balance of the General Conditions, overhead and profit must be allocated on a separate line item. 4. Contractor premiums for insurance and bonds. 5. Mobilization. 6. Each allowance item, listed as separate line items. C. Each line item must be exclusive to a single Subcontractor or supplier, and the total of all items associated with a particular Subcontractor or supplier must equal the total subcontract value. The cost breakdown for each item must not include any Contractor markups for overhead, profit, premium on bond, insurance, mobilization, allowances, general conditions or any other expenses not directly paid by the Subcontractor associated with the pay item. D. The quantities and unit prices must be extended to show the total amount for each item of work and the sum of these amounts must total in each case the Lump Sum Price for

Applications and Certificates for Payments 01 29 10-1 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

the Contract. The prices must be in proper balance and will be subject to approval by the CTA. Upon approval of the Baseline CPM Schedule, the Contractor must revise the schedule of value so that each activity within the approved CPM Schedule is associated with one and only one schedule of value pay item, as required by the CTA.

1.03 APPLICATIONS FOR PAYMENT – PROGRESS PAYMENTS A. Each Application for Payment must be consistent with previous applications made to and payments made by the CTA. 1. Each application must include the latest updated Application for Payment, Waivers of Lien, and certified payroll breakdown. In addition, the Construction Schedule Monthly update and any other required reports must be transmitted to the CTA through the Project Website prior to or concurrent with the Application for Payment submittal as specified in the Contract Documents. 2. The initial Application for Payment, the Application for Payment at time of Substantial Completion, and the final Application for Payment involve additional requirements specified in paragraph below and in the General Conditions. 3. The CTA will review the required supporting documentation for each Application for Payment for timeliness, accuracy and compliance with the Contract Documents. The CTA will not be required to release payment to the Contractor if the required supporting documentation for the Application for Payment is not in compliance with the Contract Documents. B. Payment Application Times: The Contractor may submit Applications for Payment as specified in Article 9 of the General Conditions. The Contractor is advised that payments under this Contract may require the approval of the CTA as well as its funding partners. Processing payment applications may require up to sixty (60) calendar days from the time a complete and accurate Application is received by the CTA. C. Payment Application Documents: Use forms as specified by the CTA for Application for Payment. A complete Application for Payment must include: 1. Transmittal letter from the Contractor to the CTA identifying the documents in the application package. 2. An Application and Certificate for Payment listing: a. Contractor Name b. Project Title c. Contract Number d. Application Number e. Billing Period f. Original Contract Value g. Total Executed Change Orders to Date h. Current Contract Value i. Total Completed Contract Work in dollars and as a percent of h. above j. Retainage k. Total Earned less Retainage l. Total of Prior Certificates for Payment m. Billing Period Net Amount Due n. Value of Work to Complete, including Retainage o. Notarized signature of the Contractor’s authorized agent. p. Construction Manager’s certification q. Detailed schedule of pay items, based upon the approved schedule of values and listing for each pay item the values indicated in h through n, above. 3. Contractor’s Payment Request and Sworn Statement:

Applications and Certificates for Payments 01 29 10-2 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

a. The original contract value for the Contractor’s General Conditions, overhead and profit must be shown on a separate line from the Contractor’s self-performed work. b. The original contract value for each Subcontractor or supplier (first tier) must be shown on a separate line. These contract values must match the approved subcontract values submitted to the CTA. A subtotal recapping the original contract value must be listed below the Subcontractor items. c. Below the above items, the executed contract values for Change Order Work. Each subcontract amount for each Change Order must be listed on a separate line. A subtotal recapping the total Change Order value must be listed below the individual Change Order items. A subtotal recapping the total of all executed Change Order values must be listed below the individual Change Order items. d. Any internal Change Orders between the Contractor and its Subcontractors must be listed below the Change Order section. The net change of internal Change Orders must be zero. 4. A complete copy of the Draft Application for Payment (Pencil Copy) approved and signed by the Construction Manager. 5. The Contractor’s Prompt Payment Affidavit and all associated documentation for the prior Billing Period. 6. The Contractor’s Waiver of Mechanic’s Lien for the current Billing Period. 7. The Subcontractor Waivers of Mechanic’s Lien Affidavit for the prior Billing Period. 8. Contractor and Subcontractor Certified Payrolls (Form WH-347) for each week of the previous Billing Period. The report must be submitted electronically as well as in hard copy and must identify the primary residence zip code for each new hire. 9. The approved CPM progress schedule for the current billing period. D. Application Preparation: Complete every entry on the form, including notarization and execution by person authorized to sign legal documents on behalf of the Contractor. Incomplete applications will be returned without action. 1. Entries must support data on the Contractor's most recent approved CPM Schedule. If revisions have been made to the project schedule, the Contractor must submit a revised CPM Schedule and obtain the CTA’s approval of the changes to the schedule as specified in Section 01 32 50, Construction Schedule and not as a part of the payment process. 2. Each Change Order must be listed as separate item or items on the Application for Payment and Schedule of Values. Each Change Order must be further broken down as described in paragraph above. Only those Change Orders issued and fully executed by both the Contractor and the CTA prior to the last day of the construction period covered by the application must be included in the Application for Payment. 3. Draft Application for Payment (Pencil Copy): Submit for review an electronic and hard copy of the draft application for payment to the Construction Manager and the CTA. The draft application must also be posted to the Project Website. The Pencil Copy submitted must include all supporting documents necessary to show that work invoiced was completed during the requested period, including but not limited to, daily inspection reports, photos, test reports, submittal approval sheets, etc.

Applications and Certificates for Payments 01 29 10-3 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

4. If the Construction Manager review finds the supporting documents are sufficient, the Construction Manager will sign off on the Pencil Copy. The signed Pencil Copy, supporting documents and the Application for Payment may be submitted to the Construction Manager for processing by the CTA. The period for processing of Applications for Payment must commence with the receipt by the CTA of a complete and fully executed Application for Payment. 5. The contract values on individual pay items must be consistent from month to month. Any modifications to the contract or subcontract values, value of work in place or value of work to complete without a corresponding executed contract change must be accompanied by a narrative explanation. 6. All work to be subcontracted for which the Contractor has not submitted and received approval of the Subcontractor cannot be billed. E. Transmittal: Submit one certified executed Application for Payment and one copy to the CTA by means ensuring receipt within 24 hours; the certified copy must be complete, including a signed and notarized Application, a current schedule of values showing the requested payment by item, the Contractor’s waiver of lien, Subcontractor Mechanic’s Waivers of Lien equal to or greater than the amounts shown on the most recent Application paid by the CTA, certified payroll breakdown for the Contractor and all first- and second-tier Subcontractors, and similar attachments. Upload a copy of the Application of Payment to the designated Project Website folder. 1. Transmit copies with a transmittal form listing attachments, and recording appropriate information related to the application in a manner acceptable to the CTA. F. Waivers of Mechanics Lien: With each Application for Payment submit the Contractor’s Waiver of Mechanic’s Lien for the preceding month’s Application and waivers of Mechanic’s Lien from all Subcontractors and Suppliers equal to or greater than the amounts shown to be paid to those Subcontractors or Suppliers on the most recent Application paid by the CTA. 1. Submit partial waivers on each item for the amount requested, prior to deduction for retainage, on each item. 2. When an application shows completion of an item, submit final or full waivers. 3. The CTA reserves the right to designate which entities involved in the work must submit waivers. 4. Waiver Delays: Submit each Application for Payment with the Contractor's waiver of mechanics lien for the period of construction covered by the previous application. a. Submit final Application for Payment with or proceeded by final waivers from every entity involved with performance of work covered by the application that could lawfully be entitled to a lien. 5. Waiver Forms: Submit waivers of lien on forms as specified by the CTA.

1.04 INITIAL MOBILIZATION, SUBSTANTIAL COMPLETION AND FINAL APPLICATIONS FOR PAYMENTS A. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of the first Application for Payment include the following: 1. List of Subcontractors. 2. List of principal suppliers and fabricators. 3. Approved Baseline CPM Schedule. 4. Schedule of principal products.

Applications and Certificates for Payments 01 29 10-4 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

5. Approved schedule of unit prices. 6. Approved Initial Submittal Schedule. 7. Approved List of Contractor's staff assignments and organizational chart. 8. List of Contractor's principal consultants. 9. Copies of building permits. 10. Copies of authorizations and licenses from governing authorities for performance of the work. 11. Initial progress report. 12. Report of pre-construction meeting. 13. Performance and payment bonds. 14. Data needed to acquire CTA's insurance. 15. Contractor’s Survey of Existing Conditions if required in Section 01_11_00, Summary of Work. 16. Contractor’s Approved Schedule of Values. 17. Contractor's Quality Program 18. Contractor's Testing and Inspection Plan

B. Initial Application for Payment Including Mobilization Costs: Administrative actions and submittals that must precede or coincide with the submittal of the first Application for Payment including Mobilization costs include the following: 1. If a Design Verification meeting is required by the specifications, Design Verification meeting between Contractor, Subcontractors, the CTA, the CTA's Construction Manager and the CTA's Designer of Record must be scheduled and held. 2. If Coordination drawings are required by the specifications, all Coordination drawings required to be submitted in advance of the Design Verification meeting must be submitted to and approved by the CTA. C. Application for Payment at Project Substantial Completion: Following issuance of the Certificate of Substantial Completion for the Project, submit an Application for Payment; this application must reflect any Certificates of Partial Substantial Completion issued previously for CTA occupancy of designated portions of the work. 1. Administrative actions and submittals that precede or coincide with the Application for Payment at Substantial Completion include:

a. Submission of all required Occupancy permits and similar approvals. b. Correction or replacement of all non-conforming Work. c. Approval of all warranties (guarantees) and maintenance agreements. d. Submission of all testing/adjust/balance records. e. Submission of all training materials, operating and maintenance instructions. f. Submission of final utility meter readings and conveyance of all utility services to the CTA. g. Submission of all start-up performance reports. h. Change-over information related to CTA's occupancy, use, operation and maintenance. i. Final cleaning. j. Application for reduction of retainage, and consent of surety. k. Request to release Contractor’s Builder’s Risk insurance coverage. l. Final progress photographs. m. List of incomplete work, recognized by the CTA as exceptions to Certificate of Substantial Completion. n. Transmittal of required project construction records (as-builts) to CTA. D. Final Payment Application: Administrative actions and submittals which precede or

Applications and Certificates for Payments 01 29 10-5 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

coincide with submittal of the final Application for Payment include the following: 1. Completion of all project closeout requirements specified under Section 01 77 00, Closeout Procedures, of the Contract. 2. Completion of items specified for completion after Substantial Completion, including but not limited to all Punch List Work. 3. Settlement of all claims. 4. Assurance that work not complete and accepted will be completed without undue delay. 5. Approval of required project construction records (as-builts) by the CTA. 6. Approval of certified property survey. 7. Proof that all taxes, fees and similar obligations have been paid. 8. Removal of all temporary facilities and services. 9. Removal of all surplus materials, rubbish and similar elements. 10. Change of door locks to CTA's access.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Applications and Certificates for Payments 01 29 10-6 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION

PART 1 - GENERAL

1.01 RELATED DOCUMENTS

A. General Provisions of the Contract, including General Conditions and Special Conditions, apply to this Section.

1.02 SUMMARY

A. This section specifies administrative and supervisory requirements necessary for project coordination including, but not necessarily limited to:

1. Coordination. 2. Administrative and supervisory personnel. 3. General installation provisions. 4. Cleaning and protection. 5. Web-Based Project Management (WBPM) System

B. Progress meetings, coordination meetings and pre-activity meetings are included in Section 01 31 19, Project Meetings. The format of meeting agendas and minutes shall be acceptable to the Authority and will be scheduled using Web-Based Project Management System. Requirements for the Contractor's use of the Web-Based Project Management (WBPM) System are included in Section 01_31_23, Project Website.

C. Requirements for the Contractor's Construction Schedule are included in Section 01_32_50, Construction Schedule.

1.03 COORDINATION

A. Coordination: Coordinate construction activities included under various sections of these Specifications to assure efficient and orderly installation of each part of the work. Coordinate construction operations included under different sections of the Specifications that are dependent upon each other for proper installation, connection, and operation.

1. Where installation of one part of the work is dependent on installation of other components, either before or after its own installation, schedule construction activities in the sequence required to obtain the best results. 2. Where availability of space is limited, coordinate installation of different components to assure maximum accessibility for required maintenance, service and repair. 3. Make adequate provisions to accommodate items scheduled for later installation.

B. Where necessary, prepare memoranda for distribution to each party involved outlining special procedures required for coordination. Include such items as required notices, reports, and attendance at meetings.

1. Prepare similar memoranda for the Authority and separate Contractors where coordination of their work is required.

C. Coordination Drawings: Prepare and submit shop drawings for coordination purposes where close and careful coordination is required for installation of products and materials fabricated off-site by separate entities, and where limited space availability necessitates utilization of space for efficient installation of different components. Submit these shop

Project Management and Coordination 01 31 00-1 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

drawings via the WBPM System.

1. Show the interrelationship of components shown on separate Shop Drawings. Show plane and elevation of all components as installed. 2. Indicate required installation sequences. 3. Drawings must be stamped by a licensed Illinois architect or professional engineer. 4. Comply with requirements contained in General Conditions, Special Conditions and Contract Specifications.

D. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and ensure orderly progress of the work. Such administrative activities include, but are not limited to, the following:

1. Preparation of schedules and site specific work plan, as required or requested by the Authority. 2. Installation and removal of temporary facilities. 3. Delivery and processing of submittals. 4. Progress meetings. 5. Project close-out activities.

E. Conservation: Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy, water, and materials.

1. Salvage materials and equipment involved in performance of, but not actually incorporated in, the work. Refer to other sections for disposition of salvaged materials that are designated as Authority's property.

F. If the Contractor hires more than one Subcontractor to perform work of the same discipline (specification section), each subcontractor will be required to produce submittals in accordance with the Specification Requirements.

1.04 SUBMITTALS

A. Staff Names:

1. Within 15 calendar days of Notice to Proceed, submit via the website, for the Authority's approval, a list of the Contractor's principal staff assignments, including the project executive, project manager, cost engineer, superintendent, project scheduler, safety manager, quality manager, website manager, utility/MOT coordinator, and other personnel in attendance at the site; identify individuals, their duties and responsibilities; list their addresses and telephone numbers. After approval by the Authority any subsequent changes shall be submitted for review and posted to the WBPM.

2. Post copies of the list in the project meeting rooms, the temporary field offices, and at temporary telephones.

B. From start of construction, the Contractor shall take digital monthly progress photographs of the project, unless approved otherwise by the Authority’s Project Manager. Photos shall show the progress of construction during the month. Photos shall be submitted to the Authority via the Project Website. Electronically label images in the lower right hand corner with complete project identification including project title, location being photographed and orientation with respect to compass, name and address of Contractor and date. Locations may be as directed by the Authority. The Authority shall have the option to request more or fewer photographs submitted in any particular month.

Project Management and Coordination 01 31 00-2 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

C. Submittals:

1. The Contractor must submit for review all shop drawings, specifications, product data, brochures, and samples called for under the Contract or required by the Authority according to the accepted Schedule and Section 01 33 00, Submittal Procedures, of the Specifications. The Contractors must make submissions promptly and in a sequence that avoids delay in the Work.

2. The Contractor must submit, track, review, and handle submittals via the Project Website. Requirements for document file formats are specified in Section 01_31_23, Project Website.

D. As the Work progresses, the Contractor and the subcontractor for each trade or division of Work, under the direction of the Contractor, must keep a complete and accurate record of the following:

1. Changes and deviations between the Work as shown on the Contract Drawings and the shop drawings indicating the Work as actually installed; 2. The specific locations of piping, valves, ductwork, equipment, and other such Work that were not located, or that changed location from that shown, on Contract Drawings; and

3. Equipment schedules indicating manufacturers’ names and model numbers installed.

E. Changes, deviations, and other information must be neatly and correctly recorded. As- built drawings shall be scanned and submitted in the form specified in Sections 01_31_23, Project Website; and 01 77 00, Closeout Procedures.

F. In the event that the Website becomes inoperable or unavailable to the Contractor, the contractor shall submit electronic copies via CD ROM in accordance with all submittal procedures and at no additional cost to the Authority.

1.05 ENVIRONMENTAL – NON-HAZARDOUS/NON-REGULATED WASTE

A. The Contractor shall order Uniform Waste Manifests and submit a list of the manifest identification numbers ordered for the Authority’s projects.

B. The Contractor shall prepare Uniform Waste Manifests and submit for review. The manifest shall contain

1. CTA Information 2. US DOT Waste Description (waste profile) 3. Transporter Information 4. Landfill Information

C. The Contractor shall sign manifests for special waste only on the Authority’s behalf and distribute individually to waste hauler. The Contractor shall issue one manifest for each vehicle per day. A single manifest may be used for multiple loads.

D. The Contractor shall not sign manifests as the generator for hazardous waste. The CTA shall sign these manifests.

E. After the trucks last trip to the Transfer Storage Disposal (TSD), the Contractor shall

Project Management and Coordination 01 31 00-3 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

obtain Copy 5 (green copy) of the manifest and submit to the Authority within two (2) working days of hauling date. An electronic copy of the manifest shall also be posted to the Project Website by the Contractor, within seven (7) days after the hauling date.

F. The Contractor shall submit Copy 1 (white copy) of the waste manifest to the Authority within 45 days from removal. This copy should have signatures of all appropriate parties including the Generator, Transporter(s), and TSD (Landfill).

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

3.01 GENERAL INSTALLATION PROVISIONS

A. Inspection of conditions: Installer shall inspect both the substrate and conditions under which work is to be performed. Do not proceed until unsatisfactory conditions have been corrected in an acceptable manner.

B. Provide notice to the Authority of any Hold Points and Witness Points specified in the Contract Documents. Verify acceptance of any Hold Point(s) required by the Authority and specified in Attachment H before starting or continuing each installation.

C. Manufacturer's Instructions: Comply with manufacturer's installation instructions and specifications, to the extent that those instructions and specifications are more explicit or stringent than requirements contained in Contract Documents. Instructions and Specifications are to be submitted to the Authority in accordance with Specification Section 01_33_00, Submittal Procedures.

D. Inspect materials or equipment immediately upon delivery and again prior to installation. Reject damaged and defective items.

E. Provide attachment and connection devices and methods necessary for securing work. Secure work true to line and level. Allow for expansion and building movement.

F. Recheck measurements and dimensions before starting each installation.

G. Install each component during weather conditions and project status that will ensure compliance with the manufacturer's requirements. Isolate each part of the completed construction from incompatible material as necessary to prevent deterioration.

H. Coordinate temporary enclosures with required inspection and tests to minimize the necessity of uncovering completed construction for that purpose.

I. Mounting Heights: Where mounting heights are not indicated, install individual components at the mounting height specified by code, including but not limited to the Illinois Accessibility Code. In the absence of a code-specified mounting height, refer questionable mounting heights to the Authority for final decision.

3.02 CLEANING AND PROTECTION

A. During handling and installation, clean and protect construction in progress, in-place Work and adjoining areas. Apply protective covering where required to ensure protection from damage or deterioration prior to Substantial Completion. Additional requirements are specified in Section 01 50 00, Temporary Facilities and Controls.

B. Clean and maintain completed construction as frequently as necessary or as required by

Project Management and Coordination 01 31 00-4 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

the Authority through the remainder of the construction period. This includes but is not limited to areas of driveways and parking areas, stairs, streets, sidewalks, alleys and other locations in and around the worksite. Adjust and lubricate operable components to ensure operability without damaging effects.

C. Limiting Exposure: Supervise construction activities to ensure that no part of the construction completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. Where applicable, such exposures include, but are not limited to, the following:

1. Excessive static or dynamic loading. 2. Excessive internal or external pressures. 3. Excessively high or low temperatures. 4. Thermal shock. 5. Excessively high or low humidity. 6. Air contamination or pollution. 7. Water or ice. 8. Solvents. 9. Chemicals. 10. Light. 11. Radiation. 12. Puncture. 13. Abrasion. 14. Heavy traffic. 15. Soiling, staining and corrosion. 16. Combustion. 17. Electrical current. 18. High speed operation. 19. Improper lubrication. 20. Unusual wear or other misuse. 21. Contact between incompatible materials. 22. Destructive testing. 23. Misalignment. 24. Excessive weathering. 25. Unprotected storage. 26. Improper shipping or handling. 27. Theft. 28. Vandalism. 29. Mold. 30. Bacteria. 31. Rodent and insect infestation.

END OF SECTION

Project Management and Coordination 01 31 00-5 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

SECTION 01 31 19 PROJECT MEETINGS

PART 1 - GENERAL

1.01 SUMMARY

A. This section specifies administrative and procedural requirements for project meetings including but not limited to:

1. Pre-Construction Conference. 2. Progress Meetings 3. Pre-Activity Meetings. 4. Pay Application Meetings. 5. Closeout Meetings 6. Quality Meetings.

1.02 PRE-CONSTRUCTION CONFERENCE

A. A Pre-Construction Conference will be scheduled within 15 days after the “Notice to Proceed” (NTP) and prior to commencement of construction activities. The Pre- Construction Conference will be held at CTA Headquarters and will review responsibilities and personnel.

B. Attendees: The CTA, the Designer of Record, the CTA’s Construction Manager, the Contractor and its major Subcontractors, manufacturers, suppliers and other concerned parties must each be represented at the conference by persons familiar with and authorized to conclude matters relating to the work.

C. Agenda: The agenda will be developed to discuss items of significance that could affect progress including such topics as:

1. Construction schedule. 2. Critical Work sequencing and construction staging. 3. Designation of responsible personnel. 4. Field decisions and notification of changed conditions 5. Procedures for processing Applications for Payment. 6. Distribution of Contract Documents. 7. Submittal of Shop Drawings, Product Data and Samples. 8. Preparation of record documents. 9. Use of the premises. 10. Office, work and storage areas. 11. Equipment and material deliveries and priorities. 12. Health and Safety procedures and First Aid. 13. Scheduling time and dates for weekly Progress Meetings. 14. Security. 15. Housekeeping. 16. Working hours and Environmental Controls (noise, dust, etc.). 17. Implementation of Contractor's Quality Program. 18. Community and Government Relations and Coordination. 19. Project Website.

1.04 PROGRESS MEETINGS

Project Meetings 01 31 19-1 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

A. Progress Meetings must be scheduled by the CTA’s Project Manager at regular intervals. The meeting will be conducted by the CTA’s Construction Manager and facilitated by the Contractor at a location agreeable to the CTA’s Project Manager.

B. Attendees:

1. At the request of the CTA’s Project Manager, the Contractor must make available representatives of each Subcontractor, supplier or other entity concerned with current progress or involved in planning, coordination or performance of future activities. The available representatives at these meetings must be persons familiar with the project and authorized to conclude matters relating to progress.

2. One of the persons designated by the Contractor to attend and participate in the Progress Meeting must have the required authority to commit the Contractor to solutions agreed upon in the meeting.

C. Agenda: Review and correct or approve minutes of the previous Progress Meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to the current status of the project.

1. Contractor's Construction Schedule: Review progress since the last meeting. Determine where each activity is in relation to the Critical Path. When behind schedule, determine how the schedule will be brought up to date and agree to the methods. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time.

2. Review present and future needs of each entity present, including such items as:

a. Interface requirements. b. Time. c. Sequences. d. Deliveries. e. Off-site fabrication problems. f. Access. g. Site utilization. h. Temporary facilities and services. i. Hours of work. j. Hazards and risks. k. Housekeeping. l. Change Documents m. Documentation of information for payment requests. n. Quality Assurance/Quality Control. o. Jobsite safety.

D. Meeting Minutes: No later than three (3) days after each Progress Meeting date, the CTA’s Construction Manager must distribute copies of meeting minutes, via the Project Website, to each party present and to other parties who should have been present, including a brief summary in narrative form of progress since the previous meeting and reports or logs from the meeting. No later than three (3) days after the next Progress Meeting the CTA’s Construction Manager must post the adjusted meeting minutes to the appropriate Project Website folder.

1.05 PRE-ACTIVITY MEETINGS

A. Within 45 calendar days of the Contractor’s NTP, the Contractor must submit a list of installation activities for which a Pre-Activity Meeting will be required. This list includes

Project Meetings 01 31 19-2 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

but is not limited to:

1. Pre-assembly of components prior to final installation. 2. Finish work requiring coordination between trades. 3. Exterior components. 4. Mechanical and electrical rough-in. 5. Signal, public address, communication and data system. 6. Work activities requiring track flagging, Track Access Occurrences, or other impact to CTA operations. 7. Contractor's and CTA's concurrence for use of the site for storage, staging and access and allowable work hours so as to minimize interference to the CTA's operations. 8. Environmental issues. 9. Public impacts, including access to a street, sidewalk, or alley. 10. Other project activities where the CTA determines a Pre-Activity Meeting is necessary for the proper execution of the Work.

B. Conduct a Pre-Activity Meeting, as requested or as required, at the site or other location as determined by the CTA before each construction activity that requires coordination with other construction. The installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow must attend the meeting. The CTA must be advised of scheduled meeting dates a minimum of fourteen (14) calendar days prior to the meeting date. This notice should coincide with the uploading of the draft Construction Process Plan, as identified in Section 01 33 00, Submittal Procedures.

1. Review the progress of other construction activities and preparations for the particular activity under consideration at each Pre-Activity Meeting, including the Construction Process Plan. 2. Distribute the meeting minutes in accordance with above (see 1.04 D). 3. Do not proceed if the meeting cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of work and reconvene the meeting at the earliest feasible date.

C. Failure of the Contractor to provide the required list of Pre-Activity Meetings or failure to conduct the required Pre-Activity Meetings may cause the CTA to withhold further progress payments until compliance with this requirement is achieved.

1.06 PAY APPLICATION MEETINGS

A. Within four (4) business days after the Contractor submits its complete Draft Application for Payment (Pencil Copy), a meeting to review the application and supporting documents will be conducted. A meeting will not be scheduled until all information as referenced in Section 01 29 10, Applications and Certificates for Payment, is provided.

B. The Contractor must submit its final pay application and supporting documents as provided in Section 01 29 10, Applications and Certificates for Payment.

1.07 CLOSEOUT MEETINGS

A. When 50% of the original Contract price has been earned, the Contractor must schedule an initial Closeout Meeting and provide a comprehensive Closeout Plan which includes a proposed schedule of all required closeout activities with their proposed start and completion dates. The purpose of the initial meeting will be to review the Contractor’s proposed Closeout Plan for conformance with the contract requirements and agree to a

Project Meetings 01 31 19-3 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

Closeout Plan, as referenced in Section 01_77_00, Closeout Procedures. Follow up meetings will be scheduled as determined by the CTA. Failure of the Contractor to provide the required Closeout Plan and schedule may cause the CTA to withhold further progress payments until compliance with this requirement is achieved.

B. When 75% of the original Contract price has been earned, Closeout Meetings must be scheduled with the CTA and attended by the Contractor on, at a minimum, a monthly basis. At each meeting the Contractor must provide the CTA with a written progress report of the closeout activities process until such time as the CTA determines the meetings are no longer necessary. Failure of the Contractor to attend the required meetings and provide and written progress report of the closeout activities may cause the CTA to withhold further progress payments until compliance with this requirement is achieved.

1.08 QUALITY MEETINGS

A. Quality Meetings with the CTA, Designer of Record and the Contractor to discuss quality assurance and quality control issues, as referenced in Section 01_43_00, Quality Assurance, and Section 01_45_00, Quality Control, must be held at least once per month. Follow up meetings will be scheduled as determined by the CTA.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Project Meetings 01 31 19-4 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

SECTION 01 31 23 PROJECT WEBSITE

PART 1 - GENERAL

1.01 SUMMARY

A. This section specifies administrative and supervisory requirements necessary for implementing the official project management tool and record keeping system for this CTA project.

1.02 GENERAL REQUIREMENTS

A. Project documents referenced in Contract Documents will be uploaded to the Project Website and named according to the CTA’s file naming conventions per the e-Builder Manual available on the Project Website.

B. Communications such as Requests for Information (RFIs), Submittals, Change Orders, Nonconformance Reports, Pay Requests and Invoices are to be managed through the Project Website.

C. Project Website participation is required and access provided by the CTA to directly contracted organizations and their subcontractors, sub-contracted consultants, vendors and suppliers at no additional cost to any of the participants. Participation of indirect subcontractors, consultants, vendors and suppliers is under the complete control and discretion of the directly contracted organizations.

D. All electronic data and uploaded documents within the Project Website will be considered property of the CTA and the CTA will retain ownership of the Project Website and all data stored therein.

E. Participating team members are expected to log on to the Project Website with enough frequency so as to adequately monitor their project work and respond to project requests in a timely manner consistent with accomplishing work according to a project’s schedule.

F. Training is provided by the CTA to instruct team members on use of the Project Website and must be taken prior to participation. The training classes are offered at no additional cost to participating team members. Distance training, utilizing Internet and telephone meeting technology, is available for team organizations located outside the Chicago area.

G. Team members must obtain project participation approval by the CTA to receive training and access to the Project Website. Account information is for the use of the approved team member to whom the account was issued. Team member organizations that are directly contracted to the CTA are responsible to notify the CTA’s Project Manager whenever a direct employee, subcontractor, consultant or vendor, who has participated on the Project Website, leaves the CTA’s project.

H. The CTA provides Project Website support at no additional cost to the participating organizations for the duration of a CTA project contract.

1.03 INFORMATION TECHNOLOGY (IT) REQUIREMENTS

A. Participating organizations are required to provide computer equipment and Internet access for using the Project Website with no increase in contract price. Since application

Project Website 01 31 23-1 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

performance is typically driven by internet connection speed versus computer hardware specifications, the following requirements can be met by most business computers and high speed Internet access services.

1. Operating System: Windows 7® or newer

2. Internet Browsers: Internet Explorer versions, 10 & 11. Google Chrome (current), Mozilla Firefox (current), Apple Safari for Mac (OS X 10.8 V6.0.4), Apple Safari for Windows (V5.1.7), Apple Safari for iOS mobile (V6.1)

3. Complete Project Website functionality is only available via Internet Explorer with the installation of Active-X controls available for free from the Project Website.

4. Broadband Internet connection.

5. The Project Website requires an Internet email address associated with each participating team member’s Project Website account that is used to notify each team member of project activity.

6. Access to a high speed document scanner, or equivalent service, is required to electronically prepare documents that contain written notes, stamps or signatures, such as but not limited to signed letters, sketches, submittal product data and submittal drawings, for upload to the Project Website. Scanned electronic documents are to be of sufficient quality to be legible and meet the information goals of each document, while maintaining small file sizes to make upload and download access of the documents efficient.

7. All participating team members are expected to use computer security standards and practices related to safe computing on any computer that is used to access the Project Website. This includes the use of appropriate security software and hardware, such as antivirus or firewall software, equivalent to or greater than that utilized by CTA.

8. Software applications to produce files in the formats required as described below.

B. To facilitate coordination of electronic document formats used on the Project Website, the following electronic document formats are listed for use on the project. Organizations wishing to use other software, or later versions of software, in the preparation of record documents to be uploaded must receive CTA approval prior to use.

1. Microsoft Office 2010 compatibility for letters, memos, charts, graphs, meeting minutes, spreadsheets, presentations and database files.

2. AutoCAD 2015 compatibility for CAD files, which are also to use organization compliant with the CTA’s CAD Standards. All files required to properly view and edit AutoCAD files, such as fonts, linetypes, embedded image files and styles, are to be provided with the AutoCAD files.

3. Revit 2015 compatibility for building models

4. Adobe PDF format compatible files for scanned documents, published versions of letters, memos, charts, graphs, schedules, meeting minutes, reports, sketches, email messages and CAD files.

5. Primavera P6, Version 8.3 format for project schedules.

Project Website 01 31 23-2 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

6. JPEG format for photograph files and PNG or TIF format files for non-photo image files, such as non-photo image files embedded in CAD files or other documents.

7. H.264 encoded video formats for video files.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Project Website 01 31 23-3 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

SECTION 01 32 50 CONSTRUCTION SCHEDULE

PART 1 - GENERAL

1.01 RELATED DOCUMENTS

A. General Provisions of the Contract, including General Conditions and Special Conditions, apply to this Section.

1.02 GENERAL REQUIREMENTS

A. Scheduling of Work under this Contract will be performed by the Contractor in accordance with the requirements of this Section.

B. The Contractor will employ critical path method (CPM) scheduling, using precedence diagramming methods and incorporating the following:

 Development of schedule  Cost loading based on total value of contract  Resource loading of the schedule; including but not limited to manpower and critical resource loading (if required by the Authority).  Project status reporting

C. The project requires an integrated cost/schedule controls program that the Contractor shall, at no increase in Contract price, comply with these requirements until Final Acceptance. Schedule submittals will be subject to review and acceptance by the Authority. The program requires the following activities by the Contractor:

1. The Contractor shall submit the Baseline CPM Schedule for the entire project duration, with cost, manpower and critical resource loading, no later than 45 calendar days after the issued Notice to Proceed. The schedule will present an orderly and realistic plan for completion of the Work, completed within each of the Contract Milestones and performed in accordance with all Contract requirements.

2. Submission of a Current Monthly CPM Schedule (progress schedule) shall be a prerequisite to authorization of payments to the Contractor. The Authority will not release progress payments until the Contractor submits a Current Monthly CPM Schedule (progress schedule) and narrative in accordance with the requirements stated in the General Conditions, Specification Section 01 29 10, Applications and Certificates for Payment, and in this Section of the Contract.

3. The Contractor shall submit updates as noted herein.

D. All schedules prepared by the Contractor shall be based on and incorporate the Contract milestone and completion dates specified in Contract Documents unless an earlier (advanced) time of completion is requested by the Contractor and agreed to by the Authority and incorporated in a Change to the Contract. The Authority is not required to accept an earlier (advanced) schedule, nor will the Contractor be entitled to any compensation for any field or home office overhead if an agreement is not reached on an earlier (advanced) schedule.

Construction Schedule 01 32 50-1 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

E. A schedule that shows the work has been completed in less than the Contract time and has been accepted by the Authority will be considered to have Project Float. The Project Float is the time between the scheduled completion of the work and Contract Completion. Project Float will be a resource available to both the Authority and the Contractor.

F. The Contract Schedule will be the basis for managing the weekly progress, and for evaluating job progress and time extension requests. Responsibility for developing the Contract CPM schedules and monitoring actual progress, as compared with these schedules, rests with the Contractor.

G. The Contractor shall establish in the Contract Schedule provisions for continuous work. The Contractor will not be permitted to stop except by prior approval by the Authority.

H. If the Contractor falls behind the scheduled progress, steps shall be taken, when directed by the Authority in writing, to improve progress. The means by which the Contractor shall recover the project schedule and complete the work within the Contract Milestones shall include but not be limited to increasing all forces and/or shifts, days or hours of work and construction plans so as to improve progress as required. All means and methods employed by the Contractor to complete the Work within the Contract Milestones shall be without additional cost to the Authority.

1.03 GENERAL SUBMITTAL REQUIREMENTS

A. Software

The progress schedule for the project will use the Critical Path Method (CPM). The contractor will use the latest version of Primavera Project Planner, Primavera Contractor, or other software as approved by the Authority.

B. Submittal Format Requirements

1. The Contractor shall submit fully electronic CPM Progress Update Submittals via the Project Website. Schedule submittals shall be transmitted in Primavera 6.0 file format. The Contractor shall conform to such requirements at no increase in price.

C. Activity Requirements

The Contractor shall furnish the following information, as a minimum, for each activity or work item:

1. Detailed listing of preceding and succeeding activities. All activities, with the exception of milestones, shall have a predecessor and successor. No open- ended schedules will be permitted. 2. Activity description and number. 3. Estimated duration of each activity. 4. Earliest start date. 5. Earliest finish date. 6. Latest start date. 7. Latest finish date. 8. Slack or float. 9. Percentage of activity completed or number of working days remaining (for

Construction Schedule 01 32 50-2 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

updates only). 10. Resources – manpower, materials and equipment (if required by the Authority). 11. Cost. 12. Budget quantity of material installed, stored, etc. (if required by the Authority).

D. Report Requirements

Unless approved otherwise by the Authority, the Contractor shall prepare, on a monthly basis, the following reports by an agreed-upon breakdown structure:

1. Tabular report sorted by activity number. 2. Tabular report sorted by Contractor and subcontractor(s) sorted by early start then total float. Report to show activity costs, total costs, work completed to date and work completed for current period. 3. A five week look-ahead schedule based on early start versus data date. 4. Cost report listing each activity and its associated cost, percentage of Work accomplished, earned value to date, previous payments, and amount earned for update period (as required by the Authority).

E. Narrative Requirements

In addition, unless approved otherwise, the Contractor shall submit written narrative project status report with each CPM schedule being submitted. The report will describe any special problems or assumptions underlying the CPM schedule and include the following information as a minimum:

1. Status of major project components (percent complete, amount of time ahead or behind schedule) and critical resources. 2. Progress made on critical activities indicated on the CPM schedule. 3. Explanations for any lack of work on critical activities planned to be performed during last month. 4. List of critical and near-critical activities scheduled to be performed in the next five (5) week period. 5. Status of major material and equipment procurement, highlighting those with long-lead times. 6. Value of materials and equipment properly stored at the site but not yet incor- porated into work-in-place (if required by the Authority). 7. Any delays encountered during the reporting period. 8. A printed report indicating actual versus planned resource loading for each trade and each activity. 9. Additional status information requested by the Authority, at no extra cost. The Contractor may include any other information pertinent to status of Project.

F. Schedule Submittal Reviews

1. A scheduling conference will occur within 45 days of the Notice to Proceed (NTP) and prior to submission of the Contractor’s Baseline CPM Schedule for the entire project duration to discuss the Contractor’s plan for the sequence of the Work. The Contractor and major subcontractors are required to attend this meeting.

2. The Authority shall review Schedule Submittals for conformance with the requirements of the Contract Documents. Schedule review comments by the Authority may address whether items of work are omitted, activity durations are

Construction Schedule 01 32 50-3 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

reasonable or that the level of labor, materials, and equipment, the means, methods, timing and sequencing of the work are practicable. The planning, scheduling or execution of the work and accuracy of any such schedule details shall remain the sole responsibility of the Contractor.

3. The Contractor shall not be relieved from satisfactorily completing the Work within the Contract Times and from meeting the Contract Milestones due to the failure of the Contractor to submit an acceptable Schedule.

1.04 SCHEDULE FLOAT

A. Schedules submitted with negative float will not be allowed, nor will negative float be a basis for requesting time extensions for change order activities other than those activities which are on the critical path.

B. Neither the Authority nor the Contractor owns float. The Project owns float. As such, liability for delay of the Substantial or Final Completion dates will rest with the party actually causing delay to the Substantial or Final Completion dates.

1.05 BASELINE CPM SCHEDULE

The submittal of the Baseline CPM Schedule will be understood to be the Contractor's representation that the schedule meets the requirements of the Contract Documents and that the work will be executed in the sequence indicated in the schedule.

The Baseline CPM Schedule shall include activities and content consistent with the requirements of this section.

A. Submittal Requirements

1. The Contractor shall, within 45 calendar days of the Notice to Proceed date, submit the detailed Baseline CPM Schedule, which will present an orderly and realistic plan for completion of the Work, in accordance with all Contract requirements. 2. The Contractor shall include detailed start-up (i.e. mobilization, permits, surveys, utility relocations, temporary facilities, etc.), submittals, pre-activity meetings, and close-out activities (including Instructions, O&M, testing, training, inspection, clean-up, etc.) to be completed.

B. Format Requirements

The Baseline CPM Schedule shall clearly and separately define the progression of Work from the Effective date of Contract to Final Acceptance by using separate activities for all work components, procurement of permits (by the contractor or the Authority), submittal preparation and submission, submittal review and return, pre-activity meetings, material and equipment procurement and delivery to the site or location of storage, Authority furnished items, interfaces with adjacent work (i.e. other contractors, utility companies, public agencies, etc.), Contract Milestones, Access Restraints and Access Provisions, Substantial Completion and Final Acceptance.

1. The Baseline CPM Schedule will represent a practical plan to complete the work within the Contract time.

Construction Schedule 01 32 50-4 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

2. The Contractor shall not submit a schedule that extends beyond the Contract time.

3. No more than 10% of the activities may be critical or near critical. "Near critical" will be defined as float in the range of 1 to 14 calendar days. "Critical" will be defined as having zero days of Total Float.

4. The schedule shall be in sufficient detail to assure adequate planning and execution of the work. Activities will generally range in duration from 5 to 21 calendar days each. The number of activities and the maximum value that can be assigned to an individual activity shall provide sufficient detail to allow evaluation of progress and to facilitate payment of all work items as acceptable to the Authority.

5. The schedule shall be calendar time-scaled in the form of a precedence network diagram.

a. The activities will include:

(1) Description: what is to be accomplished and where (i.e. column or station number). (2) Calendar-type duration (provide various calendars as required to comply with the work area/work times provided.). (3) Activity codes as approved by the Authority (each activity shall only be coded with a single contractor; in other words you cannot assign two (2) contractors to the identical activity). (4) Dollar value of each activity on the schedule for cash flow and payment purposes (cost loading). The total of activity costs shall equal the Contract amount and be in conformance with the bid proposal. (5) Total number of full-time workers and critical resources assigned to work on each activity.

b. The network shall show continuous flow from left to right. Contractor imposed Constraints will not be allowed without the prior approval of the Authority.

6. The schedule shall identify days per week, shifts per day and or hours per shift worked for each calendar listed. The schedule will be developed using calendar days and work hours. The calendar(s) will show items such as holidays and non-work days. The schedule shall exclude from its work day calendar all non- work days on which the Contractor anticipates no work will be performed.

7. The Contractor shall identify the activities which constitute the controlling operations or critical path.

C. Schedule Contents

1. The Contractor shall consider and include in the Contract Schedule planning and scheduling of all work, seasonal weather conditions, utility coordination, no work periods, expected job learning curves, the work of other contractors and any other foreseeable delays. The Baseline CPM Schedule will be formulated to absorb adverse weather conditions normally anticipated. The Contract time has

Construction Schedule 01 32 50-5 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

been predicated assuming a normal amount of adverse weather. The Contractor shall calculate the number of weather days using National Oceanic and Atmo- spheric Administration (NOAA) data set for the Chicago Metropolitan area and for the years 1981 through 2010. The Contractor shall provide the Authority with copies of the NOAA data and the summation of the number of weather days per month with the CPM. The contractor shall confirm in the written narrative that lost work days due to weather has been built into the productivity of the activities in the schedule, in accordance with the local predictions noted above.

2. Provide Activities for permits, inspections/ surveys, other agency utility relocations, temporary facilities and mobilization. The Contractor shall also provide a detailed schedule for performance testing, including the following critical path activities and their durations on the schedule:

a. Check-out and performance testing of systems and equipment for no less than 28 calendar days or as required in the detail specifications. b. Check-out and testing of fire protection systems (if applicable) with Authority requirements for no less than fourteen (14) calendar days or as required in the detail specifications. c. Training for no less than fourteen (14) calendar days or as required in the detail specifications. d. Preparation of punchlist e. Correction of punchlist items. f. Final cleanup.

3. The Contractor shall include all submittals on the Baseline CPM Schedule. Each submittal will include activities to prepare the submittal, review the submittal, and fabricate and deliver the material. Submittal activities shall be separated so that each submittal corresponds with an installation activity in the schedule.

Activities for procurement, delivery, installation and completion of each major piece of equipment, materials, and other supplies will include:

a. Time for submittals, resubmittals, and reviews (submittals and reviews to be separate activities). If multiple reviewers are required (i.e. the Authority and another public agency) create an activity for each reviewer. b. Time for fabrication and delivery of manufactured products for the work. c. The interdependence of procurement and construction activities.

4. If required by the Authority, the Contractor shall provide copies of the subcontractor’s schedules and/or bid data, and manpower/equipment upon which the CPM schedule was built. Each major subcontractor shall submit on its letterhead a statement certifying it has concurred with the Contractor’s CPM schedule and that the related schedules and/or data have been incorporated, including the activity duration and cost, manpower and critical resource loading.

5. The Contractor's Baseline CPM Schedule shall include the calculations of resources required to meet the schedule for constructing all facilities within the Contract duration. Specific calculations will be provided to show manpower and crews to support the critical path fronts. The Contractor shall be capable of calculating the maximum crew size anticipated to be needed if anything becomes critical, so that the Contractor is prepared when a critical path occurs.

Construction Schedule 01 32 50-6 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

6. The Contractor's Baseline CPM Schedule shall show detailed subcontractor work activities.

7. Procurement of major equipment, from placement of the order through receipt and inspection at the job site, will be identified as separate activities.

8. Activities associated with the Hold Points specified in the Contract Documents.

9. The schedule shall include time for the Authority and/or Architect/Engineer to review materials and equipment submittals, code compliance, or observe the Work as required by the Contract Documents.

10. Authority-furnished and/or Authority-furnished and installed materials and equipment, if any, will be identified as separate activities.

11. It is the responsibility of the Contractor to obtain and pay for all permits required for the execution of the Work. The procurement of each permit shall be listed as separate activities with durations appropriate for the type of permit required and the approval process specified by the regulatory agency responsible for issuing the permit.

12. The schedule shall show the total cost of performing each activity. This cost will include the total of labor, material, and equipment, and exclude the Contractor’s general conditions, overhead and profit. Contractor General Conditions, overhead and profit shall be shown together as a single separate activity. The sum of cost for all activities shall equal the total Contract value.

The Contractor shall allocate a value for unit price or lump sum contract bid items to each activity in the schedule. Each Contract bid item, including items added by change order, will be allocated directly to an activity or distributed to a group of activities.

The summed value of that portion of the activities allocated to each Contract bid item shall equal the total value of the corresponding Contract bid item.

13. In the event that the work has been physically completed, but there remain any reports or other documents to be submitted to the Authority by the Contractor in accordance with the requirements of the Contract Documents, the Work shall not be considered satisfactorily completed until the Authority receives the approved reports or documents.

14. Substantial Completion and Final Acceptance activities should also be included. Each Contract Milestone and Contract Access Restraint shall be separately identified, assigned a duration of zero days, and shall conform with the Specified Contract time. Each Contract Milestone date shall be assigned a "Finish No Later Than" constraint date and each Contract Access Restraint shall be assigned a "Start No Earlier Than" constraint date.

15. None of the following should be used in the Baseline CPM Schedule, unless approved by the Authority: milestones or restraint dates not listed in the Request for Proposals section of the Contract Documents; scheduled work not required for the accomplishment of a Contract Milestone; use of activity durations, logic ties and/or sequences deemed unreasonable by the Authority; work

Construction Schedule 01 32 50-7 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

suspensions, delayed starts of follow-on trades; or use of float suppression techniques contrary to those outlined.

D. Review Procedures

1. The Contractor shall notify the Authority of Contractor/Subcontractor CPM schedule meetings being held prior to the submission of the CPM schedule so that the Authority can attend the scheduled sessions as an observer. The Contractor and subcontractors shall attend scheduled development meetings to ascertain information for approval of the CPM schedule, if required by the Authority.

2. The Contractor will distribute the Baseline CPM Schedule to subcontractors for review and acceptance via the Project Website. The Baseline CPM Schedule submittal to the Authority shall include documentation of each subcontractor’s review and acceptance of the Contractor’s Baseline CPM Schedule.

3. The Baseline CPM Schedule submittal shall include a schedule narrative, which will itemize and describe the critical path (e.g., access limitations, constraints, shift work), and compare early and late dates or Contract Milestone activities and describe any critical resources or equipment.

E. Review Meeting

1. Upon receipt of the Authority’s initial review of the Baseline CPM Schedule, the Contractor shall meet with the Authority to review the Baseline CPM Schedule submittal. The Contractor shall be responsible to document this meeting and all other schedule related meetings. Meeting Minutes shall be distributed to all attendees and the Authority within 48 hours from completion of any meeting.

2. The Contractor shall have its Project Manager, Project Superintendent, Project Scheduler, and key subcontractor representatives in attendance, as well as any other resources it deems necessary to address all issues raised by the Authority in its review of the Contractor’s Baseline CPM Schedule. The meeting will not take place until all issues have been addressed.

3. The Authority’s review will focus on the submittal's conformance to the Contract requirements. However, the review may also include:

a. Clarifications of Contract requirements. b. Directions to include activities and information missing from submittal. c. Requests to the Contractor to clarify his schedule.

F. Adjustments to Baseline CPM Schedule

1. The Contractor shall, within 14 calendar days after the Baseline CPM Schedule review meeting, adjust the Baseline CPM Schedule submittal to address all review comments from the Baseline CPM Schedule review meeting and resubmit the network diagrams and reports for the Authority’s review. 2. The Authority shall review and respond to the adjustments. 3. The Contractor shall adjust, add to, or clarify any portion of the schedule which may later be discovered to be insufficient for monitoring of Work (if required to do so by the Authority).

Construction Schedule 01 32 50-8 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

G. Acceptance

1. When the schedule is accepted, it will be considered the "Baseline CPM Schedule" which will then be updated to reflect the current status of the Work. Such acceptance will be based solely upon the schedule's compliance with the Contract requirements. 2. Acceptance of the schedule by the Authority will not relieve the Contractor of total responsibility for scheduling, sequencing and prosecuting the Work to comply with the requirements of the Contract Documents, including adverse effects such as delays resulting from ill-timed work. 3. Submittal of the Baseline CPM Schedule, and subsequent schedule updates, will be understood to be the Contractor's representation that the submitted schedule meets all of the requirements of the Contract Documents and that Work will be executed in the sequence indicated on the submitted schedule.

1.06 CURRENT MONTHLY CPM SCHEDULE

A. After acceptance of the Contractor's Baseline CPM Schedule, the Contractor shall monitor progress of Work and adjust the schedule each month to reflect actual progress. Details for the monthly submittal are as follows:

1. No later than the 15th day of each month after acceptance of the Contractor’s Baseline Schedule for the duration of the project, the Contractor will provide the Authority with an updated schedule showing work progress. 2. Each schedule update shall be submitted in accordance with Section 1.03, Subsections C, D, and E. A schedule cannot be submitted with negative float unless requested or authorized by the Authority in writing. In this case it should be marked “For Information Only” and the contractor shall also submit a recovery schedule as required to complete the Project within the Contract Milestones. Activity logic, duration, or other activity data cannot be revised as part of the update. All changes to the Activity data shall be approved by the Authority, via a recovery schedule (see sections 1.08 – Recovery Schedules). Progress submittals are for the sole purpose of updating progress. Any other changes will result in rejection of the Progress Schedule and the associated pay application. 3. Each update shall accurately reflect "as-built" information by indicating when activities were actually started and completed. Record of inactivity on activities should be kept for as-built reference. 4. When submitted, the updated schedule will be considered the “Current Monthly CPM Schedule."

B. A meeting will be held each month to review the schedule update submittal. This meeting will be considered a critical component of the overall monthly schedule update submittal, and the Contractor will have appropriate personnel attend. At a minimum, this meeting shall be attended by the Contractor's Scheduler, project manager and general superintendent.

C. If the Contractor is behind the estimated progress date, considering all approved time extensions, the Contractor shall submit a Recovery Schedule showing a workable plan to complete the Project within the Contract Time. The Authority may withhold progress payments until a revised schedule is submitted by the Contractor (refer to Section 1.08, Recovery Schedule, for the requirements of the revised submittal) and found acceptable by the Authority.

Construction Schedule 01 32 50-9 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

D. Progress Schedule Submittals shall be due with and be a prerequisite to each application for payment, provided however they shall be submitted no less then once each month.

E. No updated schedule will be accepted that has more 10% of its activities to be critical or near critical (as defined in 1.05-B-3).

F. Only approved changes will be incorporated into the Current Monthly Schedule.

G. If requested by the Authority, the Contractor shall provide written evidence with the monthly schedule update submittal of acceptance of the Current Monthly Schedule by each subcontractor who has work shown on the Current Monthly Schedule to be critical or near critical.

1.07 WEEKLY SCHEDULE REPORT

A. If required by the Authority, once each week, or as deemed necessary by the Authority, the Contractor shall participate with the Authority in a schedule review to update the activity progress. The Contractor shall provide and present a time-scaled five (5) week look-ahead schedule whose daily activities shall correspond to the Progress Schedule activities but shall be at a greater level of detail. This weekly schedule will display all completed work for the preceding two (2) weeks and all planned work for the next five (5) weeks, and will include planned versus actual resources.

1.08 RECOVERY SCHEDULE

A. The Contractor shall identify and promptly report to the Authority all schedule and progress delays during the prosecution of the work. The Contractor shall promptly take appropriate action to develop schedule recovery plans whenever the Contractor’s actual physical progress is behind schedule when compared to the current Progress Schedule or whenever requested by the Authority.

B. If the Current Monthly CPM Schedule shows a finish date with negative float, or if slippage occurs because of unforeseen conditions (e.g., procurement delays, weather, strikes), the Contractor shall submit to the Authority, within seven (7) calendar days, its proposed revisions to recover the lost time. As a part of this submittal, the Contractor shall provide a written narrative for each revision made to recapture the lost time. If the revisions include sequence changes, the Contractor shall provide a schedule diagram comparing the original sequence to the revised sequence of work.

C. The Contractor shall prepare a revised schedule and submit it for approval by the Authority. The Recovery Schedule is to be accomplished by a narrative that details the Contractor's intentions on how to recover lost time and bring the project back on schedule. The Authority will not be liable for any additional costs associated with the Contractor’s obligation to execute recovery schedules.

D. At the Authority's discretion, the Contractor shall provide written evidence of acceptance of the schedule revisions by each subcontractor.

1.09 TIME EXTENSIONS AND CHANGE ORDER FRAGNETS

A. The Contractor will be responsible for requesting a time extension for any delay or occurrence that, in the opinion of the Contractor, impacts the critical path of the Current

Construction Schedule 01 32 50-10 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

Monthly Schedule update. No claim by the contractor for extension of or increase to Contract Time or Contract Milestones and no claims by the Contractor for adjustment in the Contract Price on account of any delay shall be allowed unless the Contractor shall have notified the Authority in writing in accordance within the Contract requirements.

B. The Contractor shall submit a separate fragnet (fragmentary network), following the requirements specified in Section 1.03, for each time extension request. The time extension fragnet will consist of activities with durations, resource loading, and appropriate logic representing the scope and estimate of the corresponding Change Order proposal. The fragnet will assign logic relationships with the Current Monthly CPM Schedule activities. The fragnet will depict the estimated float erosion to the assigned activities.

C. The fragnet diagram shall show how the Contractor proposes to incorporate the changed work in the schedule, and how it impacts the current schedule update critical path. The Contractor will be responsible for requesting time extensions based on the fragnets impact on the critical path. The diagram shall be tied to the main sequence of schedule activities, to enable the Authority to evaluate the impact of the changed work on the scheduled critical path.

D. At the Authority's discretion, the Contractor shall provide written evidence of acceptance of the schedule revisions by each subcontractor.

E. Once agreement has been reached, the fragnet will be incorporated into the next monthly schedule update.

F. If the Contractor and the Authority are unable to reach agreement, the Contractor shall incorporate changes in accordance with the Authority’s direction.

G. Scheduling of approved changes is the responsibility of the Contractor. The Contractor shall revise the schedule to incorporate all activities involved in completing the change orders, and submit it to the Authority for review and approval. The Contractor shall provide a separate fragnet for each change. The schedule shall indicate the revised activity; it shall show whether the change is concurrent or sequential, the duration of the change, any restraints resulting from the change, and the costs of the change. Contractor shall request additional time required to complete the work covered by a change order as part of Contractor's change order proposal. To the extent the Authority is in agreement with Contractor's time extension request for a particular change order, such time extension shall be incorporated into the change order authorizing the additional work. Failure to request time or failure to provide the fragnet will result in the Contractor waiving its right for additional time. No time will be granted under this Contract for the cumulative effect of changes.

H. If the Authority finds the Contractor is entitled to an extension of the completion date under the provisions of the Contract, the Authority's determination of the total number of days’ extension shall be based upon the current analysis of the schedule and upon the data relevant to the extension.

I. The Contractor shall acknowledge and agree that delays to non-critical activities will not be the basis for a time extension. Non-critical activities are those activities which, when delayed, do not affect the interim and final milestone completion dates.

J. Upon review and acceptance by the Authority of activities and logic ties in proposed

Construction Schedule 01 32 50-11 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

changes, such activities shall be incorporated into the current Progress Submittal as a Progress Schedule Revision Submittal. Revision submittals shall include a comprehensive listing of all activities added to or deleted form or changed in any way, the Progress Schedule as well as a complete listing of all logic and activity relationship changes which have been made. All changes in the schedule shall be fully described in an accompanying narrative.

K. Failure of the Contractor to comply with the approved construction schedule shall be considered grounds for determination by the Authority that the Contractor is failing to prosecute the work with such diligence as will ensure its completion within the contract time. A delay of thirty (30) calendar days or more, based on the Baseline or Current Monthly Schedule critical paths shall be sufficient cause for the Authority to notify the Contractor's bonding firms and other involved parties or take such other actions as the Contract provides.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Construction Schedule 01 32 50-12 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

SECTION 01 33 00 SUBMITTAL PROCEDURES

PART 1 - GENERAL

1.01 RELATED DOCUMENTS

A. General Provisions of the Contract, including General Conditions and Special Conditions, apply to this Section.

1.02 SUMMARY

A. This section specifies administrative and procedural requirements for submittals required for performance of the work, including, but not limited to:

1. Submittal schedule. 2. Daily construction reports. 3. Shop Drawings, including coordination drawings as more particularly defined in Section 01 31 00, Project Management and Coordination, paragraph 1.03 C. 4. Product Data. 5. Brochures 6. Samples. 7. Certificates. 8. Installation Instructions. 9. Construction Process Plans. 10. Temporary Facilities. 11. Test and inspection reports.

B. This section provides additional information to the contractor’s responsibilities and submittal procedures for shop drawings, product data, and samples stated in the Construction Contract.

C. Administrative Submittals: Refer to other Division 01 Sections and other Contract Documents for requirements for administrative submittals. Such submittals include, but are not limited to:

1. Permits. 2. Applications for payment. 3. Performance and payment bonds. 4. Insurance certificates. 5. List of Subcontractors. 6. Schedules. 7. Progress Photographs.

D. Additional requirements with respect to inspection and test report requirements are included in Section 01 45 23, Testing and Inspection Services. In the event of a conflict between this specification and Section 01 45 23, Testing and Inspection Services, the more stringent testing and inspection requirement shall apply.

E. The Contractor's Quality Program (CQP) requirements are included in Article 4 of the Special Conditions.

F. Separate submittals of like materials and products shall be made for each inter-related project, as defined in the proposal, under this contract.

Submittal Procedures 01 33 00-1 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

1. The Authority reserves the right to require the Contractor to use same materials and same drawing detailing for those elements that are common between interrelated projects. In cases where this approach is required, the Contractor shall provide common submittals from a single source, which will be utilized as standard when manufacturing and installing these elements.

G. Each submittal shall be complete and shall contain all pertinent information required for proper review.

1.03 SUBMITTAL PROCEDURES

A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. Transmit each submittal package via the Web-Based Project Management (WBPM) System in advance of performance of related construction activities to avoid delay. Three (3) hard copies of each submittal item shall be delivered to the Authority within 24 hours of transmitting the submittal item via the WBPM.

1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals and related activities that require sequential activity.

2. Coordinate transmittal of different types of submittals for related elements of the work so processing shall not be delayed by the need to review submittals concurrently for coordination.

a. The Authority reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are reviewed at no change in contract time or cost. b. Some submittals may require larger, full-size, original paper copies to allow the reviewer to see all the details. The Contractor shall provide the larger copies and provide for any extension of the review period at no extra contract time or cost.

B. Processing: Allow sufficient review time so that installation shall not be delayed as a result of the time required to process submittals, including time for resubmittal of submittals returned “Approved as Noted – Resubmittal Required” or “Revise and Resubmit.”.

1. Allow twenty-one (21) calendar days for initial review. Allow additional time if processing shall be delayed to permit coordination with subsequent submittals. The Authority will advise the Contractor when a submittal being processed will be delayed for coordination. 2. Contractor shall have twenty-one (21) calendar days to return a “Revise and Resubmit” submittal to the Authority. 3. Resubmittal packages must include all documents from the original submittal package, including any that were returned “Approved as Noted – Resubmittal Required” or “Revise and Resubmit”. 4. If an intermediate submittal is necessary, process the same as the initial submittal. 5. Allow twenty-one (21) calendar days for reprocessing each submittal. 6. If the number of versions of a submittal review exceeds three (3), the Authority reserves the right to charge the Contractor for review time associated with an excessive number of revisions. 7. No extension of Contract Time will be authorized because of failure to transmit

Submittal Procedures 01 33 00-2 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

submittals to the Authority sufficiently in advance of the work to permit processing.

C. Submittal Preparation: The name and entity that prepared each submittal shall appear in a title block on shop drawings, or a label affixed to the submittal for identification purposes.

1. Provide a space approximately 4 inches by 5 inches on the sample label or next to the shop drawing title block for the reviewer’s action stamp.

2. Include the following information in the title block or label:

a. Project name and number. b. Location(s) that submittal applies to. c. Date of submission. d. Name and address of Architect. e. Name and address of Contractor. f. Name and address of Subcontractor. g. Name and address of Supplier. h. Name of manufacturer. i. Number and title of appropriate specification section, article and paragraph. j. Drawing number and detail references, as appropriate.

D. Submittal Transmittal: The Contractor shall be solely responsible for the creation of submittal packages and items using the WBPM.

1. Submittal Index and Certification: On a separate electronic document, Contractor shall certify those submittal items that conform with the requirements of the Contract Documents. The Contractor shall note those items which deviate from the Contract Documents requirements, including minor variations and limitations. The document shall be submitted via the WBPM as a submittal item included with the rest of the items in the submittal version.

2. In the Notes field for each submittal item, indicate relevant information and requests for data.

E. Distribution: The Authority will upload the reviewed submittal and comments to the WBPM. Approved, signed and stamped submittal review documents will be scanned by the Authority, uploaded to the WBPM, and processed with the Authority’s Submittal review comments.

F. The status of any given submittal may be monitored via the WBPM. Review comments may be viewed by the concerned parties via the WBPM. Any electronically scanned mark- up drawings attached to the reviewed submittal may be viewed, printed, and/or downloaded from the WBPM by the concerned parties.

1. Do not proceed with installation until an applicable copy of the “approved” or “approved as noted work may proceed” submittal is in the installer's possession. 2. Do not permit use of unmarked copies of the “approved” or “approved as noted work may proceed” submittal in connection with construction.

G. The above submittal requirements may be superseded by the requirements for individual submittals required within other specification sections. If the requirements for submittals in the other specifications exceed any of the requirements stated herein, the more stringent shall apply unless approved otherwise. The Contractor will track the submittal and review of the sample via the WBPM. The sample itself will be transmitted to the Authority via

Submittal Procedures 01 33 00-3 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

traditional means. The Contractor must prepay transportation charges on samples forwarded for review.

H. Certain submittals may be designated as Hold Points in Attachment H - Proposal section of the Contract.

1.04 SUBMITTAL SCHEDULE

A. Prepare a complete schedule of all required submittals. Submit the schedule within forty- five (45) calendar days after Notice to Proceed.

1. Coordinate submittal schedule with the list of subcontracts, schedule of values and the list of products as well as the Contractor's Construction Schedule.

2. Prepare the schedule in chronological order. Provide the following information:

a. Submittal tracking number. b. Submittal Description. c. Corresponding Schedule Activity I.D. number. d. Related specification section and paragraph number. e. Scheduled date for the first submittal. f. Actual submittal date and action. g. Scheduled date for return of reviewed submittal. h. Actual return date of reviewed submittal. i. Scheduled date for resubmittal. j. Actual resubmittal date and action. k. Scheduled date for return of reviewed resubmittal. l. Actual return date of reviewed resubmittal. m. Submittal category. n. Name of Supplier and Installer. o. Any other pertinent information, as determined by the Authority including the identification of common elements as outlined in Paragraph 1.03-A-1, above.

3. Submission dates for submittal packages shall be scheduled in advance of their submission using the WBPM. The submittal schedule shall be used in creating these submittal packages with the WBPM.

4. The Contractor shall maintain the submittal schedule throughout the duration of the project. The schedule shall be submitted to the Authority on a monthly basis no later than the 25th of each month.

5. The Contractor shall submit the submittal schedule to the Authority via the WBPM. The submittal schedule shall be the first submittal and shall be updated and submitted monthly with the Contractor’s CPM Schedule until all submittals have been reviewed and resolved.

6. The submittal schedule shall be revised after each progress meeting and all necessary updates posted to the WBPM.

1.05 DAILY CONSTRUCTION REPORTS

A. Upload at the end of each workday to the WBPM, a daily construction report, recording the following information concerning events at the site:

1. List of Subcontractors and non-contractor personnel at the site.

Submittal Procedures 01 33 00-4 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

2. Count of personnel at the site by construction trade. 3. High and low temperatures, general weather conditions. 4. Safety meetings, accident reports and unusual events reports. 5. Stoppages, delays, shortages, losses. 6. Meter readings and similar recordings. 7. Orders, requests and reports of governing authorities. 8. Time and material tickets for any potential or approved change order work. 9. Services connected, disconnected. 10. Equipment or system tests and start-ups. 11. Material deliveries made to the site or approved storage areas. 12. Provide list of scheduled activities performed (reference CPM activity numbers). 13. Location of work area.

1.06 TECHNICAL DATA

A. The Contractor must prepare shop drawings that establish the actual detail of the Work, indicate proper relation to adjoining work, amplify design details of all general, mechanical, and electrical equipment in proper relation to verified physical spaces, and incorporate minor changes of design or construction to suit actual conditions. The Contractor must fully describe all materials and equipment incorporated into the Work. Contractor's submissions must also include manufacturer's specifications.

B. As the Work progresses, the Contractor and the subcontractor for each trade or division of Work, under the direction of the Contractor, must keep a complete and accurate record of the following:

1. Changes and deviations between the Work as shown on the Contract Drawings and the shop drawings indicating the Work as actually installed; 2. The specific locations of piping, valves, ductwork, equipment, and other such work that were not located, or that changed location from that shown, on Contract Drawings; and 3. Equipment schedules indicating manufacturers' names and model numbers installed.

1.07 SHOP DRAWINGS

A. Submit newly prepared information that is not a reproduction of the Contract Documents or not drawn to an accurate scale. Highlight, encircle, or otherwise indicate deviations from the Contract Documents. Standard information prepared without specific reference to the Project is not considered Shop Drawings.

B. Shop Drawings include fabrication and installation drawings, coordination drawings, setting diagrams, schedules, patterns, templates and similar drawings. Include the following information:

1. Dimensions. 2. Identification of products and materials included. 3. Compliance with specified standards. 4. Notation of coordination requirements. 5. Notation of dimensions established by field measurement. 6. Sheet size: Except for templates, patterns and similar full-size Drawings, create Shop Drawings on sheets at least 8-1/2 inches by x 11 inches but no larger than 24 inches by 36 inches. 7. Submittal: Shop Drawings transmitted via the WBPM shall be in the formats specified in Section 01 31 23, Project Website.

Submittal Procedures 01 33 00-5 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

8. Do not use Shop Drawings without an appropriate final stamp indicating action taken in connection with construction.

C. Coordination drawings are a special type of shop drawing that show the relationship and integration of different construction elements that require careful coordination during fabrication or installation to fit in the space provided or function as intended.

1. Preparation of coordination drawings is specified in Section 01 31 00, Project Management and Coordination, and may include components previously shown in detail on Shop Drawings or Product Data. 2. Submit coordination drawings, reviewed and stamped by a Professional Engineer licensed in the State of Illinois for integration of different construction elements. Show sequences and relationships of separate components to avoid conflicts in use of space.

D. The Authority may provide CAD data, via the WBPM or by such other method as the Authority may direct, which may be used by the Contractor to develop Shop Drawings. The Contractor shall assume all risk associated with this data.

E. The Contractor shall document all changes, deviations, and other information on the latest approved shop drawings. As-Built shop drawings shall be submitted as scanned documents. Record submission of as-built shop drawings shall comply with the requirements of Section 01 77 00, Closeout Procedures, of the General and Performance Requirements of the Contract.

1.08 PRODUCT DATA

A. Collect Product Data into a single submittal for each element of construction or system. Product Data includes printed information such as manufacturer's installation instructions, catalog cuts, standard color charts, rough-in diagrams and templates, standard wiring diagrams and performance curves. When Product Data may be specially prepared because standard printed data is not suitable for use, submit as "Shop Drawings".

1. Mark each copy to show applicable choices and options. Where printed Product Data includes information on several products, some of which are not required, mark copies to indicate the applicable information. Include the following information:

a. Manufacturer's printed recommendations. b. Compliance with recognized trade association standards. c. Compliance with recognized testing agency standards. d. Application of testing agency labels and seals. e. Notation of dimensions verified by field measurement. f. Notation of coordination requirements.

2. Do not submit Product Data until compliance with requirements of the Contract Documents has been confirmed. 3. Submittals: Product Data transmitted via the WBPM shall be in the formats specified in Section 01 31 23, Project Website. 4. Do not proceed with installation until an “approved” or “approved as noted” copy of Product Data is in the installer’s possession. Do not permit use of unmarked copies of Product Data for construction.

1.09 SAMPLES

A. Submit full-size, fully fabricated Samples cured and finished as specified and physically

Submittal Procedures 01 33 00-6 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

identical with the material and product proposed. Samples include partial sections of manufactured or fabricated components, cuts or containers of materials, color range sets, and swatches showing color, texture and pattern.

1. Mount, display, or package Samples in the manner specified to facilitate review of qualities indicated. Prepare Samples to match the Authority’s Sample, as applicable. Include the following:

a. Generic description of the Sample. b. Sample source. c. Product name or name of manufacturer. d. Compliance with recognized standards. e. Availability and delivery time.

2. Submit Samples for review of kind, color, pattern, and texture for a final check of these characteristics with other elements, and for a comparison of these characteristics between the final submittal and the actual component as delivered and installed.

a. Where variations in color, pattern, texture or other characteristics are inherent in the material or product represented, submit multiple units (not less than 3) that show approximate limits of the variations. b. Refer to other Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation and similar construction characteristics. c. Refer to other Specification Sections for Samples to be returned to the Contractor for incorporation in the work. Such Samples shall be undamaged at time of use. On the transmittal, indicate special requests regarding disposition of Sample submittals.

3. Preliminary submittals: Where Samples are for selection of color, pattern, texture or similar characteristics from a range of standard choices, submit a full set of choices for the material or product.

a. Preliminary submittals will be reviewed and returned with the Authority's mark indicating selection and other action.

4. Submittals: Except for Samples illustrating assembly details, workmanship, fabrication techniques, connections, operation and similar characteristics, submit three (3) sets; one will be returned marked with the action taken. In addition, review comments and action to be taken on samples shall be transmitted via the WBPM.

5. Maintain sets of Samples, as returned, at the project site, for quality comparisons throughout the course of construction.

a. Unless noncompliance with Contract Document provisions is observed, the submittal may serve as the final submittal. b. Sample sets may be used to obtain final acceptance of the construction associated with each set.

B. Distribution of Samples: Prepare and distribute additional sets to Subcontractors, manufacturers, fabricators, suppliers, installers, and others as required for performance of the work. Show distribution on transmittal forms. Transmittals shall be created and routed via the WBPM.

Submittal Procedures 01 33 00-7 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

1. Field Samples specified in individual sections and below are special types of Samples. Field Samples are full-size examples erected on site to illustrate finishes, coatings, or finish materials and to establish the standard by which the work will be judged.

a. Comply with the submittal requirements to the fullest extent possible. Process transmittals via the WBPM to provide a record of activity.

2. Required Field Samples: See individual specification sections for Required Field Samples. 3. The Contractor will be allowed to incorporate field samples into the finished work. The Contractor shall not fabricate individual components of the work until such time that the Authority approves the field samples. The construction project schedule shall reflect this requirement.

1.10 CONSTRUCTION PROCESS PLANS

A. A Construction Process Plan is required for any work that requires pre-activity meetings, as identified in Section 01_31 19, Project Meetings, or as required by the Authority.

B. A draft Construction Process Plan must be uploaded to the WBPM as a Contractor submittal at least twenty-one (21) days in advance of work and at least fourteen (14) days prior to a pre-activity meeting. The plan shall include/address the requirements specified in Section 01 35 00, Special Procedures.

C. The plan shall include an hourly schedule broken into tasks with a defined critical path that clearly establishes milestones that may be monitored.

D. The plan must include reference to all RFIs and submittals that pertain to work identified in the plan. All submittals must be approved prior to uploading plan to the WBPM. All RFIs must be in and closed prior to uploading plan to the WBPM.

E. After pre-activity meeting minutes have been agreed to, all comments from the meeting must be incorporated into a final Construction Process Plan. This plan must be submitted and approved by the Authority prior to the start of related work.

1.11 AUTHORITY'S ACTION

A. Except for submittals for record, information or similar purposes, where action and return is required or requested, the Authority's Representative will review each submittal, mark to indicate action taken, and return promptly.

1. Compliance with specified characteristics is the Contractor's responsibility.

B. Action Stamp: The Authority's Representative will stamp each submittal with a uniform, self-explanatory action stamp. The stamp will be appropriately marked, as follows, to indicate the action taken:

1. Final Unrestricted Release: Where submittals are marked "Approved" (Submittal is approved with no exceptions), that part of the work covered by the submittal may proceed provided it complies with requirements of the Contract Documents; final acceptance will depend upon that compliance. 2. Final-But-Restricted Release: When submittals are marked "Approved as Noted - Work to Proceed", that part of the work covered by the submittal may proceed

Submittal Procedures 01 33 00-8 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

provided it complies with notations or corrections on the submittal and requirements of the Contract Documents; final acceptance will depend on that compliance. 3. Returned for Resubmittal: When submittal is marked "Revise and Resubmit”, do not proceed with the part of the work covered by the submittal, including purchasing, fabrication, delivery, or other activity. Revise or prepare a new submittal in accordance with the notations; resubmit without delay. Repeat if necessary to obtain a different action mark.

a. Do not permit submittals marked "Revise and Resubmit" to be used at the project site or elsewhere work is in progress.

4. Other Action: Where, as determined by the Authority in its sole discretion, a submittal is primarily for information or record purposes, special processing or other activity, the submittal will be returned, marked “Received For Record - Do Not Resubmit".

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Submittal Procedures 01 33 00-9 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Master Specification, Rev. 0)

SECTION 01 35 00 SPECIAL PROCEDURES

PART 1 - GENERAL

1.01 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Special Conditions and other Specification Sections, apply to this Section.

1.02 SUMMARY

A. This section includes the requirements for safe construction operations on and adjacent to operating tracks of the CTA rail system. The Contractor shall be responsible for compliance with the CTA, Safety Manual for Contract Construction On, Above, or Adjacent to the CTA Rail System (in effect at such time).

B. CTA shall provide up to zero (0) test train occurrences at no cost to the Contractor. Additional test trains shall be charged to the Contractor at the rate of $2,400.00 per test train occurrence.

C. Related Sections: 1. Section 01 11 00, Summary of Work 2. Section 01 31 19, Project Meetings 3. Section 01 33 00, Submittal Procedures

1.03 PROJECT CONDITIONS

A. The Chicago Transit Authority (CTA) is an operating transportation agency and must maintain rail and bus operations at all scheduled times for the benefit of the public. The Contractor shall conduct his operations in such a manner as not to cause damage to the CTA equipment, put the public or the CTA personnel in danger, cause inconvenience to the customers, interrupt train service (except as permitted herein) or cause avoidable inconvenience to the public and the surrounding communities.

B. Certain portions of the Work shall be performed on sections of track where rail service is suspended in order to facilitate the work. Track outages may be requested by the Contractor as provided in the Attachment H - Proposal section of the Contract. For any work occurring within a section of track to be taken out of service, the Contractor shall confirm with the Authority that track within the work limits has been taken out of service and the de-energized, as required, prior to beginning the work.

C. If the Authority deems any of the Work or operations of the Contractor hazardous to the CTA’s operations or to the public, the Authority shall order the Contractor to immediately suspend work until reasonable remedial measures are taken satisfactory to the CTA. Such suspension and those remedial measures shall be made at no extra contract time and no extra contract cost.

D. The Authority’s review of any of the Contractor’s procedures, methods, temporary structures, tools or equipment does not relieve the Contractor of responsibility for the safety, maintenance, and repairs of any temporary structure or work, or for the safety, construction, and maintenance of the work, or from any liability whatsoever on account of

Special Procedures 01 35 00-1 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Master Specification, Rev. 0)

any procedure or method employed, or due to any failure or movement of any temporary structure, tools or equipment furnished.

E. The Contractor shall submit a Rail Service Bulletin Request form to the Authority, via the Project Website or by such other method as the Authority may direct, at least twenty-one (21) calendar days in advance of the Contractor’s proposed scheduled time to enter upon the CTA right-of-way for the performance of any work under this Contract. Bulletin requests will be required when performing work which impacts rail operations such as berth marker relocation, modifications to the track, prior to each phase of staged station construction, signal cutovers, Track Access Occurrences, signal modifications (temporary or permanent), track survey, etc.

The Contractor will be required to attend a weekly coordination meeting with CTA Operations and other CTA departments to review and coordinate proposed work activities of the Contractor(s). The Contractor will be required to provide a five week look ahead schedule, in a format acceptable to CTA, reflecting proposed work activities within the CTA Right of Way.

F. The Contractor shall at all times observe all rules, safety regulations and other requirements of the CTA, including, but not limited to, the following Standard Operating Procedures (SOP’s). Copies are included in the attached CTA, Flagmen Requirements manual.

1. No. 7037, "Flagging on the Right-of-Way". 2. No. 7038, "Train Operation Through Slow Zones". 3. No. 7041, "Slow Zones". 4. No. 8111, "Workers Ahead Warning System". 5. No. 8130, "Safety on Tracks". 6. No. 8212, “Test Train Procedures”

Note: The preparer of Section 01 35 00, SPECIAL PROCEDURES, shall include the current version of CTA’s “Flagmen Requirements” manual with copies of the current SOP’s listed above.

1.04 RAIL SAFETY TRAINING

A. The Contractor’s and Subcontractor’s employees assigned to work on, over or near the CTA right-of-way shall be required to attend an all-day Rail Right-of-Way Safety Training Session in accordance with the CTA, Safety Manual for Contract Construction On, Above, or Adjacent to the CTA Rail System. The cost of this training is currently $200.00 per employee, paid by the Contractor in advance. The certification is good for one calendar year from the date of issuance. The Contractor shall coordinate rail safety training with the CTA Project Manager.

B. Rail Right-of-Way Safety Training for contractor and subcontractor personnel will be scheduled by CTA as training slots become available. The Contractor is advised that the Contractor’s failure to request training sufficiently in advance of when the employee is required on the work site shall not be cause for extending the Contract Time.

C. The $200.00 fee is non-refundable. If any individual fails to report for training or is rejected for training and must be rescheduled, an additional $200.00 will be required.

D. Upon successful completion of CTA Rail Safety Training, each trainee will be issued a non-transferable Rail Safety Tour Identification Card with the trainee’s photo and a decal with pressure sensitive adhesive to be affixed on the hard hat. The Rail Safety Tour

Special Procedures 01 35 00-2 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Master Specification, Rev. 0)

Identification Card and the decal are valid for one (1) year from the date of issue. The validity of the Card and the decal are in no way related to the length of the Contract.

E. Contractor and Subcontractor personnel must renew their Rail Safety Tour Identification Cards annually by successfully completing Rail Safety Training again. Contractor or Subcontractor personnel who fail to maintain a valid Rail Safety Tour Identification Card are not permitted to work on, above or adjacent to the CTA Rail Right-of-Way and CTA reserves the right to remove such personnel from the work site. The Contractor is advised that the Contractor’s failure to employ personnel with valid Rail Safety Tour Identification Cards shall not be cause for extending the Contract Time.

F. Contractor shall maintain an up-to-date log of all Contractor and Subcontractor employees working at the construction site including the most recent completion date of each employee’s Rail Safety Training and shall provide a copy of such log to the Authority upon the Project Manager’s request.

1.05 MANDATORY ITEMS FOR EMPLOYEES

A. Contractor’s and Subcontractor’s employees assigned to work on CTA property will be given individual property permits. These permits shall be carried by each employee at all times while on CTA property. All permits issued shall be returned to CTA at the completion of the project, if the employee no longer works on this project, or on the date of expiration.

B. Each employee shall carry a valid Rail Safety Tour Identification Card at all times while on CTA right-of-way in accordance with Article 2-2 of the CTA Safety Manual.

C. All employees shall wear an undamaged hard hat with current rail safety sticker affixed, safety vest and eye protection at all times while on CTA right-of-way. Noise protection shall be used when necessary. The Contractor must also comply with all OSHA requirements as required for the work. The CTA shall provide the rail safety sticker to each Contractor employee upon successful completion of the Rail Right-of-Way Safety Training.

D. Contractor personnel shall wear suitable work shoes with defined heel and non-slip soles. Steel toes or metal cleats on the sole or heel of shoes are prohibited. Shoelaces are to be kept short so they do not pose a tripping hazard. Athletic shoes, sandals, open-toed shoes, moccasins and/or shoes with heels higher than 1” are not permitted.

E. Contractor personnel shall have a non-metallic, working flashlight after dark or when working in the subway.

1.06 WORK AREA AVAILABILITY

A. DEFINITIONS

1. RIGHT-OF-WAY WORK - Any work performed at, above, or below track level; or within fifty (50) feet of the centerline of track; or any work performed within the R.O.W.

2. IN-SERVICE TRACK - All CTA tracks are in service seven days a week, 24 hours a day, unless specifically removed from service for specific times by a Rail Service Bulletin issued by the Vice President, Rail Operations. Copies of the

Special Procedures 01 35 00-3 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Master Specification, Rev. 0)

CTA’s current train schedule for the lines affected by this project is available on the CTA’s website and are subject to changes at any time, before or during, the Contract.

3. OUT-OF-SERVICE TRACK - The CTA tracks within a defined limit temporarily removed from service for the purpose of completing specific work. Traction power will remain on at all times unless power removal is requested by the Contractor and approved by the Authority. In such cases, traction power will be removed and restored by CTA personnel. The Contractor may request the Authority to de-energize portions of the Line to perform the Work as Out-of- Service Track when no revenue service is scheduled or as specified herein. Upon completion of the Out-of-Service Work, the Contract shall maintain sufficient personnel on-site to correct any deficiencies in the Contractor’s Work discovered by the Authority during power and service restoration and testing.

4. TRACK ACCESS OCCURRENCE – A condition(s) which provides a modification to the normal operation of CTA service to facilitate access for a Contractor(s) to perform work on or near the CTA Right of Way as defined and limited in the Attachment H – Proposal section of the Contract Documents.

5. RE-ROUTE – Modification to the normal routing of trains in order to remove rail traffic from a section of track to facilitate access for a Contractor(s) to perform work on or near the CTA Right of Way as defined and limited in the Attachment H – Proposal section of the Contract Documents.

6. LINE CUT – A temporary cessation of all service on a transit line; meaning total stoppage of transit service on all tracks and at all stations within the closure zone to facilitate access for a Contractor(s) to perform work on or near the CTA Right of Way as defined and limited in the Attachment H – Proposal section of the Contract Documents.

7. SINGLE-TRACK – A temporary operation established by operating trains bi- directionally on one track while the adjacent track is taken out-of-service. A single-track can only be established between track crossovers in the proper configuration for the required train movements. Only one single-track at a time can be set up on a line and only for very limited time periods. If CTA or a separate Contractor(s) request single track operations along the same line concurrently with the Contractor for this contract, CTA shall have the exclusive authority to determine which request shall be granted.

8. RUSH HOURS - Monday through Friday, from 0500 to 0900 hours and from 1500 to 1900 hours.

9. FLAGGER SHIFT- A flagger shift is defined as the services of a CTA Flagman up to, but no more than eight (8) hours including travel and required breaks. For example:

a. A Contractor five hour work shift which requires 3 flaggers will use 3 flagger shifts. b. A Contractor eight hour work shift requiring 3 flaggers shall use 6 flagger shifts (because travel & break time will increase the flaggers work hours beyond eight). c. A Contractor ten hour work shift requiring 3 flaggers will use 6 flagger

Special Procedures 01 35 00-4 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Master Specification, Rev. 0)

shifts.

10. INFRASTRUCTURE SHIFT- An infrastructure shift is defined as up to, but no more than eight (8) hours worked per CTA Infrastructure employee. For example:

• A Contractor five hour work shift requiring 2 signal maintainers will use 2 infrastructure shifts. • A Contractor eight hour work shift requiring 2 towermen shall use 2 infrastructure shifts. • A ten hour work shift requiring 2 lineman will use 4 infrastructure shifts.

11. PERSON-IN-CHARGE (PIC)- A person or persons, specified in a CTA Rail Service Bulletin, who is solely in charge of a work zone and is the single point contact between CTA and all persons (Contractor’s, CTA and others) working in a work zone. The Rail Service Bulletin may identify the PIC by name or by radio call number.

12. POWER & WAY SERVICE BULLETIN (PWS Bulletin): A document authorized by the CTA Infrastructure Division intended to supplement a CTA Rail Service Bulletin by defining power/signal removal and restoration procedures and other work zone protection measures required to safely perform construction and/or maintenance work on or adjacent to the CTA Right of Way (ROW).

B. No service disruptions will be allowed for the completion of this work, except as noted Attachment H – Proposal section of the Contract Documents. If the CTA deems it necessary, the CTA will impact operations to avoid a hazardous condition to either the passengers or employees and charge the Contractor for all associated costs and damages incurred.

1.07 CTA OPERATING REQUIREMENTS

A. Strictly comply with operating requirements of the Chicago Transit Authority while construction work is in progress, specifically as follows:

1. All work performed on the CTA Right of Way or adjacent to CTA operating tracks will be allowed during the Construction Period only in accordance with 1.07 “ALLOWABLE HOURS OF CONSTRUCTION” below. During most periods of construction, a “slow zone” shall be established at the work site and flagging personnel shall be deployed to facilitate safe and continuous train operations and to protect Contractor, CTA employees, passengers, the general public and property in the vicinity.

2. No one is permitted to enter the right-of-way or work on or over track level during Rush Hours.

1.08 ALLOWABLE HOURS OF CONSTRUCTION

A. Construction activities at tracks, platform, station or above track level or adjacent to an active CTA right-of-way are not permitted during Rush Hours, except as noted in paragraph C below.

B. Construction activities at platform level, track level or adjacent to the CTA Right-of-Way may be permitted during other periods under flagging protection with the advance concurrence of the CTA as follows:

Special Procedures 01 35 00-5 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Master Specification, Rev. 0)

1. Monday thru Friday: From 1900 hours to 0500 hours the next day (The power shall remain on for these hours unless allowed via specific Track Access Occurrence defined in Attachment H). 2. Weekends: 1900 hours Friday to 0500 hours Monday

C. Construction activities near the CTA right-of-way that have been approved by the Authority to be in compliance with Paragraph 4.5.3 of the CTA, Safety Manual for Contract Construction On, Above, or Adjacent to the CTA Rail System will be allowed during Rush Hours provided the proper barricades are in place.

D. Track Access Occurrences:

1. The total number of Track Access Occurrences shall be as specified in the Attachment H- Proposal section of the Contract.

2. The exact hours for all Track Access Occurrences are subject to change by the Authority depending on the nature of the work, access requirements of CTA personnel, work performed under separate contract or operational requirements of the CTA.

E. The Authority reserves the right to modify the allowable hours of track access occurrences based on service requirements for the subject route and manpower availability for the date and location requested.

F. The Authority reserves the right to deny or to cancel a previously approved request for a Track Access Occurrence based on service requirements for the time period requested. The Authority may notify the Contractor of such denial or cancellation no later than 1 day prior to a Track Access Occurrence. Service requirements may be affected by major events (e.g., festivals, White Sox and Cubs games, concerts), or by a Track Access Occurrence scheduled elsewhere on that route or the CTA System.

G. The Contractor shall not be entitled any increase in Contract Time or Contract Price based on the Authority’s denial of a Track Access Occurrence request or due to a minor reduction (1 hour or less) in the duration of a Track Access Occurrence.

H. The Contractor will not be permitted to perform work requiring a Track Access Occurrence or Flagging during the following special events:

1. Taste of Chicago 2. Independence Day 3. Chicago Air and Water Show. 4. Chicago Marathon. 5. Chicago Jazz Festival. 6. Chicago Blues Festival. 7. Lollapalooza 8. Chicago St. Patrick’s Day Parade. 9. The Saturday before Thanksgiving Day thru the Monday following New Year’s Day. 10. Easter Sunday 11. Gospel Fest 12. Chicago White Sox Home Games 13. Chicago Cubs Home Games 14. Chicago Bears Home Games

Special Procedures 01 35 00-6 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Master Specification, Rev. 0)

In addition, CTA reserves the right to limit or deny access to the system during other major special events that may develop and that may impact service needs, during emergencies, and during severe weather conditions.

1.09 CONSTRUCTION PROCESS PLAN

A. The Contractor shall submit a Construction Process Plan whenever any work, in the opinion of the Authority, affects the safety or causes disruption of service or inconvenience to transit users, CTA Operations, service to any business or residence, impact street, sidewalk or alley access or impacts the public. At a minimum, an individual Construction Process Plan shall be required for each instance the Contractor requests that a section of track(s) be removed from revenue service (defined in Attachment H - Proposal section of the Contract Documents as a Track Access Occurrence) and for any work that requires pre-activity meetings, as identified in Section 01 31 19, Project Meetings. The Contractor shall include in the schedule the submission, review and approval of each Construction Process Plan in accordance with the submittal schedule requirements defined in Section 01 33 00, Submittal Procedures.

B. A draft Construction Process Plan must be uploaded to the Project Website at least twenty-one (21) calendar days in advance of work and at least fourteen (14) calendar days prior to a pre-activity meeting. The plan shall include/address the following:

1. Applicable Contract Documents 2. Options 3. Related Change Orders 4. Purchases 5. Deliveries 6. Shop Drawings, Product Data and quality control samples 7. Possible conflicts 8. Compatibility problems 9. Time schedules 10. Weather limitations 11. Manufacturer's specifications 12. Compatibility of materials 13. Acceptability of substrates 14. Temporary facilities & signage 15. Space and access limitations 16. Governing regulations 17. Safe Work Plans(including Hazard Analysis) 18. Inspection and testing requirements 19. Required performance results 20. Recording requirements 21. Protection 22. Quality assurance/quality control 23. Noise Control 24. Community Impact 25. CTA Operations Impact 26. Proposed Traffic Control & Staging Areas 27. Lift Plan

C. The draft plan must also include reference to all Contractor Requests for Information (RFI’)s and submittals that pertain to work identified in the plan. All submittals must be

Special Procedures 01 35 00-7 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Master Specification, Rev. 0)

approved prior to uploading plan to the Project Website. All applicable RFI’s must be completed prior to uploading plan to the Project Website.

D. The Construction Process Plan shall clearly identify the number of Safety & Quality Inspectors to be deployed for each Track Access Occurrence and include a checklist of tasks that these Inspectors shall be responsible for monitoring and documenting during each work period.

E. In addition, for any work to be performed during a Track Access Occurrence, the Contractor shall provide the following to the Authority:

1. A track access plan submitted to and approved by the Authority specifically identifying the area(s) of power removal and work zone protection methods being requested by the Contractor. 2. Work zone protection methods to be performed by the Contractor 3. Name, title, contact information, and work hours for Contractor’s on-site supervision 4. Work zone protection requested by the Contractor for implementation by the Authority (subject to Authority approval). 5. Pre-approved Safety and Quality Control Checklist for completion by the Contractor and submission to the Person-In-Charge during Track Access Occurrence. Checklists to be per Section 01 45 00, Quality Control, and applicable to the work elements being performed during the specific Track Access Occurrence. 6. A general schedule reflecting proposed work to be performed within the requested Track Access Occurrence.

F. After pre-activity meeting minutes have been agreed to, all comments from the meeting must be incorporated into a final Construction Process Plan. This plan must be submitted and approved by the Authority prior to the start of related work

G. Prior to the Authority implementing an authorized Track Access Occurrence, the Contractor must provide, at least 48 hours in advance, an hourly schedule broken into tasks with a defined critical path that clearly establishes milestones that may be monitored. The hourly schedule shall also include, but not be limited to:

1. Name, title, contact information, and work hours for Contractor’s on-site supervision. 2. Power removal (min 1 hour) 3. Proposed work activities. 4. Activities for inspection and completion of safety & quality checklists by Contractor. 5. Submission of safety & quality checklists to the CTA’s Person-In- Charge (PIC) during Track Access Occurrence. The checklists shall be submitted to the PIC prior to commencing power restoration activities. 6. Power, Signal Restoration (min 1 hour). 7. Test train (min ½ hour).

Special Procedures 01 35 00-8 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Master Specification, Rev. 0)

H. The CTA intends to issue Power & Way Service Bulletins to supplement CTA Rail Service Bulletins. The Power & Way Service Bulletins are intended to provide procedural guidelines for safely removing and restoring the CTA’s power & way systems (primarily traction power & signal) within the limits defined by the contract and Contractors specific track outage plan(s).

I. CTA labor shall be required to de-energize and re-energize traction power and perform such other work as may be deemed by the Authority to be required pursuant to the Contractor's work activities and authorized Track Access Occurrences, etc. CTA Signal Maintainer shall also be required to observe and witness the Contractor disconnection and reconnection of temporary signal work at each location where modifications are performed to support construction activities. One Signal Maintainer will be required to witness testing at each location or housing where it is taking place. CTA Signal Maintainer shall also be required to witness the Contractor restoration safety testing, prior to the line being returned to the CTA.

J. Two Linemen will be required at each location where traction power is energized or de- energized. The Contractor's schedule must include travel time for the CTA Electrician’s (min ½ hour) if they are to energize or de-energize traction power at more than one location.

K. Failure of the Contractor to provide the CTA the minimum specified time required for the removal and restoration of all Power & Way systems within an authorized Track Access Occurrence will not be grounds for additional contract time or monies and will not waive the assessment of specified liquidated damages for failure to return track(s) to service in accordance with the contract requirements.

1.10 HAZARDOUS WORKING CONDITIONS

A. The Contractor shall caution all employees of the presence of electric third rail (600 volts DC), live cables and moving trains on CTA tracks. The Contractor shall take all necessary precautions to prevent damage to life or property through contact with the electrical or operations systems. The Contractor shall caution all employees that any contact with live electric third rail or "live" portions of train undercarriage may result in a severe burn or death.

B. The Contractor shall establish third-rail safety precautions in accordance with Authority regulations, such as using insulating hoods or covers for live third rail or cables adjacent to the work. On every day and at every work site where a live third rail hazard exists, the Contractor shall instruct all employees of the emergency procedures. Knowledge of the disconnect switch locations or manner of disconnection shall be available at all times to the personnel on the job. Unless otherwise noted, only CTA Electrician’s are allowed to disconnect power.

C. The third rail may be de-energized during authorized Track Access Occurrences. The planning and implementation of the de-energizing shall be listed in the Contractor’s process plan and include documenting checklist requirements.

1.11 TRACK SAFETY

A. The Contractor shall, at all times, take special care to conduct operations over, on, under, adjacent to, or adjoining, the CTA Rail Right-of-Way in such a manner as not to cause damage, settlement or displacement of any structures, tracks or any portion thereof. The

Special Procedures 01 35 00-9 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Master Specification, Rev. 0)

Contractor shall suspend such work until reasonable remedial measures, satisfactory to the Authority, have been taken.

B. Any damages to the CTA tracks, supporting structures or other existing facilities and properties caused by the Contractor's operations shall be replaced or repaired by the Contractor to the satisfaction of the Authority without additional cost. Contractor shall obtain photo documentation of damaged property to the Authority prior to performing any repair or replacement work.

C. The Authority shall have the right to perform any work it deems to be of an emergency nature and/or necessary to permit normal train operations during construction operations by the Contractor. The cost of such service or emergency work provided by the Authority shall be borne by the Contractor.

D. The Contractor shall perform all work in accordance with all OSHA safety regulations and all other applicable laws, codes or ordinances.

E. All work shall comply with the CTA, Safety Manual for Contract Construction On, Above, or Adjacent to the CTA Rail System and CTA Standard Operating Procedures.

F. The Contractor shall take such precautions as are necessary to ensure the safety and continuity of the CTA operations and passengers. The Contractor shall provide a minimum horizontal clearance of 7'-2" from the centerline of the nearest tangent track to any falsework, bracing and forms or other temporary obstruction during the work under this Contract. The clearance requirements for curved track sections must be calculated by the Contractor to ensure encroachment into the clearance envelope will not occur. Prepare, submit and obtain approval of detailed drawings prepared and sealed by a licensed structural engineer in the state of Illinois for all falsework, sheeting and construction procedures adjacent to and under the tracks before doing any work on same. After obtaining approval of such plans, said falsework, sheeting and construction procedures shall be constructed strictly in accordance with the approved drawings and specifications. In case of any settlement or displacement of structures or tracks, the Contractor shall immediately proceed with all shoring or other work necessary to maintain the CTA property in a safe condition for the operation of train service. If the Contractor fails to undertake this work within 24 hours after notice by the Authority in writing, the CTA may proceed to repair or shore any such structure or tracks; and the cost thereof shall be deducted from any compensation due, or which may become due, to the Contractor under this Contract. If the settlement or displacement is severe enough to limit train service, the repairs shall be made immediately. All costs of any disruption to the CTA service due to the Contractor's operations or negligence shall be at the Contractor's expense.

1.12 TRACK FLAGGING OPERATIONS

A. Temporary Track Flagging slow zones per CTA SOP 7041 and CTA, Safety Manual for Contract Construction on or Near the CTA Rail System are restricted in the following manner:

1. Temporary track flagging slow zones can only be mobilized, utilized and demobilized in non-rush hour time periods and no more than one (1) Track Flagging Operation zone will be permitted at any given time. The Contractor shall be responsible to furnish and install the required slow zone signage and equipment. A Track Flagging Operation zone is defined as a contiguous work zone, of no more than 600 feet in length, regardless of the number of tracks

Special Procedures 01 35 00-10 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Master Specification, Rev. 0)

fouled.

2. Current Standard Operating Procedures require Slow Zone with flagging protection whenever three or more workers are scheduled to work on, across or near a section of track for one half hour or more. Flagging protection shall be ordered and assigned according to the CTA Flagmen Requirements Manual. These standards must be adhered to and the number of flagmen assigned to a work location shall be as required by the CTA Flagmen Requirements Manual that is attached at the end of this section of the Specifications and is available for public viewing at CTA Headquarters upon request.

3. Temporary Track Flagging slow zone signs must be removed or turned so the sign cannot be read from the motor cab or hooded to cover the sign so it may not be read from the motor cab when the work crew clears the right-of-way.

4. The Contractor shall provide the CTA with a written request for flagmen and other personnel at least forty eight (48) hours (two normal working days and before noon) prior to the date, and time the work will be performed and the CTA personnel are requested.

5. A maximum of zero (0) flagger shifts shall be provided, at no cost to the Contractor, as part of the Contract.

6. A maximum of forty (40) infrastructure shifts for other CTA personnel (signalmen, linemen, towermen, etc.) shall be provided at no cost to the Contractor as part of the contract.

7. Flagmen or CTA Infrastructure personnel required by CTA for a Track Access Occurrence as provided in Attachment H – Proposal section of the Contract will not be counted towards the allowable flagger or infrastructure shifts provided above.

B. The providing of such personnel and any other safety precautions taken by the Authority shall not relieve the Contractor of any liability for death, injury or damage arising in connection with the construction operations. See CTA SOP No. 7037, "Flagging on the Right-of-Way", for a description of flagging personnel duties.

C. To minimize flagmen usage, the Contractor shall use approved barricades, barricaded scaffolds and/or safety railings. Barricades and safety railing arrangements shall be in accordance with Section 4-5.3 of the CTA, Safety Manual for Contract Construction On, Above, or Adjacent to the CTA Rail System.

D. The CTA does not guarantee that flagging or other personnel will always be available when requested. The Contractor shall be advised that requests for flagging manpower must conform to the CTA, Flagmen Requirements Manual, and certain work locations require multiple flagging personnel when only one track is fouled by the work.

E. The Contractor shall pay for all flagging and other personnel costs (costs will be deducted from the Contract) under any of the following circumstances:

1. Flagging or other personnel were requested by the Contractor and scheduled by the Authority but not used by the Contractor. 2. The Contractor failed to properly notify the Authority at least twenty-four (24) hours in advance of the date and time the work was to be performed to cancel

Special Procedures 01 35 00-11 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Master Specification, Rev. 0)

scheduled personnel. 3. When the Contractor estimates that additional flagging personnel, signalmen, linemen, or towermen are needed to secure the project construction site or for a specific phase of construction. 4. When work being performed includes repair or rework resulting from previously installed non-conformant work.

In addition, The Contractor shall be responsible to reimburse the CTA for all flagger costs (costs will be deducted from the Contract) associated with the use of flaggers in excess of the zero (0) flagger shifts throughout the duration of the contract. The cost for the each flagger shift shall be $900.00 per flagger shift.

The Contractor shall also be responsible to reimburse the CTA for all costs (costs will be deducted from the Contract) associated with the use of other personnel in excess of the forty (40) infrastructure shifts throughout the duration of the contract. The cost for any other CTA personnel (signalmen, linemen, towermen, ect…) shall be $1,100.00 per infrastructure shift.

F. By labor contract, CTA flagging personnel are entitled to a 30-minute break after a continuous 5-1/2 hour work period, including report and travel time. The 5-1/2 hour period begins when the person reports to work at his or her home terminal. Additionally, flagging personnel are entitled to occasional personal breaks (to use the washroom facilities) during the normal course of work. When flagging personnel leave the work site, work must cease unless provision is made for a relief flagger. The Contractor shall coordinate the Project work schedule with the flagging personnel break periods.

G. All employees of the Contractor and subcontractors shall report any actions of perceived CTA employee misconduct, or if any CTA employee does not provide a full level of cooperation in support of the contract; immediately and directly to the CTA Project Manager, as well as CTA Operations in writing. Only with timely, written documentation will CTA be enabled to resolve work site personnel issues and take appropriate disciplinary action, when necessary.

H. If the Contractor, CTA Construction or Safety Inspector believes that the Flagman is unable to perform his/her duties responsibly, work shall be stopped immediately, ensure that the right-of-way is safe for train operations, and the Work Crew shall exit, without delay, the Rail System right-of-way. The Contractor must provide a written report to the Construction Inspector prior to the end of the workday.

1. In addition, all employees of the Contractor and subcontractors must report any actions of perceived CTA employee misconduct, or if any CTA employee does not provide a full level of cooperation in support of the contract immediately to the CTA’s Control Center and/or CTA Rail Operations Route Manager. Within 24 hours of alleged incident, provide written report to the CTA Project Manager including detailed explanation of incident, employee badge numbers, location of incident, etc.

2. Failure to make the proper notification in writing may adversely affect any claim the Contractor may file with respect to CTA employee performance or lack thereof.

I. CTA Flaggers only provide flagging protection for the CTA right of way. Flaggers for streets, highways or other railroads are solely the responsibility of the Contractor. Any

Special Procedures 01 35 00-12 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Master Specification, Rev. 0)

additional flagging required by other agencies or railroads are the responsibility of the Contractor as part of the General Conditions of the Work and shall be included in the Contractor’s lump sum bid for the Work.

1.13 TRACK ACCESS OCCURRENCES

A. The entire system must be fully operational when the tracks are put back into service after a Track Access Occurrence. The track where work was conducted must be returned to CTA in revenue condition; all stations must be open, fully functional and properly cleaned. The Contractor shall be immediately available with sufficient staff for up to one hour after revenue operation begins to ensure that all systems are functioning properly.

B. The Contractor shall allow enough time prior to putting the tracks back into service to make sure the line can be fully operational. A test train shall be required after any track replacement, signal modification or any construction activity, determined by the Engineer, to require a test train. The scheduling of test trains must include travel time to and from the location being tested. Additional time should also be allowed for any possible remedial work required before the system can be made fully operational.

C. All components of the system, including, but not limited to, tracks, signals, stations, entrances, etc. must be fully and properly operational prior to putting the tracks and facilities back into service. Any facilities under demolition or construction and any temporary facilities must be safe and secure so they do not impact revenue service operations.

D. The Contractor shall be subject to Liquidated Damages if any station, facility, yard, structure, track, or component is not fully operational and useable at the prescribed predetermined time; including all planned staging of construction sites. See Attachment H-Proposal section of the Contract for Liquidated Damages.

1.14 ADDITIONAL REQUIREMENTS

A. The Contractor shall coordinate any temporary relocation of signal equipment by the Contractor with the CTA Project Manager. CTA forces will not be responsible for performing this work.

B. The contractor shall clean all debris and equipment from the work or staging areas after work has been completed after each work day. In the event the Contractor fails to so clean to the Authority’s satisfaction, the Authority may perform any necessary cleaning and deduct the cost of such cleaning from the Contract Sum due the Contractor.

C. The Contractor shall be responsible for maintaining access to and use of any adjacent residential and business properties, including telephone lines, electric power lines, street traffic controls and other utilities serving those properties.

D. The Contractor shall maintain the signal and communications systems throughout the project:

1. The Contractor shall be responsible for all signal and communications system work necessary to support the staged construction. 2. At the start of suspension of service, the Contractor shall disconnect and protect all signal and communications cables and wayside appliances in the area of construction.

Special Procedures 01 35 00-13 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Master Specification, Rev. 0)

3. The Contractor shall connect all cables following accepted industry practices. Accepted industry procedures require the testing of any circuitry that is disconnected and reconnected. 4. The Contractor shall reinstall all removed appliances exactly as when removed and activate all wayside appliances prior to service restoration. All connections to the running rail or structure must be new. 5. The Contractor shall perform system safety testing, to be witnessed by CTA Signal representatives, prior to returning tracks to CTA Operations. 6. Contractor temporary work shall be installed to allow clear access to CTA Maintenance staff for periodic maintenance and troubleshooting until the permanent systems are activated. 7. The Contractor shall retain the services of a qualified Railroad Signal Engineer to oversee all signal and communications work. 8. A comprehensive plan for any signal and communications work must be submitted for approval prior to the start of the staged construction. 9. The Contractor shall be responsible for the complete electrical isolation of each newly installed section of running rail. 10. Up to two sets of proper splices will be allowed in existing or temporary cabling for construction staging purposes. Cables installed for the final signal system must be connected at junction boxes or housings and may not be spliced. All spliced cables must be meggered. 11. The Contractor shall provide for testing of any temporary or permanent modifications made to the existing signal system, including modifications due to the relocation of equipment, removal and reinstallation of equipment, disconnection and reconnection of equipment, disconnection and reconnection of cables, and installation of cables. The extent of testing required shall be as directed by the Authority, based on the extent of the modification. In general, the testing of field equipment that is removed and reinstalled in place will require verification that the equipment has been properly restored to service. Modifications or alterations of express or external cables shall require testing of all circuits and devices connected to the cabling to ensure that they function properly; ringing out and/or meggering cable alone will not fulfill the testing requirements. In general, modifications related to external cabling shall not require extensive testing of internal house circuitry functionality, in the absence of any internal circuitry modifications. 12. A fully functional signal and communication system must be operation at all times. Otherwise, the line will not be allowed to resume operation and the Contractor will be responsible for liquidated damages. See Attachment H – Proposal section of the Contract Documents for Liquidated Damages.

1.15 AVAILABLE TRACK AND STAGING AREAS

A. Track space can be made available to the Contractor at the following locations for the storage of the contractor’s rail borne equipment:

o Track space is not offered for the scope of this project

All foreign rail borne equipment must receive prior approval from the CTA Rail Vehicle Engineering Group.

Special Procedures 01 35 00-14 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Master Specification, Rev. 0)

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Special Procedures 01 35 00-15

Flagmen Requirements

1

FLAGMAN REQUIREMENTS - TABLE OF CONTENTS

Introduction...... 3 Flag Zone Index...... 4 Flagmen Requirements ...... 4 Flag Zone Map ...... 5 Procedure for Ordering Flagmen...... 5 Definitions...... 7 Blue Line ...... 9 Flag Zone Index - O'Hare Terminal - O'Hare to Kostner ...... 9 Flag Zone Map - O'Hare Terminal - O'Hare to Kostner...... 12 Flag Zone Index - O'Hare Terminal - Kostner to LaSalle Crossover...... 13 Flag Zone Map - O'Hare Terminal - Kostner to LaSalle Crossover ...... 15 Flag Zone Index - Forest Park Terminal - Desplaines to LaSalle Crossover...... 16 Flag Zone Index - 54th Terminal - 54th to Loomis Junction...... 18 Flag Zone Map - Forest Park & 54th Terminals ...... 20 Brown Line ...... 21 Flag Zone Index - Kimball Terminal ...... 21 Flag Zone Map - Kimball Terminal - Kimball to Wacker Drive ...... 25 Green Line...... 26 Flag Zone Index - Harlem Terminal - Harlem to 18 Tower...... 26 Flag Zone Map - Harlem Terminal - Harlem to 18 Tower ...... 27 Flag Zone Index - 63rd/Ashland Terminal -Green Line - 63rd/Ashland to 59 Interlocking ...... 28 Flag Zone Index - 63rd/Ashland Terminal - Green Line - 63rd/Cottage Grove to 59th Junction ...... 29 Flag Zone Index - 63rd/Ashland Terminal -Green Line - 59th Junction to 13th Junction ...... 30 Flag Zone Map - 63rd/Ashland Terminal - 63rd/Ashland & 63rd Cottage to 13th Junction ...... 31 Orange Line...... 32 Flag Zone Index - Midway Terminal Midway to 12 Tower...... 32 Flag Zone Map - Midway Terminal - Midway to 12 Tower ...... 37 Flag Zone Index - Midway Terminal - Loop...... 38 Flag Zone Map - Midway Terminal - Loop...... 40 Red, Purple & Yellow Lines ...... 41 Flag Zone Index - Howard Terminal - Linden to Howard North Interlocking/Purple Line...... 41 Flag Zone Index - Howard Terminal - Dempster to Howard North Interlocking ...... 42 Flag Zone Index - Howard Terminal - Howard to Clark Junction/Red Line North...... 43 Flag Zone Map - Howard Terminal - Purple, Yellow and Red Line North to Clark Junction...... 48 Flag Zone Index - 95th Terminal - 95th to North Portal/...... 49 Flag Zone Map - 95th Terminal - 95th to North Portal State Street Subway ...... 51 Flag Zone Matrix ...... 52 Appendix A Rail Service Bulletins ...... 53 Appendix B Forms ...... 61 Appendix C Standard Operating Procedures ...... 70 Appendix D Drawings/Sketches ...... 89

FLAG ZONE INDEX

The entire Rail System has been divided into 198 flag zones. These flag zones are based upon which Rail Terminal has the responsibility of providing flagmen. The Flag Zone numbers emulate train run numbers assigned to the Terminal supplying the Flagmen (except for ). For easy identification, all Flag Zones are listed on a "Flag Zone Index" chart.

This Flag Zone Index identifies each Flag Zone by:

1) Flag Zone Number 2) Location (limits of the zone) 3) Number of tracks 4) Track Characteristics/Special Conditions 5) Rail Stations within the flag zone 6) Flagmen Requirements based on:

a) The number of tracks fouled. b) Track number where work is being performed. c) Minimum number of flagmen required.

FLAGMEN REQUIREMENTS

Flagmen requirements are determined by one of two methods, Tracks Fouled or Track Numbers.

Determining Flagmen Requirements using "Tracks Fouled" Method

Tracks Fouled is defined as the placement of an individual or an item of equipment in such proximity to a track that a moving train could strike the individual or equipment. This also includes the area where workers relocate to clear the track upon the approach of a train. (Note: climbing or jumping up to a Rail Station Platform is not an acceptable method of clearing a fouled track). Flagmen requirements are normally determined by this method. To determine the minimum number of flagmen required, ascertain how many tracks will be fouled, then refer to the Tracks Fouled portion of the Flag Zone Index for the minimum number of flagmen required.

Determining Flagmen Requirements using "Track Numbers" Method (used only in areas of multiple tracks - four or more)

Track Number is defined as a specific number or letter used to identify a specific track. This method is used when work is performed in an area of multiple tracks (four or more).

When work is performed on one track in areas of four or more tracks, the track number portion of the Flag Zone Index is used to determine the minimum number of flagmen required.

When work is performed on more than one (1) track in areas of four (4) or more tracks, the track fouled portion of the Flag Zone Index Chart is used to determine the minimum number of flagmen required.

4

FLAG ZONE MAP

A Flag Zone map has been developed as a graphic aid identifying the limits of flagging zones and noting special track conditions. The maps are based on Rail Terminal Flagmen Assignments.

PROCEDURE FOR ORDERING FLAGMEN

Work Site Inspection Before flagmen are ordered, the person immediately in charge of the work (in cases of outside contractors - a construction inspector or building inspector) is required to conduct an on- site evaluation of the work site. The purpose of this inspection is to determine which flag zones the work will be performed in. Upon review of the work area, consult the "Flag Zone Guide" to determine the minimum number of flagmen required. If work is performed in two or more flag zones, the flag zone shall govern the minimum number of flagmen ordered with the highest /largest number of flagmen. Taking a track out of service with a Service Bulletin may reduce the total number of flagmen required. To take a track out of service, a completed "Single Track/Reroute Request" form must be submitted to the Office of the Vice President, Rail Operations at least 14 days in advance of the scheduled work. Whenever possible, the person in charge should request a Transportation Manager to attend the work site inspection.

Once, the minimum number of flagmen is determined, contact the Rail Control Center Clerk (for work charged to Function Numbers or Operations) or the Capital Improvement Project Clerk (for work charged to Capital Accounts or Job Orders) to place a flagmen order. When placing the flagmen order, provide the clerk with following information:

1) Flag Zone Number where work will be performed. (NOTE: If work is performed in two or more flag zones, the minimum number of flagmen ordered shall be governed by the flag zone with the highest number of flagmen).

2) The location and type of work to be performed.

3) Tracks fouled by the work.

4) The track(s) where work will be performed.

5) The minimum number of flagmen required (governed by the flag zone with the highest number of flagman), including projected number of days and times flagmen will be required.

6) The meeting time and location where flagmen are to report for work.

7) The person in charge of the work, including CTA radio call sign.

Once this information is given to the clerk, the clerk will assign an order number for that job. Record the number and use it for all future reference for that job. When canceling the flagmen order, provide the clerk with the order number in order to properly cancel it.

If there are any questions regarding these requirements, contact your immediate supervisor to 5 arrange for a field evaluation of the area with representatives of Rail Operations, Rail Instruction and Safety.

Rail Control Center Clerk and Capital Improvement Clerk

Upon receipt of the flag order request and all necessary information, the clerk will:

1) Assign an order number.

2) Prepare the proper "Rail Operations Order" form.

3) Complete pertinent information including the amount of tracks fouled, track number where work is to be performed, Flag Zone Number, number of flagmen and number of days flagmen will be required.

4) Using the Flag Zone Index, check that the correct minimum numbers of flagmen are being ordered.

5) Execute the flag order by notifying the appropriate Terminal Clerk by telephone and fax a copy of the completed Rail Operations Order. Note: if unable to fax a copy of the Rail Operations Order, send a copy in the CTA departmental mail.

Terminal Clerk

Upon receipt of flag order, the clerk will:

1) Prepare the proper "Rail Operations Order" form.

2) Complete pertinent information including the amount of tracks fouled, track number where work is to be performed, Flag Zone Number, number of flagmen and number of days flagmen will be required.

3) Using the Flag Zone Index, check that the correct minimum numbers of flagmen are being ordered.

4) Execute the flag order by assigning the correct number of flagmen.

Transportation Manager

The Transportation Manager must verify that flag orders are in compliance with the Flag Zone index. All orders must be reviewed by a Transportation Manager and authorized by signature including date and time.

Canceling Flagmen Orders

Upon completion of work, the person in charge of the work area shall contact the appropriate Clerk and cancel the flag order by noon of the previous day when flagmen are no longer required for that job.

General 6 Rail Operations Management and Supervisors must periodically check all Slow Zones.

Definitions

Abutment – Earth retaining structures (typically concrete) which support slabs, stringers, trusses or girders.

Bent - a structure consisting of two or more columns and one or more cross girder segments supporting track or platform stringers.

Bent Number (#) - the unique identification number of a bent

Catenary - an overhead wire from which a transit vehicle collects 600 volt D.C. power.

Clearance - The distance between specified points along the tracks and specified points on a moving vehicle.

Clearance Diagram - a diagram that establishes the minimum safe distance between all points on a moving vehicle and fixed wayside structures or appurtenances.

Crossover - two turnouts, with track between the frogs, arranged to allow a continuous passage of trains between two parallel tracks.

Flagman - an employee designated to control the movement of trains by the display of hand signals, flags or lights.

Flagman, Relay - an additional flagman positioned to coordinate the safe movement of trains through a work area.

Flag Zone - a segment of track with definite boundaries.

Flag Zone Index - a chart identifying each flag zone by the 1) Flag Zone Number, 2) Location (limits of the flag zone), 3) Number of tracks, 4) Track Characteristics/Special Conditions, 5) Rail Stations within the flag zone and 6) Flagmen Requirements.

Flag Zone Map - a map of areas of a rail line illustrating the limits of flag zones.

Flag Zone Number - a unique number identifying a specific flag zone.

Fouling a Track (track fouled) - the placement of an individual or an item of equipment in such proximity to a track that the individual or equipment could be struck by a moving train. This would also include the area where workers clear to on the approach of a train on the track that they are working on/adjacent to on the approach of a train.

Interlocking - a powered group of switches, locks and signals through a junction, cross-over or crossing, so arranged, as to permit train movements without conflict.

Junction - a location where train routes converge or diverge.

7 Out of Service Track - a section of track authorized by a Service Bulletin or Rail Control that no trains (revenue or non-revenue) may operate on (may require the installation of a portable track trip and may require the removal of traction power).

DEFINITIONS (continued)

Portable (flagman's) Track Trip - a portable device, installed on the running rail with a removable trip arm, which causes a penalty brake application on a train when it is struck by the train side trip.

Relay Flagman, see Flagman, Relay

Revolving Amber Warning Lights - a device that operates when reverse train operation is established with cab signal protection (O'Hare - from Jefferson Park to Rosemont and North Mainline on tracks 3 & 4 from Addison Interlocking to the north end of Clark Junction).

Service Bulletin - an instructional bulletin that is used for planned irregular train operation - format used for removal of a track from service.

Signal - a device conveying information affecting movement of a train.

Signal Bond Marker – a sign designating the nearby track circuit number and change in allowable train speed.

Signal Number Plate (or Signal #) - A plate containing letters or numbers distinctive for each signal, attached to that signal or signal bond.

Slow Zone - a series of signs establishing a segment of track where trains must operate at a reduced speed due to workers on the right-of-way, track & structure conditions, or other reasons that trains must operate at a reduced speed.

Switch - a pair of switch points with their fastenings and operating rods providing the means for establishing a route from one track to another

Switch Point - a moveable tapered track rail, the point of which is designed to fit against the stock rail.

Turnout - an arrangement of a switch and frog with closure rails by means of which trains may be diverted from one track to another.

Third Rail - a rail mounted on insulators alongside the running rail which provides traction power for train operation.

Track Markers – signs posted at 100’ intervals to indicate route and track.

Workers Ahead Warning System - a flashing yellow light which alerts operators that workers are present on or near the track ahead in certain areas of limited visibility and in cab signal territory may reduce the maximum allowable train speed by one or more increments.

ABBREVIATIONS 8 NB - northbound SB - southbound No. or # - Number Trks - tracks RF - Relay Flagman

9 Flag Zone Index - O'Hare Terminal - O'Hare to LaSalle Interlocking - Dearborn Subway/Blue Line

Flag Location No. Track Characteristics Stations Flagman Requirements Zon Trks Special Conditions Tracks Track Flagman e Fouled No. No.

101 O'Hare Terminal 3 Station platforms are constructed at the north end of the O'Hare 1 - 1 O'Hare Subway. Track is secured by direct fixation 2 - 2 method, portable track trips are installed at drainage cut outs under rail or by using permanent track trip bases 3 - 3 installed under the running rail. O'Hare platforms are island type.

102 O'Hare Terminal to the south (east) end of 3 Subway track separated by concrete walls with a center - 1 - 1 O'Hare East Interlocking track in a curve with restricted visibility. Track is secured 2 - 2 by direct fixation method, portable track trips are installed at drainage cut outs under rail or by using permanent 3 - 3 track trip bases installed under the running rail.

103 O'Hare East Interlocking to the south (east) 2 Subway track separated by a concrete wall leading to an - 1 - 2 end of Old Mannheim Interlocking incline onto ballasted track in expressway median. Ballasted track is in a curve with restricted visibility. Track 2 - 4 is secured by direct fixation method in subway & incline, portable track trips are installed at drainage cut outs under rail or by using permanent track trip bases installed under the running rail.

104 Old Mannheim Interlocking to Ramp AJ@ 2 Ballasted track constructed in expressway median that has - 1 - 1 leading to southbound I-294 a curve with restricted visibility. 2 - 2

105 Ramp AJ@ to the south (east) side of 2 Ballasted track constructed in expressway median with a Rosemont 1 - 1 Rosemont Station platform curve with restricted visibility. Track is constructed around Rosemont Yard from Bridge "J" to Rosemont Station. 2 - 2 Rosemont Station platform is an island type.

106 Rosemont Station platform to the north 2 Ballasted track constructed in expressway median leading - 1 - 2 (west) portal of the Tollway Tunnel to a tunnel. 2 - 2

107 Tollway Tunnel - north portal to the south 2 Ballasted track constructed in a tunnel with a curve with - 1 - 3 (east) side of East River Road Bridge restricted visibility. 2 - 3

108 East River Road Bridge to Oriole Avenue 2 Ballasted track constructed in expressway median. Cumberland 1 - 2 Bridge Cumberland Station platform is an island type. CANFIELD 2 - 2 & ORIOLE AVENUE BRIDGE PIERS ARE AREAS OF

NO CLEARANCE NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered. 9

Flag Zone Index - O'HARE TERMINAL - O'Hare to LaSalle Interlocking - Dearborn Subway/Blue Line

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagma Fouled No. n

109 Harlem Curve - Oriole Avenue bridge to the 2 Ballasted tracks in a curve with restricted visibility - 1 - 3 north (west) end of Harlem Station platform) constructed in expressway median. 2 - 3

110 Harlem Station to the south (west) side of 2 Ballasted tracks constructed in expressway median. Harlem 1 - 1 Harlem Interlocking Harlem Avenue Station platform is an island type. 2 - 2

111 Harlem Interlocking to north (west) side of 2 Ballasted track constructed in expressway median. - 1 - 2 Nagle Interlocking SAYRE & NATOMA AVENUE BRIDGE PIERS ARE AREAS OF NO CLEARANCE 2 - 2

112 Nagle Curve - Nagle Interlocking to south 2 Ballasted tracks in a curve with restricted visibility - 1 - 2 (east) end of curve at Signal Relay Case at constructed in expressway median. Workers Ahead Moody Warning System installed in this zone. NAGLE AVENUE 2 - 3 BRIDGE PIER IS AREA OF NO CLEARANCE

113 South end of Nagle curve to the south (east) 2 Ballasted track constructed in expressway median. - 1 - 2 end of Foster Avenue Bridge PEDESTRIAN BRIDGE @ AUSTIN, FOSTER & CENTRAL AVENUE BRIDGE PIERS ARE AREAS OF 2 - 2 NO CLEARANCE

114 Foster Avenue Bridge to Central Avenue 2 Ballasted track with a center storage track constructed in - 1 - 1 Bridge expressway median. 2 - 2

115 Central Avenue the south (east) end of 2 Ballasted tracks in a curve with restricted visibility Jefferson Park 1 - 2 Jefferson Park Station constructed in expressway median. Center storage track from Central Avenue to Edmunds. Workers Ahead 2 - 4 Warning System installed in this zone. IN THE AREA OF EDMUNDS, AREAS OF NO CLEARANCE EXIST BETWEEN CONCRETE RETAINING WALL & THE OUTSIDE OF THE NORTHBOUND & SOUTHBOUND TRACKS.

116 Jefferson Park to the south (east) end of 2 Ballasted track with wide track centers constructed in - 1 - 1 Lawrence Avenue Bridge expressway median. 2 - 2 NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered. 10

Flag Zone Index - O'HARE TERMINAL - O'Hare to LaSalle Interlocking - Dearborn Subway/Blue Line

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagman Fouled No.

117 Lawrence to Lamon Avenue at Pumping 2 Ballasted tracks in a curve with restricted visibility - 1 - 2 Station located along northbound Kennedy constructed in expressway median. Expressway 2 - 2

118 Lamon to the north (west) end of Montrose 2 Ballasted tracks in a curve with restricted visibility - 1 - 4 Station constructed in expressway median. 2 - 4

119 Montrose Station to the south (east) end of 2 Ballasted tracks in a curve with restricted visibility Montrose 1 - 2 Montrose Avenue Bridge constructed in expressway median. Montrose Station platform is an island type and constructed in a curve with 2 - 4 restricted visibility.

120 Montrose Avenue Bridge to Kostner 2 Ballasted tracks constructed in expressway median. 1 - 2

2 - 2 NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

11

Flag Zone Map - O'Hare Terminal - O'Hare to Kostner

12

Flag Zone Index - O'HARE TERMINAL - Kostner LaSalle Interlocking - Dearborn Subway/Blue Line

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagman Fouled No.

121 Expressway Tunnel (Kostner to the north 2 Ballasted tracks constructed in expressway median in a - 1 - 3 side of Irving Park Road @ Power Isolation tunnel with a curve with restricted visibility. Switches) 2 - 3

122 Irving Park Station 2 Ballasted track constructed in expressway median. Irving Irving Park 1 - 1 Park Station platform is an island type. 2 - 2

123 South (east) end of Irving Park Station to 2 Ballasted track constructed in expressway median. - 1 - 2 the north (west) side of Addison Crossover 2 - 2

124 Addison Crossover to Addison Street 2 Ballasted track constructed in expressway median. Addison 1 - SB -1 Addison Street platform is an island type constructed in a curve with restricted visibility. NB - 2

2 - 3

125 Addison Street to Signal Bond #NWD 174 2 Ballasted track constructed in expressway median. - 1 - 2 located approximately 1300 feet north of Kimball Subway North Portal. 2 - 2

126 Signal Bond #NWD 174 to the north (west) 2 Ballasted track constructed in expressway median leading - 1 - 2 end of Belmont Station into a subway in a curve with restricted visibility. In the 2 - 4 subway a concrete wall separates tracks. NO CLEARANCE AREA IN CURVE ON BOTH THE NORTHBOUND AND SOUTHBOUND TRACK

127 Belmont Station to Belmont Crossover 2 Subway track separated by concrete platform and wall. Belmont 1 - 1 Belmont Station platform is an island type. 2 - 2

128 Belmont Crossover to Logan Square 2 Subway track separated by a concrete wall in a curve with 1 - 2 restricted visibility. NO CLEARANCE AREA IN CURVE 2 - 4 ON BOTH THE NORTHBOUND AND SOUTHBOUND TRACK NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

13

Flag Zone Index - O'HARE TERMINAL - Kostner to LaSalle Interlocking - Dearborn Subway/Blue Line

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagman Fouled No.

129 2 Subway track separated by concrete platform. Logan 1 - 1 Logan Square Station platform is an island type. Square 2 - 2

130 Logan Square Station to the south abutment 2 Subway track separated by a concrete wall in a curve with - 1 - 2 of the Kimball Subway restricted visibility. 2 - 4

131 South Abutment Kimball Subway to North 2 Open deck elevated structure. California, Western and California 1 - 2 Abutment Dearborn Subway Damen station platforms are outside type. Western Damen 2 - 2

132 North Abutment Dearborn Subway to the 2 Ballasted tracks on an incline leading into Subway in Division 1 - 2 south end of Division Curve @ Signals curves with restricted visibility. In the subway, tracks are C-210 or D-213 separated by a concrete wall or station platform. Division 2 - 4 Street platform is an island type.

133 South end of Division Curve to Hubbard 2 Subway tracks separated by a concrete wall. Chicago Chicago 1 - 1 Street Crossover Avenue Station and Abandoned Grand Avenue platforms are island type. 2 - 2

134 Crossover to underneath 2 Subway tracks separated by a concrete wall in a curve - 1 - 2 the @ Signal C-112 or with restricted visibility. Signal D –115

135 Underneath Chicago River to the south end 2 Subway tracks separated by a concrete wall and concrete Clark/Lake 1 - 1 of Clark/Lake platform platform. Clark/Lake Station platform is an island type 2 - 2

136 Washington Curve – Signals C-92 or D-84 2 Subway tracks separated by a concrete wall in a curve - 1 - 2 to the north end of the continuous platform with restricted visibility. at Washington 2 - 4

137 Washington to south of Jackson Station at 2 Subway tracks separated by an island type of continuous Washington 1 - 1 Signals C-56 or D-84 platform. Washington, Monroe & Jackson Station Monroe platforms are island type. Jackson 2 - 2

138 Jackson Curve - from the south end of 2 Subway tracks separated by a concrete wall in a curve - Jackson Platform to the south end of with restricted visibility. 1 - 2 LaSalle Interlocking 2 - 3

NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered. 14

Flag Zone Map - O'Hare Terminal - Kostner to LaSalle Crossover

15 Flag Zone Index - Forest Park Terminal - Desplaines to LaSalle Interlocking/Dearborn Subway - Blue Line

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagman Fouled No.

201 Forest Park Terminal to the south (west) 2 Ballasted tracks, Forest Park platform is an island type Forest Park 1 - 1 end of Desplaines Avenue Bridge 2 - 2

202 Desplaines Avenue Bridge to the south 2 Ballasted tracks in a reverse curve on an incline with a - 1 - 3 (west) end of Harlem Avenue Station 3.5% grade, portion of the zone is under CSX Railroad bridge. 2 - 3

203 Harlem Station to the south (west) end of 2 Ballasted tracks with wide track centers. Harlem, Oak Park Harlem 1 - 1 Central Avenue Station and Austin station platforms are island type. Oak Park Austin 2 - 2

204 Central Avenue Station (abandoned) to 2 Ballasted tracks in a double reverse curve on an incline - 1 - 4 Lockwood Street (8 clear sign for Lotus into a Lotus tunnel. The abandoned Central station Tunnel northbound) platform is an island type. 2 - 4

205 Lockwood Street to Belt Railroad bridge 2 Ballasted tracks with wide track centers in expressway Cicero 1 - 1 median, Cicero Avenue station is an island type. 2 - 2

206 Belt Railroad bridge to south (west) side of 2 Ballasted tracks in a curve with restricted visibility 1 - 3 Keeler Avenue overpass constructed in expressway median. The abandoned Kostner station is an island type 2 - 4

207 Keeler to the south (west) side of Homan 2 Ballasted tracks in expressway median. Pulaski Avenue Pulaski 1 - 1 Avenue overpass station platform is an island type. 2 - 2

208 Homan to north (east) side of Kedzie 2 Ballasted curve tracks with restricted visibility in Kedzie 1 - 2 -TRK C Avenue overpass expressway median. station platform is an 1 -TRK D island type 2 - 3

209 Kedzie to the south (west) end of 2 Ballasted tracks with wide track centers in expressway - 1 - 1 California Avenue Station median. 2 - 2

210 California Avenue Station (abandoned) to 2 Ballasted curved tracks with restricted visibility in - 1 - 1 -TRK C the north (east) end of California Avenue expressway median. The abandoned California Avenue 2 -TRK D overpass station platform is an island type. 2 - 3 NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered. 16

Flag Zone Index - Forest Park Terminal - Desplaines to LaSalle Crossover/Dearborn Subway - Blue Line

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagman Fouled No.

211 California to south (west) end of Loomis 2 Ballasted tracks with wide track centers in expressway Western 1 - 1 Junction median. Western Avenue and Medical Center stations Medical platforms are island types. Includes Western Stub Track. Center 2 - 2

212 Loomis Junction to south (west) end of 2 Ballasted tracks that intersect with the Douglas Park - 1 - 1 - Trk D Racine Avenue Station Platform Elevated Tracks at Loomis Junction. Extra Flag protection 2 - Trk C required on the Douglas Park Branch for work on the northbound track 2 - 3

213 Racine to the north (east) end of Morgan 2 Ballasted tracks with wide track centers in expressway Racine 1 - 1 Middle Track @ Morgan Street median, with a center storage track between Racine and Morgan streets. Racine station platform is an island type. 2 - 2

214 Morgan Middle Track to North Portal 2 Ballasted tracks with wide track centers in expressway U of I/Halsted 1 - 1 - SB Dearborn Subway median featuring a curve with restricted visibility 2 - NB (northbound) in the station area. U of I/Halsted station platform is an island type. 2 - 3

215 North Portal Dearborn Subway to the north 2 Subway tracks separated by a concrete wall, Clinton Clinton 1 - 1 (east) end Clinton Street Station station platform is an island type. 2 - 2

216 Clinton to the south end of LaSalle Station 2 Subway tracks separated by a concrete wall in a curve - 1 - 2 at Signals C-41 & D-41 with restricted visibility on a 3.2% grade. 2 - 4

217 South end of LaSalle Station to the south 2 Subway tracks separated by a concrete platform. LaSalle LaSalle 1 - 2 end of LaSalle Interlocking station platform is an island type. 2 - 4

NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

17

Flag Zone Index - 54th Terminal - 54th to Loomis Junction -Douglas Branch/Blue Line & Connector Track

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagma Fouled No. n

301 54th to Belt Railway Bridge @ Kenton 2 Ballasted tracks with wide track centers. 54th station has 54th 1 - 1 2 platforms. Laramie (abandoned) and Cicero Avenue Cicero stations are island type. Includes 54th, Laramie, 50th, 2 - 2 49th, Cicero, 47th & 47th Court Grade Crossings

302 Belt Railway Bridge to north (east) side of 2 Ballasted tracks in a curve with restricted visibility. - 1 - 2 Kostner Avenue Workers Ahead Warning System installed in the limits of this zone. Includes Kilbourn & Kostner Grade Crossings 2 - 4

303 Kildare Avenue Station 2 Ballasted tracks with wide track centers. Kildare station Kildare 1 - 1 platform is an island type. 2 - 2

304 South (west) end of Kildare Avenue to the 2 Ballasted tracks on an incline leading to open deck - 1 - 2 south (west) end of Pulaski Avenue Station elevated structure. Includes Kildare Grade Crossing. 2 - 2

305 Pulaski to north (east) end of Central Park 2 Open deck elevated structure with wide track centers. Pulaski 1 - 1 Avenue Station Includes a center track between Pulaski and the Central Central Park Park Stations. Pulaski & Central Park station platforms 2 - 2 are island type.

306 Central Park to Wood Street 2 Open deck elevated structure. Kedzie, California, Kedzie 1 - 2 Western & Hoyne Avenue station platforms are outside California type. Western 2 - 2 Hoyne

307 Wood Street Curve 2 Open deck elevated structure in a curve with restricted - 1 - 3 visibility 2 - 3

308 Cullerton Avenue to the north end of 2 Open deck elevated structure. 18th & Polk Street station 18th 1 - 2 Harrison Street Crossover platforms are outside type. Polk 2 - 2

309 Harrison to Ashland 2 Open deck elevated structure featuring a curve with - 1 - 3 restricted visibility. 2 - 3

NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered. 18

Flag Zone Index - 54th Terminal - 54th to Loomis Junction -Douglas Branch/Blue Line & Connector Track

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagma Fouled No. n

310 Ashland to the south (west) end of Loomis 2 Open deck elevated structure on an incline with a 3.12% - 1 - 2 Junction grade. 2 - 2

311 Connector Track – Harrison Junction to 1 Open deck elevated structure, used as a transfer track. - 1 - 1 Lake Street There are no scheduled train movements on the Connector Track. NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

19

Flag Zone Map - Forest Park & 54th Terminals

Flag Zone Index - Kimball Terminal - Kimball to Wacker Drive / Brown Line

Flag Location No. Track Characteristics Stations Flagman Requirements of Special Conditions Tracks Track Flagman Zone Trks Fouled No. No.

401 Kimball Terminal to Kimball Interlocking 3 Ballasted tracks within the confines of Kimball Terminal. Kimball 1 - 1

Kimball station has 2 platforms. 2 - 2

3 - 3

402 Kimball Interlocking to the north (west) side 3 Ballasted tracks, includes curve with restricted visibility, - 1 - 2 of Spaulding Grade Crossing (includes within the confines of Kimball Interlocking. 2 - 3 Kimball curve) 3 - 3

403 Spaulding Grade Crossing to North Branch 2 Ballasted tracks. Kedzie and platforms Kedzie 1 - 1 Chicago River bridge are island type. Includes Spaulding, Kedzie, Albany, Francisco Sacramento & Francisco Grade Crossings. 2 - 2

404 North Branch Chicago River bridge 2 Ballasted tracks over the North Branch of the Chicago - 1 - 2 River bridge. NO CLEARANCE AREA ON BRIDGE. 2 - 2

405 North Branch Chicago River Bridge to south 2 Ballasted tracks. platform is an island Rockwell 1 - 1 (east) side of Rockwell Grade Crossing type. Includes Rockwell grade crossing. 2 - 2

406 Rockwell Grade Crossing to north (west) 2 Ballasted tracks on incline leading to open deck elevated - 1 - 2 end of Western Avenue Station tracks. 2 - 2

407 Western Station to Leavitt at the center 3 Open deck elevated tracks, 2 main line tracks separated Western 1 - 1 track bumping post by a center storage track. Western Avenue station platforms are outside type. 2 - 2

408 Leavitt to south (east) end of Damen Station 2 Open deck elevated tangent tracks, Damen station Damen 1 - 2 platforms are outside type. 2 - 2

409 Damen Curve - south (east) end of Damen 2 Open deck elevated tracks in curve with restricted visibility. - 1 - 4 Station to Sunnyside at Bent #326 NO CLEARANCE AREA IN CURVE. (Sunnyside is 1 block north of Montrose). 2 - 4

410 Sunnyside to south end of Addison Station 2 Open deck elevated tangent tracks, Montrose, Irving Park Montrose 1 - 2 platform and Addison station platforms are outside type. Iriving Park Addison 2 - 2 NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered. 21

Flag Zone Index - Kimball Terminal - Kimball to Wacker Drive / Brown Line

Flag Location No. Track Characteristics Stations Flagman Requirements Zone of Special Conditions No. Trks Tracks Track Flagman Fouled No.

411 Paulina Curve - south end of Addison 2 Open deck elevated tracks in curve with restricted visibility, - 1 - 4 Station to north (west) end of Paulina includes through girder bridge at track level in center of Station curve. NO CLEARANCE AREA IN CURVE. 2 - 4

412 to north (west) side of 2 Open deck elevated tangent track, Paulina and Southport Paulina 1 - 2 Seminary Avenue at Bent #29 (2nd bent station platforms are outside type. Southport east of Seminary 2 - 2

413 Roscoe Curve (Seminary Avenue at Signal 2 Open deck elevated tracks in curve with restricted visibility. - 1 - 4 RV1-10) to Clark Junction at Signal X-6 ) Workers Ahead Warning System installed in curve. NO CLEARANCE AREA IN CURVE. 2 - 4

414 Clark Junction (north end of Clark Junction 6 Open deck elevated tracks within the confines of Clark - - 1 2 at Signals X-6 & X-8 on the Brown Line and Junction Interlocking, features the intersection of a 4 track Signals X-4, X2, X10 & X-12 on the Red mainline and a 2 track mainline. Flagman requirements - 2 3

Line to School Street @ Bent #6019) based on position of where work is to be preformed and - 3 3 tracks fouled. - 4 2

3 - 3

4 - 5

5 - 5

6 - 6

415 School Street to North Abutment State 4 Open deck elevated 4 track mainline. Belmont and Belmont - 1 2 Street Subway where tracks #2 & #3 meet Fullerton Station platforms are island type and Wellington, Wellington tracks A & B. Diversey and platforms are outside type. Diversey - 2 3

Fullerton - 3 3 Armitage - 4 2

3 - 3

4 - 4 NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered. 22

Flag Zone Index - Kimball Terminal - Kimball to Wacker Drive / Brown Line

Flag Location No. Track Characteristics Stations Flagman Requirements Zone of Special Conditions No. Trks Tracks Track Flagman Fouled No.

416 North Abutment State Street Subway to 4 Open deck elevated tracks that are located above/over the - - 1 2 Willow Curve @ Bent #4036 (1st bent north north incline of the State Street Subway and ballasted of the alley north of Willow Street) Includes track on the North Incline of the State Street Subway. - A 3

tracks A & B on the North Incline of the Abandoned track and footwalk along both elevated tracks. - B 3 State Street Subway Work in this zone may require additional flagman for north incline state street subway. - 2 2

3 - 4

4 - 5

417 Willow Curve to North/Halsted Curve 2 Open deck elevated tracks in curve with restricted visibility. - 1 - 4 Abandoned track and footwalk along both tracks. NO CLEARANCE AREA IN CURVE. 2 - 4

418 North/Halsted Curve Bent #3082 (1st bent 2 Open deck elevated tracks in reverse curve with restricted - 1 - 4 west of Halsted) to Bent #3054 at Orchid visibility. Abandoned track and footwalk along both tracks. Street NO CLEARANCE AREA IN CURVE. 2 - 4

419 North/Halsted Curve to north (west) end of 2 Open deck elevated tangent tracks. Abandoned track and - 1 - 2 Sedgwick Station platform footwalk along both tracks. 2 - 2

420 Sedgwick Curve (north end of Sedgwick 2 Open deck elevated tracks in curve with restricted visibility. Sedgwick 1 - 3

station to Bent #2130 - approximate location Sedgwick station platforms are outside type. Abandoned 4 of Blackhawk Street) track and footwalk is along both tracks. 2 - NO CLEARANCE AREA IN CURVE.

421 Sedgwick Curve to north side of Division 2 Open deck elevated tangent tracks. - 1 - 2 Street (at Bent #2077) Abandoned track and footwalk along both tracks (except in the area north of Division street. 2 - 2

422 Church Curve (from Division Street to Oak 2 Open deck elevated tracks in reverse curve with restricted - 1 - 3 Street at Bent #2043) visibility. Abandoned track and footwalk along both tracks. NO CLEARANCE AREA IN CURVE. 2 - 3

NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

23 Flag Zone Index - Kimball Terminal - Kimball to Wacker Drive / Brown Line

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagman Fouled No.

423 Church Curve to south end of Institute 2 Open deck elevated tangent tracks. - 1 - 2 Crossover Abandoned track and footwalk along southbound track and footwalk and storage track along northbound track. 2 - 2

424 Institute Crossover to the south end of 2 Open deck elevated tracks in a curve with restricted Chicago 1 - 3 Chicago Avenue Station visibility at the north end of Chicago Avenue Station. Chicago Ave Station platforms are outside type. 2 - 4 NO CLEARANCE AREA IN CURVE.

425 Chicago Avenue Station to Grand Avenue 2 Open deck elevated tangent track. - 1 - 2 (Bent #1050 - south side of Grand Avenue) 2 - 2

426 Curve (Grand Avenue to 2 Open deck elevated tracks in curve with restricted visibility. - 1 - 4 north end of NO CLEARANCE AREA IN CURVE. 2 - 4

427 Merchandise Mart Station 2 Open deck elevated tangent tracks with wide track Merchandise - 1 - NB 1 centers. Merchandise Mart station platforms are outside Mart type - 2 - SB 2

2 - 3

428 Bridge (from the south end of 2 Open deck elevated tangent track constructed on - 1 - 1 Merchandise Mart Station to Wacker Drive raiseable Wells Street bascule bridge. NO SLOW ZONE (south side) at Bent #1007 SIGNS OR FLAGMEN CAN BE SET UP ON WELLS 2 - 2

STREET BRIDGE. NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

24

Flag Zone Map - Kimball Terminal - Kimball to Wacker Drive

25

Flag Zone Index - Harlem Terminal - Harlem to 18 Tower/Green Line

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagman Fouled No.

001 Harlem Terminal to the north (west) end of 2 Raised embankment ballasted tracks. Harlem Station Harlem 1 - 2 platform is an island type. 2 - 2

002 Oak Park Station to the north (east) end of 2 Raised embankment ballasted tracks. Oak Park, Oak Park 1 - 1 Central Station Platform Ridgeland, Austin & Central Stations platforms are island Ridgeland type. Austin 2 - 2 Central

003 Central to Lorel 2 Raised embankment ballasted tracks. - 1 - 2

2 - 2

004 Lorel to the north (west) end of Laramie 2 Raised embankment ballasted tracks leading to open deck - 1 - 2 Station platform @ Bent #3002 elevated tracks in a curve with restricted visibility. Workers Ahead Warning System installed from Lorel to the Laramie 2 - 2 Interlocking.

005 Laramie to Fairfield @ Bent #2332 2 Open deck elevated tracks with wide track centers, tracks Laramie 1 - 1 are separated by open space between elevated structure. Cicero Footwalk and handrail are inside style. Raised structure Pulaski 2 - 2 with bridge girder over railroad @ Kenton Avenue. Kedzie Laramie, Cicero, Pulaski, Homan (abandoned), Kedzie & California California Stations platforms are outside type.

006 Fairfield to south (east) side of Canal Street 2 Open deck elevated tracks. Rockwell Bridge Ashland 1 - 2 @ Bent #2001 Workers Ahead Warning System installed from south Clinton (east) of California Station to Artesian, includes raised 2 - 2 structure with bridge girder over railroad @ Rockwell Avenue. Ashland & Clinton Stations platforms are outside type.

007 Canal to south (east) side of Wacker Drive 2 Open deck elevated tracks constructed on raiseable Lake - 1 - 1 @ Bent #1015 Street bascule bridge. NO SLOW ZONE SIGNS OR FLAGMEN CAN BE SET UP ON LAKE STREET 2 - 2

BRIDGE. NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

26

Flag Zone Map - Harlem Terminal - Harlem to 18 Tower

27

Flag Zone Index - 63rd/Ashland Terminal -Green Line - Englewood Branch - 63rd/Ashland to 59 Interlocking

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagman Fouled No.

601 63rd/Ashland Station to 63rd/Harvard Curve 2 Open deck elevated tangent tracks, parallel to Rail Car 63rd/Ashland 1 - 2 @ Peoria at Bent #2259 Storage yard to Racine Avenue. 63rd/Ashland Station platform is an island type and the abandoned 63rd/Racine 2 - 2 platforms are outside type.

602 63rd/Halsted Curve - North (east) side of 2 Open deck elevated tracks, in curve with restricted - 1 - 3 Peoria Street to the south (west) end of visibility. Workers Ahead Warning System installed in 63rd/Halsted Station Platform curve. 2 - 3 NO CLEARANCE AREA IN CURVE

603 Halsted Station to the south (east) end of 2 Open deck elevated tangent tracks, 63rd/Halsted station 63rd/Halsted 1 - 2 63rd/Harvard Curve @ Bent #2179 at platforms are outside type. Stewart Avenue 2 - 2

604 63rd/Harvard Curve - South (west) side of 2 Open deck elevated tracks, in curve with restricted - 1 - 3 Stewart Avenue to north side of 62nd Street visibility. Workers Ahead Warning System installed in @ Bent #2148 curve. 2 - 3 NO CLEARANCE AREA IN CURVE

605 62nd Street to the south side of 60th Street 2 Open deck elevated tracks - 1 - 2 @ Bent #2108 2 - 2

606 59th/Wells Curve – 60th Street to Bent 2 Open deck elevated tracks, in curve with restricted - 1 - 3 #2086 @ Relay House platform above visibility. northbound Dan Ryan Expressway NO CLEARANCE AREA IN CURVE 2 - 3

607 59th/Wentworth to 59th Junction at Signal 2 Open deck elevated tracks, combination of tangent and - 1 - 2 X-92 curves with restricted visibility. Workers Ahead Warning System installed at 59th Junction. 2 - 2

NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

28

Flag Zone Index - 63rd/Ashland Terminal - Green Line - Jackson Park Branch 63rd/Cottage Grove to 59th Junction

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagman Fouled No.

626 63rd/Cottage to the north (west) end of 2 Open deck elevated tracks. Tracks have wide track 63rd/Cottage 1 - 1 63rd/King Drive at Signal X-32 centers and are separated by inside footwalk and 63rd/King handrails. 63rd/Cottage Grove and 63rd/King Drive Drive 2 - 2 Station platforms are outside type.

627 63rd/Calumet Curve - King Drive to Signal 2 Open deck elevated tracks in a curve with restricted - 1 - 3 X-48 visibility. NO CLEARANCE AREA IN CURVE 2 - 3

628 63rd/Calumet Curve to 59th Junction at 2 Open deck elevated tracks. Workers Ahead Warning - 1 - 2 Signal X-96 System installed at 59th Junction. 2 - 2

NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

29

Flag Zone Index - 63rd/Ashland Terminal -Green Line - South Mainline - 59th Junction to 13th Junction

Flag Location # Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions # Tracks Track Flagman Fouled #

651 59th Junction @ Signals X-92, X-96 to 3 2 Open deck elevated tracks within the confines of 59th - 1 - 2 bents south of 58th Street Platform @ Bent Junction Interlocking. Workers Ahead Warning System #770 installed throughout 59th Junction. 2 - 3

NO CLEARANCE AREA IN CURVE 3 - 4

4 - 5

652 58th to the south side of 57th Street @ Bent 2 Open deck elevated tracks with wide track centers, - 1 - 1 #753 abandoned 58th platform is an island type 2 - 2

653 57th Street to north side of 41st Street @ 2 Open deck elevated tracks. Garfield, 51st, 47th and 43rd Garfield 1 - 2 Bent #544 Street Platforms are outside type. 51st 47th 2 - 2 43rd

654 Prairie Curve – from 41st Street to the south 2 Open deck elevated tracks in a curve with restricted - 1 - 3 (east) end of Indiana Station visibility. Workers Ahead Warning System installed in curve. NO CLEARANCE AREA IN CURVE. 2 - 3

655 South end of Indiana Station to the north 2 Open deck elevated tracks, Indiana Station platforms are Indiana 1 - 2 (east) side of Michigan Avenue @ Bent outside type #509 2 - 2

656 39th/State Curve – Michigan Avenue to the 2 Open deck elevated tracks in a curve with restricted - 1 - 2 south side of 39th Street @ Bent #480 visibility, independent track structure through curve. Workers Ahead Warning System installed in curve. 2 - 3

657 Wabash to 17th Junction at Signal X-74 @ 2 Open deck elevated tracks with a wide track centers (39th Bronzeville - 1 - 1 Bent #197 to 18th) separated by inside footwalk and handrail (36th to 35th/IIT 18th). Center Storage track is located from 38th to 36th 2 - 2 Streets. Bronzeville- 35th/IIT Station Platform is an island type. 658 17th to 14th on tracks A & B leading into the 2 Open deck elevated tracks leading onto a ballasted incline - 1 - 2 State Street Connector Subway 2 - 2 659 14th to the south limits of the State Street 2 Ballasted tracks leading into subway tracks separated by a - 1 - 2 Connector Subway concrete wall. Subway track is in a curve with restricted 2 - 4 visibility separated by a concrete wall.

NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered. 30 Flag Zone Map - 63rd/Ashland Terminal - 63rd/Ashland & 63rd Cottage to 13th Interlocking

Flag Zone Index - Midway Terminal Midway to 12 Tower - Orange Line

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions Tracks Track Flagman No. Fouled No.

701 Midway Terminal Access restricted per 3 Ballasted track in station area with 2 platforms, Midway Midway 1 - 1 Service Bulletins R502-99 & R503-99 station platform has 2 platforms. 2 - 2

3 - 3

702 Midway to 55th Access restricted per Service 2 Ballasted track within the confines of Midway Interlocking - 1 - 1 Bulletins R502-99 & R503-99 leading to a concrete elevated structure. Coordinate work with Rail Supervision to properly protect work area from 2 - 2 train movement to and from the rail car storage yard.

703 55th Street Curve - 55th to Kostner 2 Ballasted track constructed on a concrete elevated - 1 - 3 Access restricted per Service Bulletins structure in a curve with restricted visibility. A Workers R502-99 & R503-99 Ahead Warning System is being installed in this zone. 2 - 3

704 Kostner to 2 block north of Keeler Avenue 2 Ballasted track constructed on a concrete elevated - 1 - 2 where structure splits. Access restricted per structure. Service Bulletins R502-99 & R503-99 2 - 2

705 Kostner to the north side of Pulaski 2 Ballasted track constructed on a raised embankment. Pulaski 1 - 1 Crossover. Access restricted per Service Pulaski Avenue Station platform is an island type. Bulletins R502-99 & R503-99 2 - 2

706 Pulaski Crossover to Lawndale. 2 Ballasted track constructed on a raised embankment, - 1 - 2 Access restricted per Service Bulletins R502-99 & R503-99 2 - 2

707 Lawndale Curve. Access restricted per 2 Ballasted track constructed on a concrete elevated - 1 - 3 Service Bulletins R502-99 & R503-99 structure in a curve with restricted visibility. A Workers Ahead Warning System is being installed in this zone. 2 - 3

708 South side of Kedzie Station Platform to the 2 Ballasted track constructed on a raised embankment, Kedzie 1 - 1 north side of Western Avenue Platform adjacent to Railroad right-of-way with a center storage Western Access restricted per Service Bulletins track south of Western Avenue station to California 2 - 2 R502-99 & R503-99 Avenue. Additional visibility restrictions may be encountered do to train operation on adjacent Railroad right-of-way. Western and Kedzie Avenue Station platforms are island type. NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

32

Flag Zone Index - Midway Terminal /Orange Line - Midway to 12 Tower

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagman Fouled No.

709 39th/Oakley Curve - north side of Western 2 Ballasted track in a curve with restricted visibility. A - 1 - 3 Avenue Station to the south side of 47th Workers Ahead Warning System is being installed in this Street. Access restricted per Service zone 2 - 3 Bulletins R502-99 & R503-99

710 47th to 44th @ Signal Relay Case between 2 Ballasted track constructed adjacent to Railroad right-of- - 1 - 2 tracks. Access restricted per Service way. Additional visibility restrictions may be encountered Bulletins R502-99 & R503-99 do to train operation on adjacent Railroad right-of-way. 2 - 2

711 44th to the north side of 43rd Crossover 2 Ballasted track in a curve with restricted visibility adjacent - 1 - 4 Access restricted per Service Bulletins to Railroad right-of-way. Additional visibility restrictions R502-99 & R503-99 may be encountered do to train operation on adjacent 2 - 4 Railroad right-of-way. A Workers Ahead Warning System is being installed in this zone.

712 43rd Crossover to the north side of 39th 2 Ballasted track leading to a concrete elevated structure 1 - 2 Street. Access restricted per Service adjacent to Railroad right-of-way. Additional visibility Bulletins R502-99 & R503-99 restrictions may be encountered do to train operation on 2 - 2 adjacent Railroad right-of-way.

713 39th/Archer Curve - 39th Street to the north 2 Ballasted track constructed on a concrete elevated 1 - 3 (east) side of Oakley Avenue. Access structure in a curve with restricted visibility. A Workers restricted per Service Bulletins R502-99 & Ahead Warning System is being installed in this zone. NO 2 - 3 R503-99 CLEARANCE AREA ALONG NORTHBOUND TRACK SOUTH (WEST) OF OAKLEY & ON OAKLEY STREET BRIDGE SOUTHBOUND TRACK

714 Oakley Avenue to the north (east) side of 2 Ballasted track constructed on a raised embankment 35th/Archer 1 - 1 35th Street. Access restricted per Service adjacent to Railroad right-of-way. Additional visibility Bulletins R502-99 & R503-99 restrictions may be encountered do to train operation on 2 - 2 adjacent Railroad right-of-way. 35th/Archer station platform is an island type. NO CLEARANCE AREA ON 35TH STREET & HOYNE AVENUE BRIDGES SOUTHBOUND TRACK NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

33

Flag Zone Index - Midway Terminal /Orange Line - Midway to 12 Tower

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagman Fouled No.

715 35th to the south (west) side of I-55 2 Ballasted track constructed on a raised embankment - 1 - 2 (Stevenson) Expressway Bridge. adjacent to Railroad right-of-way. Additional visibility Access restricted per Service Bulletins restrictions may be encountered do to train operation on 2 - 2 R502-99 & R503-99 adjacent Railroad right-of-way. NO CLEARANCE AREA ON 34TH STREET, DAMEN AVENUE, 33RD STREET & WOOD STREET BRIDGES SOUTHBOUND TRACK

716 I-55 Bridge to the south side of Ashland 2 Ballasted track in a curve with restricted visibility adjacent - 1 - 3 Station. Access restricted per Service to Railroad right-of-way. Additional visibility restrictions Bulletins R502-99 & R503-99 may be encountered do to train operation on adjacent 2 - 3 Railroad right-of-way. A Workers Ahead Warning System is being installed in this zone. NO CLEARANCE AREA ON THE WEST 31ST BRIDGE NORTHBOUND & SOUTHBOUND TRACKS.

717 Ashland Station to the south (west) side 2 Ballasted track constructed adjacent to Railroad right-of Ashland 1 - 1 of Lock Street. Access restricted per Service way and below grade of I-55 (Stevenson) Expressway. Bulletins R502-99 & R503-99 Additional visibility restrictions may be encountered do to 2 - 2 train operation on adjacent Railroad right-of-way. Ashland Avenue station platform is an island type.

718 Lock Street to south (west) side of Throop 2 Ballasted track constructed adjacent to Railroad right-of - 1 - 2 Street. Access restricted per Service way and below grade of I-55 (Stevenson) Expressway. Bulletins R502-99 & R503-99 Additional visibility restrictions may be encountered do to 2 - 2 train operation on adjacent Railroad right-of-way. NO CLEARANCE AREA ON LOCK STREET BRIDGE SOUTHBOUND TRACK AND FULLER STREET & LOOMIS STREET BRIDGES NORTHBOUND & SOUTHBOUND TRACKS. NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

34

Flag Zone Index - Midway Terminal /Orange Line - Midway to 12 Tower

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagman Fouled No.

719 Senour Curve - Throop Street to the north 2 Ballasted track in a curve with restricted visibility adjacent - 1 - 3 (east) side of Corbett Street Bridge. to Railroad right-of way and below grade of I-55 Access restricted per Service Bulletins (Stevenson) Expressway. A Workers Ahead Warning R502-99 & R503-99 System is being installed in this zone. Additional visibility

restrictions may be encountered do to train operation on 2 - 3 adjacent Railroad right-of-way. NO CLEARANCE AREA ON THROOP STREET BRIDGE NORTHBOUND & SOUTHBOUND TRACKS AND ON CORBETT STREET BRIDGE SOUTHBOUND TRACK.

720 Corbett Street to north (east) side of Halsted 2 Ballasted track constructed on raised embankment Halsted 1 - 2 Street. adjacent to Railroad right-of-way. Additional visibility Access restricted per Service Bulletins restrictions may be encountered do to train operation on R502-99 & R503-99 adjacent Railroad right-of-way. Station

Platform is an island type. NO CLEARANCE AREA IN 2 - 3 HALSTED STREET STATION SOUTHBOUND TRACK AND ON HALSTED STREET BRIDGES NORTHBOUND & SOUTHBOUND TRACKS.

721 Halsted Street to Federal Junction 2 Ballasted track in a curve with restricted visibility adjacent - 1 - 4 Access restricted per Service Bulletins to Railroad right-of-way. Additional visibility restrictions R502-99 & R503-99 may be encountered do to train operation on adjacent Railroad right-of-way. Two (2) Workers Ahead Warning

Systems are being installed in this zone. NO 2 - 4 CLEARANCE AREAS – NORTHBOUND TRACK FROM LOWE TO WALLACE & NORMAL TO CANAL; SOUTHBOUND TRACK FROM LOWE TO WALLACE & WALLACE TO CANAL.

722 Federal Junction to 17th Interlocking 2 Ballasted track leading to open deck elevated track in a - 1 - 2 Access restricted per Service Bulletins curve on an incline. R502-99 & R503-99 2 - 3

NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

35

Flag Zone Index - Midway Terminal /Orange Line - Midway to 12 Tower

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagman Fouled No.

723 17 Junction to north end of Saint Charles Air 4 Open deck elevated tracks within the confines of 17th - - 1 2 Line Bridge at 16th Street Junction. - 2 3

- 3 3

- 4 2

3 - 3

4 - 4

724 16th Street to the north end of Roosevelt 2 Open deck elevated tracks, with a center storage track Roosevelt 1 - 1 Road station platform from 14th Street to the south end of Roosevelt Road Station platform. Roosevelt Road station platform is an 2 - 2 island type.

725 Roosevelt Road platform to south end of 2 Open deck elevated tracks. - 1 - 2 Harrison Curve at 9th Street 2 - 2

726 Harrison Curve 2 Open deck elevated tracks in a double reverse curve with - 1 - 4 restricted visibility. NO CLEARANCE AREA IN CURVE AND AREAS ON OUTSIDE FOOTWALK 2 - 4

727 Harrison Curve to 12 Tower 2 Open deck elevated tracks. - 1 - 2

2 - 2 NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

36

Flag Zone Map - Midway Terminal - Midway to 12 Tower

Flag Zone Index - Midway Terminal - Loop/ Orange Line

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagman Fouled No.

08 Wells/Van Buren Curve - From Power 2 Open deck elevated tracks with a curve with restricted - 1 - 3 Isolation Switches @ Bent # 163 to visibility. NO CLEARANCE AREA IN CURVE & Sherman Street AREAS ON OUTSIDE FOOTWALK. 2 - 3

10 Wells/Van Buren Curve to the north (east 2 Open deck elevated tracks. LaSalle/Van Buren & LaSalle/Van Buren 1 - 2 side of State Street. Library station platforms are outside type. Bridge Library through girders located in between tracks at both 2 - 2 stations.

12 12 Tower 4 Open deck elevated tracks within the confines of 12 - - North Leg 4 Tower Interlocking. Features the intersection of the Inner & Outer Loop tracks with the 2 track South Loop - West Leg 4

Connector. NO CLEARANCE AREA IN - South Leg 3 INTERLOCKING TURNOUTS. - Center 3

14 12 Tower to the south end of 2 Open deck elevated tracks. Adams/Wabash, Adams/Wabash 1 - 2 Lake/Wabash Curve at north side of Madison/Wabash & Randolph/Wabash Station Madison/Wabash Randolph platforms are outside type. Bridge through girders Randolph/Wabash 2 - 2 located in between tracks at all 3 stations.

15 Lake/Wabash Curve - from the north side 2 Open deck elevated tracks with a curve with restricted - 1 - 3 of Randolph Street to the south (east) side visibility. NO CLEARANCE AREA IN CURVE & of State/Lake northbound platform AREAS ON OUTSIDE FOOTWALK. 2 - 3

16 State/Lake platform 18 Tower the north 2 Open deck elevated tracks. State/Lake & Clark/Lake State/Lake 1 - 2 (west) side of LaSalle Crossover Station platforms are outside type. Clark/Lake 2 - 2

NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

38

Flag Zone Index - Midway Terminal - Loop/ Orange Line

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagman Fouled No.

18 18 Tower 4 Open deck elevated tracks within the confines of 18 - - North Leg 3 Tower Interlocking. Features the intersection of the Inner & Outer Loop tracks with the 2 track Lake Street - West Leg 2

Branch and the 2 track . - South Leg 2 NO CLEARANCE AREA IN INTERLOCKING TURNOUTS. - East Leg 4

- Center 4

20 18 Tower to the north side of Wells/Van 2 Open deck elevated tracks. Washington/Wells & Washington/Wells 1 - 2 Buren Curve Quincy/Wells Station platforms and the abandoned Quincy/Wells Randolph/Wells platform are outside type. Bridge 2 - 2 Through girders located in between tracks at both stations.

22 North (west) side of 18 Tower to 2 Open deck elevated tracks - 1 - 2 Wacker/Lake @ Bent #1015 2 - 2

24 North side of 18 Tower to Wacker/Wells 2 Open deck elevated tracks, includes northbound - 1 - 3 Brown Line turnout from Lake Street 2 - 3

NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

39

Flag Zone Map - Midway Terminal - Loop

Flag Zone Index - Howard Terminal - Dempster to Howard North Interlocking/Yellow Line

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagman Fouled No.

551 Dempster to the north side of Oakton Street 2 Ballasted tracks with wide track centers, the 2 tracks route Skokie 1 - 1 into a tail track north of Skokie Station. Includes Niles Center, Main, & Searle Grade Crossings and a pedestrian 2 - 2 grade crossing at the north end of the station. 600 volt Traction Power distributed from overhead Catenary. Includes Skokie Station platforms which are outside type

552 Oakton Curve - from Oakton to the north 2 Ballasted track in curve with restricted visibility includes - 1 - 2 (west) side of Kostner Avenue Oakton Grade Crossing. 600 volt Traction Power distributed from overhead Catenary. 2 - 3

553 Kostner to Hamlin 2 Ballasted track with wide track centers includes Kostner, - 1 - 1 Crawford & East Prairie Grade Crossings. The transition from overhead Catenary to 3rd rail is between East Prairie 2 - 2 & Crawford.

554 Hamlin to Howard North Interlocking at 2 Ballasted track leading to open deck elevated structure - 1 - 2 Signal X-30 & X-32 constructed on an 850-foot length bridge over McCormick Blvd & North Shore Channel. Descending into ballasted 2 - 2 track in a open cut with continuous curves NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

41

Flag Zone Index - Howard Terminal - Linden to Howard North Interlocking/Purple Line

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagman Fouled No.

501 Linden Terminal to north abutment of the 2 Ballasted tracks, includes Isabella and Maple Grade Linden 1 - 1 North Shore Channel Bridge Crossings. The north portion of the zone is within the confines of Linden interlocking. Linden Avenue Station 2 - 2 platform is an island type. Includes Isabella and Maple Grade Crossings, which includes barnyard gates at track level.

502 North Shore Channel Bridge – from the 2 Open deck elevated tracks constructed on bridge over the - 1 - 2 north abutment to the south abutment North Shore Channel 2 - 2

503 South abutment North Shore Channel 2 Ballasted tracks, Central Station platform is an island type. Central 1 - 2 Bridge to the north end of Noyes Station Platform 2 - 3

504 Noyes to north end of Davis Station platform 2 Ballasted tracks, Noyes & platforms are Noyes 1 - 1 island types. Foster 2 - 2

505 Davis Curve - Davis Station to Grove (1 2 Ballasted tracks in a curve with restricted visibility. Davis Davis 1 - 2 block south of Davis) Street Station platforms are outside type 2 - 3

506 Grove to Mulford Street (north end of 2 Ballasted tracks, Dempster & Main Street Station platforms Dempster 1 - 2 Chicago Avenue Curve) are outside type and South Blvd. Station platform is an Main island type. South Blvd. 2 - 2

507 Chicago Avenue Curve – from Mulford to 2 Ballasted tracks on 2 separate curved bridges over - 1 - 2 Howard North Interlocking at Signal X-34 with a significant grade. 2 - 3

NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

42

Flag Zone Index - Howard Terminal - Linden to Howard North Interlocking/Purple Line

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagman Fouled No.

501 Linden Terminal to north abutment of the 2 Ballasted tracks, includes Isabella and Maple Grade Linden 1 - 1 North Shore Channel Bridge Crossings. The north portion of the zone is within the confines of Linden interlocking. Linden Avenue Station 2 - 2 platform is an island type. Includes Isabella and Maple Grade Crossings, which includes barnyard gates at track level.

502 North Shore Channel Bridge – from the 2 Open deck elevated tracks constructed on bridge over the - 1 - 2 north abutment to the south abutment North Shore Channel 2 - 2

503 South abutment North Shore Channel 2 Ballasted tracks, Central Station platform is an island type. Central 1 - 2 Bridge to the north end of Noyes Station Platform 2 - 3

504 Noyes to north end of Davis Station platform 2 Ballasted tracks, Noyes & Foster Station platforms are Noyes 1 - 1 island types. Foster 2 - 2

505 Davis Curve - Davis Station to Grove (1 2 Ballasted tracks in a curve with restricted visibility. Davis Davis 1 - 2 block south of Davis) Street Station platforms are outside type 2 - 3

506 Grove to Mulford Street (north end of 2 Ballasted tracks, Dempster & Main Street Station platforms Dempster 1 - 2 Chicago Avenue Curve) are outside type and South Blvd. Station platform is an Main island type. South Blvd. 2 - 2

507 Chicago Avenue Curve – from Mulford to 2 Ballasted tracks on 2 separate curved bridges over - 1 - 2 Howard North Interlocking at Signal X-34 Howard Yard with a significant grade. 2 - 3

NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

43

42

Flag Zone Index - Howard Terminal - Howard to Clark Junction/Red Line North Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions Tracks Track Flagman No. Fouled No.

804 Jarvis to Greenleaf 4 Raised embankment ballasted tracks in a curve with - restricted visibility. - 1 3 - 1 RF

- 2 3 - 1 RF

- 3 3 - 1 RF

- 4 3 - 1 RF

3 - 5 - 2 RF

4 - 6 - 2 RF

805 Green Leaf to south end of 4 Raised embankment ballasted tracks with wide track Morse - 1 2 Platform centers between tracks #2 & #3, Morse Station Platform is - 2 2 an island type and is located between tracks #2 & #3. - 3 2

- 4 2

3 - 3

4 - 4

806 Morse to the north end of Granville 4 Raised embankment ballasted tracks, in a high-speed Loyola - 1 3 -1 RF Interlocking at following signals: reverse curve with restricted visibility. - 2 3 -1 RF Track #1 -X-2R platform is an island type and is located between track #2 Track #2 -X-6R & #3. - 3 5 -3 RF Track #3 -X-6L - 4 5 -3 RF Track #4 -X-8L 3 - 5

4 - 6

4 - 4 NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

44

Flag Zone Index - Howard Terminal - Howard to Clark Junction/Red Line North Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions Tracks Track Flagman No. Fouled No.

807 Granville Interlocking to Leland 4 Raised embankment ballasted tracks with wide track Granville centers between tracks #2 & #3. Granville, Thorndale, Thorndale - 1 2 Bryn Mawr, Berywn, Argyle and Lawrence Station Bryn Mawr platforms are island type and are located between by Berywn - 2 2 tracks #2 & #3. Argyle Lawrence - 3 2

- 4 2

3 - 3

4 - 4

808 Leland to Irving Park 4 Raised embankment ballasted tracks leading to open deck Wilson elevated structure. Wilson Station platform is an island - 1 2 type between tracks #2 & #3 . An additional not in service platform is located between track #3 & #4 which creates a - 2 3 NO CLEARANCE AREA THE ENTIRE LENGTH OF THE PLATFORM. Another platform not is service is located - 3 3 along track #1. Track #1 features a curve with restricted visibility. - 4 2

3 - 3

4 - 4

809 Irving Park Curve 4 Open deck elevated tracks, with a curve with restricted - - 1 3 -1 RF visibility. - 2 4 -1 RF NO CLEACLEARRANCE AREA IN CURVE. - 3 4 -1 RF

- 4 3 -1 RF

3 - 5 -2 RF

4 - 6 -2 RF NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

45

Flag Zone Index - Howard Terminal - Howard to Clark Junction/Red Line North Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagman Fouled No.

810 Station 4 Open deck elevated tracks, Sheridan Road Station Sheridan - 1 3 -1 RF platforms are island types between track #1 & #2 and #3 & Road - 2 4 -1 RF #4 (the area in the station on tracks #2 and #3 is also between platforms). - 3 4 -1 RF

- 4 3 -1 RF

3 - 5 -2 RF

4 - 6 -2 RF

811 Sheridan Road Curve to Grace Street 4 Open deck elevated tracks, with a curve at south end of - 1 3 -1 RF station with restricted visibility. - 2 4 -1 RF NO CLEARANCE AREA IN CURVE. - 3 4 -1 RF Another curve with restricted visibility is located north or Grace Street. - 4 3 -1 RF NO CLEARANCE AREA IN CURVE. 3 - 5 - 2 RF

4 - 6 - 2 RF NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

46

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagman Fouled No.

812 Grace Street to north end of Addison Station 4 Open deck elevated tracks, includes Addison Interlocking. - - 1 2 Platform - 2 3

- 3 3

- 4 2

3 - 3

4 - 4 - 1 2 Addison Station 4 Open deck elevated tracks, tracks #1 & #2 are Addison 813 constructed on a concrete bed with direct fixation - 2 2 fasteners. Track #1 curves away from the station. Addison Station platform is an island type and is located - 3 2 between tracks #2 & #3. NO CLEARANCE BETWEEN TRACK #1 AND - 4 2 RETAINING WALL TO THE WEST OF THE STRUCTURE. 3 - 3

4 - 4

814 Addison Station to Clark Junction at the 4 Open deck elevated tracks, includes curve with restricted - 1 2 following signals: visibility at Newport. Track #1 - X-4 - 2 3 NO CLEARANCE AREA IN CURVE. Track #2 - X-2 - 3 3 Track #3 - X-10 Track #4 - X-12 - 4 2

3 - 3

4 - 4 NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

47

Flag Zone Map - Howard Terminal - Purple, Yellow and Red Line North to Clark Junction

Flag Zone Map - Howard Terminal - Purple, Yellow and Red Line North to Clark Junction

48

Flag Zone Index - 95th Terminal - 95th to North Portal/State Subway - Red Line

Flag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions Tracks Track Flagman No. Fouled No.

901 95th Terminal to 67th 2 Ballasted tracks in a expressway median. 95th, 87th, 79th 95th 1 - 1 & 69th Street Station platforms are island type. 87th 79th 2 - 2 69th

902 67th to Bridge 2 Ballasted tracks in a high speed reverse curve with limited - 1 - 3 visibility in a expressway median. 2 - 4

903 METRA Bridge to the south side of 63rd 2 Ballasted tracks in a high-speed curve with limited visibility - 1 - 2 Street Station platform in a expressway median. Northbound & Southbound tracks are constructed at different heights. 2 - 3

904 63rd to 48th 2 Ballasted tracks in a expressway median. 63rd & 55th 63rd 1 - 1 Street station platforms are island type. Includes 63rd 55th Street storage track north of 63rd Street Station. 2 - 2

905 48th to north end of 47th Crossover @ 45th 2 Ballasted tracks in a reverse curve with limited visibility in 47th 1 - 2 Street a expressway median. 47th Street Station platform is an island type. 2 - 3

906 47th Crossover (@45th Street) to 31st 2 Ballasted tracks in a expressway median. 35th Street 35th 1 - 1 station platform is a island type. 2 - 2

907 31st to the south side of Cermak/Chinatown 2 Ballasted track in a curve with limited visibility through a - 1 - 2 Station platform tunnel. Workers Ahead Warning System from 31st to 26th Street. 2 - 3

908 Cermak/Chinatown Station to the south side 2 Ballasted track leading into Subway. Workers Ahead Cermak/ 1 - 2 of Roosevelt Road Station/State Subway Warning Systems from 18th to 15th Crossover and 15th Chinatown platform; includes the Orange Line Crossover to 13th Street. The northbound & southbound 2 - 3 Connector Structure Workers Ahead Warning Systems from 15th to 13th Street are independent of each other. Orange Line Connector is ballasted track on a steel elevated structure.

909 Roosevelt Road Station to Lake (north end 2 Subway tracks separated by concrete wall or station Roosevelt 1 - 1 of continuous platform) platforms. Roosevelt, Harrison and a continuous platform Harrison from Van Buren to Lake Street are island type. Jackson 2 - 2 Monroe Washington NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered. 49

Flag Zone Index - 95th Terminal - 95th to North Portal/State Subway - Red Line

lag Location No. Track Characteristics Stations Flagman Requirements Zone Trks Special Conditions No. Tracks Track Flagman Fouled No.

910 Lake to north end of Grand Avenue 2 Subway tracks separated by a concrete wall in curves - 1 - 2 Crossover passing under the Chicago River with significant grade changes. 2 - 4

911 Grand Crossover to Division Curve at Signal 2 Subway tracks separated by a concrete wall. Grand & Grand 1 - 1 A-184 northbound and B-174 southbound. Chicago Avenue station platforms are outside type Chicago 2 - 2

912 Division Curve -from Signal A-184 2 Subway tracks separated by a concrete wall in a curve - 1 - 2 northbound track & Signal B -174 with restricted visibility. southbound track to south (east) end of 2 - 4 platform.

913 Division Station to Goethe Curve 2 Subway tracks separated by a concrete wall & station Division 1 - 1 platform. Division Station Platform is an island type. 2 - 2

914 Goethe Curve – from signal A-216 2 Subway tracks separated by a concrete wall in a curve - 1 - 2 northbound track & Signal B-201 with restricted visibility. Workers Ahead Warning System southbound track to the north end of (no speed reduction)installed in curve. 2 - 4 Division Clybourn Crossover

915 Goethe Curve to North/Clybourn Station 2 Subway tracks separated by a concrete wall. North/Clybourn 1 - 1 (north end of station) North/Clybourn station platforms are outside type 2 - 2

916 North/Clybourn Curve - from North/Clybourn 2 Subway tracks separated by a concrete wall in a curve 1 - 2 Station to the north portal State Street with restricted visibility. Workers Ahead Warning System Subway. (no speed reduction) from south end of the curve to the 2 - 4 north emergency exits at Wisconsin. NOTE: A pre-job inspection is required by the Person in Charge of the Work Area to insure that the proper number of flagmen & slow zone equipment is ordered.

50

Flag Zone Map - 95th Terminal - 95th to North Portal State Street Subway

51

FLAG ZONE MATRIX

Line Terminal Flagman Boundaries No. of Track Type Stations Flag Zones

O'Hare O'Hare to LaSalle 38 Subway, 19 Crossover/Dearborn Subway Ballasted & Open Deck

Forest Park Forest Park to LaSalle 17 Ballasted & 14 Blue Crossover/Dearborn Subway Subway

54th 54th to Loomis Junction & 11 Ballasted & 11 Connector Track Open Deck

Brown Kimball Kimball to Wacker/Wells 28 Ballasted & 19 Open Deck

7 Raised 12 Harlem Harlem to Wacker/Lake Embankment & Open Deck Green 63rd/Ashland to 59th Junction 7 Open Deck 2 (Englewood)

63rd/Cottage Grove to 59th 2 Open Deck 2 63rd/Ashland Junction (Jackson Park)

59th Junction to 17th Junction 2 Open Deck 6 (South Main) & 13th Interlocking

Midway to Congress Crossover. 27 Raised 8 Access is restricted per Service Embankment, Orange Midway Bulletins R648-93 & R695-93 Ballasted & from Midway to 17th Junction. Open Deck

Loop 10 Open Deck 9

95th 95th to north abutment State 16 Ballasted & 13 Street Subway Subway

Howard to Clark Junction 14 Raised 13 Red, Purple (North Main) Embankment & Yellow & Open Deck Howard Skokie to Howard 4 Ballasted & 1 (Skokie) Open Deck

Linden to Howard 7 Ballasted & 8 (Evanston) Open Deck

Totals - - 198 - 142

Chicago Transit Authority File x Special x Transit Operations Rail Operations Post x Other w R0160-06

Rail Service Bulletin Supersedes R505-99

To: All Concerned

Subject: Workers Ahead (WA) Warning System Locations

Location: Various

Route / Line: System Wide

Effective: Thursday, March 02, 2006

The following are the locations of the active Workers Ahead (WA) Warning System sites:

LINE BRANCH LIMITS ATC SPEED REDUCTION

BLUE O’HARE PORTAL TO EAST B1 CROSSOVER YES

BLUE O’HARE MANNHEIM CURVE YES

BLUE O’HARE ROSEMONT YARD YES

BLUE O’HARE TOLLWAY TUNNEL YES

BLUE O’HARE CUMBERLAND YES

BLUE O’HARE HARLEM YES

BLUE O’HARE NAGLE AVENUE YES

BLUE O’HARE MILWAUKEE AVENUE OVERPASS YES

BLUE DOUGLAS CONNECTOR TRACK YES

BLUE DOUGLAS HARRISON JUNCTION YES

BLUE DOUGLAS 18TH STREET CURVE YES

BLUE DOUGLAS KILDARE YES

BLUE DOUGLAS KOSTNER to 47th AVENUE YES

BLUE CONGRESS LOTUS TUNNEL NO

BROWN RAVENSWOOD ROSCOE CURVE YES

PURPLE EVANSTON LINDEN TUNNEL NO

PURPLE EVANSTON DAVIS STATION TO 300 FT. SOUTH OF DAVIS RELAY YES HOUSE R0160-06 Page 2 of 3

LINE BRANCH LIMITS ATC SPEED REDUCTION

PURPLE EVANSTON RELAY HOUSE SOUTH OF MAIN STATION TO 250 FT. YES NORTH OF LEE DIAMOND CROSSOVER

RED NORTH MAIN SOUTH END OF MORSE STATION TO 500 FEET NORTH YES OF GRANVILLE STATION (ALL FOUR TRACKS)

RED STATE SUBWAY NORTH / CLYBOURN CURVE YES

RED STATE SUBWAY GOETHE CURVE [SOUTH of DIVISION / CLYBOURN YES CROSSOVER] - SB

RED STATE SUBWAY GOETHE CURVE [SOUTH of DIVISION / CLYBOURN YES CROSSOVER] - NB

RED STATE SUBWAY CHICAGO RIVER YES

RED STATE SUBWAY MONROE YES

RED DAN RYAN SUBWAY 13th JUNCTION TO 15th INTERLOCKING - SB YES

RED DAN RYAN SUBWAY 15th INTERLOCKING TO 13th JUNCTION - NB YES

RED DAN RYAN SUBWAY 15th INTERLOCKING TO 18th STREET YES

RED DAN RYAN 26th STREET TO 31ST STREET TUNNEL YES

RED DAN RYAN 47TH STREET YES

RED DAN RYAN 63RD TO 67TH YES

LOOP ELEVATED TOWER 12 YES

GREEN LAKE LOCKWOOD to LARAMIE YES

GREEN LAKE CALIFORNIA to ARTESIAN YES

GREEN SOUTH MAIN 35TH IIT TUNNEL YES

GREEN SOUTH MAIN 39th / STATE CURVE YES

GREEN SOUTH MAIN 40th / INDIANA CURVE YES

GREEN SOUTH MAIN 59th JUNCTION YES

GREEN ENGLEWOOD 63rd / HARVARD CURVE YES

GREEN ENGLEWOOD 63rd / HALSTED CURVE YES R0160-06 Page 3 of 3

The Workers Ahead Warning System is designed to enhance the safety of persons at track level. However, this does not relieve or reduce the responsibilities of employees to protect themselves and to comply with all pertinent rules and Standard Operating Procedures. Employees working in areas along the Rail System right-of-way where Workers Ahead Warning Systems are active must utilized the system.

The following rules apply:

Rail System Rule R4.10 - Workers Ahead warning system Rail System Rule R8.25 - Use of care while on tracks Rail System Rule R8.26 - Employees on tracks to signal motormen Rail System Rule R8.27 - Passing persons on tracks Standard Operating Procedure 8111 - Workers Ahead warning system

Contact a manager or instructor with any questions.

Vice President, Rail Operations

JAH/WKR/wkr R0160-06 08-14-06

Chicago Transit Authority File x Special x Transit Operations Rail Operations Post x Type w R50-02

Rail Service Bulletin Supercedes S648-93

To: All Concerned

Subject: Employees On Right-Of-Way

Activity: Track Safety

Line/Route: Orange/Midway

Location: Midway Terminal to Federal Junction

Effective: Sunday, January 27, 2002

With the installation of a “WA” workers ahead warning system on the Midway portion of the Orange Line, the restriction prohibiting employees access to the right-of-way has been modified.

Between Midway and Lowe Interlocking

Between Midway Terminal and Lowe Interlocking employees will be allowed on the right-of-way, during non-rush periods providing they:

< notify Communication/Power Control prior to entering the right-of-way < inform the Controller where they will be and for how long < inform the Controller their method of arrival (walk, ride train, lifted by snorkel, etc.) < use the “WA” system where available < inform the Controller when clear of the right-of-way.

Announcements must be made whenever anyone is on the right-of-way.

When ordering flagmen follow the procedures outlined in the “Flagmen Requirements” manual including a work site inspection when determining the amount of flagmen required.

Between Lowe Interlocking and Federal Junction

In this area visibility is highly restricted due to curves and obstructions on the adjacent railroad right- of-way. No employee will be permitted on the right-of-way (regardless of reason) without authorization from Communication/Power Control. Before entering tracks employees must:

< have a two way radio with the capability of transmitting on channel 2 or channel 6 < inform the Controller where they will be and for how long < inform the Controller their method of arrival (walk, ride train, lifted by snorkel, etc.) < use the “WA” system extending throughout this area < inform the Controller when clear of the right-of-way. R50-02 Page 2 of 2

When granting personnel authorization, the Controller must alert every approaching train until the person(s) has cleared the right-of-way.

When passing a person on the right-of-way in this area, operators must inform the Rail Controller the exact location where the person(s) was passed.

When changing locations in this area, employees must repeat this procedure.

Controllers are reminded that in the aforementioned “WA” zone, the allowable train speed in both directions is reduced from 70/55 mph to 15 mph increasing the one way running time a minimum of three minutes.

All regular maintenance work in this area must be done:

< at night during the hours when there is no scheduled service < at night with the tracks taken out of service < under a single track operation < under authorization of a Rail Service Bulletin.

Additional Requirements

In the work area, the Workers Ahead System must be fully operational before commencing work. No work will be allowed if the “WA” system is not operational. Communication/Power Control must be notified every thirty minutes, via radio channel 6, of the work crew’s location until they have cleared the right-of-way.

For additional information regarding the Midway “WA” system track maintenance procedures, see Bulletins R19-02, R20-02 and R51-02.

Bulletins S648-93 and S695-93 are rescinded.

If you have any questions regarding the contents of this bulletin, you may contact your Instructor, your Manager or the Rail Operations Capital Project Oversight group.

Vice President, Rail Operations

WM/LS/ls R050-02 1-29-02

Rail Operations Manpower Order

Capital Order Number: CP07- Job Order #: Req. Filled Order Information Extra Flagman Work Begin: Route: Requested By: Work Train

Supervisor

Duration: Terminal: Requested Time: Operator 09:21

Towerman

Switchman Requested Date: Zone: Location: CA Monday, July 30, 2007

Terminal Report Time: Phone: ( ) - Detail: Track #: Ext. Job Site Report Time: Tracks Fouled: Pager/Radio:

Job Site End Time: 3108 - Miscellaneous Outside Contractors Maint. Code:

Contractor: Purpose and Remarks

Submit Reset Note: Please set print to landscape view! - - 'File -> Page Setup -> Orientation -> Landscape'

FLAGMAN OPERATION CHECK

Flagman Badge Date Terminal Day

Location Start M Finish M RULE NO.

INATTENTIVE TO DUTY 72 DELAYED GIVING STOP SIGNAL DELAYED TRAIN UNNECESSARILY GAVE IMPROPER FLAG SIGNAL 128 TRACK TRIP NOT IN TRIPPING POSITION 235(g) PORTABLE TRACK TRIP POSITIONED AT INSUFFICIENT DISTANCE IN ADVANCE OF WORK LOCATION 235(d) FAILED TO REMAIN IN FULL VIEW OF APPROACHING TRAIN 235(e) FAILED TO USE WHISTLE TO WARN WORK GANG 235(f) GAVE PROCEED SIGNAL WHEN WORK MEN WERE NOT IN SAFE POSITION GAVE PROCEED SIGNAL WHEN MATERIALS OR TOOLS WERE NOT IN CLEAR 235(h) FAILED TO HAVE FULL FLAGGING EQUIPMENT 235(b) 23(a) PORTABLE TRACK TRIP FLAGS WHISTLE LANTERNS SAFETY VEST PORTABLE RADIO REMARKS:

OPERATED CORRECTLY COMMENDATION - See REMARKS for details FAILED AS INDICATED ABOVE Flagman instructed by me at time of observation VIOLATION - See REMARKS for details Service Supervisor Badge District ACTION TAKEN: .

Superintendent Date

cta 3250 (rev 12/82) Transportation

IMPORTANT TELEPHONE NUMBERS

CTA Rail Controller 312-432-8030 CTA Extension 28030

CTA Power Controller 312-432-8039 CTA Extension 28039

CTA Emergency Power Off CTA Extension 22222

CTA Rail Terminals

Blue Line O’Hare 773-686-0785 CTA Extension 41655-54 54TH 708-484-9222 CTA Extension 49222-333 Forest Park 708-366-5115 CTA Extensions 16689-90

Brown Line Kimball 773-539-3434 CTA Extension 30013-41

Green Line Harlem 708-366-0083 CTA Extensions 16918-17 63rd/Ashland 773-925-2863 CTA Extension 70519

Orange Line Midway 773-581-9789 CTA Extensions 16938-36

Red, Purple, Yellow Lines Howard 773-508-9165 CTA Extension 30014 773-508-9118 CTA Extension 33216 95TH 773-264-2577 CTA Extensions 48065-64

Rail Training & Instruction 773-736-2471 CTA Extension 41414 @ Jefferson Park 773-736-1321 CTA Extension 41416

Rail Operations @ Jefferson Park 773-685-4162 CTA Extensions 41427-28

Facilities Training @ IIT 773-842-3153 CTA Extension 23153

Ordering Flagmen Planning Analyst 312-681-4534 CTA Extension 14534

Safety Inspections & Investigations 312-681-2747 CTA Extension 12747 System Safety 312-681-2748 CTA Extension 12748 Environmental Affairs 312-681-3868 CTA Extension 13868

To contact a specific individual of the above mentioned departments by radio, contact the CTA Control Center. 1-888-YOUR-CTA Dial this number from any public phone. After you hear recording, dial the CTA extension or dial *1 from any public phone on CTA property and enter extension.

Publication Number: 7041 (04-27-14) Page 4 of 4 Publication Number: Transit Operations Page 1 of 4 Title: Slow Zones Standard Operating Procedure 7041 (04-27-14)

Standard Operation Title: Slow Zones

1. Once the slow zone has been set up properly, the Foreman/Crew Leader instructs the Issued to: All Rail Operations, Engineering and Facilities Maintenance personnel; workers and Flagman to begin work. Capital Construction and outside agency personnel as necessary Slow 2. When a train reaches the Slow zone 600 ft ahead sign, the Flagman sounds the air zone horn to warn the work crew of the approaching train. Using the red flag held Approved by: horizontally, or flashlight moved horizontally, over the affected track, the Flagman 600 ft signals the train to reduce speed. ahead Chief Transit Operations Officer

3. As quickly as possible, workers complete tasks sufficiently to ensure safe passage Supersedes: Slow zones, 7041 (05-24-09) ofless the than train.

4. Workers remove tools and materials that could interfere with train operation, move to positions of safety, and face the approaching train. Slow Zone

5. The Operator stops the train at any point where signalled to do so. If the Operator • A section of track marked with warning signs and lamps through which trains operate at reduced has not received a proceed signal from the Flagman, the train must be stopped no Begin speed 1 car length in advance of the Begin slow zone sign. slow Slow zone zone • Provides protection for people, trains, equipment and tracks 6. The Foreman/Crew Leader signals the Flagman when the work area is clear. • Is set up when a group (three or more people) is scheduled to work on, across, or near a section 7. The Flagman then removes the track trip staff, shows it to the Operator, and signals of track for one-half hour or more. the Operator to proceed.

8. The Operator proceeds at the designated speed until the motorcab passes the Clear • Is set up when conditions require, whether or not workmen are present sign. Once the cab has passed the sign, the train may resume permitted speed. 6 Examples: track partially stripped; track needing realignment; spikes out; guard rail out; work mph being done under an elevated structure. 9. The Flagman replaces the track trip staff as soon as the train clears his/her position. Responsibility for the Slow Zone 10. Workers resume work after the train has cleared and it is safe to do so. The department in charge of the scheduled work has jurisdiction over the slow zone. The same Removal of the Slow Zone department remains responsible in the event the slow zone must be left unmanned (See Note, page 4). 1. The Foreman/Crew Leader makes certain that all tools and materials have been removed or secured properly. The department with jurisdiction provides all marking devices and accessories. 2. With the Flagman’s protection, workers leave the site in single file. As necessary, the Foreman/Crew Leader designates a second Flagman to provide protection from both - Sign/lamp units directions. - Signpost mounting devices zone ahead - Batteries for lamps 3. The Flagman removes the portable track trip when directed to do so by the Clear Foreman/Crew Leader. Before 1200 hours of the preceding business day, the department must initiate an order for a Slow Flagman by notifying Rail Operations Capital Projects, CTA ext. 14534, which then generates a work 4. With Flagman protection, signposts and mounting devices are removed beginning zone order and informs the appropriate Terminal Clerk. boardwith is the placed Clear on Slow the “Beginzone sign slow and zone” moving sign. forward, in order, removing the Slow sign last.ed The Terminal Clerk assigns Flagmen for the next day’s assignments if sufficient manpower is avail- able and issues flagging equipment (See SOP 7037: Flagging on the Right-of-Way). 5. The Flagman notifies the Controller when the area is clear. SAFETY IS PART OF THE JOB Note: If a slow z Follow all CTA-established rules relating to safe operation, as well as those rules leave the onesignposts is to remain and stands after workersin place, leave,and mount the Flagman an appropriate must notify speed the board Controller, on the relating to use of tools, materials, equipment and personal safety in performance of “Begin slow zone” sign. these procedures.

Z:\Development\SOPs\Rail-Signed & In Effect\704103 (04-27-14).pmd LN010028SOP Title: Slow Zones Publication Number: 7041 (04-27-14) • • • • • • • • • • Set-Up of the Slow Zone has been corrected. pass through the slow zone until hazard the track to be unsafe, no trains may enter or If the or The Supervisor, Instructor Transportation - All workers and the Flagman must remain off - All workers and the Flagman must leave - Flagman will notify the Controller. as to whether the slow zone is set up properly, the If the Flagman and Foreman/Crew Leader disagree zone set-up for accuracy and safety. Upon arrival, the Flagman will check slow properly.are working The Foreman/Crew Leader will ensure that all lamps cent track if it is necessary. An additional slow zone will be set up on an adja- time the work area progresses 25 feet. posts, track the Flagman and portable each trip The Foreman/Crew Leader will relocate sign the work area to a safe minimum. Manager will cooperate to keep the length of The Foreman/Crew Leader and Transportation while the slow zone is being set up. traffic a sufficient distance to serve as Flagman The Foreman/Crew Leader will send a worker against Operators. the distances shown to ensure visibility by train If necessary, the Foreman/Crew Leader will extend slow zone. calling the Controller when preparing to set up up the slow zone as shown in diagram and for The Foreman/Crew Leader is responsible for setting

make any necessary corrections. Manager will evaluate the situation and Transportation Manager arrives. the tracks until a Supervisor, Instructor, or right-of-way immediately.

person in charge

ahead

zone Slow

at the slow zone deems ahead sufficient distance in advance of the The Foreman/Crew Leader will place this sign a sign to ensure visibility by the Operator.

for Your Safety.for Your • Slow Zone, If You Leave the Protection of a • • • • • • • • • (Note Rail System Rule R8.24.3) Non-Operating Personnel Safety Requirements for trains. forKeep others of approaching and warn alert Always stop work and face approaching trains Watch for moving switch points. purposes of boarding or alighting. of any trainDo not touch any except part for Avoid contact with the third rail. Always step Look both ways before stepping onto any track. when all personnel have left. When leaving the right-of-way, notify the Controller edged and Enter the right-of-way only after being (Flagmen are not required to wear a hard hat.) packs or any item that covers the safety vest. hard hat and Wear CTA approved high-visibility safety vest,

authorized by the Controller over

proper shoes. Do not wear back-

Slow zone 600 ft ahead

600ft

zone Slow

Y ou rails - never on them. Are Responsible

Page 2 of 4 All acknowl- first NOTE:

. with two short blasts whenever a flashing yellow light is encountered. there are workers on the track ahead. Operators must sound train horn An

.

y flashing

15

mph

ello w light

Title: Slow Zones Publication Number: 7041 (04-27-14) • • Emergency Evacuation • • • • , including Workers Ahead lights, indicates that would require medical or other assistance. plan and train the work crew for emergencies that The Foreman/Crew Leader must similarly prepare a emergency evacuation plan. Flagman’s is a signal to execute horn warning the in the plan.part Several blasts of the short so each person is fully aware of his/her periodically each person. Practice gency The until the train has passed. no clearance from a train, immediately lie face down If it appears you will become trapped in an area with track is cleared of equipment and personnel. Signal the Operator to proceed only Slow or stop trains as safety requires. remain in full view of approaching trains. wellStop work in advance of the train’s arrival and Foreman/Crew Leader Foreman/Crew Leader

evacuation plan identifying a clear area for

zone

slow

Begin

6 mph an orderly track evacuation

must prepare an emer- after the • • • to the Controller. involvedsoon as possible to the department and the Foreman or CTA Inspector as Construction by Emergencies and violations must be reported his Foreman complies with all procedures. the Contractor is responsible for ensuring that is being performedWhen work by a Contractor, compliance with procedures. member shall be assigned responsibility for I equal to the maximum train length in operation. beyond the end of work area at a distance The Foreman/Crew Leader will place this sign n the absence of Foreman, a work crew ahead zone Slow work after dark and in areas Lamps are provided and lighted for ahead 600 ft zone Slow flashing 15 mph zone slow Begin 6 mph

Page 3 of 4

Clear

zone Slow LN010028SOP-3.4 steady Clear zone Slow Publication Number: Transit Operations Page 1 of 5 Standard Operating Procedure 7037 (05-24-09)

Title: Flagging on the Right-of-Way

Issued to: Flagman, Rail Service Supervisor (Operations), Track Gang Foreman (Maintenance)

Approved by:

Chief Operating Officer

Supersedes: Flagging on the right-of-way, 7037 (12-04-00)

Any group of 3 or more people who will be on or near the right-of-way for more than one-half hour must operate under the protection of a flagman within an established slow zone. The department requesting a flagman is responsible for providing all sign/lamp assemblies and signpost mounting devices necessary for properly setting up the slow zone.

REPORTING FOR DUTY AT A TERMINAL (Operations Personnel)

Although no uniform is designated for flagmen, wear apparel that is both safe and appropriate for the job and weather.

- CTA-issued high-visibility safety vest - Natural fiber outerwear, since synthetic fabrics may ignite from 600 volt arcing

Do not wear

- Shorts, cut-offs, sleeveless shirts, tank or halter tops - Loose, ill-fitting, unfastened and/or unbuttoned clothing and belts with sashes or hanging pendants - Long coats that may come in contact with third rail - Clothing that restricts the wearer’s vision (e.g. hoods) unless it can be worn in a way that vision remains unobstructed (e.g. with the hood down).

Report to the clerk and transportation manager.

Select, examine and test all necessary flagging equipment:

- red flag (for use in daylight) - air horn with extra cannister - portable radio (previously issued) - portable track trip - flashlight (previously issued) - whistle (previously issued; as back-up if air horn malfunctions) - Dietz light (battery-operated flashing yellow light; for times or areas of limited visibility)

When all equipment has been checked for proper operation, complete form cta 3784 EQUIPMENT REPORT - FLAGMAN’S, and leave the form with the clerk.

Training and Instruction Publication Number: 7037 (05-24-09) Page 2 of 5 Title: Flagging on the Right-of-Way

Check the trainroom bulletin board and with the clerk for operating orders and/or bulletins regarding special train routings or other events scheduled at or affecting the flagging location. See the transportation manager for clarification.

Obtain a time slip (form cta 3533 TIME SLIP) from the clerk.

Perform a radio check (10-40). For specific instructions, refer to SOP 8200 Radio Communication.

Proceed immediately via CTA service to the assigned work location.

- Whenever possible, alight at the nearest station and walk to the work site. - Tools, supplies, materials and equipment that may be offensive to customers must not be transported on revenue service trains. - Flammable items must not be transported on revenue service trains. - Do not occupy seats to the exclusion of customers, nor occupy unused operating cabs in the train. - Do not occupy the head cab with the operator unless your specific job function requires it. In cases where riding in the cab with the operator is necessary (e.g. to use the operator’s radio), communicate the reason, starting point, ending point and run num- ber to the controller and await verbal authority from the controller for the in-cab ride.

AT THE WORK LOCATION

Upon arrival at the work site, report to the work crew leader for instructions. The work crew leader is responsible for setting up the slow zone correctly, and has jurisdiction over the flagman.

Call the controller to confirm arrival and to provide details regarding the exact location of the work crew, the number of people in the crew, any other work that is or will be performed near the work site, and the expected length of time the work crew will need a flagman.

Check that the slow zone meets all the requirements of all applicable standard operating procedures.

Note: If the slow zone has been set up improperly and the flagman and work crew leader cannot agree to correct it, the flagman will call the controller to request supervisory assistance. Once the controller has been notified: - The workers and flagman must leave the right-of-way IMMEDIATELY. - The workers and flagman must remain off of the tracks until a supervisor, instructor, or transportation manager arrives. - The supervisor, instructor or transportation manager will evaluate the situation and make any necessary adjustments.

INSTALLING THE PORTABLE TRACK TRIP

With the crew leader’s assistance, select the location for installing the portable track trip.

The location must provide secure footing.

Training and Instruction Publication Number: 7037 (05-24-09) Page 3 of 5 Title: Flagging on the Right-of-Way

It must be directly across the track from the Begin slow zone/6 mph sign and both must be within 25 feet of the prescribed distance from the work area.

At curves, hills, subway entrances, etc., provide rail operators with a view of the flagman’s position that is as long and clear as allowable. Some circumstances will require two persons to team flag to provide ample warning.

Do not lean over the third rail or straddle it with your legs when installing the portable track trip base or when inserting the staff into the socket.

1 Slide the portable track trip base 2 under the running rail opposite the 1 motor cab (when facing in the direction of travel). Move ballast as necessary to insert the base under the rail. The socket for the staff must be on the outside of the running rail. 3 2 Mount the base onto the running rail by engaging the lip onto the outer base of the running rail. Secure the base by positioning the tightening plate (under the tightening handle) on top of the inner base of the running rail. Tighten the handle securely.

3 Drop the staff into the socket with the tip of the trip resting on the running rail.

When properly installed, the portable track trip, if run over, will bring the train to a stop. Also, if a train passes a trip, the wheels will permanently flatten the tip of the trip, providing proof of the train’s having run the trip.

FLAGGING (Operations and Maintenance Personnel)

Stand at track level next to the portable track trip, whenever clearance permits, even when flagging for workers on a platform or a work train.

Stand in full view and face approaching trains.

As a train approaches the Slow zone 600 ft ahead sign:

- Sound one long blast on the air horn or whistle to warn workers.

- At the same time, raise the red flag at arm’s length in a horizontal position across the track being governed to signal the train to reduce speed.

Training and Instruction Publication Number: 7037 (05-24-09) Page 4 of 5 Title: Flagging on the Right-of-Way

During periods of darkness and in the subway, motion is nec- essary to ensure recognition.

- To signal the train to stop, swing the flag or flashlight horizontally at a right angle to the track.

- To signal the train to make an emergency stop, violently swing the flag or flashlight across the track.

Note: In an emergency, if a red flag or flashlight is not available, signals may be given with the arm only.

When the train stops:

- Wait for the work crew foreman to signal that workers, tools, and equipment are in the clear and that the train may proceed.

- Remove the track trip staff, face the train and show the trip staff to the operator of the train. During daylight, remove the red flag from the operator’s view, then signal to proceed by hand signal.

- After dark or in the subway, after showing the trip staff to the operator, signal to proceed by raising and lowering the flashlight vertically.

- If a speed other than the standard restricted speed (6 mph) is desired, indicate this to the operator by voice or hand signal before giving the proceed signal.

Note: Never signal to proceed using the red flag or any red object.

If two flagmen are assigned to the same location (one for each direction of train travel) and two trains arrive simultaneously, the loop-bound train receives priority.

- The flagman guarding the loop-bound track must signal the other flagman to detain his/her train by momentarily holding the red flag or outstretched arm (during daylight) or flashlight (at night or in the subway) over the track of the train to be detained (outbound).

- Allow the loop-bound train to proceed only after you have received a signal from the other flagman acknowledging that your signal was received.

Training and Instruction Publication Number: 7037 (05-24-09) Page 5 of 5 Title: Flagging on the Right-of-Way

If it appears that an approaching train is not going to stop:

- Leave the portable track trip in the tripping position.

- Use short blasts of the air horn or blow the whistle to warn the workers.

- Stand clear of the train.

- Move the red flag or flashlight (at night or in the subway) violently across the track to attract the operator’s attention. Continue blowing the air horn or whistle as a warning.

If the train does not stop or stops after hitting the portable track trip:

- Note the run and head car numbers of the train and immediately call the controller.

- Report the incident, request any necessary assistance, and order a replacement portable track trip.

Immediately report any violation of speed restrictions or failure to obey signals to the controller. Provide the exact time, location, direction, run number and head car number.

If members of a work crew fail to face passing trains or otherwise jeopardize their safety or the safety of others, or if they unnecessarily delay trains, notify the work crew leader. If violations continue, call the controller.

WHEN WORK ASSIGNMENT IS COMPLETED (Operations personnel)

When the work crew leader indicates that the work for the day is done, complete the time slip and have the work crew leader sign it.

If a slow zone is to remain in place, notify the controller.

Notify the controller when the right-of-way is clear.

Return to the terminal and report to the clerk. Indicate on the time slip the actual time spent at the work location. Do not use the flagging trick’s scheduled start and finish times.

- Follow the same directives as for riding CTA service to the work location (page 2, top).

Report any defective equipment or unusual incidents.

Turn in flagging equipment and time slip to the clerk.

SAFETY IS PART OF THE JOB Follow all CTA-established rules relating to safe operation, as well as those rules relating to use of tools, materials, equipment and personal safety in performance of these procedures.

Training and Instruction S:\Development\SOPS\Signed& In Effect\703701 (05-24-09).pmd Publication Number: Page 2 of 2 Transit Operations Page 1 of 2 Standard Operating Procedure 7038 (11-23-14) 3. Stop. Open the motorcab window. Remain standing until otherwise Title: Train Operation Through Slow Zones directed by the fl agman.

The window must remain open when pass- Issued to: Rapid Transit Operator, Rail Supervisor, Universal Rail Supervisor ing personnel on or near the right-of-way. When the fl agman shows that the track trip Approved by: has been removed and gives a “proceed” signal: Chief Transit Operations Offi cer 4. Resume permitted speed - Acknowledge by train horn (two short once the head car of the Supersedes: Train Operation Through Slow Zones, 7038 (06-21-09) sounds). train has reached this sign. - Observe the track ahead for obstructions and to ensure that all personnel are A slow zone clear. To approach or pass through a slow - Proceed at or below the permitted speed - is a section of track marked with zone, operate as follows: until the entire train is clear of the slow warning signs and lamps through zone. which trains operate at reduced speed. In the absence of a signal from the fl agman: Clear - Stop. - is a safety measure used to Slow - Use the train horn to alert the zone protect people working or to limit fl agman for a signal (four short sounds). speed because of some condition on or near the track. 1. Begin reducing speed to 15 mph.

Sound horn to alert fl agman (succession of short sounds). Begin This sign is set up a suffi cient distance in slow advance of the “Slow zone 600 ft ahead” zone sign to ensure visibility by the operator. 15 6 mph mph

Slow Slow Slow Begin Clear zone zone zone slow 600 ft 600 ft mph Slow ahead ahead zone ahead zone

Slow 300 ft 300 ft 200 ft work area equal to length zone 6 ahead mph of longest consist in service at the time 2. Begin 15 mph speed limit.

- Stand in the motor cab.

- Stop one car length before the fl ashing steady “Begin slow zone” sign. Lamps are provided and lighted for work after dark and in dark areas

Z:\Development\SOPs\Rail-Signed & In Effect\703802 (11-23-14).pmd 00mg00021 Publication Number: Transit Operations Page 1 of 5 Standard Operating Procedure 8130 (04-27-14)

Title: Safety on Rapid Transit Tracks

Issued to: CTA and outside agency personnel, as necessary

Approved by:

Chief Transit Operations Officer

Supersedes: Safety on Rapid Transit Tracks, 8130 (07-12-09)

Introduction

When entering upon or working adjacent to the right-of-way, all personnel must follow established safety procedures including but not limited to those specified in General Safety Bulletin #3026, CTA Employees on the Rail System Right-of-Way (September 2007), and current Rail System Rule Book rules. The following guidelines will help you protect yourself and others whenever it is necessary for you to enter the rail system right-of-way. NOTE: All CTA non-operating employees and employees of outside agencies who are as- signed to work on or adjacent to CTA’s rail system right-of-way must have successfully com- pleted the Rail System Safety Tour and must carry a valid Rail Safety Tour Identification Card.

05/21/2014 John Doe

05/21/2013

Vice President Rail Operations

Outside Contractor/Agency Employee Rail Safety Tour Identification Card (valid for one year from date of issue)

John Doe 11111

05/21/2013 05/21/2016

Vice President Rail Operations

CTA Employee Rail Safety Tour Identification Card (valid for three years from date of issue) Publication Number: 8130 (04-27-14) Page 2 of 5 Title: Safety on Rapid Transit Tracks Communication Before Entering or Working Adjacent to the Right-of-Way

z A group shall have a pre-entry safety discussion covering evacuation procedures and safety precautions. z The group must have a CTA two-way radio. z One person of the group must be designated as the primary contact with the Controller for calling on and off the right-of-way.

PEOPLE ACTIVELY WORKING ON THE RIGHT OF WAY MUST BE IN A GROUP OF AT LEAST TWO. THIS APPLIES TO ACTIVITIES SUCH AS TRAINING, INSPECTING, AUDITING AND REPAIRING. THE ONLY EXCEPTION IS FOR PERSONS RESPONDING TO A CALL FOR ASSISTANCE, SUCH AS A SUPERVISOR OR K202.

When the pre-entry discussion is completed, the designated contact person must notify the Controller via radio of the group’s desire to enter the right-of-way. The designated contact person must call the group onto (and off of) the right-of-way from a station or between two stations (if entering or exiting the right-of-way at a non-station location).

On the proper route channel notify the Controller of: who you are; the number of people in your group; the area where the group will be on the right-of-way, including the direction of the track upon which the work will be performed; an estimate of how long the group expects to be on the right-of-way at the location; and your radio call number, if applicable.

If the two-way radio becomes non-operational, you must identify yourself and display your employee ID card to the Operator of the next train to approach the station and request the use of the Operator’s radio to notify the Controller. If no radio is available, call the Controller from a kiosk telephone or platform telephone, if available.

To ensure that the Controller knows exactly where the group will be, and unless the work area is within the limits of a station, the work area must only be between two adjacent stations and must be stated as between those two adjacent stations. Example: K570: K570 to Control Control: K570, your message K570: K570 at 87th. Request permission to enter the right-of-way, northbound between 87th and 79th

Communication When Changing Location

If the group must change location, call the Controller again to call off the prior track area and to call on to the new area. Provide the name of the station through which the group is moving and the next adjacent station toward which the group will be proceeding on the right-of-way. Example: K570: K570 to Control Control: K570, your message K570: K570, I’m now off the tracks between 87th and 79th. I’m now at 79th. Request permission to enter the right-of-way northbound between 79th and 69th

Upon the completion of the assignment, notify the Controller (from the station at the end of the last work area) that work is complete and to call off the right-of-way. Publication Number: 8130 (04-27-14) Page 3 of 5 Title: Safety on Rapid Transit Tracks

Personal Protective Equipment

Whenever working on or adjacent to the rail system right-of-way, all members of the group must:

z Wear approved CTA high-visibility fluorescent safety vests, proper footwear, eyeglasses (if prescription; contact lenses are not permitted); and protective headwear, if required;

z Carry and use a flashlight in times or places of reduced visibility; and

The group must possess a working portable flashing yellow light when working in times or places of reduced visibility.

General Precautions

z Be alert; be conscious of hazards presented by the third rail and trains.

z Consider the 600 volt third rail to be energized at all times.

z Never hesitate to signal an Operator to slow down or stop if safety is involved, but do not delay service unnecessarily.

z Exercise caution while on the tracks.

- Stop and look in both directions before crossing a track. Remain in the clear if a train is approaching. Expect trains to run in either direction, on any track, at any time.

- Avoid walking on or crossing tracks unless necessary. Use the footwalk whenever possible.

- Step over rails, never on them.

- Watch for moving switchpoints. Never stand or place any part of your body on or in movable portions of switches, switchpoints or linkage.

- Do not allow any part of your body, article of clothing, tools or equipment to contact the third rail or any part of a train.

- Walk against the normal flow of train traffic whenever possible, so you can observe approaching trains.

Actions of Personnel on the Right-of-Way When Trains Approach

1. Stop what you are doing.

2. Call out “Railroad” to warn others who may not be aware of the approaching train.

3. Stand and face the train.

4. Signal the Operator to slow down or stop. Give signals well in advance. If in a group, designate one employee to give all signals. Publication Number: 8130 (04-27-14) Page 4 of 5 Title: Safety on Rapid Transit Tracks

5. Make certain all equipment is clear of train traffic.

6. Go to a position where you are clear of approaching trains. Make certain you can be seen by the Operator of any approaching train.

- Do not step to an adjacent track unless you are sure it is clear and will remain clear until the train passes.

- Do not stand between trains on curves or in areas of restricted clearance. If caught or trapped between trains, lie down on the footwalk, making sure you don’t contact the third rail.

7. When you are certain that you and all equipment and personnel are in the clear, face the train, then signal the Operator to proceed. In areas of restricted clearance, do not allow two trains to pass on each side of you at the same time. Flag both trains to a stop. Then give a proceed signal to one train at a time. When two trains are traveling in opposite directions, the loopbound train should be given priority, whenever possible.

8. Remain stationary and watch the train until the entire train has passed.

9. Notify the Controller and your immediate supervisor if the Operator fails to respond to signals.

Actions of an Operator Approaching People On or Near Tracks

z Warn persons on the tracks by short horn blasts.

z Never operate past anyone on a footwalk or at track level without first receiving a proceed signal and making sure that all people and equipment are in the clear. Stand in the motorcab, open the motorcab window and proceed at restricted speed until the entire train is clear of everyone on or near the tracks.

z Acknowledge all signals with two short horn blasts.

z Obey all signals, lights and signs.

z Notify the Controller to report failure of persons at track level or on footwalks to signal correctly or to stop work and face the train.

Hand, Flag, Flashlight and Lantern Signals (see chart, page 5)

If your duties require you to give signals, you must ensure that you have the proper equipment, in good working order, ready for immediate use. Flags or lights of the prescribed colors must be used when- ever normal operation cannot be maintained in a track area.

z Flags or hand signals must be used during daylight.

z Lights must be used during darkness, periods of low visibility, or in subways.

- During periods of darkness and in the subway, motion is necessary to ensure recognition. When signalling with a light to reduce speed, slowly move the light back and forth horizontally at shoulder height to ensure that the operator sees and recognizes the signal.

z The proceed signal shall NEVER be given with a red flag or any red object. Publication Number: 8130 (04-27-14) Page 5 of 5 Title: Safety on Rapid Transit Tracks

NOTE: Proceed signal shall NEVER Proceed signal be given with a red shall be given flag OR ANY RED with GREEN OBJECT. or WHITE light.

Note: The relative speed with which a signal is given indicates the relative speed at which compliance with the signal is desired. Any object or hand waved violently by anyone on or near a track is a signal to stop immediately.

SAFETY IS PART OF THE JOB Follow all CTA-established rules relating to safe operation, as well as those rules relating to use of tools, materials, equipment and personal safety in performance of these procedures.

Z:\Development\SOPs\RAIL-Signed & In Effect\813003 (04-27-14).pmd Publication Number: Transit Operations Page 1 of 4 Standard Operating Procedure 8111 (07-13-08)

Title: Workers Ahead Warning System

Issued to: Rail Operations Personnel and outside agency employees, as necessary

Approved by:

Chief Operating Officer

Supersedes: Workers Ahead Warning System, 8111 (04-28-02)

Introduction

The Workers Ahead (WA) warning system is designed to enhance the safety of persons working at track level in areas of limited visibility. The Authority has installed WA warning systems at several locations, but these installations do not relieve or reduce the responsibility of employees to protect themselves and to comply with pertinent safety rules and standard operating procedures. When- ever personnel are present on the right-of-way within a Workers Ahead warning zone, the WA Warning System must be activated. It must be used in addition to any slow zones which overlap or are located entirely within the Workers Ahead warning zone.

When the system is activated by an employee at track level, operators of approaching trains will encounter a flashing yellow wayside warning light beneath a sign labeled “BEGIN WA ZONE.” In cab signal territory only, when the system is activated, the cab signal indication of maximum allowable speed will be reduced below the normal allowable speed. Generally, in areas where cab signal allowable speed is normally set at (green) 55 mph, allowable speed will be reduced to (yellow) 35 mph or less. However, at some locations on the Orange Line, the allowable speed will be 15 mph.

Note: The speed-reducing feature is NOT in effect when allowable speed has already been reduced due to right-of-way conditions or a train ahead.

When the system is turned off, WA warning lights will be dark, normal speed limits will be in effect and operators may proceed at permitted speed. Rule R6.2 does not apply to these warning lights.

Operators approaching a flashing yellow WA warning light must:

Reduce speed and sound horn (a succession of short sounds) Operate on sight, with extreme caution, expecting to encounter workers ahead through the limits of the WA warning zone.

Operators shall not operate past persons at track level until they receive a proper proceed signal and see that all persons and equipment are in the clear.

The end of the warning zone is identified by a yellow sign with wording “END WA ZONE” in black lettering.

Training and Instruction Publication Number: 8111 (07-13-08) Page 2 of 4 Title: Workers Ahead Warning System

Workers Ahead warning system controls can activate the warning system on one or more tracks to reduce the speed of train traffic operating in normal direction only.

BEGIN WA ZONE END WA ZONE

SB TRACK

 

NB TRACK

BEGIN END WA WA = CONTROL BOX LOCATIONS ZONE ZONE CONTROL BOXES ARE INSTALLED TO RIGHT OR LEFT OF TRACK DEPENDING ON LOCATION

Activating the System

Before entering the Workers Ahead warning zone at track level, check the Workers Ahead warning light to see if the system is turned on. If the system is already turned on, leave it turned on; it indicates that other workers are already in the WA zone. Notify other workers present that you are also working in the WA zone. If the system is turned off, unlock the control box and flip the toggle switch to the opposite position. Check to make sure that the red indicator light illuminates to indicate that the WA system is activated. Then close and lock the control box, if it is so equipped.

Always verify that the WA warning lights are operating properly before beginning any work in the area. If it is not practical to visually check the warning light at the opposite end of the warning zone, flag down the first train that enters the warning zone. Verify with the operator that the Workers Ahead warning light at the entrance to the warning zone is working properly.

Note: If any warning light fails to illuminate and flash when the system is turned on, notify the rail controller of the defective warning light and await instructions. If neces- sary, flag a train to a stop and request that the operator report the defect to the controller.

Training and Instruction Publication Number: 8111 (07-13-08) Page 3 of 4 Title: Workers Ahead Warning System

Warning Light and Sign

- yellow plate with black lettering BEGIN - “BEGIN WA ZONE” marker and warning WA light located at the entrance to the ZONE warning zone - the flashing yellow warning light will illumi- nate when the system is activated Flashing Yellow - the light will be dark (off) when the system is turned off

Control Boxes - painted blaze orange; located at both ends of the warning zone

- the toggle switch turns the system on or off; OPEN COVER it controls all the WA warning lights at that location

HINGE - the red indicator light illuminates when the system is activated and is dark when the system is turned off RED TOGGLE INDICATOR CONTROL SWITCH - the control box covers open with a switch LIGHT BOX lock key

End of warning zone

- yellow plate with black lettering END - “END WA ZONE” marker is located at the WA exit from the warning zone ZONE

Training and Instruction Publication Number: 8111 (07-13-08) Page 4 of 4 Title: Workers Ahead Warning System

Turning Off the System

If other workers are present when you are leaving the WA zone, leave the system turned on. Multiple crews must coordinate responsibility for turning the system off. If you are sure that no other workers are present, turn the system off. Unlock and open the control box where you are leaving the WA zone and flip the toggle switch to the opposite position. The red indicator light inside the box and the yellow warning lights on the right-of-way will turn off. Close and lock the control box with the switch lock provided.

Leave the WA zone; do not re-enter the WA zone without first re-activating the warning system.

Outside Agencies

Representatives of outside agencies must be accompanied by at least one CTA flagman or other authorized CTA employee.

WA system controls shall be operated only by CTA employees.

SAFETY IS PART OF THE JOB Follow all CTA-established safety rules relating to the use of tools, materials, equipment and personal safety in the performance of these procedures.

S:\Development\SOPS\RAIL - Signed & In Effect\811101 (07-13-08).pmd

Training and Instruction Publication Number: Transit Operations Page 1 of 1 General Information 8212 (05-25-08)

Title: Test Train Procedures

Issued to: All Rail Operations employees

Approved by: Chief Operating Officer

Supersedes: None

INTRODUCTION

A test train is an out-of-service train used to test new or rebuilt structure, track, traction power, signals or station platforms for the verification of safe service.

When determined by the Chief Engineer, a test train is to be operated to check:

The dynamic clearance envelope of the train. The live load response of track and/or structure. Traction power energy demand. Signal system operation. For any other condition prior to resuming revenue service.

PROCEDURE

In a planned construction or track outage, test train arrangements are made in advance and will be provided for in the Rail Service Bulletin authorizing the construction or track outage.

In an emergency, notify the Control Center Manager and request a test train.

The type and quantity of any equipment required for the test will be specified by the Chief Engineer or his designee.

The Chief Engineer or his designee shall be in charge of the operation of the test train and must approve the infrastructure for safe service.

The Chief Engineer shall prescribe what, if any, special instrumentation or loading is to be carried with or attached to the test train for testing purposes. When instrumentation is to be attached to the train, it must be approved by the Chief Rail Equipment Engineer or his designee.

All operational details for the test train will be prescribed by the Chief Engineer or his designee, including, but not limited to speed and number and direction of trips through the area to be tested.

An employee with valid operating certification will operate the test train at the direction of the Chief Engineer or his designee.

At the Chief Engineer’s direction, other personnel must ride the test train, such as contrac- tors or maintenance employees who may be required to make adjustments to the track, signal system, station, etc. prior to the resumption of revenue service.

Training and Instruction S:\Development\SOPS\Rail - Signed & In Effect\821200 (05-25-08).pmd

General Safety Bulletin # 3026 Revised September 2007 Page 1 of 2

SUBJECT: CTA EMPLOYEES ON THE RAIL SYSTEM RIGHT-OF-WAY

This purpose of this bulletin is to set forth the established safety procedures as required by Rail System Rule 8.24.3 for CTA employees to follow when entering, working on, over, under or near the Right-of-Way with or without the protection of an assigned flagman.

1) Responsibility

A. It is the responsibility of each employee to use caution and exercise all established safety rules to prevent injury to themselves or others. (Rail System Rule 3.1.3)

B. Only employees who have attended the Rail Safety Training Program and have been certified shall be allowed to enter or work on, over, under or near the Right-of-Way.

C. It is the responsibility of each supervisor/foreman to ensure that their employees: • Attend the Rail Safety Training Program and are certified, • Follow required safety procedures and departmental practices and • Have all required personal protective equipment, including a vest, flashlight and proper footwear (Rail System Rule1.5.1). • When working without protection of an assigned flagman during the hours between dusk and dawn and at all times in the subway, employees must use yellow flashing safety warning lights per General Safety Bulletin # 3028. • Use Workers Ahead Warning System when available (Rail System Operating Procedure #8111-04/28/02) per Rail System Rule 4.10.

D. All employees must comply with the following rules: • Rail Standard Operating Procedure (SOP) # 8130 (04-27-03) • Safety Rule Book concerning Safety on Rapid Transit Tracks and Yards (Rules 105 through 126).

2) Control Center Communication - Summary of Safety Rules and Rail Standard Operating Procedure #8130.

A. Before entering or working on, over, under or near the right-of-way, employees shall notify the control center for specified route via radio, providing the following information: • Employee call number, classification and number of employees in group, • Work location, including direction of train traffic and • Estimated duration of time on the right-of-way.

Eliminating hazards prevents injuries and saves lives.

General Safety Bulletin # 3026 Revised September 2007 Page 2 of 2

B. Approval to enter the right-of-way shall not be deemed granted until communications between the communication center and requestor are verified, in order to determine the adequacy of communication (the communication center to note information on the rail personnel right-of-way log).

C. Employees not equipped with a radio shall notify the control center of the specified route as follows:

• When traveling by train, employees shall identify self to the operator and request use of the operator’s radio. • When arriving at work location by method other than train, prior to entering the right- of-way employees shall flag first train to a stop and request use of the operator’s radio. • When leaving the right-of-way by method other than train, employees shall flag train to a stop and request use of the operator’s radio.

E. Employees with radio not equipped with route channels shall notify Control Center via Channel 2.

F. Employees shall notify the rail controller via radio when leaving the right-of-way.

G. The control center, upon receiving notification from employees, shall do the following: • Note information on personnel on right-of-way log. • Identify self to employee by controller number. • Broadcast initially and rebroadcast information regarding employee’s location every ten minutes. The control center will document runs acknowledging the broadcast in both directions until personnel has left the right-of-way.

H. The train operator shall notify control center whenever stopping to pick up or drop off employees on the Right-of-Way between stations.

Eliminating hazards prevents injuries and saves lives.

SLOW ZONE EQUIPMENT LISTING

DESCRIPTION ITEM # U/M

SLOW ZONE SIGN ASSEMBLIES

ASSEMBLY: "SLOW ZONE AHEAD" 1957020 pc ASSEMBLY: "SLOW ZONE 600 FEET AHEAD" 1957021 pc ASSEMBLY: "15 MPH" 1957022 pc ASSEMBLY: "BEGIN SLOW ZONE/6 MPH" 1957023 pc ASSEMBLY: "CLEAR SLOW ZONE" 1957024 pc

SLOW ZONE BRACKETS

BRACKET: SLOW ZONE for ballasted track 1950201 pc BRACKET: SLOW ZONE, angular for open decks 1950202 pc BRACKET: SLOW ZONE, for open deck footwalks 1950203 pc BRACKET: SLOW ZONE, for subway round handrail 1950204 pc BRACKET: SLOW ZONE, for open deck fiberglass footwalk

SLOW ZONE SIGNS

SIGN: "SLOW ZONE AHEAD" 2107014 pc SIGN: "SLOW ZONE 600 FEET AHEAD" 2107015 pc SIGN: "BEGIN SLOW ZONE" 2107017 pc SIGN: "CLEAR SLOW ZONE" 2107022 pc SIGN: "6 MPH" 2107018 pc SIGN: "10 MPH" 2107019 pc SIGN: "15 MPH" 2107016 pc SIGN: "25 MPH" 2107020 pc SIGN: "35 MPH" 2107021 pc

SLOW ZONE MISCELLANEOUS EQUIPMENT

STAFF: REPLACEMENT, predrilled for slow zone 1957025 pc BATTERY: 6 Volt dry cell for lights 3141263 pc LIGHT: AMBER, flashing, battery powered 3144017 pc LIGHT: STEADY GREEN battery powered 3144018 pc

2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

SECTION 01 35 23 OWNER SAFETY REQUIREMENTS

PART 1 - GENERAL 1.01 SUMMARY

A. This Section specifies administrative and procedural safety requirements for the Project.

B. Related Section:

1. Section 01 35 00, Special Procedures

1.02 GENERAL REQUIREMENTS

A. Safety of passengers, pedestrians, property, CTA employees and all Contractor and Subcontractor employees working on the job site of this Project will be a primary responsibility and concern for the Contractor. The Contractor must maintain safe, clean and healthy worksites for the entire duration of the Project. All emergency exits must be kept clear at all times.

B. Comply with the applicable provisions of CTA’s “Safety Manual for Contract Construction On, Above, or Adjacent to the CTA Rail System” (CTA Safety Manual), the Illinois State Uniform Fire Prevention and Building Code, Occupational Safety and Health Administration (OSHA), the Environmental Protection Administration (Federal), Department of Environmental Conservation (State), Department of Environmental Protection (City), the National Fire Protection Association (NFPA) including National Electrical Codes, all other applicable rules and regulations, including Drug and Alcohol Laws. In case of conflict among the rules and regulations, the more stringent will apply.

C. Hold Safety Meetings, properly train new employees and monitor job site safety via inspection at the start and completion of each shift’s work as well as monitoring the job site for this purpose throughout the day. The Contractor must also correct and report to the CTA and appropriate regulatory authorities any safety violations and convene investigative meetings which follow accidents.

D. Obtain and maintain Safety Data Sheets (SDS) for all materials to be stored, incorporated into or used in the Work. The SDS must be readily available whenever required, in a convenient location, in close proximity to where the material is stored. The Contractor’s Safety Engineer/Supervisor and competent persons must have ready access to the SDS.

E. All debris must be cleaned from the work site before a work session may be considered complete. If the job site is not satisfactorily cleaned the CTA may clean the site with its own forces or through another contractor and the all cost associated with cleaning will be the responsibility of the Contractor.

F. Notwithstanding any remedies for maintaining a safe, clean and healthy work site, in the event that the Contractor’s work environment chronically provides a site such that, there are significant safety concerns, this may precipitate a Default request through CTA Purchasing.

G. Submit a Monthly Safety Report by the seventh day of each month which includes the following information:

1. Contract Name 2. Contract Number

Owner Safety Requirements 01 35 23-1 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

3. General Contractor Name 4. Date 5. Total man-hours worked during the monthly reporting period by the General Contractor and all Subcontractors. Monthly hours must be broken out by General Contractor and Subcontractor to clearly show how many hours each company has worked, and then a grand total provided at the bottom report. 6. Total project hours to date worked by the General Contractor and all Subcontractors. Total project hours must be broken out by General Contractor and Subcontractor to clearly show how many hours each company has worked, and then a grand total provided at the bottom report. 7. The following items must be calculated for the General Contractor and all Subcontractors on a monthly basis. Items must be calculated and listed separately for the General Contractor and each Subcontractor, and then a grand total for each item must be included at the bottom of the report.

a. OSHA Incident Rate b. OSHA Recordable Injuries – No Lost Time c. OSHA Recordable Injuries – Lost Time d. Total Recordable Injuries e. Incident Log

H. Submit a Monthly Project To-Date Safety Report by the seventh day of each month which must include all information required in 1.02 G. above summarized for the project to-date along with:

1. OSHA Incident Rate – Rate must be calculated for the General Contractor and all Subcontractors overall for the entire project. 2. Trainings – All training held to date of report must be listed 3. Unusual Occurrences – A list of the unusual occurrences that have occurred to date on the project which includes the date and type of unusual occurrence.

I. In addition to the foregoing information, all Contractor Safety Reports must include any other information required by any applicable federal, state and local health and safety laws, codes and regulations as may be amended from time to time, or as otherwise requested by the CTA. The format and delivery method of any Contractor Safety Reports must be subject to CTA approval.

1.03 DEFINITIONS

A. Accident: The National Safety Council defines an accident as an undesired event that results in personal injury or property damage.

B. First Aid Cases: According to OSHA Reporting Criteria per 29 CFR 1904.7 General Reporting Criteria, First Aid cases are (listed as a reportable is not included in calculating OSHA incident rate):

1. Using a non-prescription medication at non-prescription strength (for medications available in both prescription and non-prescription form, a recommendation by a physician or other licensed health care professional to use a non-prescription medication at prescription strength is considered medical treatment for record keeping purposes). 2. Administering tetanus immunizations (other immunizations, such as Hepatitis B vaccine or rabies vaccine, are considered medical treatment). 3. Cleaning, flushing or soaking wounds on the surface of the skin.

Owner Safety Requirements 01 35 23-2 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

4. Using wound coverings such as bandages, Band-Aids, gauze pads, etc.; or using butterfly bandages or Steri-Strips (other wound closing devices such as sutures, staples, etc. are considered medical treatment). 5. Using hot or cold therapy. 6. Using any non-rigid means of support, such as elastic bandages, wraps, non- rigid back belts, etc. (devices with rigid stays or other systems designed to immobilize parts of the body are considered medical treatment for record keeping purposes). 7. Using temporary immobilization devices while transporting an accident victim (e.g., splints, slings, neck collars, back boards, etc.). 8. Drilling of a fingernail or toenail to relieve pressure or draining fluid from a blister. 9. Using eye patches. 10. Removing foreign bodies from the eye using only irrigation or a cotton swab. 11. Removing splinters or foreign material from areas other than the eye by irrigation, tweezers, cotton swabs or other simple means. 12. Using finger guards. 13. Using massages (physical therapy or chiropractic treatment are considered medical treatment for record keeping purposes). 14. Drinking fluids for relief of heat stress.

C. Incident: An incident is an unplanned, undesired event that adversely affects completion of a task, including but not limited to near misses, incidents with property damage, events causing injury, fires, underground utility strikes, flagman issues, etc.

D. Incident Log: An incident log is a tabular listing of all incidents including the following information for each: date, time, location, job activity, brief incident description, number of employees involved and job classifications of employees involved.

E. Near Miss: Near misses describe incidents where no property was damaged and no personal injury sustained, but where, given a slight shift in time or position, damage and/or injury easily could have occurred.

F. OSHA Incident Rate: The OSHA incident rate is based on recordable injuries reported for a 50 person company working one year or 200,000 hours.

1. OSHA Incident Rate = Number of OSHA Recordable Injuries X 200,000/actual man-hours worked.

G. OSHA Recordable Injury or Illness: According to OSHA Reporting Criteria per 29 CFR 1904.7 General Reporting Criteria, a work-related injury or illness must be recorded if it results in one or more of the following:

1. Death 2. Days away from work. 3. Restricted work or transfer to another job. 4. Medical treatment beyond first aid. 5. Loss of consciousness. 6. A significant injury or illness diagnosed by a physician or other licensed health care professional.

1.04 SAFETY MANAGEMENT PROGRAM:

A. Develop and maintain a project-specific Safety Management Program (SMP) to: a) protect the lives and health of all persons, b) prevent damage to property and environment, and c) avoid work interruptions or any delay to train services due to accidents. The SMP Document must be a written plan laying out the management

Owner Safety Requirements 01 35 23-3 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

organization and strategy to assure high levels of job site safety for all performed tasks. It must define the personnel responsible for developing and assuring safe work practices for each major item of work or subcontract.

B. As part of the overall strategy, it must explain the methods to be used for providing the training and equipment so that each worker can be self-monitoring.

C. Within thirty (30) days of the date of the Notice to Proceed (NTP) the Contractor must submit their SMP to the CTA for review and comment. The SMP must comply with the requirements of this Section as well as all Federal, State and local regulatory requirements regarding workplace safety. Work on the Project must not be permitted to start until the full written plan, covering all required items has been submitted and approved.

1.05 SMP DOCUMENT ORGANIZATION

A. The SMP must be organized into the following sections and must include but not be limited to the following information and requirements:

1. Cover page to include name of Contractor, name of Project, Contract number, revision number, and date of revision, name and signature of Contractor’s Safety Engineer approving the SMP.

2. Table of contents listing all Sections and Exhibits.

3. Safety Policy Statement signed by an Officer of Contractor’s company that must include signatures of all Subcontractors, continuously as they are retained by the Contractor.

4. Organization chart of Contractor and Subcontractor personnel responsible for implementing the SMP and their duties and responsibilities. The chart must show the reporting relationship and integration of the safety Engineer with all personnel, including top-level managers, responsible for implementing the Safety Management Program.

5. Comprehensive Description of the Project.

6. Description of Contractor’s Safety Engineer (CSE) Responsibilities (See Article 1.15), including the Safety Responsibilities of the Contractor’s Project Management Team, Safety Supervisor(s) and Competent Persons. The Competent Person must be as defined by OSHA and Article 1.16.

B. The CSE, Safety Supervisor(s) and Competent Persons must affix to their hard hat a distinctive, easily seen decal, identifying them as Safety Engineer, Safety Supervisor or Competent Person. These will be provided by the CSE.

C. The Contractor must ensure that all Subcontractors and Suppliers comply with the Contractor’s SMP, or submit their own program. If the Subcontractors and suppliers elect to submit their own Safety Management Program it must be acceptable as to meeting the requirements of this Section by the Contractor’s Safety Engineer/Supervisor. The Contractor must review the Subcontractor and Supplier’s agreements to ensure the flowdown of all applicable safety requirements. Copies of these documents must be attached to the SMP.

D. The Contractor must submit an action plan for review, analysis and immediate action necessary to prevent recurrence of serious accidents or incidents (near misses). The

Owner Safety Requirements 01 35 23-4 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

Contractor must review and if necessary, revise the SMP based on the occurrence of serious accidents or incidents (near misses) and upon any changes in job conditions, or as required by the CTA.

E. Serious Accident is defined as an accident that results in any of the consequences listed below to one or more individuals or causes more than $5000 (estimated) in property damage:

1. Death.

2. Injury that can cause death.

3. Loss of a limb or sight.

4. Hospitalization.

F. Procedures for accident reporting and accident investigation including the accident report forms to be used. The SMP must include accident investigation guidelines and accident investigation decision chart for identifying root causes to prevent recurrences, and as required by Article 1.08.

G. Emergency Preparedness and Response (EP&R) Plan: the EP&R Plan must include, but not be limited to:

1. The identification of potential environmental accidents and emergencies associated with site specific construction activities.

2. Site security and control: The Contractor must outline its plan for site security including prevention of unauthorized entry onto the Project Site and prevention of vandalism. The plan must include all contractually required security items. This plan include where necessary: use of fencing, temporary enclosures, concrete barriers, surveillance cameras, and guard service and worker identification.

3. The response procedures to construction site environmental accidents and emergencies and for the prevention and mitigation of the Environmental Impacts that may be associated with them.

4. Evacuation and emergency escapes routes as applicable.

5. Telephone numbers of emergency agencies and key project personnel.

6. Periodic emergency preparedness drills including method to account for all personnel during an evacuation.

7. Notification to the CTA and all appropriate agencies.

8. Periodic reviews and revisions of the EP&R Plan, in particular after the occurrence of environmental accidents and emergency situations.

H. Orientation Program for New Employees. The SMP must include a detailed plan for the safety orientation of employees, including:

1. Description of project, and location of first aid/medical facilities.

2. Review of Safety Policy, including Drug & Alcohol Policy including pre- employment drug testing and testing for cause.

Owner Safety Requirements 01 35 23-5 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

3. Attendance requirements at “Just-in-time Training” Safety Meetings, and Briefings.

4. Project safety rules distributed to and signed for by every employee.

5. Emergency Preparedness and Response Plan.

6. Specific site hazards and safe working methods.

7. Review of hazardous materials communication program, (SDS).

8. Track Safety Training for work on or adjacent to tracks or energized rails, if applicable.

9. Electrical Hazard and Arc Flash Safety Training for work in proximity to energized electrical equipment, if applicable.

10. Accident/near miss/unsafe condition reporting.

11. PPE and Safety Procedures.

12. Worker Safety Incentive Program and safety deficiency point system.

13. Fire prevention.

I. Description of safety hazards expected to be encountered that are work related, site configuration hazards and/or environmental conditions. Examples for inclusion in this section, but not limited to, are follows:

1. Work Related Hazards

a. Temporary Construction b. Cranes and Large Equipment c. Electrical Shock and Arc Flash d. Power Tools e. Compressed Gases Control f. Flammables g. Hazardous Chemicals/Spills h. Fire i. Lockout/Tag-out j. Falls From Elevation k. Weather Conditions l. Slips, Trips and Falls m. Material Delivery n. Cutting/Grinding/Chipping o. Unsafe Acts (other)

2. Site Configuration Hazards

a. Access/Egress b. Underpinning/Excavation c. Public Protection/Rodent d. Support of Utilities e. Energized Electrical Equipment f. Open Excavations

Owner Safety Requirements 01 35 23-6 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

g. Material Storage h. Falling Objects i. Flying Objects j. Site Clean Up k. Noise Damage l. Maintenance & Protection of Traffic m. Site Security n. Confined Spaces o. Operating Track including Energized Contact Rail p. Unsafe Conditions (other) q. Walking / Working Surfaces r. Impalement on Objects

3. Environmental Conditions

a. Asbestos Containing Material b. Lead Based Paint c. PCB Contaminated Equipment

1.06 MANAGEMENT OF SAFETY DOCUMENTS

A. The Contractor must include a system of maintaining compliance records and provide for their retention for a period of six years beyond Final Completion. Include samples of all document types. The types of compliance records must include but not be limited to:

1. Minutes of safety meetings.

2. Training records including schedule for refresher training and plans for Safety Briefing subject matter.

3. Safety Engineer’s/Safety Supervisor’s and Competent Person (as defined by OSHA) daily logs.

4. Accident records including OSHA Form 300, accident investigation reports for Contractor and all Subcontractors.

5. Permit List consisting of: Description of Permit, Permit Number, Date Issued, and Date of Expiration.

B. All compliance records and logs, as well as all reference documents such as cited in Paragraph.1.02.B, must be kept available (i.e., in the Contractor’s Field Office) for the CTA’s use and inspection. Copies of compliance records and reference documents must be provided to the CTA upon request.

1.07 SAFE WORK PLAN

A. A Safe Work Plan (SWP) is a written work plan, which identifies the tasks to be completed, including access/egress and set-up/breakdown under all expected environmental conditions. Also included is the method of work for completing these tasks, associated work hazards, and the corresponding equipment and methods that will be used to prevent loss for all contracted work, including that of Subcontractors.

B. The SWP document must provide the CTA with a defined plan of action for identified hazards and comprehensive prevention methods for exposures to workers, the public, and property. SWPs must address all foreseeable exposures to employees, the public, and property for Contract work, including all tiers of Subcontractors. The SWP must be

Owner Safety Requirements 01 35 23-7 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

used as basis for Contract coordination items and safety planning discussions in the Construction Management process.

C. The Contractor Safety Engineer (CSE) must submit a Job Hazard Analysis (JHA) document to the CTA for each primary work activity (see Subparagraph 1.07.G.1) at least two weeks prior to the start of that activity. Safe work plan document instructions are in Appendix A. If the JHA does not adequately address all expected, foreseeable hazards posed by the work, the CTA will require clarification or additional planning to ensure that work proceeds safely. Work must not begin until the JHA has been submitted, reviewed and commented upon and revised accordingly and a presentation is made to the CTA by the Competent Person(s) involved, showing how the plan will be effectively implemented, to the satisfaction of the CTA.

D. The basis for the SWP risk control procedures must be:

1. 29 CFR 1926 (Code of Federal Regulations, Department of Labor citation for the Construction Industry Laws under OSHA).

2. Applicable CTA Safety Rules and Regulations, including those in the CTA Safety Manual, which are part of the contract.

3. Applicable Mine Safety and Health Regulations.

4. Construction related standards from:

a. American National Standards Institute (ANSI) b. National Fire Protection Association (NFPA) c. American Conference of Governmental industrial Hygienists (ACGIH).

E. Absence of an applicable standard or regulation must not prevent the Contractor from providing appropriate controls within a SWP.

F. SWP Document Format Requirements - The SWP Document must be structured to correlate with the five (5) week look ahead document, which is currently used in the Contractor’s Detailed Schedule of Work. By maintaining parallelism in document formats, a consistent, cohesive effort will effectively merge safety into the construction management process, helping to safely reach or exceed project production goals.

G. Each heading on the five (5) week look-ahead must be identified and described in the SWP with corresponding sub areas or tasks when necessary. The following headings must be used for the SWP.

1. PRIMARY ACTIVITY (5 week look ahead heading) Describe scope of work.

2. TASK/SUB ACTIVITY DESCRIPTION(S) as necessary.

3. EQUIPMENT AND METHOD OF CONSTRUCTION: List major equipment that will be used and how it will perform the task or sub-activity.

4. HAZARD DESCRIPTION: Describe one foreseeable hazard present as a result of task or sub-activity.

5. SAFETY CONTROLS/LOSS PREVENTION: Describe controls and procedures that will be implemented to reduce or eliminate the foreseeable hazard described above; reference attachments as necessary. When controls are compliance based, such as for confined space entry, all applicable compliance information

Owner Safety Requirements 01 35 23-8 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

must be submitted or appropriately referenced. Of particular concern are training items that must be done to educate the employees about exposures- Tool box meetings held to discuss the hazard should be identified. More formal training (offsite, confined space, trenching competent person, etc.) should be listed and documentation referenced or provided. Reinforcing training must be included in the plan to be given at regular intervals. Note: Methods of Controlling Hazards. Priority must be given as follows in controlling hazards. 1.) Elimination of the hazard. 2.) Engineering controls. 3.) Provision of Personal Protective Equipment (PPE). 4.) Management controls/training, such as a safety monitor for falls exposures.

6. Repeat the Hazard Description and Safety Control sections until all hazards are covered for a given Task/Sub Activity and discuss hazards and safety controls as appropriate.

7. Work proceeding while an SMP is not in place must have the SWP include Emergency Preparedness and Response Plan, Fitness for Duty requirements and Safety Deficiencies Consequences.

1.08 ACCIDENT REPORTING AND INVESTIGATION

A. Immediately notify the CTA of all accidents involving personal injury and damage to property and all near misses. Submit a copy of the CTA’s Supervisor’s Accident Investigation Report and/or Unusual Occurrence Report (UOR)/Incident Report to the CTA no later than twenty-four hours following each accident. Near misses must be reported in writing to the CTA and "a lessons learned" session must be held.

B. In the event of a Serious Accident as defined in Paragraph.1.05.E, the Contractor must convene an investigative meeting for the purpose of determining the cause of the accident and actions to be taken by the Contractor to prevent a recurrence of such accidents. The Safety Engineer/Supervisor must chair, and a Contractor corporate representative as well as the CTA, at a minimum, must attend said meeting. The Contractor must notify the CTA of the Investigation meeting in sufficient time to allow the CTA to notify the CTA’s Construction Manager Safety Management and others who may attend the meeting.

1.09 UNSAFE CONDITIONS

A. An Unsafe condition is a condition that gives rise to the imminent possibility of serious injury to workers or the public, of serious damage to property or the environment, or of affecting the safe movement of trains. When an Unsafe Condition exists at the Site, work must be stopped in the affected area until the condition is corrected. If the Contractor does not take corrective action immediately, or with the time period specified by the CTA, the CTA reserves the right to take whatever action is required to correct the Unsafe Condition.

1.10 FITNESS FOR DUTY

A. Contractor must ensure that his supervisory staff and the supervisory staff of Subcontractors perform a fitness for duty inspection of all workers when they report for work and throughout the day. Should a worker be found to demonstrate incapacity because of drugs, or intoxication they must be immediately removed from the Project for the entire Project duration.

1.11 EMPLOYEE CONDUIT

Owner Safety Requirements 01 35 23-9 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

A. The CTA reserves the right to refuse access to the Project Site or require immediate removal from the Project Site any individual violating or alleged to have violated site safety or security regulations and Contractor agrees to obtain consent of its Subcontractors to a similar provision, and Contractor agrees to hold the CTA harmless for taking such actions.

1.12 SAFETY TRAINING AND MEETINGS

A. Safety Training – The following training must apply to all tasks:

1. “Just in Time Training” is defined as that training that must be held one week or less before any primary work activity is to be performed for the first time by the Contractor. These sessions must include:

a. The same training presentation of the SWP given to and accepted by the CTA must be given by the Competent Person(s), to all workers before they begin these tasks. b. The presentation must include a step-by-step analysis of the work’s hazards and all hazard control methods. c. Review all applicable SDS forms for all materials/ products to be used for these tasks, discussing PPE, handling precautions, first aid and emergency responses. d. The CSE, his Safety Supervisor(s), and the Engineer’s representative as a minimum must attend.

2. If new persons come onto the job site to perform tasks for which previous “Just in Time Training” was given, additional sessions of this same training must be given before those persons begin work.

3. If existing personnel who have been on site doing other tasks are switched to new tasks, these persons must be given the training for the new tasks before they begin work.

a. An easily identifiable hardhat decal system as well as training logs must be set up and maintained to assure the CTA that properly trained personnel are performing a task. b. Bi Weekly Sessions must be held and more frequently if required by the CTA or Safety Engineer, for the duration of the Project. The duration of each meeting must be not less than ½ hour and all employees of the Contractor and Subcontractors must attend every meeting. The Contractor must notify the CTA at least 1 week in advance of each scheduled safety meeting so that representative of the CTA may attend. Minutes of each meeting, including a signed list of attendees, must be prepared by the Contractor and furnished to the CTA within three (3) working days after the meeting. Each meeting must include general safety items and discussion of safe working methods and applicable rules required for the safe performance of work scheduled during the 2- week period following the meeting. Each meeting must include review of parts of the Safety Management Programs and discussion of recent revisions. Just in time training can be included in these sessions if the time limit provision of Subparagraph 1.12.A.1 is satisfied. Also, scheduled reinforcement retraining can be included. c. An employee failing to attend a Safety Training Sessions will not be permitted to perform any work which requires safety precautions as were discussed in the missed safety meeting, until he/she has received the same instruction, if needed, just in time training or schedule retraining.

Owner Safety Requirements 01 35 23-10 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

d. By the 5th day of work on site(s) employee orientation training must be given to new employees, to include all items covered in Paragraph 1.05.H e. For additional safety training requirements involving work on or adjacent to operating tracks see Section 01 35 00, Special Procedures.

1.13 SAFETY MEETINGS

A. The Contractor’s Project Manager and Safety Engineer must attend a Safety Kickoff Meeting, which will be convened by the CTA within 45 days of the Notice to Proceed. The purpose of the meeting is to discuss the Project related Safety issues including the Contractor’s Safety Management Program and the responsibilities of the Safety Engineer.

B. Safety Walk-thru: On a monthly basis or more frequently as determined by the CTA, the CTA will have a safety walk through attended by the Contractor, Contractor’s Safety Engineer, the CTA, and anyone the CTA deems appropriate. The CSE must bring all active SWPs and SDS’s on the walk-thru, for reference. The walk-thru must include a visit to the Contractor’s field office where the CSE must provide the daily safety log and other safety related records for the CTA’s review. The CTA must record the activities and observations that were noted during the walk-thru, including listing all those in attendance.

1. During the walk-thru, effective implementation of all appropriate SWP’s will be reviewed and safety issues and findings identified, as well as Safety deficiencies affecting the work site safety.

2. During the meeting immediately after the walk-thru, the observations will be reviewed and corrective actions identified. Also outstanding findings identified in the interim between walk-thru will be addressed.

1.14 SAFETY DEFICIENCIES

A. Safety Deficiencies will be generated by the CTA and sent to the Contractor’s Project Manager. A Safety Deficiency Notice will be issued by the CTA for Contractor action and subsequent verification of corrective action. These deficiencies will be classified as follows.

B. Imminent – Any Unsafe Condition that has the potential to result in a Serious Accident or any major violation of the safety specifications of this Contract. The insurance of an Imminent Deficiency will result in a stop work order for the Site until the condition is corrected. Imminent Deficiencies must be corrected immediately. Examples of Imminent Deficiencies include but are not limited to:

1. Failure to have an approved Safety Engineer on Site.

2. Failure to provide required safety training to workers.

3. Failure to provide required public protection.

4. Failure to provide fall protection where workers or the public are exposed to falls greater than 6 feet.

5. Failure to provide required PPE.

6. Unsafe Excavations.

Owner Safety Requirements 01 35 23-11 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

C. Precautionary – Any Unsafe Condition that is not immediately threatening to workers, the public, or any minor violation of the safety specifications of this Contract. The issuance of a Precautionary Deficiency will result in a stop work order for the affected work until the condition is corrected. Precautionary Deficiencies must be corrected within 24 hours of written notice. Examples of Precautionary Deficiencies include but are not limited to:

1. Inadequate Housekeeping.

2. Failure to enforce PPE.

3. Failure to have Safety Data Sheets on site for hazardous materials.

4. Improper storage of materials or worksite cleanliness as defined in Paragraph 1.29.A will be a mandatory precautionary finding.

D. Nuisance – Minor violations of safety policies and procedures that do not result in Unsafe Conditions. Nuisance Deficiencies must be corrected within 48 hour of written notice.

E. Any Deficiency classified Imminent or Precautionary, repeated by the same person, crew or foreman within any 3 month period will required the person(s) involved to be removed from the jobsite for at least one day. A total of three such repeated occurrences would result in mandatory permanent removal of the person(s) from the job site with the responsible Competent Person sent home for a day. Three such actions and the Competent Person must be permanently removed and declared Incompetent.

1.15 SAFETY ENGINEER

A. The Contractor must employ and assign a full-time Safety Engineer exclusively to this Project within 2 weeks from Contact award until its physical completion. The Safety Engineer’s sole responsibility will be the management of all safety matters, including those specified in this Section. The Safety Engineer must participate in the development of the Safety Management Program (see Article 1.04), must approve the Program (evidenced by his signature) for use on this Project, must continually monitor the Contractor’s implementation of, and adherence to, the Program and must revise the program when required by field conditions or the Engineer. The Safety Engineer will be subject to the CTA’s continuing approval.

B. The Safety Engineer must possess a current Certificate certifying that the Safety Engineer has successfully completed the 30-hour OSHA course on Construction Safety and Health (29 CFR 1926). The CTA may accept the other safety certifications or safety training in lieu of the foregoing. The Safety Engineer must have not less than 10 years of safety or safety related experience, must be familiar with the work being performed. The Contractor must submit a resume documenting the qualifications of the proposed candidate to the Engineer for approval. The CTA, prior to approval, may interview the candidate for Safety Engineer. The resume must include for a 5-year period, a description of the duties, responsibilities, accomplishments and safety record of preceding assignments from which the candidate has gained safety-engineering experience. The Contractor must not change the approved Safety Engineer without submitting the proposed replacement’s resume and receiving the CTA’s approval.

1. Contractors Safety Engineer (CSE) – The Contractor must submit in writing signed by the owner/president of the Contractor stating their authority and responsibilities and specifying that the CSE will report to him or Corporate Management and not be subordinate to the Project Manager for matters of safety.

Owner Safety Requirements 01 35 23-12 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

C. To assure continuous safety coverage wherever or whenever the Safety Engineer is not present; Safety Supervisors must be assigned by the Contractor to each additional shift, weekend and holiday work, or additional major work site (more than 25 people or $5 million) for multiple major work site projects.

D. The Contractor must submit the names and duty tours of the proposed Safety Supervisors who will be subject to the CTA's continuous approval.

E. The Safety Supervisor’s sole responsibility will be the full-time management of all safety matters under his/her jurisdiction, exclusively for this project.

F. Safety Supervisors must have successfully completed the 30-hour OSHA course on Construction Safety and Health (29 CFR 1926). In addition, if this worksite contains Asbestos Removal, the Safety Supervisor must possess a valid Asbestos Inspectors License. The CTA may accept other safety certifications or safety training in lieu of the foregoing. The Safety Supervisor must be familiar with the work being performed, must be competent to instruct others, and be familiar with CTA Rules and Regulations. The Contractor must submit a resume documenting the qualifications of the proposed candidate to the CTA for approval. The CTA prior to approval may interview the candidate Safety Supervisor. The resume must include for a 5-year period, a description of the duties, responsibilities, accomplishments and safety record of preceding assignments from which the candidate has gained safety-engineering experience. The Contractor must not change the approved Safety Supervisor without receiving the CTA’s approval of the replacement.

G. The Safety Engineer must maintain a daily site Safety Log for all project site safety matters. All safety related activities including safety deficiencies and corrective actions taken at each worksite must be included in the Log. This Log must be signed daily by the Safety Engineer and/or the Safety Supervisor on each shift. The Log must be maintained on site and be available for the CTA’s use and inspection. This Log must accompany the Safety Engineer to any Management Safety Meetings the CTA may hold, for review by the CTA. Whenever the Safety Engineer is not present, (vacation, holiday, jury duty, day off, etc.) the responsibilities of maintaining the daily Safety Log must be that of the assigned Safety Supervisor.

H. In the event an unsafe condition, the CTA or Safety Engineer must order the work to be stopped and the unsafe condition immediately corrected.

I. Provide continuous Safety coverage during the performance of the Work. The Safety Engineer must assign an additional Safety Supervisor or a Competent Person for each work location. Failure to have a Safety Engineer, Safety Supervisor or Competent Person (see Article 1.16) on the job at any location at which work is being performed may result in a stoppage of work at that location (which will not be deemed an excusable delay). A written report, explaining the reason for the Contractor failing to provide the Safety Engineer, Safety Supervisor or Competent Person, prepared by a principal of the Contractor, must be received by the CTA within 5 working days of such occurrence. This violation will be considered an imminent safety deficiency.

J. The Safety Engineer and Safety Supervisors must enforce all aspects of this Specification and the Contractor’s SMP and SWPs.

K. The Safety Engineer must comply with the following requirements for all work to be performed under a Power & Way Bulletin:

Owner Safety Requirements 01 35 23-13 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

1. Submit a site-specific safety plan for all work to be performed and indicate safety responsibility delegation for all times when the Safety Engineer will not be present at the work site.

2. Perform a pre-bulletin walk-through of the work sites, and identify all area/site hazards.

3. Identify/implement protective measures to address the findings of the walk-through to assure public/worker safety during the signal bulletin work.

1.16 COMPETENT PERSONS

A. Competent Person – Per 29CFR Part 1926.32 (f):

One who is capable of identifying existing and predictable hazards in the surroundings or working conditions, which are unsanitary, hazardous, or dangerous to employees and who has authorization to take prompt corrective measures to eliminate them.

B. Competent Persons must be designated by the Safety Engineer to oversee safety and must be assigned for each work location not covered by the Safety Engineer or Safety Supervisors and made known to the CTA. Competent Persons are the Contractors’ persons responsible for safety matters in an individual group performing work at individual work locations. They may be Subcontractor personnel and have other Project responsibilities in addition to their safety function. They must be familiar with the work being performed, must have appropriate OSHA related training, be familiar with the hazards to be encountered at the particular Work Site, must be capable of being designated as the OSHA defined “Competent Person”. They must have the authority to stop the work if an unsafe condition develops or an unsafe act is occurring. An interview will be required with the Engineer to establish their competency.

C. Competent Persons may have other duties but must spend at least 50 percent of their time on safety assurance unless otherwise required by Federal Law. They must provide the CSE with a daily report of work activities, training performed, safety checks made, near misses, SDS’s on hand, safety findings and actions taken. These reports must be submitted to the CSE the morning of the following workday, which will keep them on file and available for the Engineer’s review.

1.17 PERSONAL PROTECTIVE EQUIPMENT (PPE)

A. Mandatory items must be worn at all times while on the Project Site. These PPE requirements include:

1. Eye Protection - Grinding or chipping must require a face shield.

2. Head Protection – SEI certified hard hats meeting the ANSI Z89.1 1997 requirements for Type 1 Class E protection must be properly worn, and maintained – (no bump caps or cowboy-type hard hats).

3. High Visibility Safety Vests – All Contractor employees exposed to vehicular traffic or motorized equipment must wear a CTA-approved safety vest. Only arc- rated high visibility vests are to be worn inside a CTA Substation.

4. Acceptable work shoes – Shoes should be in good condition without breaks or splits, at least six inches high, non-conductive (preferably leather with safety toe), and be completely laced or buckled. The shoe must have defined heels that are no more than one inch high (sneakers/gym shoes are prohibited). The sole

Owner Safety Requirements 01 35 23-14 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

should be at least ¼” thick at all points and provide good traction under slippery conditions.

5. Acceptable clothing for heavy construction work (no tank tops, or short trousers of any type).

6. Arc-Rated protective clothing must be worn at all times, by all personnel, when inside an energized substation. At minimum, Hazard Risk Category 2 (8 Cal / cm2 or greater) clothing is required, but higher rating clothing may be warranted for specific tasks.

7. Other PPE as required by Contractor’s work or OSHA.

1.18 SAFETY REQUIREMENTS FOR WORK PERFORMED ALONG THE RIGHT OF WAY (ROW)

A. The Contractor must ensure that all of his employees and those of his subcontractors fully understand and comply with the provisions of applicable CTA Flagging Rules and CTA Safety Rules, before working on or adjacent to any operating track.

B. All jobsite personnel, including but not limited to the Safety Engineer and Safety Supervisor(s), all Contractor’s and Subcontractor’s foremen, all Contractor and Subcontractor management personnel engaged in on-site operational, safety or quality oversight and all employees that will perform work on, above or adjacent to the CTA right-of-way, including but not limited to work on any platform work area must have successfully completed the CTA’s Rail Safety Training and hold a current, valid Rail Safety Tour Identification Card prior to commencement of work and be thoroughly familiar with CTA railroad operations. Attendance at the CTA’s Rail Safety Training must be completed once every year. The required attendance by Contractor’s and Subcontractor’s employees at the CTA’s Rail Safety Training must in no way diminish or modify Contractor’s obligations as otherwise set forth in this Contract to provide complete and adequate safety training to such personnel. The Safety Engineer must maintain a list of all employees (including Subcontractors) having valid Rail Safety Tour Identification Cards, and must submit the list to the CTA quarterly. The list must contain all “employees” names, social security numbers, job function/classification, employer, date of attendance, and date of expiration.

C. In the event the Work is being performed under a Bulletin with 3rd rail power off, the Contractor must ascertain from the CTA the exact limits where the power was removed. The Contractor must disseminate this information to all Contractor and Subcontractor employees working within the work area.

D. Safety Meetings and new employee safety training required by this Section must include instruction and discussion of applicable CTA flagging and track work-related Safety Rules, and review of the SMP, and SWP.

E. The Contractor must take immediate and appropriate corrective action in all cases of violation of safety rules, and must promptly report all such incidents to the CTA. Action taken to correct rule violations will be subject to the approval of the CTA. Such action could include the ordering of additional instruction, the prohibition of work on or adjacent to CTA operations for a specified period of time, the appearance at a hearing held by the CTA suspension of discharge of employees, or such other remedies deemed suitable by the CTA.

F. Failure of the Contractor to meet these safety requirements to the satisfaction of the CTA may result in the suspension of all work on or adjacent to operating tracks (which will not be deemed excusable delay), or such other actions as the CTA may direct.

Owner Safety Requirements 01 35 23-15 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

G. All items being installed along the ROW must be checked by the Contractor to assure there are no incursions of the installations into the car clearance envelope, prior to installation, and upon completion, prior to returning the track to service.

H. Three working days prior to the start of a Bulletin the Contractor’s Safety Engineer/Supervisor must certify to the CTA that all required safety equipment and materials are available at the site of the work, have been inspected and found to be in working order and in good condition. For extended Bulletins such certification must be reaffirmed on a weekly basis. Work will be stopped in the absence of the Safety Engineer/Supervisor certification and/or reaffirmation.

1.19 SAFETY REQUIREMENTS FOR WORK PERFORMED IN ELECTRICAL SUBSTATIONS

A. The Contractor must comply with all requirements as defined in OSHA 29 CFR 1910.269 and 1926 Subpart V, any current CTA Standard Operating Procedures pertaining to operation in and around CTA substations, and all other applicable rules and regulations.

B. Within fourteen (14) days of the date of the Notice to Proceed (NTP) the CTA and the Contractor will conduct an on-site meeting at all affected locations to identify existing characteristics and conditions of electrical lines, equipment, substation operation and any pertinent environmental conditions.

C. Qualified Person - Per NFPA 70E (Article 100): One who has demonstrated skills and knowledge related to the construction and operation of electrical equipment and installations and has received safety training to identify and avoid the hazards involved.

D. The Contractor must provide Substation Safety training to all Contractor employees and Subcontractor employees prior to performing any work in or near a CTA substation, and as required by Article 1.12. The Contractor must provide trained employees with a means of easy identification on the jobsite, such as a hardhat sticker.

E. The Contractor must maintain an up-to-date log of all Contractor and Subcontractor employees working in the substation(s) including the most recent completion date of each employee’s Substation Safety Training and must provide a copy of such log to the CTA upon request.

F. The Contractor must maintain a daily sign in/sign out sheet for all personnel entering and exiting the substation.

G. A CTA Substation Attendant must be present for all work inside a CTA Substation.

H. The Contractor must ensure that daily job briefings are performed at the beginning of every shift and whenever new personnel arrive on site during a shift. The CTA Substation Attendant must be included in the daily job briefing.

I. Only CTA’s Substation personnel are allowed to rack out and rack in breakers or perform electrical switching in a non-emergency situation.

J. Only trained, authorized and Qualified Personnel (as defined above) are allowed to work inside a CTA substation. All individuals must be listed on the log.

K. All personnel not meeting the terms of Qualified Personnel requiring access to the substation must receive the Substation Safety Training and be escorted and activities monitored by a qualified, authorized, and trained person where required.

Owner Safety Requirements 01 35 23-16 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

L. The Contractor must provide a daily job board that identifies expected hazards to be encountered during the work shift. Examples of items to be included on job board are but not limited to:

1. Work to be performed

2. Energized equipment

3. Hazards

4. Environmental conditions

5. Special precautions

6. PPE required

M. The Contractor must work under the CTA’s Lock-out/Tag-out procedures. The Contractor and their subcontractors will be allowed to implement their own procedures under the jurisdiction of the CTA.

N. CTA reserves the right to ensure that the processes that the Contractor utilizes in a substation do not bypass any safety devices and/or protection currently in place.

O. The Contractor will ensure that all chemicals, material, equipment and tools have been properly selected for the hazards associated with working inside the substation. All items will be subject to the CTA’s approval.

P. CTA reserves the right to approve all processes utilized by the Contractor to identify safety concerns for personnel inside the substation and to prevent damage to any existing equipment.

1.20 SAFETY REQUIREMENTS FOR CRANE OPERATION

A. Where a crane is operated in such a location that any part of the crane or its load in any position of boom or swing may come within 10 feet of a live power line or contact rail then:

1. The power line or contact rail must be de-energized, or

2. The power line or contact rail must be insulated or isolated, and

3. The crane must be grounded with Number 2 AWG or larger single conductor, 600 volt covering, and resistance of 25 ohms or less.

4. The power line and contact rail must be protected from damage in an approved manner.

B. The following restrictions must be adhered to where crane booms are extended across tracks:

1. Each track crossed must be flagged in accordance with Section 01 35 00, Special Procedures.

Owner Safety Requirements 01 35 23-17 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

2. Crane booms must not be moved near a stationary or moving train.

3. No materials moved over a train.

4. Materials moved must be secured in an approved manner.

C. Contractor must furnish the CTA with copies of the following documentation indicating compliance with applicable local CTA restriction pertaining to the use of cranes:

1. Certification (approved by a PE) of pavement and ground support and submittal of grillage design and details.

2. Current Annual Inspection of the Hoisting Machinery as specified in the ANSI B 30.5 Standard.

3. CTA’s approval for crane usage near and over tracks.

4. Certification by an Illinois licensed Professional Engineer, where required, for allowing transportation of crane over a specific route. Submit to required authorities.

5. Secure the required permits, allowing the use and transportation of the crane.

6. License of crane operator.

7. All other local and CTA restriction where applicable.

D. Contractor must use tag lines, qualified persons to rig all loads.

E. Contractor must not hoist over a building unless city requirements are met.

F. Cranes must be equipped with seat belts for the operator and for the driver, and a 5BC fire extinguisher must be supplied.

G. Contractor’s rope chains, rope, and slings must have manufacturer’s safe working load attached and inspected by a competent person and certified as per law.

H. Lift plans must be prepared for all crane picks. The plan must indicate at a minimum the following:

1. Anytime a pick is in excess of 75% the rated capacity of the crane or at any time more than one crane is being used, it is a Critical Lift. All parts of the critical lift are required to be approved by a professional engineer before the start of the lift. 2. The competent person in charge of rigging. 3. Communication methods that will be used during the pick(s). 4. Crane(s) that will be used, their rated capacities, where they will be placed and any other pertinent information. 5. Sling selection, including how it has been determined that rigging equipment and hardware being used are of strong enough capacity so that the pick can be made safely. 6. Hitch selection, including how it was determined that the hitch selection (basket, vertical, hitch) will be the best option for the pick being made. 7. load control – tag lines or other methods must be mentioned so it is known how the load will be controlled during the pick.

Owner Safety Requirements 01 35 23-18 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

8. Site-specific information – any site-specific safety issue and safeguards that will be implemented to protect workers from these hazards (environmental conditions, power lines, etc.).

1.21 CONTRACT EQUIPMENT

A. All operators of powder-actuated tools must be certified in their use in accordance with the manufacturer’s instructions. A Chicago Fire Dept. Certificate of Fitness may be required.

B. Ground Fault circuit interrupters must be used on all electrical circuits providing permanent or temporary power to the project.

C. Lockout/tag out must be applied to all energy sources when work is required on live equipment and /or systems.

1.22 SAFETY REQUIREMENTS FOR CONFINED OR ENCLOSED SPACES

A. The Contractor may be required to enter confined or enclosed space locations. Confined or enclosed space locations are as defined in OSHA 29 CFR 1910.146 and the Contractor must ensure that all the requirements for entering a confined space are met.

B. The Contractor must ensure that all personnel entering confined or enclosed spaces are trained in and follow precautionary work practices for entry into confined or enclosed spaces.

C. The Contractor must provide confined or enclosed space entry protection to all personnel authorized to enter the confined or enclosed space.

1.23 WELDING AND CUTTING

A. The Contractor must supply a list of certified operators and fire watch personnel who will be performing cutting and welding and evidence of their training and certification.

B. All welding and cutting apparatus, equipment and operation must be in accordance with the standards and recommendations set forth in the current edition of ANSI Z49.1, “Safety in Welding and Cutting” and the requirements of this Section.

C. Daily Inspection and Operation: Welding apparatus and equipment must be inspected daily, prior to use. Defective apparatus and equipment must not be used and removed from service until repaired or replaced. Gas welding and cutting equipment must be listed by Underwriters Laboratories (UL) or by Factory Mutual (FM).

D. Pressure reducing regulators must be used only for the gas for which they were designed. Except for opening the valve slightly to remove dust or dirt, gas must not be released from a cylinder under pressure without attaching the pressure-reducing regulator to the cylinder valve. Acetylene regulators must not be adjusted to permit a discharge greater than 15 lb/in2 (gauge).

E. Cylinder valves must be closed and the gas supply shut off when work is suspended. Torch valves must be checked for leaks at the start of the shift. Only friction lighters or other approved devices must be used to light torches.

F. Approved fire extinguishing equipment must be located at welding and cutting operations and other areas as designated by the CTA or the contractor’s Safety Engineer. Fire

Owner Safety Requirements 01 35 23-19 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

extinguishers rated at 10 ABC or larger must be immediately available whenever welding or cutting is being carried out.

G. All oxygen, acetylene, or other fuel gas-oxygen combinations used in cutting or welding must have reverse flow check valves installed or otherwise built into the torch barrel.

H. Only properly marked and identified hose in good condition and specifically manufactured for oxyacetylene service must be used for gas welding and cutting.

I. Arc Welding Cables: Splices or repaired insulation must not be permitted within 10 feet of the electrode holder. Cables must be positioned so as not to interfere or create obstructions on walkways, scaffolds, stairs or ladder. Splices must be equal to or greater than the original insulation on the cable.

J. Portable Welding Screens or Shields must be used to protect other workers and/or the public in the immediate area.

K. Fire Watches: When welding, cutting or heating is such that normal fire prevention precautions are not considered adequate, Fire Watches must be assigned and maintained for a minimum of 30 minutes following the completion of the work to ensure that no possibility of fire exists. The Fire Watch must be provided with the necessary fire protection equipment and trained in its use.

1.24 COMPRESSED GAS CYLINDER STORAGE

A. All compressed gas cylinders must be transported and properly stored in a safe manner. All cylinders will be considered to be either in transport, storage or use. Cylinders in storage must have the proper protective cap in place and the cylinders must be stored upright and secured against movement. Improperly stored cylinders shall be immediately removed from the work area. Excessive or unreasonable storage of cylinders on the site is prohibited. Compressed gas cylinders may not be stored in stations or on or near the ROW, or anywhere in subway tunnels.

B. Compressed gas cylinders must be transported and used in portable welding carts with the cylinders securely chain to the cart. Valve protector caps must be in place except when the cylinders are in use. Stored compressed gas cylinders, (full or empty) must be chained or secured in an upright position to a firm base and protected from sources of heat. An operable dry chemical fire extinguisher rated not less than 2 ¾ pounds of chemical must be mounted on each portable welding cart in use.

C. Compressed fuel cylinders must be stored at least 20 feet from oxygen cylinders unless separated by a noncombustible wall at least five feet in height. Compressed gas cylinders and liquid petroleum cylinders must be properly identified and have a valid hydrostatic test date noted on or attached to the cylinder.

1.25 FIRE PROTECTION AND PREVENTION

A. Open flames and smoking must be prohibited within 100’ of explosive or flammable materials.

B. Notification of Intent: In addition to notifying the CTA, permission of the Chicago Fire Dept. (or appropriate Fire Departments serving the area) must be obtained before shutting off water servicing a fire hydrant.

Owner Safety Requirements 01 35 23-20 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

C. Maintaining Access: Prior written permission of the Chicago DOT (or appropriate authority outside of Chicago), and Fire Dept. must be obtained before blocking roadways, hydrants, post indicator valves, and of access to firefighting equipment.

D. Fire Watches: The Contractor’s Safety Engineer must designate, as required for the Work, appropriately trained personnel to act as firewatchers. Firewatchers must:

1. Be Familiar with hazards that exist in the work area.

2. Be trained in the operation of each type of fire extinguisher on the worksite.

3. Designate one or more assembly areas for personnel and ensure that each person is accounted for in the event of fire or other such emergency.

4. Be provided the means to communicate any emergency.

E. Flammable Liquids: Flammable Liquids must be stored in Factory Mutual (FM) approved safety cans equipped with self-closing lids and flame arrestors. Storage of flammable materials in buildings or sheds at the site must have prior written permission by the CTA. Flammable liquid fuels may not be stored in substations, stations or in subway tunnels.

F. Fire Alarms: Work stoppage and shutdown of equipment must be mandatory upon alarm of fire. Personnel must report to the designated assembly area(s).

G. Temporary Construction: All temporary structures must be constructed of properly identified fire rated material.

1.26 FALL PROTECTION

A. The Contractor must enforce a fall protection policy with zero tolerance for non- compliance. It is required to have fall protection for all work areas where a worker or other person is exposed to an unprotected fall from elevation or into an excavation greater than six feet. In the event that providing this protection is not feasible or creates a greater hazard, such as directly adjacent to rail traffic, the CTA may at its discretion allow for a task specific variance from this policy. Requests for a task under the variance must be provided in writing with justification for relief. The CTA’s acceptance must be received in writing prior to starting the specific task under the variance.

B. For work along railroad bridges and elevated structures the requirements of 49 CFR 214.101 must be adhered to.

1.27 SPILL PREVENTION, LEAKAGE CONTAINMENT AND CLEAN-UP

A. The Contractor must provide for the immediate reporting of each release of hazardous materials into the environment to the CTA. Such emergencies may involve; spills of petroleum products, solvents, PCB containing oil, or other hazardous materials; the release of hazardous dusts, fumes or vapors into the atmosphere; any fire involving hazardous materials; or the discovery of hazardous material on site.

B. The Contractor is responsible for immediately reporting any spills or releases into the environment to the appropriate regulatory authorities. The Contractor must provide the CTA with all spill numbers and other pertinent information. The Contractor must be named as the Responsible Party in such instances.

C. Remediation of spills must be performed immediately by the Contractor using a licensed spill clean-up contractor and all costs of the remediation must be at no additional

Owner Safety Requirements 01 35 23-21 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

expense to the Contracting Party or the CTA. Removal, transportation, and disposal of the contaminated materials must be performed by the Contractor subject to the terms and conditions of the Contract.

1. The Contractor must provide for the immediate reporting of each release of hazardous materials into the environment to the CTA. Such emergencies may involve; spills of petroleum products, solvents, PCB containing oil, or other hazardous materials; the release of hazardous dust, fumes or vapors into the atmosphere; any fire involving hazardous materials; or the discovery of hazardous materials on the site.

2. The Contractor is responsible for immediately reporting any spills or releases into the environment to the appropriate regulatory authorities. The Contractor must provide the CTA with all spill numbers and other pertinent information. The contractor must be named as the Responsible Party in such instances.

3. Remediation of spills must be performed immediately by the Contractor using a licensed spill clean-up contractor and all cost remediation will be at no additional compensation. Removal, transportation, and disposal of the contaminated materials must be performed by the Contractor subject to the terms and conditions of the Contract.

4. All equipment containing liquid systems (including, but not limited to dozers, backhoes, loaders, drill rigs, trucks, hoists, hi-lifts and cranes) must be inspected daily to ensure that all liquid containing systems are leak free, that hoses, tubing and hydraulic lines are all in good operating condition, and that all plugs, stoppers, valves, etc. are properly sealed for leak free operation. Systems that cannot be maintained leak free must have leakage rates maintained As Low As Reasonably Achievable (ALARA). All leakage must be contained. Any spillage must be cleaned up promptly to prevent any release into the environment. Spill Kits must be maintained on site.

1.28 MOTOR VEHICLES AND MOBILE CONSTRUCTION EQUIPMENT

A. Construction equipment of the Contractor, whether owned or rented, and the equipment of all Subcontractors must be suitable for safe and efficient performance of the work. The Contractor must inspect and remove from the work any such equipment, which is unsafe, and the Contractor must either repair or replace such equipment at no additional cost and without delay in the completion of the Work.

B. Each Contractor must maintain the equipment per the manufacturer’s recommendations and guidelines. Modification of equipment affecting its safety must not be performed unless approved by the manufacturer, by written documentation, available to the CTA.

C. Vehicle and equipment Operators must inspect and test essential controls and safety equipment before placing the vehicle or equipment in motion. Operators must report any unsafe or unsatisfactory conditions(s) to their supervisor before continuing to operate the equipment or vehicle. Unsafe equipment or vehicles must not be operated until properly repaired.

D. The Contractor must assure that all vehicle and equipment operators are both trained and authorized for the type of equipment they intend to operate. Reckless or unsafe operation is not permitted. Self-propelled equipped with backup lights and a reverse signal alarm. The alarm must produce a 0.2 to 0.5 second audible warning immediately upon and during backward movement of the vehicle on which it is mounted and at regular intervals thereafter of not more than two seconds, throughout the backward movement.

Owner Safety Requirements 01 35 23-22 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

The alarm must automatically cut out when backward movement ceases. Sound intensity must range from 90 to 100 dB (A) at a distance of five feet from the alarm or greater if ambient noise levels require. Actuation must be automatic by direct connection to any part of the equipment that moves or acts in a manner distinctive only of rearward movement of the vehicle, with no manual controls between the source of actuation and the alarm. The use of the alarm must be in addition to requirements for signalmen.

E. The Contractor or Subcontractors must not allow the use of any earthmoving, compacting, or any other mechanized equipment having an obstructed view to the rear unless the equipment has reverse signal alarm distinguishable from the surrounding noise level; or the equipment is backed up only when an observer signals that it is safe to do so.

F. Outriggers, wheel blocks and any other stabilizing devices recommended by the manufacturer of the equipment must be in place before beginning any operation with that piece of equipment.

G. Vehicle loads must be secure, and no vehicle is to be loaded beyond its rated capacity.

H. The driver must assure safe passage of the vehicle and load under power lines and other overhead obstructions.

I. Vehicle drivers must not permit any person to ride on vehicles or equipment that is not specifically designed for carrying passengers.

J. All mechanized equipment in use must be checked at the beginning of each shift to ensure that all parts, equipment, and accessories that affect the safe operation are in proper operating condition and free from defects and leaks. All defects must be corrected before the equipment is placed into service.

1.29 SIGNS, SIGNALS, BARRICADES AND PROTECTION OF THE PUBLIC

A. Provide, erect and continuously maintain in a safe manner, substantial, durable and effective barricades, bridging, ramps, floor coverings, sidewalks, guardrails, traffic control devices and warning signs.

B. Barricades must be designed to protect the public and others on site from potential exposures created by the work. This may include the use of welding screens to protect against welding flash, the use of solid barricades tarps to protect against flying objects created by cutting, chipping or grinding, or the use of full sealed enclosure to protect against exposures to hazardous vapors, fumes, or dusts.

C. Barricades must be a minimum of 4 feet in height and be maintained in a continuous unbroken line along the work area. Eight-foot high barricades or fences will be required in areas with moderate to heavy pedestrian traffic or in areas where site security will be a concern.

D. Barricades must be rigid and capable of preventing unauthorized entry into the work area. Caution tape or unsupported fencing is not considered a rigid barricade.

E. Barricades must be designed to withstand the environmental forces that can be reasonably anticipated in the work area and be secured against movement by wind, runoff, and related environmental conditions.

Owner Safety Requirements 01 35 23-23 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

F. Barricades must be maintained in a clean and smooth condition so as not to cause cuts, nicks, splinters, or snag clothing. Solid barricades must be painted and maintained to the satisfaction of the CTA.

G. Furnish, place and maintain adequate lights and warning signals.

H. Provide qualified flag persons and watch persons necessary to properly maintain the barricades.

I. All required barricades; bridging or other temporary construction should be removed by the Contractor when the device is no longer required.

J. All required barricades, bridging or other temporary construction should be constructed of properly identified fire rated materials.

K. Cover, plates, and bridging used to protect holes must be constructed so as to reduce potential slip and rip hazards. All covers and plates must be secured against movement. Cover, plates, and bridging must be installed in accordance with ADA Accessibility Guidelines for Buildings and Facilities (Appendix A to 36 CFR Part 1911). All such covers, plates and bridging must be solid and coated with slip resistant materials so that the surface is at least as slip resistant as the surrounding walking surfaces. The perimeter of floor covers and plates must be painted yellow or another contrasting color approved by the CTA.

1.30 WORKSITE MAINTENANCE

A. The Contractor must keep the Work Site in a clean, sanitary and orderly condition requiring that:

1. All debris is constantly concentrated so as to not create a safety hazard and is picked up daily, stored in metal waste containers and removed at least weekly.

2. All used lumber must have nails hammered flat or removed and placed in a waste container immediately upon disassembly.

3. All loose material, such as rock, masonry ruble, and soil generated from excavation, demolition or removals must be stored in neat piles until removed or reused.

4. All stored materials must be bound, contained, racked, piled and/or stacked neatly in such a fashion that the material is clear of all work and emergency egress aisles and is secure from falling, tipping, breaking, spilling or sloughing.

5. All non-construction trash is not allowed to accumulate, is picked up on a constant basis and removed daily.

6. All debris, loose and stored materials are kept at least 6 feet from any building edge, floor opening, excavation, or below ground chambers opening, and is prevented from entering curb or drain inlets or other piping system.

7. All combustible for flammable waste items other than lumber are removed daily.

8. The Contractor must assign dedicated laborer(s) to this work site for the duration of the project through Substantial Completion and completion of all on-site punchlist items and must ensure that public passageways adjacent to or through

Owner Safety Requirements 01 35 23-24 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

work zones are kept at all times clean, dry and free from dust. In addition, dedicated laborer(s) have the following responsibilities but not limited to:

a. Maintain a clean and safe work site. b. Coordinate cleaning areas adjacent construction zones with the CTA. c. Remove graffiti from construction barricades. d. Ensure that Contractor’s field office and tool rooms are clean and safe. e. Maintain all temporary sanitary conveniences. f. Maintain and keep clean all finished surfaces prior to acceptance. g. Maintain copies of all current construction keys used on site and stored to a second locked box. h. One dedicated laborer on site must possess a working cellular telephone to enable unrestricted emergency communication with the CTA Control Center (312)432-8040.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

(Appendix to Follow)

Owner Safety Requirements 01 35 23-25 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

(EXAMPLE: BLASTING ACTIVITY LISTED IN A 4-WEEK LOOK AHEAD)

Appendix A: Safe Work Plan Document Instructions

I) PRIMARY ACTIVITY: Blasting-North Wall Ledge Approximately 150 cubic yards of Manhattan gneiss expected to be removed. It is anticipated that 30 separate blasts will be required to remove this material

II) SUB ACTIVITIES:  Drilling- East to West  Blasting- Twice per day after initial holes drilled  Mucking out- Post inspection by blaster, after each blast

A. EQUIPMENT AND METHOD OF CONSTRUCTION: Equipment  3 IR Drill Rigs  IR Compressors, and hoses  Blasting related tools (Tamping rod, non-conductive piercer, etc.)  Explosives as established by blaster  2 Yd bucket on Komatsu plus teamster  Available haul vehicles plus teamsters  Appropriate stemming material 4 12-by-12 mats  Dynahoe hoe-ram (as necessary)  Method of Construction  Standard drill and blasting of rock formation

B. HAZARD DESCRIPTIONS AND CONTROL METHODS:

i) HAZARD DESCRIPTION Drillers exposed to noise, dust since silica content of rock is 35 percent.

ii) SAFETY CONROLS/LOSS PREVENTION Respirators provided Hearing protection mandatory per Hearing Conservation Program and effective Dust Control Procedures put in place.

iii) HAZARD DESCRIPTION Unintended explosion, undesired explosion or storage hazards.

iv) SAFETY CONTROLS/LOSS PREVENTION Blaster Licensed in Chicago. Certificate reviewed. Shot layout reviewed, Maximum pounds per delay anticipated at 4 lbs. But a scaled distance to be developed with results of initial blasts. No boulder shots-a hoe ram will be brought in. No overnight storage of caps or explosives. Post blast area survey after every blast. See attached blasting warning signals info sheet.

v) HAZARD DESCRIPTION Site employees, public, and XYZ bldg. Exposed to fly rock.

vi) SAFETY CONTROLS/LOSS PREVENTION

Mats are to be used in conjunction with stemming. Mats flipped after each blast. Proper drill pattern and related shot design Low poundage to be used will limit possibility of mat blow off, Entire foundation excavation area to be evacuated before each blast. No teamsters in equipment in hole during blast. Toolbox talks to be provided to site employees about blasting procedures that affect them.

Owner Safety Requirements 01 35 23-26 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

vii) HAZARD DESCRIPTION

Vibration exposures pose a threat to the XYZ building.

viii) SAFETY CONTROLS/LOSS PREVENTION

Seismographs to be set-up 50 feet from XYZ structure 10 feet inside the property line. Tell tales/settlement circuit to be established. Meeting scheduled for 8-17- 08 (?) to cover with building owner and 2 tenants. Engineering survey is to be proposed at that time. General survey before general excavation started.

ix) HAZARD DESCRIPTION

Site employees exposed to backing haul vehicles near South wall forming operations.

x) SAFETY CONTROLS/LOSS PREVENTION

All alarms will be operational. To be confirmed on a regular basis by site supervision-Checklist item before release from monthly preventative maintenance at shop, May choose to use a spotter/flagger if necessary.

xi) HAZARD DESCRIPTION

Personnel exposures and controls.

xii) SAFETY CONTROLS/LOSS PREVENTION

 Hard Hats will continue to be required.  As summer progresses, proper clothing requirements (No shorts, proper shoes, shirts) will be enforced.  Portable water will be provided and consumption encouraged via toolbox talk about heat stroke exposures.  Safety Vests will be utilized by all employees exposed to traffic.

Owner Safety Requirements 01 35 23-27 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 4)

Submittal Approvals

Item No. Submittal Approval By (Engineer or Designer) Safety Management Program 1. Construction Manager (SMP) 2. Job Hazard Analysis (JHA) Construction Manager

3. Safety Engineer’s resume Construction Manager

4. Safety Supervisor’s resume Construction Manager

5. Installation of Flexible Warning Barrier Construction Manager

6. Construction of Temporary Enclosure/Structure Construction Manager

END OF SECTION APPENDIX

Owner Safety Requirements 01 35 23-28 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

SECTION 01 42 10 REFERENCE STANDARDS AND DEFINITIONS

PART 1 - GENERAL

1.01 RELATED DOCUMENTS

A. General Provisions of the Contract, including General Conditions and Special Conditions, apply to this Section.

1.02 DEFINITIONS

A. General: Basic Contract definitions are included in the provisions of the contract.

B. Approved: The term “approved”, where used in conjunction with the Authority’s action on the Contractor’s submittals, applications, and requests, is limited to the Authority’s duties and responsibilities as stated in the provisions of the Contract.

C. Authority’s Representative: Often called the “Construction Manager” or “Owners Representative”, the Authority’s Representative for the Work may be a representative from the Authority’s Construction Department or an independent contractor representing the Authority in the matters that relate to day-to-day management of the construction contract for this project. The Authority’s Representative does not have the authority to bind the Authority to any contract change.

D. Contract Completion Date: The end of the time period allowed for completion of the work based on the starting date and the number of days of Contract time.

E. Contract Close-out: Completion of all Punch List Work and required clean-up activities, delivery of all required warranties, operating manuals and as-built specifications, completion of employee training, and resolution of all liens and liquidated damages.

F. Directed: Terms such as “directed”, “requested”, “authorized”, “selected”, “approved”, “required”, and “permitted” mean “directed by the Engineer”, “requested by the Engineer”, and similar phrases.

G. Environmental Laws: All applicable Federal, State, and local laws, ordinances, rules, regulations, and executive orders pertaining to environmental matters.

H. Furnish: The term “furnish” is used to mean “supply and deliver to the project site, ready for unloading, unpacking, assembly, installation, and similar operations”.

I. Indicated: The term “indicated” refers to graphic representations, notes or schedules on the Drawings, or other Paragraphs or Schedules in the Specifications and similar requirements in the Contract documents. Where terms such as “shown”, “noted”, “scheduled”, and “specified” are used, it is to help the reader locate the reference; no limitation on locations is intended.

J. Install: The term “install” is used to describe operations at project site including the actual unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations.

K. Installer: An “installer” is the Contractor or an entity engaged by the Contractor, either as an employee, subcontractor, or contractor of lower tier, for performance of a particular construction activity, including installation, erection, application, and similar operations.

Reference Standards and Definitions 01 42 10-1 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

Installers are required to be experienced in the operations they are engaged to perform.

L. Owner: Chicago Transit Authority (Authority), (CTA).

M. Program Manager: The Program Manager performs as an independent contractor representing the Authority on those matters that relate to the overall management of the Authority’s capital improvement program. The Program Manager does not have the authority to bind the Authority to any contract change.

N. Regulation: The term “regulation” includes laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, as well as rules, conventions, and agreements within the construction industry that control performance of the work.

O. Right of Way (ROW): CTA property within fifty (50) feet of track centerline in any direction of any track.

P. Standard Specifications: Reference made to Standard Specifications refers to “Standard Specifications for Road and Bridge Construction”, adopted January 1, 2012. These standards and specifications are published by the Illinois Department of Transportation and are available from their website (www.dot.il.gov).

Q. Superintendent: The Contractor’s Superintendent shall be the Contractor’s primary representative on-site and shall be in attendance at the Project Site during performance of the Work. The superintendent shall represent the Contractor, and communications given to the superintendent shall be as binding as if given to the Contractor.

R. Supplied by CTA: The term “supplied by CTA” refers to material purchased or owned by the Authority that will be made available to the Contractor at a CTA storage facility.

1.03 SPECIFICATION FORMAT AND CONTENT EXPLANATION

A. This Article is provided to help the user of these Specifications understand the format, language, implied requirements, and similar conventions. None of the explanations shall be interpreted to modify the substance of Contract requirements.

B. Specification Format: These Specifications are organized into Divisions and Sections based on the Construction Specifications Institute's 48 Division format and the "Master Format 2004" numbering system. This organization conforms generally to recognized construction industry practice.

C. Specification Content: This Specification has been produced employing conventions in the use of language and the intended meaning of certain terms, words, and phrases when used in particular situations or circumstances. These conventions are explained as follows:

1. Language used in the Specifications and other Contract Documents is the abbreviated type. Implied words and meanings will be appropriately interpreted. Singular words will be interpreted plural, and plural words interpreted as singular where applicable and where the full content of the Contract Documents so indicates. 2. Imperative mood and streamlined language is used generally in the Specifications. Requirements expressed imperatively shall be performed by the Contractor. At certain locations in the text, for clarity, subjective language is used to describe responsibilities which shall be fulfilled indirectly by the Contractor, or by others when so noted.

Reference Standards and Definitions 01 42 10-2 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

D. Assignment of Specialists: The Specification requires that certain specific construction activities shall be performed by specialists who are recognized experts in the operations to be performed. The specialists shall be engaged for those activities, and the assignments are requirements over which the Contractor has no choice or option. Nevertheless, the ultimate responsibility for fulfilling Contract requirements remains with the Contractor. This requirement shall not be interpreted to conflict with enforcement of building codes and similar regulations governing the work. It is also not intended to interfere with local trade union jurisdictional and similar conventions.

E. Trades: Use of titles such as "carpentry" is not intended to imply that certain construction activities be performed by accredited or unionized individuals of a corresponding generic name, such as "carpenter". It also does not imply that requirements specified apply exclusively to trades persons of the corresponding generic name.

1.04 INDUSTRY STANDARDS

A. Applicability of Standards: Except where Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into Contract Documents. Such standards are made a part of the Contract Documents by reference. Individual sections indicate which codes and standards Contractor shall keep available at the Project Site for reference.

1. Referenced standards take precedence over standards that are not referenced but recognized in the construction industry as applicable. 2. Unreferenced Standards: Except as otherwise limited by the Contract Documents, standards not referenced but recognized in the industry as applicable will be enforced for performance of the work. The Engineer or Designee will decide whether a code or standard is applicable, or which of several are applicable. 3. Updated Standards: At the request of the Engineer or Designee, Contractor or authority having jurisdiction, shall submit a Change Order proposal where an applicable code or standard has been revised and reissued after the date of the Contract Documents and before performance of the Work affected. The Engineer or Designee will decide whether to issue a Change Order to proceed with the updated standard.

B. Publication Dates: Where compliance with an industry standard is required, comply with standard in effect as of date of Contract Documents.

C. Conflicting Requirements: Where compliance with two (2) or more standards is specified, and they establish different or conflicting requirements for minimum quantities or quality levels, the most stringent requirement will be enforced, unless the Contract Documents indicate otherwise. Refer requirements that are different, but apparently equal, and uncertainties as to which quality level is more stringent to the Authority for decision before proceeding.

D. Minimum Quantities or Quality Levels: In every instance the quantity or quality level shown or specified shall be the minimum to be provided or performed. The actual installation may comply exactly within specified tolerances, with the minimum quantity or quality specified, or it may exceed that minimum within reasonable limits. In complying with these requirements, indicated numeric values are minimum or maximum values, as noted, or appropriate for the context of the requirements. Refer instances of uncertainty to the Authority for decision before proceeding.

E. Copies of Standards: Each entity engaged in construction on the Project is required to be familiar with industry standards applicable to that entity's construction activity. Copies of

Reference Standards and Definitions 01 42 10-3 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

applicable standards are not bound with the Contract Documents.

1. Where copies of standards are needed for performance of a required construction activity, Contractor shall obtain copies directly from the publication source. 2. Although copies of standards needed for enforcement of requirements may be part of required submittals, the Engineer or Designee reserves the right to require the Contractor to submit additional copies as necessary for enforcement of requirements.

F. Abbreviations and Names: Trade association names and titles of general standards are frequently abbreviated. Where acronyms or abbreviations are used in the Specifications or other Contract Documents, they mean the recognized name of the trade association, standards generating organization, authority having jurisdiction or other entity applicable to the context of the text provision. Refer to the "Encyclopedia of Associations", published by Gale Research Co., available in most libraries.

G. Partial List of Referenced Standards: Acronym Name

1. AASHTO American Association of State Highway and Transportation Officials 2. ADA Americans with Disabilities Act 3. ADAAG ADA Accessibility Guidelines for Buildings and Facilities 4. AGA American Galvanizers Association 5. AISC American Institute of Steel Construction 6. AISI American Iron and Steel Institute 7. ANSI American National Standards Institute 8. AREMA American Railway Engineering and Maintenance‐of‐Way Association 9. ASHRAE American Society of Heating, Refrigeration and Air Conditioning Engineers 10. ASME American Society of Mechanical Engineers 11. ASSE American Society of Sanitary Engineering 12. ASTM American Society for Testing and Materials 13. AWG American Wire Gauge 14. AWI American Woodwork Institute 15. AWS American Welding Society 16. AWWA American Water Works Association 17. BHMA Builders Hardware Manufacturers Association 18. CDOT Chicago Department of Transportation 19. CEC Chicago Electrical Code 20. CRSI Concrete Reinforcing Steel Institute 21. CSA Canadian Standards Association 22. EIA Electronics Industries Association 23. FS Federal Specification 24. IBEW International Brotherhood of Electrical Workers 25. ICEA Insulated Cable Engineers Association 26. IDOT Illinois Department of Transportation

Reference Standards and Definitions 01 42 10-4 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

27. IDOT SSRBC or IDOT Standard Illinois Department of Transportation Standard Specification Specifications for Road and Bridge Construction 28. IEEE Institute of Electrical and Electronics Engineers 29. IEPA Illinois Environmental Protection Agency 30. IES Illuminating Engineering Society 31. MWRDGC Metropolitan Water Reclamation District of Greater Chicago 32. NAAMM National Association of Architectural Metal Manufacturers 33. NACE National Association of Corrosion Engineers 34. NEC National Electrical Code 35. NEMA National Electrical Manufacturers Association 36. NFPA National Fire Protection Agency 37. NRCA National Roofing Contractors Association 38. OSHA Occupational Safety and Health Administration 39. REA Rural Electrification Administration 40. SDI Steel Deck Institute 41. SMACNA Sheet Metal and Air Conditioning Contractor's National Association 42. SSPC The Society for Protective Coatings 43. TIA Telecommunications Industry Association 44. UL Underwriters Laboratories 45. USEPA United States Environmental Protection Agency 46. USGBC U.S. Green Building Council 47. WI Woodwork Institute

1.05 GOVERNING REGULATIONS/AUTHORITIES

A. The Authority has contacted authorities having jurisdiction where necessary to obtain information necessary for the preparation of Contract Documents; that information may or may not be of significance to the Contractor. Contact authorities having jurisdiction directly for information and decisions having a bearing on the work.

B. Trade Union Jurisdictions: The Contractor shall maintain, and require Subcontractors to maintain, complete current information on jurisdictional matters, regulations and pending actions, as applicable to construction activities. The manner in which Contract Documents have been organized and subdivided is not intended to indicate trade union or jurisdictional agreements.

1. Discuss new developments at project meetings at the earliest feasible dates. Record relevant items and actions agreed upon. 2. Assign and subcontract construction activities, and employee tradesmen and laborers, in a manner that will not unduly risk jurisdictional disputes that could result in conflicts, delays, claims and losses. 3. Coordinate all work with that work claimed and verified to be within the jurisdiction of CTA forces' trade labor unions.

1.06 SUBMITTALS

A. Permits, Licenses, and Certificates: For the Authority's records, submit copies of permits, licenses, certificates, notices, receipts for fee payments, judgments, and similar inspection

Reference Standards and Definitions 01 42 10-5 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

reports, releases, jurisdictional settlements, documents, correspondence and records established in conjunction with compliance with standards and regulations bearing upon performance of the work.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Reference Standards and Definitions 01 42 10-6 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

SECTION 01 43 00 QUALITY ASSURANCE

PART 1 - GENERAL

1.01 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Special Conditions and other Specification sections, apply to this section.

1.02 SUMMARY

A. Related Sections:

1. Section 01 45 00, Quality Control.

1.03 QUALIFIED PERSONNEL, GENERAL

A. All Contractors and Subcontractors on this project shall be licensed and bonded, as well as registered in compliance with ordinances, statues, codes and regulations of the City of Chicago, other municipalities, and other applicable regulatory agencies. The Contractor shall cooperate fully in implementing the Authority’s Quality Assurance Plan.

B. All Contractors and Subcontractors shall have appropriate technical experience and shall present evidence of familiarity with this type of construction work and prior experience on projects of similar scope and magnitude if requested by the Authority.

C. The prime Contractor shall be solely responsible for all work from Notice to Proceed through Final Acceptance. The Authority will not recognize any other parties engaged on the Contract Work.

D. The Contractors Quality Program (CQP) Requirements are further stated in the Special Conditions to the Contract.

1.04 QUALIFIED PERSONNEL, QUALITY

A. The Contractor shall implement a quality management system to provide for inspections, tests and similar quality control services, specified in individual specification sections and required by governing authorities to monitor and accurately complete the full scope of the Contract.

B. The quality management system shall address all work performed by the Contractor and its subcontractors, vendors and suppliers at all tiers. The Contractor shall provide quality oversight of all subcontractors, vendors and suppliers at all tiers to ensure effective implementation of the quality management system. Costs for these services shall be included in the Contract Sum.

1. The Contractor must maintain a staff of sufficient size and composition under the direction of the Quality Representative (QR) to perform all quality control and quality assurance activities in the Contractor’s scope of work. The Contractor's quality organization may vary as the project progresses; however, at all times it must be compatible with the level of effort and capability required by the by the Contractor’s scope of work.

Quality Assurance 01 43 00-1 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

2. The Contractor’s quality personnel shall not report directly to the Contractor’s other project personnel or take direction from other Contractor personnel directly responsible for construction while conducting on-site inspections.

3. In order to ensure the independence and authority of the quality function, the CQP shall define the process for escalating quality issues beyond the project level should that become necessary. This may be functionally shown on the Contractor’s organization chart as a line from the Quality Representative to upper management.

4. The Contractor shall direct subcontractors to appoint personnel specifically dedicated to the implementation and monitoring of the quality management system for the subcontractors specific scope of work.

5. The Contractor shall maintain records of the appointed personnel and ensure that they receive appropriate training in the requirements of the quality management system

6. The Contractor shall submit qualifications of all quality control personnel for review and approval by the Authority prior to the start of work.

C. QUALITY REPRESENTATIVE:

1. The Contractor must assign a qualified, full-time Quality Representative exclusively to this project that will direct the Contractor’s quality organization, implement and administer the CQP and have the authority to act in all quality matters on behalf of the Contractor.

2. The Contractor shall submit the resume of the proposed Quality Representative for review and acceptance by the Authority. The Quality Representative shall have at least five (5) years’ experience in quality assurance or quality control within the construction industry. The Authority reserves the right to reject any candidate whose resume does not show education, training, or experience appropriate for the project or whose other responsibilities would conflict with this assignment.

3. Any proposed changes to the Contractor’s Quality Representative shall be submitted as a revision to the CQP, subject to review and acceptance by the Authority.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Quality Assurance 01 43 00-2 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

SECTION 01 45 00 QUALITY CONTROL

PART 1 - GENERAL

1.01 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Special Conditions and other Specification sections, apply to this section.

1.02 SUMMARY

A. This Section specifies administrative and procedural requirements for quality control services.

B. Quality control services are the responsibility of the Contractor and include inspections and related testing including all required reports performed by independent agencies, governing authorities, and the Contractor and co-signed checklists.

C. Inspection and testing services are required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with Contract Document requirements. The Contractor is required to employ and provide all necessary personnel to effective monitor the Contract work to ensure compliance with the Contract Document requirements.

D. Requirements of this section relate to customized fabrication and installation procedures, not production of standard products.

1. Specific quality control requirements for individual construction activities are specified in the sections that specify those activities. Those requirements, including inspections and tests, cover production of standard products as well as customized fabrication and installation procedures. 2. Inspections, tests and related actions specified are not intended to limit the Contractor's quality control procedures that facilitate compliance with Contract Document requirements. 3. Requirements for the Contractor to provide quality control services required by the Authority or other authorities having jurisdiction are not limited by provisions of this section.

E. Related Sections:

1. Section 01 43 00, Quality Assurance. 2. Section 01 45 23, Testing and Inspection Services 3. Section 01 31 19, Project Meeting

1.03 RESPONSIBILITIES

A. Contractor Responsibilities: The Contractor shall provide inspections, tests and similar quality control services, specified in individual specification sections and required to monitor and accurately complete the full scope of the Contract. Costs for these services shall be included in the Contract Sum.

Quality Control 01 45 00-1 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

1. The Contractor’s quality control personnel shall not report directly to the Contractor’s other project personnel or take direction from other Contractor personnel directly responsible for construction while conducting on-site inspections. 2. The Contractor shall submit qualifications of all quality control personnel for review and approval by the Authority prior to the start of work. 3. The Contractor shall employ and pay an independent agency to perform specified quality control services. 4. Where the Authority has engaged a testing agency or other entity for testing and inspection of a part of the work, and the Contractor is also required to engage an entity for the same or related element, the Contractor shall not employ the entity engaged by the Authority unless otherwise agreed in writing with the Authority. 5. Retesting: The Contractor is responsible for retesting where results of required inspections, tests or similar services prove unsatisfactory and do not indicate compliance with Contract Document requirements, regardless of whether the original test was the Contractor's responsibility.

a. Cost of retesting construction revised or replaced by the Contractor is the Contractor's responsibility at no extra Contract time and no extra Contract cost, where required tests were performed on the original construction. 6. Associated Services: The Contractor shall cooperate with agencies performing required inspections, test and similar services and provide reasonable auxiliary services as requested. Notify the agency sufficiently in advance of operations to permit assignment of personnel. Auxiliary services required include but are not limited to:

a. Providing access to the Work and furnishing incidental labor and facilities necessary to facilitate inspections and tests. b. Taking adequate quantities of representative samples of materials that require testing or assisting the agency in taking samples. c. Providing facilities for storage and curing of test samples, and delivery of samples to testing laboratories. d. Providing the agency with a preliminary design mix proposed for use for material mixes that require control by the testing agency. e. Security and protection of samples and test equipment at the Project site.

B. Coordination: The Contractor and each agency engaged to perform inspections, tests and similar services shall coordinate the sequence of activities to accommodate required services with a minimum of delay. In addition the Contractor and each agency shall coordinate activities to avoid the necessity of removing and replacing construction to accommodate inspections and tests.

1. The Contractor shall be responsible for scheduling times for inspections, tests, taking samples and similar activities.

C. The Contractor’s Quality Representative (QR) shall cooperate with the Engineer in performance of required duties. The Contractor must maintain a staff of sufficient size and composition under the direction of the QR to perform all quality control and quality assurance activities in the Contractor’s scope of work. The Engineer maintains the right

Quality Control 01 45 00-2 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

to require the Contractor to furnish additional personnel as necessary. Those additional qualified personnel shall be furnished at no extra Contract time and no extra Contract cost.

1. The Contractor shall notify the Engineer promptly of irregularities or deficiencies observed in the work during performance.

2. The Contractor’s QR is not authorized to release, revoke, alter or enlarge requirements of the Contract, or approve or accept any portion of the work.

1.04 QUALITY ASSURANCE

A. Qualification for Service Agencies: Engage inspection and testing service agencies, including independent testing laboratories, which are pre-qualified as complying with requirements of Section 01 45 23, Testing and Inspection Services, and which specialize in the types of inspections and tests to be performed.

1. Each independent inspection and testing agency engaged on the project shall be authorized by authorities having jurisdiction to operate in the state in which the project is located.

1.05 SUBMITTALS

A. The Contractor’s QR shall submit a certified written report of each inspection to the Authority and upload a copy to the Web-Based Project Management System in a timely manner. More detailed requirements for submittals are contained in Section 01 33 00, Submittal Procedures.

1. Additional copies of each written report may be required by other governing authorities and copies will be provided at no extra contract time and no extra contract cost. 2. Written reports of each inspection shall include, but not be limited to, the following: a. Date of issue. b. Project title and number. c. Name, address and telephone number of testing agency. d. Dates and locations of samples and tests of inspections. e. Names of individuals making the inspection or test. f. Designation of the work and test methods. g. Identification of product and specification section. h. Complete inspection or test data. i. Test results and interpretation of test results. j. Ambient conditions at the time of sample taking and testing. k. Comments or professional opinion as to whether inspected or tested work complies with Contract Document requirements. l. Name and signature of laboratory inspector. m. Recommendations on testing.

1.06 CHECKLISTS

A. A quality/safety checklist shall be provided that includes the inspection of the entire worksite that shall be used at the conclusion of each Access Occurrence. Specific

Quality Control 01 45 00-3 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

requirements for Access Occurrences are specified in Section 01 35 00, Special Procedures, of the Contract Specifications.

B. The Contractor shall create a checklist and submit it to the Authority for review and approval. The checklist format must be approved, without comment, before the start of any Access Occurrence. The Contractor may suggest a format and other items as necessary; however, the checklist shall at a minimum, contain as follows: 1. Verification that the work site has been cleared of any and all debris. 2. Verification that the work site has been cleared of all tools and equipment. 3. Verification that the work site and all station areas, if applicable, have been properly cleaned and swept. 4. Verification that all drainage, mechanical and electrical, signal, communications and traction power systems within the work site have been restored to full operating condition. 5. Verification that all scheduled Work has been completed and temporary work has been secured. 6. Verification that all emergency exits, if applicable, have been cleared of any and all debris, tools, materials, or any other obstructions. 7. Verification that no Work has encroached into any CTA operating clearance requirements. 8. Verification that no additional items or hazards were found. 9. Verification that safe operation of transit service can proceed.

1.07 INSTALLATION INSPECTIONS

A. The Contractor shall participate in a pre-construction meeting with the Authority and its separate contractor(s) for each location. See Section 01 31 19, Project Meetings.

1. Contractor shall provide three (3) copies of all approved shop drawings and installation diagrams to the Authority at the meeting.

2. Contractor shall provide the Authority with a written description of the work to be performed and an example of the Contractor’s daily work schedule.

B. The Contractor shall inspect the site preparation work performed by other Authority installers or contractor(s) prior to placement of concrete foundations and provide the Authority with written notice of acceptance of the following:

1. Formwork and embedded framing will be inspected prior to concrete placement for verification of design intent.

2. Locations of electrical conduit and raceways; sleeves and piping for hydraulic lines; and other utility runs will be verified prior to concrete placement.

3. Any embedded items in the housekeeping pads will be verified prior to concrete placement.

C. Contractor will be required to review and approve the following work elements being furnished and/or installed under separate contract(s) with the Authority by conducting site inspections of the work being performed under separate contract(s). A written field

Quality Control 01 45 00-4 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

inspection report shall be submitted to the Authority within 48 hours after inspection to notify of acceptance or rejection of observed site conditions. Follow the requirements for Pre-Activity Meetings of Section 01 31 19, Project Meetings.

1. Formwork and embedded framing will be inspected prior to concrete placement for verification of design intent.

2. Locations of electrical conduit and raceways; sleeves and piping for hydraulic lines; and other utility runs will be verified prior to concrete placement.

3. Any embedded items in the housekeeping pads will be verified prior to concrete placement.

4. A joint inspection(s) will be conducted with the Contractor, the Authority and a representative of the Authority's installer prior to the installation of all Contractor- furnished items. These inspections will be documented by the Contractor as confirmation of the Contractor's final directions to the installer, for coordination purposes, of the proper installation means and methods to be employed by the installer in order to conform to any and all Contract performance requirements per all approved Contract plans, specifications, shop drawings and submittals.

D. Contractor to provide verification and testing of and training on all installed equipment and systems specified in the technical section of these Specifications.

1. Testing reports shall be provided to the Authority for each fully installed system prior to acceptance of the system(s).

2. Operational training by the Contractor will be required on all equipment and systems at each location prior to issuance of Substantial Completion for each particular phase or Milestone. Training at each location will be conducted three (3) times, once per operating shift.

3. Maintenance training will be required at each location. Maintenance training will be conducted once, at a time acceptable to the Authority.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

3.01 CONFORMITY WITH CONTRACT

A. All work performed and all materials furnished shall be in conformity with the contract and the lines, grades, cross sections, dimensions, and material requirements, including tolerances, shown on the plans or indicated in the contract documents. All work or material which does not conform to the requirements of the contract will be considered unacceptable.

B. Unacceptable work; whether the result of poor workmanship, use of defective materials, damage through carelessness, or other cause; unacceptable material shall be removed and replaced or otherwise corrected in an acceptable manner by and at the expense of the Contractor.

C. The Authority reserves the right to accept work produced by the Contractor if the Authority finds noncompliant materials, the finished product in which the noncompliant materials are used, or the nonconforming work are in close conformity with the contract.

Quality Control 01 45 00-5 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

In this event, the Authority shall document the basis of acceptance by contract modification which may provide for an appropriate adjustment in the contract price for such work or materials as the Authority deems necessary to conform to the determination. The determination of the Authority will be based on the best engineering judgment of the Authority and shall be final and binding.

D. Work done contrary to instructions given by the Authority, work done beyond the lines shown on the plans, or as given by the Authority, or any extra work done without written approval given by the Authority will be considered as unacceptable and will not be paid for under the contract. Work so done may be ordered removed or replaced at the Contractor’s expense.

E. The statement elsewhere in the contract of remedies for the use of unacceptable materials or for unacceptable work shall not be exclusive of the remedies provided in this Article unless expressly provided therein.

F. Upon failure of the Contractor to comply with any order of the Authority made under the provisions of this Article, the Authority will have authority to cause the unacceptable work to be corrected, removed, or replaced, and to deduct the cost from any monies due or to become due the Contractor.

3.02 CHECKLISTS

Each checklist must be properly initialed and co-signed by both the Contractor and the Authority’s Construction Manager prior to formally placing any Authority-owned or controlled equipment, systems and/or facilities into service. Each checklist shall be uploaded to the appropriate location on the Project Website in a timely manner.

END OF SECTION

Quality Control 01 45 00-6 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

SECTION 01 45 23 TESTING AND INSPECTION SERVICES

PART 1 - GENERAL

1.01 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Special Conditions and other Specification sections, apply to this section.

1.02 SUMMARY

A. The Contractor shall provide an independent testing laboratory to perform specified services listed under Article 5, Testing and Inspection, and as noted in other sections of this Specification, including inspection, sampling and testing for but not limited to the following:

1. Soils, aggregates. 2. Caissons. 3. Bituminous concreting paving. 4. Concrete, paving, reinforcement. 5. Masonry. 6. Structural Steel. 7. Steel deck. 8. Metal fabrications, steel stairs. 9. Painting. 10. Abatement. 11. Mechanical. 12. Electrical 13. Communications

B. Contractor's Obligations

1. Testing and inspection by the Contractor shall in no way relieve the Contractor's obligations to perform the work of the contract herein specified. 2. Testing shall be required on all work to show compliance with the Contract Documents whether or not they are specifically indicated, at no additional cost to the Authority. 3. After testing, should any material or work be found to be defective or inferior, such material and/or work shall be removed and replaced with new sound material and/or work. Removal and replacement shall be at the Contractor's expense. A retest of new material and/or work will be performed at the Contractor's expense.

C. Certain tests and inspections may be designated as Hold Points in the Proposal section of the Contract.

1.03 CONTRACTOR'S TESTING AND INSPECTION AGENCY

A. The Contractor shall provide and pay for all tests and inspections, other than those to be performed by the Authority, to show that requirements of the Contract have been fulfilled and for all tests required by law, ordinances, rules and regulations governing the work.

Testing and Inspection Services 01 45 23-1 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

B. The Contractor shall submit the names, qualifications and scope of services of each independent testing agency within 30 days of the Contractor’s Notice to Proceed for the Authority’s approval.

C. Contractor shall submit one (1) certified original of each test result and/or report and upload a copy of each report to the appropriate folder on the Project Website.

D. Contractor shall submit a copy of the Inspection Report of the Testing and Inspection Agency employed by Contractor made by the Materials Reference Laboratory of the National Bureau of Standards during its most recent tour of inspection, with memorandum of remedies of any deficiencies reported during the inspection.

1.04 QUALIFICATIONS OF CONTRACTOR'S TESTING AND INSPECTION AGENCIES:

A. Agencies shall meet basic requirements of ASTM E 329, "Standard Specification for Agencies Engaged in Construction Inspection, Testing, or Special Inspection."

B. Agencies shall be authorized to operate in the State of Illinois.

C. The Agencies' testing equipment shall be calibrated at required intervals with proof of calibration by devices of accuracy traceable to either:

1. National Bureau of Standards 2. Accepted values of natural physical constants.

D. Reports prepared by the Agencies shall be signed by the appropriate licensed Professional Engineer or designated representative in accordance with State licensing board requirements. Certification of engineering technicians in the various service areas is encouraged and must be provided where certification is required.

E. An independent testing laboratory is one free from any conflict of interest. They are not affiliated with any institution, company or trade group that might affect their ability to conduct investigations, render reports, or give professional, objective and unbiased counsel.

1.05 DUTIES OF CONTRACTOR'S TESTING AND INSPECTION AGENCIES:

A. The duties of the Contractor's Testing and Inspection Agency include the following:

4. Provide qualified personnel to perform required inspections. 5. Cooperate and comply with the requirements of the Authority and Contractor; 6. Perform specified inspections, sampling and testing of materials of construction as required or requested by the Authority to ascertain compliance of materials and workmanship with the requirements of the Contract Documents; 7. Within 24 hours of observation, notify the Authority and Contractor, in writing, of any observed irregularities or deficiencies of the work, materials or products; 8. Within 24 hours of inspection or receipt of test results, transmit to the Authority through the Web-Based Project Management System the report of each test and inspection. Each report shall include, as a minimum, among other items:

a. Date issued. b. Project name and number. c. Testing and Inspection Agency name, address and telephone number. d. Name and signature of inspector.

Testing and Inspection Services 01 45 23-2 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

e. Date and time of sampling, inspection or testing. f. Record of temperature and weather conditions. g. Identification of products and specifications section. h. Location of sample or test in the project i. Designation of the work and type of inspection or test. j. Results of tests and compliance with Contract Documents. k. Interpretation of test results including comments or professional opinion as to whether inspected or tested work complies with the Contract requirements. l. Recommendations on retesting if the tested or inspected work is not in compliance.

1.06 CONTRACTOR'S RESPONSIBILITIES

A. Contractor shall cooperate with the Authority with regard to their determinations of the Contractor's compliance with the contract requirements and shall provide access to the work.

B. Submit the concrete design mix proposed to be used and other specification requirements which require testing and control by the Authority.

C. Furnish copies of product test reports.

D. Furnish incidental labor and facilities:

1. To provide access to the work to be tested; 2. To facilitate inspections and tests; 3. For storage and curing of test samples.

E. Notify the Testing and Inspection Agency and the Authority well in advance of operations to allow for assignment of their personnel and scheduling of tests.

F. At the discretion of the Authority, the Contractor may be required to employ and pay for the services of a separate, equally qualified independent Testing and Inspection laboratory to perform additional inspections, sampling and testing required when initial tests indicate work does not comply with the Contract Documents.

G. Contractor shall pay for all costs related to products and/or material testing, in accordance with established requirements and as specified.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

3.01 REPAIR AND PROTECTION

A. General: Upon completion of inspection, testing, sample-taking and similar services, the Contractor shall repair damaged construction and restore substrates and finishes to eliminate deficiencies, including deficiencies in visual qualities of exposed finishes. Comply with Contract Document requirements for Section 01_73_29, Cutting and Patching.

B. Protect construction exposed by or for quality control service activities, and protect repaired construction.

Testing and Inspection Services 01 45 23-3 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

C. Repair and protection is the Contractor's responsibility, regardless of the assignment of responsibility for inspection, testing or similar service.

D. The Contractor shall be responsible for the time and cost to repair any damaged construction and restore substrates and finishes to eliminate deficiencies, including deficiencies in visual qualities of exposed finishes caused either directly or indirectly by testing or the testing agency.

END OF SECTION

Testing and Inspection Services 01 45 23-4 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS

PART 1 - GENERAL

1.01 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Special Conditions and other Specification sections, apply to this section.

1.02 SUMMARY

A. This Section specifies requirements for temporary services and facilities, including utilities, construction and support facilities, security and protection.

B. Temporary utilities required may include but are not limited to:

1. Water supply. 2. Temporary electric power and light. 3. Telephone service 4. Storm and sanitary sewer. 5. Temporary Fire Protection.

C. Temporary construction and support facilities required may include but are not limited to:

1. Temporary heat and light. 2. Field offices, parking and storage sheds. 3. Sanitary facilities, including drinking water. 4. Dewatering facilities and drains. 5. Temporary enclosures. 6. Hoists and temporary elevator use. 7. Temporary project identification signs and bulletin boards. 8. Waste disposal services. 9. Rodent and pest control. 10. Construction aids and miscellaneous services and facilities. 11. Temporary roads and paving. 12. Temporary signage and wayfinding.

D. Security and protection facilities required may include but are not limited to:

1. Barricades, warning signs, lights. 2. Enclosure for the site. 3. Security and protection for materials and construction stored or in place. 4. Environmental protection. 5. Protection and diverting of vehicular and pedestrian traffic. 6. Fire Protection.

1.03 SUBMITTALS

A. Temporary Utilities: Submit reports of tests, inspections, meter readings and similar procedures performed on temporary utilities.

B. Implementation and Termination Schedule: Submit a schedule indicating implementation and termination of each temporary utility within 15 days of the date established for

Temporary Facilities and Controls 01 50 00-1 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

commencement of the work.

1.04 QUALITY ASSURANCE

A. Regulations: Comply with industry standards and applicable laws and regulations of authorities having jurisdiction, including but not limited to:

1. Building code requirements. 2. Health and safety regulations. 3. Utility company regulations. 4. Police, fire department and rescue squad rules. 5. Environmental protection regulations. 6. Local regulations for construction site cleanliness, including Chapter 7-28 of the Municipal Code of Chicago. 7. Local regulations for closure of lanes and streets from traffic. 8. Local regulations for closure of sidewalks to pedestrian traffic.

B. Standards: Comply with NFPA Code 241, "Building Construction and Demolition Operations", ANSI A 10 Series standards for "Safety Requirements for Construction and Demolition", and NECA Electrical Design Library "Temporary Electrical Facilities".

1. Refer to "Guidelines for Bid Conditions for Temporary Job Utilities and Services", prepared jointly by AGC and ASC, for industry recommendations. 2. Electrical Service: Comply with NEMA, NECA and UL standards and regulations for temporary electrical service. Install service in compliance with National Electric Code (NFPA 70) and current local codes.

C. Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits, including permits required for installation of temporary facilities, enclosures, and barricades in public right of ways.

1.05 PROJECT CONDITIONS

A. Upon execution of the contract, the Contractor shall meet with and advise the affected utilities of the start of construction and verify and coordinate with the utilities any conditions of conflict or interference.

B. Temporary Utilities: Prepare a schedule indicating dates for implementation and termination of each temporary utility. At the earliest feasible time, when acceptable to the Authority, change over from use of temporary service to use of the permanent service.

1. It is hereby understood by the Contractor that no use shall be made whatsoever of the existing utilities at the site for the Contractor's own use or use in connection with the work, including electric power, lighting, gas, water, sewers and toilet facilities.

C. Conditions of Use: Keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. Take necessary fire prevention measures. Do not overload facilities, or permit them to interfere with progress. Do not allow hazardous, dangerous or unsanitary conditions, or public nuisances to develop or persist on the site.

PART 2 - PRODUCTS

2.01 MATERIALS

Temporary Facilities and Controls 01 50 00-2 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

A. General: Provide new materials; if acceptable to the Authority, undamaged previously used materials in serviceable condition may be used. Provide materials suitable for the use intended.

B. Lumber and Plywood:

1. For job-built temporary offices, shops and sheds within the construction area, provide as a minimum UL labeled, fire-treated lumber and plywood for framing, sheathing and siding. 2. For signs and directory boards, provide exterior type, Grade B-B High Density Concrete Form Overlay Plywood conforming to PS-1, of sizes and thickness indicated. 3. For fences and vision barriers, provide exterior type plywood, 1/2" thick or greater. 4. For safety barriers, sidewalk bridges and similar uses, provide exterior type plywood, 5/8" thick or greater. 5. Plywood used for temporary partitions shall be exterior, CDX or better grade. The use of oriented strand board (OSB) will not be permitted for partitions. 6. Any sharp edges, protruding fasteners, splinters, or structural instability for conditions will be corrected by the contractor immediately. 7. All interior partitions shall be made of plywood. No fence panels will be allowed inside stations.

C. Roofing Materials: Provide as a minimum UL Class "A" standard weight asphalt shingles complying with ASTM D 3018, or UL Class "C" mineral surfaced roll roofing complying with ASTM D 249 on roofs of job-built temporary offices, shops and sheds.

D. Paint: Remove or cover graffiti.

1. For job-built temporary offices, shops, sheds, fences and other exposed lumber and plywood, provide exterior grade acrylic-latex emulsion over exterior primer. a. Surface must be recoated every 6 months. b. Remove all graffiti within 24 hours. 2. For sign panels and applying graphics, provide exterior grade alkyd gloss enamel over exterior primer.

E. Tarpaulins: Provide water-proof, fire-resistant, UL labeled tarpaulins with flame-spread rating of 15 or less. For temporary enclosures provide translucent nylon reinforced laminated polyethylene or polyvinyl chloride fire retardant tarpaulins.

F. Water: Provide potable water approved by local health authorities.

G. Open-mesh Fencing: Provide 0.192 inch diameter, galvanized 2 inch chain link fabric fencing 8 feet high with galvanized steel pipe posts, 1-1/2" I.D. for line posts and 2-1/2" I.D. for corner posts.

1. Security enclosures: Provide 9 gage, galvanized 2 inch, chain link security fabric 8 feet high with galvanized barbed wire top strands and galvanized steel pipe posts, 1-1/2" I.D. for line posts and 2-1/2" I.D. for corner posts. 2. Damaged construction panels shall be replaced within 48 hours from notification of contractor. Unacceptable conditions include, but are not limited to, bent/broken frames, unraveled or torn wire fabric or missing hardware.

Temporary Facilities and Controls 01 50 00-3 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

3. All fence panels to be covered with green construction fencing fabric. 4. Green Fabric: Panels that have been tagged with graffiti shall be replaced, cleaned or painted. If painted, paint with matching green paint only. 5. Mesh fabric/fence screen will need to cover the entire wire mesh fabric on temporary panel. Fabric shall be woven to permit no less than 85% view obstruction through fabric. All fabric is to be replaced every 4 months. H. Lighting that has been obscured/blocked by temporary enclosures shall be improved with additional temporary incandescent /fluorescent lighting located on the affected side of the enclosure.

2.02 EQUIPMENT

A. General: Provide new equipment; if acceptable to the Authority, undamaged previously used equipment in serviceable condition may be used. Provide equipment suitable for use intended.

B. Water Hoses: Provide 3/4" heavy-duty, abrasion-resistant, flexible rubber hoses 100 feet long, with pressure rating greater than the maximum pressure of the water distribution system; provide adjustable shutoff nozzles at hose discharge.

C. Electrical Outlets: Provide properly configured NEMA polarized outlets to prevent insertion of 110-120 volt plugs into higher voltage outlets. Provide receptacle outlets equipped with ground fault circuit interrupters, reset button and pilot light, for connection of power tools and equipment.

D. Electrical Power Cords: Provide grounded extension cords; use "hard service" cords where exposed to abrasion and traffic. Provide waterproof connectors to connect separate lengths of electric cords, if single lengths will not reach where construction activities are in progress.

E. Lamps and Light Fixtures: Provide general service incandescent lamps of wattage required for adequate illumination. Provide guard cages or tempered glass enclosures, where exposed to breakage. Provide exterior fixtures where exposed to moisture.

F. Heating Units: Provide temporary heating units that have been tested and labeled by UL, FM or another recognized trade association related to the type of fuel being consumed.

G. Temporary Offices: Include in the construction price the cost to provide, install, maintain, and remove upon completion one (1) temporary construction office with lockable entrances, operable windows and serviceable finishes. Installation by the Contractor shall include furnishing, installing and removal upon completion of supports for the temporary office suitable for the loads, forces, and conditions anticipated. Location of temporary office shall be approved by the Authority.

1. Contractor's Office: Provide and maintain in neat and serviceable condition, a temporary construction office as headquarters for the work. Locate the construction office where directed by the Authority. Provide the office with heating, air conditioning, and adequate number of operating screened windows, doors with cylinder locks, and electric lights, and meeting accommodations for up to eight individuals at a time, all as approved by the Authority. Provide equipment and connections for phone, fax, internet, printer, scanner and copier. Remove the temporary office facility upon final completion and restore the area to its original condition. 2. Contractor shall pay for telephone and Edison service installation and

Temporary Facilities and Controls 01 50 00-4 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

connections. Contractor shall pay for all monthly utility and water charges and provide or pay for weekly cleaning services to be performed in this area through the entire job.

H. Temporary Toilet Units: Provide self-contained single-occupant toilet units of the chemical, aerated recirculation or incinerating type, properly vented and fully enclosed with a glass fiber reinforced polyester shell or similar non-absorbent material.

I. First Aid Supplies: Comply with governing regulations.

J. Fire Extinguishers: Provide hand-carried portable UL-rated, class "A" fire extinguishers for temporary offices and similar spaces. In other locations provide hand-carried, portable, UL-rated, class "ABC" dry chemical extinguishers, or a combination of extinguishers of NFPA recommended classes for the exposures.

1. Comply with NFPA 10 and 241 for classification, extinguishing agent and size required by location and class of fire exposure.

K. Posting Permits: Provide weather-proof, glass enclosed, outdoor bulletin board near construction office for posting all permits during entire construction period.

PART 3 - EXECUTION

3.01 INSTALLATION

A. Use qualified personnel for installation of temporary facilities. Locate facilities where they will serve the project adequately and result in minimum interference with performance of the work. Relocate and modify facilities as required.

B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. Do not move until facilities are no longer needed, or are replaced by authorized use of completed permanent facilities.

3.02 TEMPORARY UTILITY INSTALLATION

A. General: Engage the appropriate local utility company to install temporary service or connect to existing service. Where the company provides only part of the service, provide the remainder with matching, compatible materials and equipment; comply with the Company's specifications.

1. Arrange with the company and existing users for a time when service can be interrupted, where necessary, to make connections for temporary services. 2. Provide adequate capacity at each stage of construction. Prior to temporary utility availability, provide trucked-in services. 3. Obtain easements to bring temporary utilities to the site, where the Authority's easements cannot be used for that purpose. 4. Use Charges: Cost or use charges for temporary facilities are not chargeable to the Authority, and will not be accepted as a basis of claims for a Change Order.

B. Water Service: Install water service and distribution piping of sizes and pressures adequate for construction until permanent water service is in use.

1. Sterilization: Sterilize temporary water piping prior to use.

C. Temporary Electric Power Service: Provide weatherproof, grounded electric power service

Temporary Facilities and Controls 01 50 00-5 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

and distribution system of sufficient size, capacity, and power characteristics during construction period. Include meters, transformers, overload protected disconnects, automatic ground fault interrupters and main distribution switch gear.

1. Power Distribution System: Install wiring where least exposed to damage. Where permitted, wiring circuits not exceeding 125 volts, AC 20 ampere rating and lighting circuits may be non-metallic sheathed cable where overhead and exposed for surveillance. The circuits installed shall be the minimum number required by building codes.

D. Temporary Lighting: Whenever overhead floor or roof deck has been installed, provide temporary lighting with local switching.

1. Install and operate lighting that will fulfill security and protection requirements, without operating the entire system, and will provide adequate illumination for construction operations and traffic conditions.

E. Temporary Telephones: Provide temporary telephone service for all personnel engaged in construction activities, throughout the construction period. Install telephone on a separate line.

1. At each telephone, post a list of important telephone numbers.

F. Sewers and Drainage: If sewers are available, provide temporary connections to remove effluent that can be discharged lawfully. If sewers are not available for the discharge of effluent, provide containers to remove and dispose of effluent off the site in a lawful manner.

1. Filter out excessive amounts of soil, construction debris, chemicals, oils and similar contaminants that might clog sewers or pollute waterways before discharge. 2. Connect temporary sewers to the municipal system as directed by the sewer department officials. 3. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. Following heavy use, restore normal conditions promptly. 4. Protect site from puddling or running water.

3.03 TEMPORARY CONSTRUCTION AND SUPPORT FACILITIES INSTALLATION

A. Locate field offices, storage sheds, sanitary facilities and other temporary construction and support facilities where approved by the Authority.

1. Maintain temporary construction and support facilities until final completion or earlier, as approved by the Authority.

B. Provide non-combustible construction for offices, shops and sheds located within the construction area, or within 30 feet of building lines. Comply with requirements of NFPA 241.

C. Temporary Heat: Provide temporary heat required by construction activities, for curing or drying of completed installations or protection of installed construction from adverse effects of low temperature or high humidity. Select safe equipment that will not have a harmful effect on completed installations or elements being installed. Coordinate ventilation requirements to produce the ambient condition required and minimize consumption of energy.

D. Heating Facilities: Except where use of the permanent system is authorized, provide vented self-contained LP gas or fuel oil heaters with individual space thermostatic control.

Temporary Facilities and Controls 01 50 00-6 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

1. Use of gasoline burning space heaters, open flame, or salamander type heating units is prohibited.

E. Storage and Fabrication Sheds: Install storage and fabrication sheds, sized, furnished and equipped to accommodate materials and equipment involved, including temporary utility service. Sheds may be open shelters or fully enclosed spaces.

F. Sanitary facilities include temporary toilets, wash facilities and drinking water fixtures. Comply with regulations and health codes for the type, number, location, operation and maintenance of fixtures and facilities. Install where facilities will best serve the project's needs.

1. Provide toilet tissue, paper towels, paper cups and similar disposable materials for each facility. Provide covered waste containers for used materials. Service units at least twice weekly.

G. Toilets: Install self-contained toilet units. Shield toilets to ensure privacy. Use of pit-type privies will not be permitted.

H. Drinking Water Facilities: Provide containerized tap-dispenser bottled-water type drinking water units, including paper cup supply.

I. Temporary Lifts and Hoists: Provide facilities for hoisting materials. Truck cranes and similar devices used for hoisting materials are considered "tools and equipment" and not temporary facilities. The use of elevator for construction materials or personnel is not permitted.

J. Project Identification and Temporary Signs: Provide project identification signs in accordance with standard design on Drawings PS-1, PS-2 and other signs at each active worksite and CTA station as required; install signs where indicated to inform the public and persons seeking entrance to the project. Support on posts or framing of preservative treated wood or steel. Do not permit installation of unauthorized signs.

1. Project Identification Signs: Engage an experienced sign painter to apply graphics. Comply with details indicated. Provide two (2) project signs as shown on Drawings PS-1 and PS-2 for each active worksite and CTA station on this project, locations as directed by the Authority. 2. Temporary Signs: Prepare signs to provide directional information to construction personnel and visitors. 3. Locate signs as directed by the Authority. Maintain in good condition until Substantial Completion of the project and then remove from the site.

K. Temporary Exterior Lighting: Install exterior yard and sign lights so that signs are visible when work is being performed.

L. Collection and Disposal of Waste: Collect waste from construction areas and elsewhere daily. Comply with requirements of NFPA 241 for removal of combustible waste materials and debris. Enforce requirements strictly. Do not hold materials more than 7 days during normal weather or 3 days when the temperature is expected to rise above 80 degree F (27 degree C). Handle hazardous, dangerous, or unsanitary waste materials separately from other waste by containerizing properly. Dispose of material in a lawful manner.

M. Street, Sidewalk and Alley Cleaning: The Contractor shall maintain adjacent streets, sidewalks and alleys continually free of dirt and debris resulting from Contractor's

Temporary Facilities and Controls 01 50 00-7 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

operations, shall provide street cleaning as necessary and directed by the Authority, and pay for all costs related to this operation. If the Contractor fails to perform this function, the Authority may do such cleaning and charge same to the Contractor.

3.04 SECURITY AND PROTECTION FACILITIES INSTALLATION

A. Temporary Fire Protection: Install and maintain temporary fire protection facilities of the types needed to protect against reasonably predictable and controllable fire losses. Comply with NFPA 10 "Standard for Portable Fire Extinguishers", and NFPA 241 "Standard for Safeguarding Construction, Alterations and Demolition Operations".

1. Locate fire extinguishers where convenient and effective for their intended purpose. 2. Store combustible materials in containers in fire-safe locations. 3. Maintain unobstructed access to fire extinguishers, fire hydrants, temporary fire protection facilities, stairways and other access routes for fighting fires. Prohibit smoking in hazardous fire exposure areas. 4. Provide supervision of welding operations, combustion type temporary heating units, and similar sources of fire ignition.

B. Barricades, Warning Signs and Lights: Comply with standards and code requirements for erection of structurally adequate barricades. Paint with appropriate colors, graphics and warning signs to inform personnel and the public of the hazard being protected against. Where appropriate and needed provide lighting, including flashing red or amber lights.

1. Concrete barriers or approved fencing shall be provided to separate restricted work-hour area from the unrestricted work-hour area. The exact location and number of the barriers shall be approved by the Authority. The materials and installation of the temporary concrete barriers shall be in accordance with Standard 704001 of the IDOT Highway Standards.

2. Provide barriers, signage, or other approved means to warn pedestrians and vehicles of the work of this project and protect personnel and the public from dust, falling debris, and other damage or injury.

3. Plastic Flexible Barriers:

a. Use of Plastic Flexible Warning Fencing is prohibited for use as temporary storage enclosures in all public access areas. The Plastic Flexible Warning Fencing/Netting should only be used as a visual warning barrier for day work, and such applications shall be requested of, and approved in writing by, the Authority.

4. Solid Safety Barriers:

a. The Contractor shall build and maintain a solid barrier on a daily basis if the work creates a safety hazard for the public. The Safety Engineer/Supervisor shall include inspection of the barrier in his/her daily walk-through of the construction site. This barrier should be 8 feet high minimum.

b. The Barrier shall be removed upon completion of the Work or as directed by the Authority.

5. Constructing Temporary Enclosures and Structures on Station Platforms:

Temporary Facilities and Controls 01 50 00-8 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

a. Solid enclosures for temporary storage or work area separation shall be constructed of fire retardant material (such as wood treated with fire retardant chemicals etc.). Enclosures constructed of metal shall be properly grounded. Dust shields shall be provided if the enclosure is being used for demolition work. Applications for Enclosures/Structures must be requested of, and approved in writing by the Authority.

b. The height of the plywood/material of any enclosure/structure shall be not less than eight feet from the platform/mezzanine’s finished floor.

c. Doors shall not swing to the outside of enclosure(s) that are located in areas used by passengers.

d. Enclosures shall not create any cul-de-sac(s) (i.e., blind alley(s) or dead end(s)).

D. Enclosure Fences: When excavation begins, install an enclosure fence with lockable entrance gates. Locate where indicated, or enclose the entire site or the portion determined sufficient to accommodate construction operations. Install in a manner that will prevent people, dogs and other animals from easily entering the site, except by the entrance gates.

1. Provide 1 1/4" open-mesh, chain-link fencing with posts set in a compacted mixture of gravel and earth.

E. Covered Walkway: If shown or required by the Authority, erect a structurally adequate protective covered walkway for passage of persons along the adjacent public route. Coordinate with entrance gates, other facilities and obstructions. Comply with regulations of authorities having jurisdiction.

1. Construct using scaffold or shoring framing, waterproofed wood plank overhead decking, protective plywood enclosure walls, handrails, barricades, warning signs, lights, safe and well-drained walkways and similar provisions for protection and safe passage. Extend the backwall beyond the structure to complete the enclosure fence. Paint and maintain in a manner acceptable to the Authority.

2. Install warning lights and alarms to alert pedestrians of vehicles crossing temporary passage ways.

F. Security Enclosure and Lockup: If shown or required by the Authority, install security temporary enclosure with locking entrances to prevent unauthorized entrance, vandalism, theft and similar violations of security.

1. Storage: It is advisable that the Contractor provide a secure lockup for items and equipment stored at the site to minimize the possibility of their theft or vandalized. Any items or equipment stored at the site is the Contractor’s responsibility.

G. Environmental Protection: Provide protection, operate temporary facilities and conduct construction in ways and by methods that comply with environmental regulations, and minimize the possibility that air, waterways, and subsoil might be contaminated or polluted, or that other undesirable effects might result. Avoid use of tools and equipment which produce harmful noise. Restrict use of noise making tools and equipment to hours that will minimize complaints from persons or firms near the site. Comply with all local ordinances.

Temporary Facilities and Controls 01 50 00-9 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

3.05 OPERATION, TERMINATION AND REMOVAL

A. Supervision: Enforce strict discipline in use of temporary facilities. Limit availability of temporary facilities to essential and intended uses to minimize waste and abuse.

B. Termination and Removal: Provide temporary utilities and facilities until final completion or approval of the Authority and at no extra cost to the Authority. Remove each temporary facility when the need has ended, or when replaced by authorized use of a permanent facility. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with the temporary facility. Repair damaged work, clean exposed surfaces and replace construction that cannot be satisfactorily repaired.

1. Materials and facilities that constitute temporary facilities are property of the Contractor. The Authority reserves the right to take possession of project identification sign.

2. Clean or remove surfaces and materials contaminated with dust, debris, and other compounds or substances and restore to original condition.

C. At Substantial Completion, clean and renovate permanent facilities that have been used during the construction period, including but not limited to the following:

1. Replace air filters and clean inside of ductwork and housings. 2. Replace significantly worn parts and parts that have been subject to unusual operating conditions. 3. Replace lamps that are burned out or noticeably dimmed by substantial hours of use.

D. Touch up or repaint with matching finishes and colors painted areas that have been scarred by construction activity or noticeably worn or soiled by use.

END OF SECTION

Temporary Facilities and Controls 01 50 00-10 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

SECTION 01 55 00 TRAFFIC REGULATION

PART 1 - GENERAL

1.01 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Special Conditions and other Specification sections, apply to this Section.

1.02 SUMMARY

A. This Section specifies requirements for traffic regulation. The work under this section shall include furnishing all labor, materials and equipment necessary for installation, maintenance, relocation and removal of all signs, signals, traffic cones, barricades, temporary barriers, warning lights, traffic flagging protection and other traffic control devices which are used for the purpose of regulating, warning or directing traffic during construction.

B. Except as modified herein, the work shall be in accordance with the applicable portions of CDOT Regulations; IDOT’s “Standard Specifications for Road and Bridge Construction”, IDOT, Bureau of Safety Engineering’s Work Zone Standards and Policies; and the State of Illinois “Manual on Uniform Traffic Control Devices”.

C. Related Sections: The following sections contain requirements that relate to this section.

1. Section 01 11 00, Summary of Work. 2. Section 01 50 00, Temporary Facilities and Controls.

D. In the event of lane, street, alley and sidewalk closures, the Contractor shall provide the Authority with a minimum three week look-ahead schedule which identifies the locations, dates and times for which closings are required. The Contractor shall submit this information via the Project Website. The Contractor shall make every effort to keep street closures to a minimum. At the request of the Authority, the Contractor shall provide plans and narrative for staging work which will require the closures.

E. The Contractor shall obtain at Contractor's own expense, all permits from the Illinois Department of Transportation, City of Chicago Department of Transportation or other municipalities before any traffic lanes, parking lanes, streets, alleys or sidewalks are closed to carry out the work described in the contract.

F. For CDOT permits, the Contractor shall fill out the permit application in its entirety and submit the application to the Authority at least two (2) weeks prior to start of work. For sections that do not apply, indicate N/A. All parking meters and/or boxes impacted must be identified and noted on the permit application. The cost of any permits, including loss of revenue from parking meters and/or boxes, shall be included by the Contractor in the lump sum Contract price. The Authority will coordinate permit application with CDOT and notify the Contractor of permit status – approved, denied, modifications required.

G. All permits procured by the Contractor to carry out the work are to be uploaded via the Project Website.

F. Place all materials or equipment used in the performance of the contract so as to safeguard the work and allow free access to adjacent property as well as to all fire

Traffic Regulation 01 55 00-1 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

hydrants, water valves, gas valves, manholes and other appurtenances that are a part of the various services.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

3.01 TRAFFIC CONTROL DEVICES AND REGULATION

A. Traffic control devices shall be furnished, provided, installed and maintained when necessary, in the opinion of the Authority, or in accordance with the Contractor's Maintenance of Traffic Plans where shown on the Drawings.

B. The intent of the execution and staging of the work for this project is to provide the safest possible travel conditions through the construction zone. The Contractor shall submit a Maintenance of Traffic staging plan for each occurrence to be approved by the Authority which minimizes the limits and duration of the lane, street, alley or sidewalk closure.

C. All traffic control devices used on this project shall conform to the drawings, special provisions, traffic control standards, IDOT "Illinois Highway Design Standards for Traffic Control”, “Quality Standard for Work Zone Traffic Control Devices”, "Illinois Manual on Uniform Traffic Control Devices” and applicable local regulations. No modifications of these requirements will be allowed without prior written approval of the Authority.

D. Traffic control devices include signs and their supports, signals, pavement markings, barricades, channelizing devices, warning lights, arrow boards, flagging personnel, temporary concrete barriers, impact attenuators, or any other device used for the purpose of regulating, warning or guiding traffic through the construction zone as required by the Authority, IDOT, CDOT, and/or other governing agencies.

E. The Contractor shall be responsible for the proper location, installation, and arrangement of all traffic control devices. Special attention shall be given to advance warning signs during construction operations in order to keep lane assignment consistent with barricade placement at all times. The Contractor shall cover, turn away or remove all traffic control devices which are inconsistent with lane assignment patterns during the transition from one construction stage to another.

F. Construction signs referring to temporary closures during working hours shall be removed or covered during non-working hours unless lanes are to remain closed.

G. The Contractor shall coordinate all traffic maintenance work on this project with adjoining or overlapping projects, including barricade placement necessary to provide a uniform traffic detour pattern. When directed by the Authority, the Contractor shall remove all traffic control devices which were furnished, installed and maintained by Contractor under this Contract, and such devices shall remain the property of the Contractor.

H. The Contractor shall ensure that all traffic control devices installed by Contractor are operational 24 hours a day, including Sundays and holidays.

I. The Contractor shall provide a manned telephone on a continuous 24 hour a day basis to receive notification of any deficiencies regarding traffic control and protection and shall dispatch personnel, materials and equipment to correct any such deficiencies. The Contractor shall respond to any call from the Authority concerning any request for improving or correcting traffic control devices and begin making the requested repairs

Traffic Regulation 01 55 00-2 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

within two hours from the time of notification.

J. When traveling in lanes open to public traffic, the Contractor's vehicles shall always move with and not against or across the flow of traffic. These vehicles shall enter or leave work areas in a manner which will not be hazardous to, or interfere with, traffic and shall not park or stop except within designated work areas. Personal vehicles shall not park within the right-of-way except in specific areas approved by the Authority.

K. Traffic control devices for changes in elevations along a highway shall follow IDOT’ Safety Engineering Policy Memorandum (Safety 4-08), “Design Policy to Minimize Drop-off Exposure”. If channelizing devices must be placed in excavated areas to preserve lane width, then the reflective area and warning light (if required) shall be raised to the elevation above traveling lane as required in IDOT Standard 701901. Vertical panels, vertical barricades, or other delineating devices may be substituted for Type I or II barricades with the approval of the Authority.

L. Check barricades shall be placed in work areas perpendicular to traffic every 200 feet with at least one between every two consecutive intersecting streets one (1) per lane, to prevent motorist from using work areas as a traveled way. Additional check barricades shall be placed in advance of any hazard in the work area which would endanger a motorist. Check barricades shall be Type I or II and equipped with a flashing light.

M. Temporary concrete barriers shall conform to the requirements of IDOT Standard 704001 and Impact attenuators shall meet the crashworthiness criteria contained in NCHRP report 350. Temporary concrete barrier shall be furnished, installed, maintained and removed as shown on the Drawings or as directed by the Authority.

N. Placement of all signs and barricades shall proceed in the direction of flow of traffic. Removal of all signs and barricades shall start at the end of the construction area and proceed toward oncoming traffic unless otherwise approved by the Authority.

O. Delays to the Contractor caused by complying with these requirements will be considered incidental to the Contract, and no additional compensation or time will be allowed.

P. Revisions in the phasing of construction or maintenance operations, requested by the Contractor, may require traffic control to be installed in accordance with standards and/or designs other than those included or implied in the Drawings. Revisions or modifications to the traffic control shown or implied in the contract shall be submitted by the Contractor for approval by the Authority.

Q. The Contractor shall conform to local regulations governing load limits of vehicles. Conduct work so as not to render dangerous nor unnecessarily obstruct any public way, street, alley or any bus movement or any other vehicular movement as the Authority may direct.

3.02 EXISTING STREETS, SIDEWALKS, CURBS AND LANDSCAPED AREAS

A. Where the Contractor excavates existing streets, alleys, sidewalks, curbs and other areas outside of the site limits, or removes or damages streets, alleys, sidewalks or curbs, Contractor shall as part of this contract, replace all such concrete, asphalt, brick, stone, grass or cinders of same thickness and manner as the original pavement, sidewalk, curb or landscaped areas, and in a manner approved and accepted by the Authority and governing agency. The Contractor shall procure all permits and other approvals prior to beginning any excavation work.

B. Where the Contractor hauls material over existing streets, alleys, sidewalks, curbs or

Traffic Regulation 01 55 00-3 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

landscaped areas, and where it is necessary to drive trucks or equipment over such areas, Contractor shall protect same from damages. Where such streets, alleys, sidewalks, curbs or landscaped areas have been damaged, Contractor shall remove and replace same with new concrete, asphalt, brick, stone or materials of same thickness and manner as the original. The Contractor shall clean streets, alleys, and sidewalks of dirt and debris created as a result of its on-going construction activities.

C. The Contractor shall install temporary bridging over trenches or near excavations.

END OF SECTION

Traffic Regulation 01 55 00-4 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

SECTION 01 60 00 PRODUCT REQUIREMENTS

PART 1 - GENERAL

1.01 RELATED DOCUMENTS

A. General Provisions of the Contract, including General Conditions and Special Conditions, apply to this Section.

1.02 SUMMARY

A. This Section specifies administrative and procedural requirements governing the Contractor's selection of products for use in the project.

B. Standards: Refer to Section 01 42 10, Reference Standards and Definitions, for applicability of industry standards to products specified.

C. Administrative procedures for handling requests for substitutions made after award of the contract are included under Section 01 63 00, Product Substitution Procedures.

1.03 DEFINITIONS

A. Definitions used in this article are not intended to change the meaning of other terms used in the Contract Documents, such as "specialties", "systems", "structure", "finishes", "accessories", and similar terms. Such terms are self-explanatory and have well recognized meanings in the construction industry.

1. "Products" are items purchased for incorporation in the work whether purchased for the project or taken from previously purchased stock. The term "product" includes the terms "material", "equipment", "system", and terms of similar intent.

a. "Named Products" are items identified by manufacturer's product name, including make or model designation, as indicated in the manufacturer's published product literature that is current as of the date of the Contract Documents.

2. "Materials" are products that are substantially shaped, cut, worked, mixed, finished, refined or otherwise fabricated, processed, or installed to form a part of the work. 3. "Equipment" is a product with operational parts, whether motorized or manually operated, that requires service connections such as wiring or piping.

1.04 SUBMITTALS

A. Product List Schedule: Prepare a schedule showing products specified in a tabular form acceptable to the Authority. Include generic names of products required. Include the manufacturer's name and proprietary product names for each item listed.

1. Coordinate the product list schedule with the Contractor's Construction Schedule and the Schedule of Submittals.

2. Initial Submittal: Within 45 days after date of the Contractor’s Notice To Proceed, submit 3 copies of an initial product list schedule. Provide a written explanation

Product Requirements 01 60 00-1 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

for omissions of data, and for known variations from Contract requirements.

a. At the Contractor's option, the initial submittal may be limited to product selections and designations that must be established early in the Contract period.

3. Completed Schedule: Within 90 days after date of the Contractor’s Notice to Proceed, submit 3 copies of the completed product list schedule. Provide a written explanation for omissions of data, and for known variations from Contract requirements.

1.05 QUALITY ASSURANCE

A. Source Limitations: To the fullest extent possible, provide products of the same kind, from a single source.

B. Compatibility of Options: When the Contractor is given the option of selecting among three or more products for use on the project, the product selected shall be compatible with products previously selected, even if previously selected products were also options.

C. Nameplates: Except for required labels and operating data, do not attach or imprint manufacturer's or producer's nameplates or trademarks on exposed surfaces of products which will be exposed to view in occupied spaces or on the exterior.

1. Labels: Locate required product labels and stamps on a concealed surface or where required for observation after installation, on an accessible surface that is not conspicuous.

2. Equipment Nameplates: Provide a permanent nameplate on each item of service- connected or power-operated equipment. Locate on an easily accessible surface which is inconspicuous in occupied spaces. The nameplate shall contain the following information and other essential operating data:

a. Name of product and manufacturer. b. Model and serial number. c. Capacity. d. Speed. e. Ratings.

1.06 PRODUCT DELIVERY, STORAGE, AND HANDLING

A. Deliver, store and handle products in accordance with the manufacturer's recommendations, using means and methods that will prevent damage, deterioration and loss, including theft.

1. Schedule delivery to minimize long-term storage at the site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft and other losses. 3. Deliver products to the site in the manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting and installing. 4. Inspect products upon delivery to ensure compliance with the Contract Documents, and to ensure that products are undamaged and properly protected.

Product Requirements 01 60 00-2 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

5. Store products at the site in a manner that will facilitate inspection and measurement of quantity or counting of units. 6. Store heavy materials away from the project structure in a manner that will not endanger the supporting construction. 7. Store products subject to damage by the elements above ground, under cover in a weather-tight enclosure, with ventilation adequate to prevent condensation. Maintain temperature and humidity within range required by manufacturer's instructions.

PART 2 - PRODUCTS

2.01 PRODUCT SELECTION

A. General Product Requirements: Provide products that comply with the Contract Documents that are undamaged and, unless otherwise indicated, unused at the time of installation.

1. Provide products complete with all accessories, trim, finish, safety guards and other devices and details needed for a complete installation and for the intended use and effect. 2. Standard Products: Where available, provide standard products of types that have been produced and used successfully in similar situations on other projects.

B. Product Selection Procedures: Product selection is governed by the Contract Documents and governing regulations, not by previous project experience. Procedures governing product selection include the following:

1. Semi-proprietary Specification Requirements: Where three or more products or manufacturers are named, provide one of the products indicated.

a. Where products or manufacturers are specified by name, accompanied by the term "or equal", or "or approved equal", comply with the Contract Document provisions concerning "substitutions" to obtain approval for use of an unnamed product. b. Failure of one or more of the named suppliers to provide a product which conforms to the specifications will not relieve the Contractor from supplying a product from one of the other named suppliers which fully complies with the specification requirements.

2. Non-Proprietary Specifications: When the specifications list products or manufacturers that are available and may be incorporated in the work but do not restrict the Contractor to use of these products only, the Contractor may propose any available product that complies with Contract requirements. Comply with Contract Document provisions concerning "substitutions" to obtain approval for use of an unnamed product.

3. Descriptive Specification Requirements: Where Specifications describe products or assemblies listing exact characteristics required, with or without use of a brand or trade name, provide products or assemblies that provide the characteristics and otherwise comply with Contract requirements.

4. Performance Specification Requirements: Where Specifications require compliance with performance requirements, provide products that comply with these requirements, and are recommended by the manufacturer for the

Product Requirements 01 60 00-3 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

application indicated. General overall performance of a product is implied where the product is specified for a specific application.

a. Manufacturer's recommendations may be contained in published product literature, or by the manufacturer's certification of performance.

5. Compliance with Standards, Codes and Regulations: Where the Specifications only require compliance with an imposed code, standard or regulation, select a product that complies with the standards, codes or regulations specified.

6. Visual Matching: Where Specifications require matching an established sample, the Authority’s decision will be final on whether a proposed product matches satisfactorily.

a. Where no product available within the specified category matches satisfactorily and also complies with other specified requirements, comply with Section 01 63 00, Product Substitution Procedures, for selection of a matching product in another product category, or for noncompliance with specified requirements.

7. Visual Selection: Where specified product requirements include the phrase "...as specified from manufacturer's standard colors, patterns, textures..." or a similar phrase, select a product and manufacturer that complies with other specified requirements. The Authority will select the color, pattern and texture from the product line selected.

PART 3 - EXECUTION

3.01 INSTALLATION OF PRODUCTS

A. Comply with manufacturer's instructions and recommendations for installation of products in the application indicated. Anchor each product securely in place, accurately located and aligned with other work.

1. Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion.

END OF SECTION

Product Requirements 01 60 00-4 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

SECTION 01 63 00 PRODUCT SUBSTITUTION PROCEDURES

PART 1 - GENERAL

1.01 RELATED DOCUMENTS

A. General Provisions of the Contract, including General Conditions and Special Conditions, apply to this Section.

1.02 SUMMARY

A. See Article 4.5 of the Contract for additional requirements for all substitutions and the conditions under which substitutions will be considered for all substitutions, either prior to or after bidding.

B. This Section specifies administrative and procedural requirements for handling requests for substitutions made after award of the Contract.

1.03 DEFINITIONS

A. Definitions used in this article are not intended to change or modify the meaning of other terms used in the Contract Documents.

B. The terms under which material substitutions may be submitted and the conditions under which material substitutions will be considered are listed in the Construction Contract.

C. Substitutions made after Award of the Contract: Requests for changes in products, materials, equipment, and methods of construction required by Contract Documents proposed by the Contractor after award of the Contract. The following are not considered substitutions made after Award of the Contract:

1. Substitutions requested by bidders during the bidding period, and accepted prior to award of Contract, are considered as included in the Contract Documents and are not subject to requirements specified in this section for substitutions. 2. If a bidder wants to be assured that a substitution will be accepted, or if a proposed substitution will affect his contract price, time for completion, or any other contractual aspect of the project, the substitution must be submitted prior to bidding for approval. Similarly, if a major specific product or equipment is specified in the contract documents, and the bidder wants to substitute this item, it is required that he requests the substitution prior to bidding. Substitution requests made prior to award of contract must be submitted to the purchasing agent. 3. Revisions to Contract Documents requested by the Authority. 4. Specified options of products and construction methods included in Contract Documents. 5. The Contractor's determination of and compliance with governing regulations and orders issued by governing authorities.

1.04 SUBMITTALS

Product Substitution Procedures 01 63 00-1 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

A. Substitution Request Submittal: Requests for substitution will be considered if received within 60 days after commencement of the work. Requests received more than 60 days after commencement of the work may be considered or rejected at the discretion of the Authority.

1. Submit 3 copies of each request for substitution for consideration to the Authority. Submit requests in the form and in accordance with procedures required for Change Order proposals.

2. Identify the product, or the fabrication or installation method to be replaced in each request. Include related specification sections and drawing numbers. Provide complete documentation showing compliance with the requirements for substitutions, and the following information, as appropriate:

a. Product data, including drawings and descriptions of products, fabrication and installation procedures. b. Samples, where applicable or requested. c. A detailed comparison of significant qualities of the proposed substitution with those of the work specified. Significant qualities may include elements such as size, weight, durability, performance and visual effect. d. Coordination information, including a list of changes or modifications needed to other parts of the work and to construction performed by the Authority and separate contractors, which will become necessary to accommodate the proposed substitution. e. A statement indicating the substitution's effect on the Contractor's Construction Schedule compared to the schedule without approval of the substitution. Indicate the effect of the proposed substitution on overall Contract Time. f. Cost information, including a proposal of the net change, if any, in the Contract Sum. g. Certification by the Contractor that the substitution proposed is, in every significant respect, equal to or better than that required by the Contract Documents and that it will perform adequately in the application indicated. Include the Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of the failure of the substitution to perform adequately. h. The substituted item has a proven track record for its proposed application, as determined by the Authority.

3. Authority's Action: Within one week of receipt of the request for substitution, the Authority will request additional information or documentation necessary for evaluation of the request. Within 15 working days of receipt of the additional information or documentation the Authority will notify the Contractor of acceptance or rejection of the proposed substitution. If a decision on use of a proposed substitution cannot be made or obtained within the time allocated, use the product specified by name. Acceptance will be in the form of a Change Order.

1.05 SUBSTITUTIONS

A. Conditions: The Contractor's substitution request will be received and considered by the Authority when one or more of the following conditions are satisfied, as determined by the Authority; otherwise, requests will be returned without action except to record non-

Product Substitution Procedures 01 63 00-2 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

compliance with these requirements.

1. Extensive revisions to Contract Documents are not required. 2. Proposed changes are in keeping with the requirements of the Contract Documents. 3. The request is timely, fully documented and properly submitted. 4. The request is directly related to an "or equal" clause or similar language in the Contract Documents. 5. The specified product or method of construction is unavailable or cannot be provided within the Contract Time. The request will not be considered if the product or method cannot be provided as a result of failure to pursue the work promptly or coordinate activities properly. 6. The specified product or method of construction cannot receive necessary approval by a governing authority, and the requested substitution can be approved. 7. A substitution advantage is offered the Authority in terms of cost, time, energy conservation or other considerations of merit, after deducting offsetting responsibilities the Authority may be required to bear. Additional responsibilities for the Authority may include additional compensation to the Architect for redesign and evaluation services, increased cost of other construction by the Authority or separate contractors, and similar considerations. 8. The specified product or method of construction cannot be provided in a manner that is compatible with other materials, cannot be coordinated with other materials, cannot fit in the designated space, or subsequent information discloses its inability to perform properly; where the Contractor certifies that the substitution will overcome the incompatibility. 9. The specified product or method of construction cannot provide a warranty required by the Contract Documents for the application and where the Contractor certifies that the proposed substitution provides the required warranty.

B. The Contractor's submittal and Authority's acceptance of Shop Drawings, Product Data or Samples that relate to construction activities not complying with the Contract Documents does not constitute an acceptable or valid request for substitution, nor does it constitute approval.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Product Substitution Procedures 01 63 00-3 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

SECTION 01 73 29 CUTTING AND PATCHING

PART 1 - GENERAL

1.01 RELATED DOCUMENTS

A. General Provisions of the Contract, including General Conditions and Special Conditions, apply to this Section.

1.02 SUMMARY

A. This section specifies administrative and procedural requirements for cutting and patching.

B. Execute cutting, filling or patching of work to:

1. Install specified work. 2. Remove samples of installed work specified for testing. 3. Remove and replace defective work.

C. In addition, upon written instructions of the Authority:

1. Uncover work to provide for observation of covered work. 2. Remove samples of installed materials for testing. 3. Remove work to provide for alteration of existing work.

D. Do not cut or alter work of another contractor without written consent of the Authority.

E. Refer to other sections for specific requirements and limitations applicable to cutting and patching individual parts of work, including those applicable to mechanical, electrical and communication installations.

F. Demolition of selected portions of the structure for alterations is included in Section 02 41 19, Selective Structure Demolition.

1.03 SUBMITTALS

A. Cutting and Patching Proposal: Where approval of procedures for cutting and patching is required before proceeding, submit a proposal describing procedures at least 21 calendar days in advance of the time cutting and patching will be performed and request approval to proceed. Include the following information, as applicable, in the proposal:

1. Describe the extent of cutting and patching required and how it will be performed; indicate why it cannot be avoided. 2. Describe anticipated results in terms of changes to existing construction; include changes to structural elements and operating components as well as changes in the building's appearance and other significant visual elements. 3. List products to be used and firms or entities that will perform work. 4. Indicate dates when cutting and patching will be performed. 5. List utilities that will be disturbed or affected, including those that will be relocated and those that will be temporarily out of service. Indicate how long service will be

Cutting and Patching 01 73 29-1 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

disrupted. 6. Where cutting and patching involves addition of reinforcement to structural elements, submit details and engineering calculations to show how reinforcement is integrated with the original structure. 7. Approval by the Authority to proceed with cutting and patching does not waive the Authority's right to later require complete removal and replacement of a part of the work found to be unsatisfactory.

B. Prior to cutting which affects structural members or work of another Contractor, submit written notice to the Authority requesting consent to proceed with cutting, including:

1. Project identification. 2. Description of affected work. 3. Necessity for cutting. 4. Effect on other work and their structural integrity. 5. Description of proposed work. Designate: a. Scope of cutting and patching b. Crafts to execute the work. c. Products proposed to be used. d. Extent of refinishing. 6. Alternatives to cutting and patching. 7. Designation of party responsible for cost of cutting and patching. Submit cost estimate for cutting and patching done on instruction of the Authority.

C. When conditions of work or schedule indicate change of materials or methods, submit recommendation to Authority, including:

1. Condition indicating change. 2. Recommendation for alternative materials or methods. 3. Submittals specified for substitutions.

D. Submit written notice to Authority, designating time work will be uncovered, to provide for observation.

1.04 QUALITY ASSURANCE

A. Requirements for Structural Work: Do not cut and patch structural elements in a manner that would reduce their load-carrying capacity or load deflection ratio.

1. Obtain approval of the cutting and patching proposal before cutting and patching the following structural elements:

a. Foundation construction. b. Bearing and retaining walls. c. Structural concrete. d. Structural steel or metals. e. Lintels. f. Structural decking. g. Equipment supports. h. Piping, ductwork, vessels and equipment.

B. Operational and Safety Limitations: Do not cut and patch operating elements or safety related components in a manner that would result in reducing their capacity to perform as

Cutting and Patching 01 73 29-2 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

intended, or result in increased maintenance, or decreased operational life or safety.

1. Obtain approval of the cutting and patching proposal before cutting and patching the following operating elements or safety-related systems:

a. Shoring, bracing, and sheeting. b. Primary operational systems and equipment. c. Air or smoke barriers. d. Water, moisture, or vapor barriers. e. Membranes and flashings. f. Fire protection systems. g. Noise and vibration control elements. h. Control systems. i. Communication systems. j. Conveying systems. k. Electrical wiring systems.

C. Visual Requirements: Do not cut and patch construction exposed on the exterior or in occupied spaces in a manner that would, in the Authority's opinion, reduce the building's aesthetic qualities or result in visual evidence of cutting and patching. Remove and replace work cut and patched in a visually unsatisfactory manner.

1. If possible, retain the original installer or fabricator to cut and patch the following categories of exposed work, or if it is not possible to engage the original installer or fabricator, engage another recognized experienced and specialized firm.

a. Processed concrete finishes. b. Stonework and stone masonry. c. Ornamental metal. d. Preformed metal panels. e. Window wall system. f. Aggregate wall coating.

1.05 PAYMENT FOR COSTS

A. Cost of cutting and patch which is directed in the Contract Documents or which is required to perform the normal execution of other Work described in the Contract Documents, is a part of the Base Contract and must be performed at no additional cost to the Authority.

B. Costs caused by ill-timed or defective work, or work not conforming to contract documents, including costs for additional services of Authority must be paid for by the Party responsible for ill-timed, rejected or non-conforming work.

C. Work done on instructions of Authority (by change order), other than defective or non- conforming work will be paid by the Authority.

PART 2 - PRODUCTS

2.01 MATERIALS

A. Use materials that are identical to existing materials. If identical materials are not available or cannot be used where exposed surfaces are involved, use materials that

Cutting and Patching 01 73 29-3 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

match existing adjacent surfaces to the fullest extent possible with regard to visual effect. Use materials whose installed performance will equal or surpass that of existing materials.

B. For replacement of work removed: Comply with specifications for type of work to be performed.

C. Where no material of the type is included in detail specifications, follow all generally accepted practices for the trade in question and provide commercial or professional grade materials designed for heavy duty service.

PART 3 - EXECUTION

3.01 INSPECTION

A. Before cutting existing surfaces examine surfaces to be cut and patched and conditions under which cutting and patching will be performed. If unsafe or unsatisfactory conditions are encountered, take corrective action before proceeding.

1. Before proceeding, meet at the site with parties involved in cutting and patching, including mechanical and electrical trades. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding.

2. Verify all dimensions and conditions in the field.

3. Inspect existing conditions of work, including elements subject to movement or damage during.

4. After uncovering work, inspect conditions affecting installation of new products.

3.02 PREPARATION

A. Temporary Support: Provide temporary support, shoring, and bracing to maintain structural integrity of project.

B. Protection: Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of the project that might be exposed during cutting and patching operations.

C. Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas.

D. Take all precautions necessary to avoid cutting existing facilities until provisions have been made to bypass them.

3.03 PERFORMANCE

A. General: Employ skilled trade personnel to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time and complete without delay.

1. Cut existing construction to provide for installation of other components or performance of other construction activities and the subsequent fitting and patching required to restore surfaces to their original condition.

Cutting and Patching 01 73 29-4 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

2. Execute fitting and adjustment of products to provide finished installation to comply with specified tolerances, finishes.

B. Cutting: Cut existing construction using methods least likely to damage elements to be retained or adjoining construction. Where possible, review proposed procedures with the original installer; comply with the original installer's recommendations.

1. In general, where cutting, use hand or small power tools designed for sawing or grinding, not hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use.

2. To avoid marring existing finished surfaces, cut or drill from the exposed or finished side into concealed surfaces.

3. Cut through concrete and masonry using a cutting machine, such as a carborundum saw or a diamond core drill.

4. Comply with requirements of applicable Sections where cutting and patching requires excavating and backfilling.

5. Where services are required to be removed, relocated, or abandoned, by-pass utility services, such as pipe or conduit, before cutting. Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal the remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after by-passing and cutting.

C. Patching: Patch with durable seams that are as invisible as possible. Comply with specified tolerances.

1. Where feasible, inspect and test patched areas to demonstrate integrity of the installation.

2. Restore work which has been cut or removed; install new products to provide completed work in accord with contract documents.

3.04 CLEANING

A. Thoroughly clean areas and spaces where cutting and patching is performed. Remove completely paint, mortar, oils, putty and items of similar nature.

END OF SECTION

Cutting and Patching 01 73 29-5 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 2)

SECTION 01 77 00 CLOSEOUT PROCEDURES

PART 1 - GENERAL

1.01 SUMMARY A. This section specifies administrative and procedural requirements for project closeout, including, but not limited to, the following: 1. Substantial Completion Inspection Procedures. 2. Final Completion Inspection Procedures. 3. Contract Closeout Plan. 4. Demonstration and Training. 5. Final Cleaning. B. Closeout requirements for specific construction activities are included in the appropriate Sections in Divisions 02 through 34 of the Technical Specifications. C. Related Sections: 1. Section 01 31 19, Project Meetings. 2. Section 01 31 23, Project Website. 3. Section 01 78 00, Closeout Submittals. 4. Section 01 78 23, Operation and Maintenance Data. 1.02 SUBSTANTIAL COMPLETION A. In order to achieve Substantial Completion, complete the following: 1. Notify the CTA in writing at least seven (7) days before the Work is ready to be inspected for Substantial Completion. Along with said notification, provide the CTA with a comprehensive list of incomplete and non-conforming items/work, the value of the items/work, the reasons the items/work are not complete or correct, and a schedule for the completion or correction of such items/work. 2. Provide documentation demonstrating current compliance with the Part 3 - Special Conditions, Article 2, Insurance and Bond Requirements. 3. Obtain and submit releases permitting the CTA unrestricted use of the work and access to services and utilities; include Certificates of Occupancy, Building Permits with inspector sign-offs on back, operating certificates and similar releases. 4. Provide project photographs, damage or settlement surveys, property surveys, and similar final record information. 5. Deliver tools, spare parts, extra stock, and similar items to location(s) designated by CTA. Label with manufacturer’s name and model number where applicable. 6. Make final change-over of permanent locks and transmit keys to the CTA. Advise the CTA's personnel of change-over in security provisions. 7. Complete all witnessing and documentation for start-up testing and commissioning of all equipment and systems. Submit results for the CTA’s record. 8. Submit a complete record of the results of any factory, third party and field testing, adjusting and balancing. 9. Submit and obtain the CTA’s acceptance of all Training Material in accordance with Section 01 78 00, Closeout Submittals.

Closeout Procedures 01 77 00-1 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 2)

10. Complete training of the CTA's operating and maintenance personnel as described elsewhere in this specification and in the technical specifications. Operational training on all equipment and systems is required prior to issuance of Substantial Completion for a particular phase or milestone. 11. Complete on-site demobilization. Discontinue use of facilities, services, etc. Remove temporary items such as barricades, enclosures, stairs, ladders, and equipment. Remove leftover material, trash, construction tools, mock-ups, and similar elements. Restore facilities to pre-construction condition, including grading, permanent restoration of fencing and barriers, and removal of locks from all doors and gates, unless indicated otherwise by the CTA. 12. Advise CTA of changeover in utilities and provide changeover information related to CTA’s occupancy, use, operation and maintenance. Obtain and submit account numbers and billing information. 13. Complete final cleaning requirements, including touch-up painting and pest control. 14. Refer to Specification Section 01 78 00, Closeout Submittals, for additional requirements. B. Upload electronic copies of all documents for Substantial Completion to the Project Website for the CTA’s review and acceptance. C. Inspection Procedures: Upon receipt of a request for inspection, the CTA will either proceed with an inspection or advise the Contractor of unfulfilled requirements. Following an inspection, the CTA will either prepare the Certificate of Substantial Completion or advise the Contractor of items requiring completion or correction. Once the CTA determines that Substantial Completion has occurred, it will issue a Certificate of Substantial Completion and a punch list of items which shall be completed or corrected prior to Final Completion. 1.03 FINAL COMPLETION A. In order to achieve Final Completion, complete the following: 1. Notify the CTA in writing when the Work is ready to be inspected for Final Completion. A final inspection will not be scheduled until all commissioning, testing, deficiency items, non-compliance items, and punch list items have been completed to the satisfaction of the CTA, and all Closeout deliverables have been received and accepted. 2. Comply with all the requirements of Specification Section 01 78 00, Closeout Submittals. 3. The conditions for the occurrence of Substantial Completion continue to be satisfied. 4. Complete all Work, including all items on punch lists, to the satisfaction of the CTA, except solely for such Work that by its nature occurs after Final Completion. 5. Provide documentation demonstrating current compliance with the Part 3 – Special Conditions, Article 2, Insurance and Bond Requirements. 6. Ensure all daily reports, waste manifests, indices, and logs have been provided. 7. Submit a final “as-built” CPM schedule. 8. Complete demobilization. Discontinue use of all CTA facilities, staging areas, services, etc. Remove all remaining material, trash, construction tools, mock-ups, and similar elements. Restore yards and facilities to pre-construction condition,

Closeout Procedures 01 77 00-2 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 2)

including grading, permanent restoration of fencing and barriers, and removal of contractor locks from all doors and gates, unless indicated otherwise by the CTA. 9. Submit and obtain the CTA’s acceptance of a Closeout Plan as specified elsewhere in this Section. B. Upload electronic copies of all documents for Final Completion to the Project Website for the CTA’s review and acceptance. C. Final Inspection Procedures: Upon receipt of a request for final inspection, the CTA will either proceed with a final inspection or advise the Contractor of unfulfilled requirements. Following an inspection, the CTA will either prepare the Certificate of Final Completion or advise the Contractor of items requiring completion or correction. Once the CTA determines that Final Completion has occurred, it will issue a Certificate of Final Completion. 1.04 CONTRACT CLOSEOUT A. Submit a Closeout Plan detailing the Contractor’s approach for handling closeout of all project requirements remaining after achieving Substantial Completion. The plan shall include the following: 1. Schedule: A comprehensive list of activities required for Contract Closeout, and the proposed start and completion dates of each activity. 2. Closeout Log: Identify all closeout submittals and deliverables. Include columns for Project Website submittal item number, submittal category, specification section reference, file name, file path, submittal date, acceptance date, and any other information required to track the closeout process. 3. Indices: Itemized lists of all contract drawings, shop drawings, specifications, product data, warranties, O&M manuals, etc., to be submitted in accordance with Specification Section 01 78 00, Closeout Submittals. B. Closeout schedule shall include but not be limited to the following activities: 1. Meetings, field inspections, testing, and training to be held after achieving Substantial Completion. 2. Complete all punch list items. 3. Request Final Inspection. 4. Achieve Final Completion. 5. Submittal of documents as specified in Section 01 78 00, Closeout Submittals. 6. Review and acceptance of closeout submittals and deliverables. 7. Resolution of all claims, liens, proposals, liquidated damages, and any other open issues. 8. Provide final certified payrolls. 9. Provide consent of surety to final payment. 10. Provide final payment application with all required supporting documentation. 11. Provide final releases and waivers of lien from all Subcontractors. 12. Submit all changes to the DBE percentage over the life of the Contract, listing all of the change items and their values, along with the corresponding change in DBE value.

Closeout Procedures 01 77 00-3 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 2)

C. Present the Closeout Plan to the CTA at the initial closeout meeting, as referenced in Section 01 31 19, Project Meetings. The CTA will review the Closeout Plan and provide comments in a follow-up meeting to be scheduled by the CTA. D. Update and notify the CTA of the status of the Closeout Plan weekly.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

3.01 DEMONSTRATION AND TRAINING A. Operation and Maintenance Instruction: Instruct CTA’s personnel to operate, adjust, and maintain systems, subsystems and stand-alone equipment not part of a system. 1. Provide instructors experienced in proper operation and maintenance procedures. 2. Arrange for the designated representative of the manufacturer of any equipment or system that requires regular maintenance to meet with the CTA's maintenance personnel to provide instruction at each location in the proper operation and maintenance of said equipment or system. 3. Provide a written training agenda and all training materials to the CTA as a submittal at least twenty-one (21) days prior to the first training session. 4. Instruction will be provided by the Contractor and coordinated with the CTA. Instruction of the CTA's operations and maintenance personnel shall commence no sooner than the date the Contractor completes documentation of the Contractor's witnessing of startup testing by the installer, and no later than twenty-one (21) days after the commencement of final testing. Each trainee shall receive a personal copy of training materials in addition to the record copies furnished to the CTA. 5. For equipment that requires seasonal operation, provide similar instruction at the start of each season. 6. Schedule training with CTA providing at least fourteen (14) days advanced notice. 7. Professionally video record in digital high-definition format, with a minimum resolution of 1920 x 1080 pixels, all demonstration and training sessions. B. Instruction for operating equipment shall include, but not be limited to, the following: 1. System design and operating philosophy review, including any operational changes that result from changes to new or existing equipment or systems. 2. Document review, including operation and maintenance manuals and accepted as-built documents. 3. Operations review, including: a. Safety procedures. b. Hazards. c. Control sequences. d. Startup. e. Shutdown. f. Emergency operations. 4. Identification systems. 5. Control sequences.

Closeout Procedures 01 77 00-4 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 2)

6. Adjustments, including those for noise, vibration, economy, and energy efficiency. 7. Troubleshooting. 8. Maintenance & Repair, including: a. Safety procedures. b. Hazards. c. Spare parts and materials. d. Tools. e. Lubricants. f. Fuels. g. Cleaning. h. Warranties. i. Maintenance agreements and similar continuing commitments. 3.02 FINAL CLEANING A. General: General cleaning during construction is required by the Contract Documents. Certify that a final cleaning, with cleaning and waste removal activities was conducted in compliance with paragraph B below. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Prior to requesting Substantial Completion, certify that the cleaning of each surface or unit was completed to the condition expected in a normal commercial building cleaning and maintenance program, that the cleaning of all operating equipment complies with the manufacturer's instructions, and that the installer has completed the following cleaning operations. 1. Removed labels that are not permanent labels. 2. Cleaned transparent materials, including mirrors and glass in doors and windows, of glazing compound and other substances that are noticeable vision- obscuring materials. Replaced chipped or broken glass and other damaged transparent materials. Polished mirrors and glass, taking care not to scratch surfaces. 3. Touched up and otherwise repaired and restored marred, exposed finishes and surfaces, replacing those that cannot be satisfactorily repaired or that evidence repair or restoration. 4. Cleaned exposed exterior and interior hard-surfaced finishes to a dust-free condition, free of stains, films and similar foreign substances. Restored reflective surfaces to their original reflective condition. Left concrete floors broom clean in unoccupied spaces. Vacuum carpeted surfaces. 5. Removed debris and surface dust from limited access spaces, including roofs, plenums, ducts, shafts, trenches, equipment vaults, manholes, attics, and similar spaces. 6. Replaced disposable air filters or clean permanent air filters. Cleaned diffusers, registers and grilles. 7. Wiped surfaces of mechanical and electrical equipment. Removed excess lubrication, paint and mortar droppings, and other substances. Cleaned plumbing fixtures to a sanitary and stain-free condition. Cleaned light fixtures and lamps. 8. Replaced burned out or dimmed bulbs and replaced noisy starters.

Closeout Procedures 01 77 00-5 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 2)

9. Clean the site, including landscape development areas, of rubbish, litter and other foreign substances. Sweep paved areas broom clean; remove stains, spills and other foreign deposits. Rake grounds that are neither paved nor planted to a smooth, even-textured surface. C. Cleaning Agents: Recommend the proper type and application of cleaning materials and agents appropriate for the surface to be cleaned. Submit for the CTA’s review and approval full safety documentation on each type of material or agent. Do not recommend any cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. D. Pest Control: Engage an experienced exterminator to make a final inspection and rid the Project of rodents, insects and other pests. Provide pest control final inspection report and warranty. E. Compliance: Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on the CTA's property. Do not discharge volatile, harmful or dangerous materials into drainage systems. Remove waste materials from the site and dispose of in a lawful manner.

END OF SECTION

Closeout Procedures 01 77 00-6 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 3)

SECTION 01 78 00 CLOSEOUT SUBMITTALS

PART 1 - GENERAL

1.01 SUMMARY A. This section specifies administrative and procedural requirements for the submittal of project closeout documents including, but not limited to, the following: 1. Redlined Documents. 2. As-Built Documents. 3. Record Documents. 4. Warranties. 5. Operation and Maintenance (O&M) manuals. 6. Operation and Maintenance Asset Information spreadsheet B. Additional closeout submittal requirements for specific construction activities may be included in the appropriate Sections in Divisions 02 through 34 of the Technical Specifications. C. Related Sections: 1. Section 01 31 23, Project Website. 2. Section 01 33 00, Submittal Procedures. 3. Section 01 77 00, Closeout Procedures. 4. Section 01 78 23, Operation and Maintenance Data. 5. Section 01 78 39, Operation and Maintenance Asset Information. 1.02 DEFINITIONS A. Redlined Documents: Paper and/or electronic copies of the plans, specifications, shop drawings, product data, etc., marked throughout the duration of the Contract to show changes and deviations in the Work as the Work progresses. B. As-Built Documents: Electronic copies of the plans, specifications, shop drawings, product data, etc., marked and certified when all Work has been completed to show the finished condition of the Work as it was actually constructed and accepted. C. Record Documents: Plans, specifications, shop drawings, product data, etc., updated in their native format to incorporate all changes directed by the CTA, made by the Designer of Record, or reported by the Contractor on the As-Built Documents. 1.03 ELECTRONIC CLOSEOUT SUBMITTALS A. Contract Drawings: 1. Prior to requesting Substantial Completion, submit electronically via the Project Website a searchable PDF of the As-Built Contract Drawings. Resubmit as necessary until accepted. Upload the accepted As-Built Contract Drawings into the Project Website and place in the appropriate folder under “Project Closeout”. 2. Prior to requesting Final Completion, and when the Designer of Record (DoR) is part of the Contractor’s team, update the original CAD contract drawings to reflect the as-built conditions. Submit via the Project Website as follows: a. CAD files meeting the requirements of the CTA CAD Standard. b. Vectorized PDF of each CAD sheet utilizing the file naming convention described in the CTA CAD Standard. Resubmit as necessary until accepted. The final accepted updated contract drawings will become the Record Contract Drawings. Upload the accepted

Closeout Submittals 01 78 00-1 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 3)

Record Contract Drawings into the Project Website and place in the appropriate folder under “Project Closeout”. B. Specifications: 1. Prior to requesting Substantial Completion, submit electronically via the Project Website a searchable PDF of the As-Built Specifications. Resubmit as necessary until accepted. Upload the accepted As-Built Specifications into the Project Website and place in the appropriate folder under “Project Closeout”. 2. Prior to requesting Final Completion, and when the Designer of Record (DoR) is part of the Contractor’s team, update the original MS Word specification files to reflect the as-built conditions. Submit via the Project Website as follows: a. Searchable PDF bookmarked by CSI Division. b. MS Word files. Resubmit as necessary until accepted. The final accepted updated specifications will become the Record Specifications. Upload the accepted Record Specifications into the Project Website and place in the appropriate folder under “Project Closeout”. C. Shop Drawings: 1. Prior to requesting Substantial Completion, submit electronically via the Project Website a searchable PDF of the final As-Built Shop Drawings. Resubmit as necessary until accepted. Upload the accepted As-Built Shop Drawings into the Project Website and place in the appropriate folder under “Project Closeout”. 2. Prior to requesting Final Completion, update the original CAD shop drawings to reflect the as-built conditions. Submit via the Project Website as follows: a. CAD files meeting the requirements of the CTA CAD Standard. b. Vectorized PDF of each CAD sheet utilizing the file naming convention described in the CTA CAD Standard. Resubmit as necessary until accepted. The final accepted updated shop drawings will become the Record Shop Drawings. Upload the accepted Record Shop Drawings into the Project Website and place in the appropriate folder under “Project Closeout”. D. Product Data: 1. Prior to requesting Substantial Completion, submit electronically via the Project Website a searchable PDF of the As-Built Product Data. Resubmit as necessary until accepted. Upload the accepted As-Built Product Data into the Project Website and place in the appropriate folder under “Project Closeout”. 2. Prior to requesting Final Completion, update the original product data files to reflect the as-built conditions. Submit via the Project Website a conformed searchable PDF, organized and bookmarked by CSI division, and cross- referenced by Project Website submittal number. Resubmit as necessary until accepted. The final accepted updated product data will become the Record Product Data. Upload the accepted Record Product Data into the Project Website and place in the appropriate folder under “Project Closeout”. E. Warranties: 1. Prior to requesting Substantial Completion, submit electronically via the Project Website a searchable PDF of the proposed form of subcontractor warranties, manufacturer’s warranties, product warranties, maintenance agreements, service contracts, and similar documents as required per the Contract. Provide warranty

Closeout Submittals 01 78 00-2 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 3)

bonds if required per the technical specifications. Include contact information for warranty servicing. The start date for the warranties shall be left blank. 2. After a Certificate of Substantial Completion has been issued by the CTA, submit via the Project Website a searchable PDF of the executed warranties, incorporating any comments made on the previous submittal, and inserting the date of Substantial Completion as the start date. Resubmit as necessary until accepted. 3. Each warranty shall list all warranted items, be on the letterhead of the company issuing the warranty, and be signed by an officer of that company. 4. Upload the final accepted executed warranties into the Project Website as individual searchable PDF files, and place in the appropriate folder under “Project Closeout”. Individual warranties shall also be incorporated into the O&M Manuals as appropriate. F. Operation and Maintenance (O&M) Manuals: 1. Prior to requesting Substantial Completion, submit electronically via the Project Website a searchable PDF, with bookmarked sections, of each O&M manual. Include product data, operating procedures, maintenance instructions, training materials, training contact information, maintenance/service agreements, permit certificates, warranties, guarantees, bonds, parts lists, schematics, wiring diagrams, test results and procedures, and any other drawings, diagrams, or data necessary to properly operate and maintain the Work. Resubmit as necessary until accepted. Upload the accepted O&M manuals into the Project Website and place in the appropriate folder under “Project Closeout”. 2. Refer to Section 01 78 23, Operation and Maintenance Data, for additional requirements. G. Operation and Maintenance Asset Information Spreadsheet 1. Prior to requesting Substantial Completion, submit electronically via the Project Website the Operation and Maintenance Asset Information Spreadsheet (OMAIS) along with applicable Asset Information Sheet (AISS) and Detailed Equipment Summary Sheet (DESS) forms. Upload the accepted OMAIS into the Project Website and place in the appropriate folder under “Project Closeout”. 2. Refer to Section 01 78 39, Operation and Maintenance Asset Information, for additional requirements. 1.04 NON-ELECTRONIC CLOSEOUT DELIVERABLES A. Transmit the final accepted Record Contract Drawings, or As-Built Contract Drawings if Record Drawings are not part of the Contract, and Record Shop Drawings to the CTA as follows: 1. One (1) set printed and bound on full-size weather and tear resistant synthetic material. 2. One (1) set printed and bound on full-size paper. 3. One (1) set printed and bound on reduced (11” x 17”) paper. 4. Two (2) sets on write-protected digital media in vectorized PDF format. 5. One (1) set on write-protected digital media in CAD format meeting the requirements of the CTA CAD Standard.

Closeout Submittals 01 78 00-3 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 3)

B. Transmit final accepted Training Material to the CTA as follows: 1. One (1) hard copy for each CTA trainee at the time of training, as required per Specification Section 01 77 00. 2. One (1) digital video recording of each demonstration and training session. C. Transmit final accepted O&M manuals to the CTA as follows: 1. Three (3) hard copies of each manual. 2. Two (2) sets on write-protected digital media in searchable PDF format. 3. Refer to Specification Section 01 78 23, Operation and Maintenance Data, for additional requirements. D. Transmit final accepted Warranties to the CTA as follows: 1. Four (4) original executed hard copies on letterhead addressed to and in favor of the CTA. E. Transmit keys, tools, spare parts, extra stock, salvaged material, samples, and similar items to location(s) designated by the CTA. F. Document the turnover of non-electronic closeout deliverables by uploading a copy of the transmittal, signed by the recipient, into the Project Website, and place in the appropriate folder under “Project Closeout”.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

3.01 PREPARATION OF REDLINED AND AS-BUILT DOCUMENTS A. General: 1. Use the most current full size set of contract drawings, contract specifications, approved shop drawings and approved product data, as the starting point for the redlined documents, including documents issued by Addendum. Organize into manageable sets. Bind with durable cover sheets, and print suitable titles, dates, and other identification on the cover of each set. 2. Protect documents from deterioration and loss in a secure, fire-resistant location. Back-up electronic files daily and store off-site to prevent loss. 3. Provide access for the CTA’s reference and inspection during normal working hours. Satisfactory maintenance of redlined documents will be verified no less than monthly and will be a requirement for processing progress payments. 4. Throughout the duration of the Contract as the Work progresses, record neatly and accurately on paper and electronic sets, using an acceptable drawing technique, all changes and deviations between the Work as shown and the Work as actually installed. Paper copy field mark-ups should be made using an erasable red pencil; other colors may be used to distinguish between variations in separate categories of work. 5. Note and attach where applicable cross-referenced numbers for Change Orders, Requests for Information, Substitution Requests, and Submittals. 6. Obtain information from installer, subcontractor, or similar entity, when necessary.

Closeout Submittals 01 78 00-4 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 3)

7. Combine mark-ups from different trades/subcontractors onto one sheet. Only one sheet per drawing is to be submitted as an as-built. 8. Give particular attention to information on concealed elements that would be difficult to identify or measure and record at a later date. Record and check the mark-up before enclosing concealed installations. 9. Cross-reference to corresponding photographic documentation where applicable. 10. Mark all affected drawings and specifications showing changed conditions fully and accurately. When a shop drawing is used, record a cross-reference at the corresponding location on the contract drawing. 11. Maintain a conformed Contract document log and redline tracking log, formats to be approved by the CTA. Log updates to be provided with redline updates as stated elsewhere in this Specification. 12. Maintain an itemized index of all contract drawings, specifications, shop drawings, product data, warranties, O&M sheets, etc. to be included with the closeout submittals. 13. Prior to final review by the CTA, certify that the as-built documents are complete and accurate. Label the top of each cover sheet and each drawing in red with the words “AS-BUILT” in one (1) inch high letters, the Contractor’s name and the date. B. Content: Types of items requiring marking include but are not limited to the following: 1. CTA or Designer of Record directed changes and/or clarifications issued by Bulletin, Amendment, Change Order, Directive Order, Field Memo, Requests for Information, Substitution Requests, Submittal review, or other written means. Incorporate details of all changes and/or clarifications on the actual document. Only referencing the directive where the change was initiated without showing the actual changed work will not be accepted. 2. New information that is important to the CTA, but was not shown on the original documents. 3. Changes necessitated by field conditions. 4. Location of concealed elements that would be difficult to identify or measure later, such as underground or in-wall utilities. 5. Dimensional changes to drawings, survey coordinates, and top-of-pipe elevations. 6. Revisions to details shown on drawings. 7. Depths of foundations below main floor. 8. Locations and depths of existing to remain and relocated underground utilities. 9. Revisions to routing of piping and conduits. 10. Revisions to electrical circuitry. 11. Actual equipment locations. 12. Critical information such as shut-off valve locations and control sensor locations. 13. Duct sizing and routing. 14. Conduit and cable sizing and routing. 15. Details not shown on the drawings.

Closeout Submittals 01 78 00-5 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 3)

16. Important additional information that was shown schematically, or was omitted from the original drawing. 17. Specific locations of piping, valves, ductwork, equipment, manholes, handholes, and other such Work that were not located, or that changed location, from that shown. 18. Previously unknown buried obstructions and utilities that would be of benefit to future work. 19. Add manufacturer’s name and model number of installed equipment to the equipment schedules. 20. GPS coordinates, elevations, lines, grades, inverts, dimensions, sizes, etc., of both new and existing to remain conditions, when known. 21. Where multiple products are listed in specifications, cross-out products not used. If a substitution or equal product was approved, add the information for the product used. 22. Show variations in actual work performed in comparison with information submitted on Product Data. Include variations in products delivered to site, changes to manufacturer’s installation instructions, and changes to manufacturer’s specifications.

END OF SECTION

Closeout Submittals 01 78 00-6 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

SECTION 01 78 23 OPERATION AND MAINTENANCE DATA

PART 1 - GENERAL

1.01 RELATED DOCUMENTS

A. General Provisions of the Contract, including General Conditions, Special Conditions and other Specification Sections, apply to this Section.

1.02 SUMMARY

A. This Section specifies administrative and procedural requirements for operation and maintenance manuals, including the following:

1. Operation and maintenance documentation directory 2. Operation manuals for systems, subsystems, and stand-alone equipment 3. Maintenance manuals for the care, preservation and maintenance of architectural products, materials, finishes, systems and equipment

B. Special operation and maintenance data requirements for specific pieces of equipment or building operating systems are included in their appropriate Sections of the Specifications.

C. Related Sections:

1. Section 01 31 19, Project Meetings. 2. Section 01 77 00, Closeout Procedures. 3. Section 01 78 00, Closeout Submittals.

1.03 QUALITY ASSURANCE

A. Operation and Maintenance (O&M) manual preparation: In preparation of O&M manuals, use personnel thoroughly trained and experienced in the operation and maintenance of the equipment or system involved.

1. Where written instructions are required, use personnel skilled in technical writing to the extent necessary for communication of essential data. 2. Where drawings or diagrams are required, use draftsmen capable of preparing drawings clearly in an understandable format.

1.04 SUBMITTALS

A. Submittal Schedule: Comply with the following schedule for submittal of O&M manuals.

1. At the initial project close-out meeting, provide two draft copies of a complete directory of operation and maintenance documentation. The CTA will return one copy of the draft directory with comments within fifteen days.

2. As each installation that requires submittal of operation and maintenance manuals is nominally complete, but not later than fifteen days prior to the date of the Substantial Completion inspection, submit two draft copies of each manual to the CTA for review. Include a complete index or table of contents of each

Operation and Maintenance Data 01 78 23-1 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

manual. The CTA will return one copy of the draft with comments within fifteen days of receipt.

3. Submit one copy of data in final form at least fifteen days before final inspection. This copy will be returned within fifteen days after final inspection, with comments.

4. After final inspection, make corrections or modifications to comply with the CTA's comments. Submit five copies of each approved manual to the CTA within fifteen days of receipt of the CTA's comments, except as otherwise noted within these Specifications.

B. Form of Submittal: Prepare O&M manuals in the form of an instruction manual for use by the CTA's personnel. Organize into suitable sets of manageable size. Assemble instructions for systems, subsystems, or similar equipment into a single binder.

1. Binders: For each manual, provide heavy-duty, commercial quality, durable 3-ring vinyl covered loose-leaf binders, in thickness necessary to accommodate contents, sized to receive 8-1/2" by 11" paper. 2. Provide a clear plastic sleeve on the spine and front cover to hold labels describing the contents. Provide pockets in the covers to receive folded sheets. Also provide electronic copies of each binder in portable document (pdf) format, organized in the same manner as the hard copy, indexed to match the dividers in the hard copy. Each binder shall be compiled into a single pdf document.

a. Where two or more binders are necessary to accommodate data, correlate data in each binder into related groupings in accordance with the Operation and Maintenance Documentation Directory tables of contents. Cross-reference other binders where necessary to provide essential information for proper operation or maintenance of the piece of equipment or system. b. Identify each binder on the front and spine, with the typed or printed title "OPERATION AND MAINTENANCE MANUAL," Project title or name, and subject matter covered. Indicate the volume number for multiple volume sets of manuals.

3. Dividers: Provide heavy paper dividers with tabs for each separate section. Mark each tab to indicate contents. Provide a typed description of the product and major parts of equipment included in the section on each divider.

4. Protective Plastic Jackets: Provide protective transparent plastic jackets designed to enclose diagnostic software for computerized electronic equipment.

5. Text Material: Where written material is required as part of the manual use the manufacturer's standard printed material, or if it is not available, specially prepared data, neatly typewritten, on 8-1/2" by 11", 20 pound white bond paper.

6. Drawings: Where drawings or diagrams are required as part of the manual, provide reinforced punched binder tabs on the drawings and bind with the text.

a. Where oversize drawings are necessary, fold the drawings to the same size as the text pages and use as a fold-out. b. If drawings are too large to be used practically as a fold - out, place the drawing, neatly folded, in the front or rear pocket of the binder. Insert a typewritten page indicating the drawing title, description of contents and

Operation and Maintenance Data 01 78 23-2 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

drawing location at the appropriate location in the manual.

1.05 OPERATION AND MAINTENANCE DOCUMENTATION DIRECTORY

A. Include a section in the directory for each of the following: 1. List of systems 2. List of equipment 3. List of building components and materials 4. List of documents to be provided 5. Tables of contents

B. List of systems: List systems alphabetically. Reference the O&M manual that contains information about each system.

C. List of equipment: List equipment alphabetically for each system. Provide a separate, alphabetical list for stand-alone equipment and reference the O&M manual that contains the information for each item of stand-alone equipment.

D. List of building products, materials and finishes: List building products, materials and finishes alphabetically. Reference the O&M manual for the products, materials and finishes.

E. Tables of contents: Include the table of contents for each O&M manual that will be provided.

F. Identification: In the directory and each O&M manual, identify each system, subsystem, and piece of stand-alone equipment using the same designation used in the Contract documents.

1.06 MANUAL CONTENT

A. In each manual include information specified in the individual Specification Sections and the following information for each major component of building systems or equipment and its controls:

1. General component, system or equipment description. 2. Design factors and assumptions. 3. Copies of applicable Shop Drawings and Product Data. 4. System or equipment identification, including:

a. Name of manufacturer. b. Model number. c. Serial number of each component.

5. Operating instructions. 6. Emergency instructions. 7. Wiring diagrams. 8. Inspections, test procedures, and schedules. 9. Maintenance procedures and schedules. 10. Precautions against improper use and maintenance. 11. Copies of warranties. 12. Repair instructions including spare parts listing. 13. Sources of required maintenance materials and related services. 14. Manual Index.

B. Organize each manual into separate sections for each piece of related equipment. As a

Operation and Maintenance Data 01 78 23-3 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

minimum, each manual shall contain a title page, a table of contents, copies of Product Data, supplemented by drawings and written text, and copies of each warranty, bond and service contract issued.

1. Title Page: Provide a title page in a transparent plastic envelope as the first sheet of each manual. Provide the following information:

a. Subject matter covered by the manual. b. Name and address of the Project. c. Date of submittal. d. Name, address, and telephone number of the Contractor. e. Name and address of the Engineer. f. Cross reference to related systems in other operating and maintenance manuals.

2. Table of Contents: After the Title Page, include a typewritten table of contents for each volume, arranged systematically according to the Operation and Maintenance Documentation Directory. Include a list of each product included, identified by product name or other appropriate identifying symbol and indexed to the content of the volume. Where more than one volume is required to accommodate data for a particular system, provide a comprehensive table of contents for all volumes in each volume of the set. 3. General Information: Provide a general information section immediately following the Table of Contents, listing each product included in the manual, identified by product name. Under each product, list the name, address, and telephone number of the subcontractor or installer, and the maintenance contractor. Clearly delineate the extent of responsibility of each of these entities. In addition, for replacement parts and equipment, list a local source, where available, or a national source where local sources are not available. 4. Product Data: Where manufacturer's standard printed data is included in the manuals, include only sheets that are pertinent to the part or product installed. Mark each sheet to identify each part or product included in the installation. Where more than one item in a tabular format is included, identify each item, using appropriate references from the Contract Documents. Identify data that is applicable to the installation and delete references to information that is not applicable. 5. Written Text: Where manufacturer's standard printed data is not available, and information is necessary for proper operation and maintenance of equipment or systems, or it is necessary to provide additional information to supplement data included in the manual, prepare written text to provide necessary information. Organize the text in a consistent format under separate headings for different procedures. Where necessary, provide a logical sequence of instruction for each operating or maintenance procedure. 6. Drawings: Provide specially prepared drawings where necessary to supplement manufacturer's printed data to illustrate the relationship of component parts of equipment or systems, or to provide control or flow diagrams. Coordinate these drawings with information contained in Project Record Drawings to assure correct illustration of the completed installation. 7. Do not use original Project Record Documents as part of the Operation and Maintenance Manuals. 8. Warranties, Bonds and Service Contracts: Provide a copy of each warranty, bond or service contract in the appropriate manual for the information of the CTA’s personnel. Provide written data outlining procedures to be followed in the event of product failure. List circumstances and conditions that would affect validity of the warranty or bond.

Operation and Maintenance Data 01 78 23-4 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

1.07 PRODUCTS, MATERIALS AND FINISHES MAINTENANCE MANUAL

A. Submit two copies of each manual, in final form, on products, materials and finishes to the CTA for distribution. Provide one section for architectural products, including applied materials and finishes, and a second for products designed for moisture protection and products exposed to the weather. Refer to individual Specification Sections for additional requirements on care and maintenance of materials and finishes.

1. Manufacturer's Data: Provide complete information on architectural products, including the following, as applicable:

a. Manufacturer's catalog number. b. Size. c. Material composition. d. Color. e. Texture f. Reordering information for specially manufactured products.

2. Care and Maintenance Instructions: Provide information on care and maintenance, including manufacturer's recommendations for types of cleaning agents to be used and methods of cleaning. Provide information regarding cleaning agents and methods that could prove detrimental to the product. Include manufacturer's recommended schedule for inspection, cleaning and maintenance.

B. Moisture-Protection and Weather-Exposed Products: Provide complete manufacturer's data with instructions on inspection, maintenance and repair of products exposed to the weather or designed for moisture-protection purposes. Provide manufacturer's data and industry standards giving detailed information, including the following, as applicable:

1. Applicable standards. 2. Chemical composition. 3. Installation details. 4. Inspection procedures and schedules. 5. Maintenance information. 6. Repair procedures.

C. Schedule: Provide complete information in the materials and finishes manual on products specified in specific Specification Sections.

1.08 EQUIPMENT AND SYSTEMS OPERATION AND MAINTENANCE MANUALS

A. Submit five copies of each completed manual on equipment and systems, in final form, to the CTA for distribution. Provide separate manuals for each operating system and each electric and electronic system. Refer to Specification Sections for additional requirements on operation and maintenance of the various pieces of equipment and operating systems.

B. Equipment and Systems: Provide the following information for each piece of equipment, each building operating system, and each electric or electronic system.

1. Description: Provide a complete description of each unit and related component parts, including the following:

a. Equipment or system function. b. Operating characteristics.

Operation and Maintenance Data 01 78 23-5 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

c. Limiting conditions. d. Performance curves. e. Engineering data and tests. f. Complete nomenclature and number of replacement parts.

2. Manufacturer's Information: For each manufacturer of a component part or piece of equipment provide the following:

a. Printed operation and maintenance instructions. b. Assembly drawings and diagrams required for maintenance. c. List of items recommended to be stocked as spare parts.

3. Maintenance Procedures: Provide information detailing essential maintenance procedures and schedules, including the following:

a. Routine operations and inspections. b. Trouble-shooting guide. c. Disassembly, repair and reassembly d. Alignment, adjusting and checking.

4. Operating Procedures: Provide information on equipment and system operating procedures, including the following:

a. Start-up procedures. b. Equipment or system break-in. c. Routine and normal operating instructions. d. Regulation and control procedures. e. Instructions on stopping. f. Shut-down and emergency instructions. g. Summer and winter operating instructions. h. Required sequences for electric or electronic systems. i. Special operating Instructions.

5. Servicing Schedule: Provide a schedule of routine servicing and lubrication requirements, including a list of required lubricants for equipment with moving parts.

6. Controls: Provide a description of the sequence of operation and as-installed control diagrams by the control manufacturer for systems requiring controls.

7. Coordination Drawings: Provide each Contractor's Coordination Drawings. Provide as-installed color-coded piping diagrams for identification.

8. Valve Tags: Provide charts of valve tag numbers, with the location and function of each valve.

9. Circuit Directories: For electric and electronic systems, provide complete circuit directories of panelboards, including the following:

a. Electric service. b. Controls. c. Communication.

C. Provide complete information in the equipment and systems manuals on all specified conveying, mechanical, electrical, and other products including pipe markers, water heaters, plumbing fixtures and trim, floor drains, pumps, heating and ventilating grilles

Operation and Maintenance Data 01 78 23-6 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 1)

and registers, fans, air conditioning units, electric duct heaters, unit heaters, automatic temperature control, and other equipment and products.

1.09 INSTRUCTION OF THE CTA'S PERSONNEL

A. Reference Section 01 77 00, Closeout Procedures, for demonstration and training requirements.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Operation and Maintenance Data 01 78 23-7 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

SECTION 01 78 39 OPERATION AND MAINTENANCE ASSET INFORMATION

PART 1 - GENERAL

1.01 SUMMARY

A. This section specifies administrative and procedural requirements necessary for the submittal of the Operation and Maintenance Asset Information that accurately identifies each installed piece of major equipment, non-major equipment, or other asset provided as part of the Work.

B. Related Sections:

1. Section 01 78 00, Closeout Submittals.

1.02 DEFINITIONS

A. Major equipment: Fixed standalone asset which has a service life of more than one year, with prescribed preventative maintenance requirements. Examples include chillers, generators, boilers, AHUs, transformers, hoists, elevators/escalators, roll-up doors, roofs, etc.

B. Non-major equipment: Fixed asset that is part of a larger system, has more periodic replacement, and without rigid preventive maintenance requirements. Examples include flooring, lighting, ceiling, plumbing fixtures, interior/exterior personnel doors, windows, etc.

1.03 GENERAL REQUIREMENTS

A. The initial Operation and Maintenance Asset Information Spreadsheet (OMAIS) will be provided in the Appendix of bid documents. The OMAIS will also be provided in Microsoft Excel format after Notice to Proceed. The initial asset information may or may not be a complete list of assets being modified or replaced under the contract. The contractor is responsible for ensuring all assets added, modified, replaced and removed as part of the Work are included and accurately listed in the spreadsheet at the time of submission.

B. The Contractor will update the OMAIS as assets are installed. Updated information will identify those assets that are being added, rehabilitated, replaced, or removed.

C. An updated OMAIS shall be submitted monthly unless specified otherwise. At a minimum, the contractor is to provide the required spreadsheet as asset(s) are turned over to the CTA for operation and maintenance.

D. Submission of the OMAIS will be required as part of the Contractor’s notification that a contract milestone or phase of work has achieved Substantial Completion.

E. Refer to Section 01 78 00, Closeout Submittals, for additional Requirements.

PART 2 - PRODUCTS (Not Used)

Operation and Maintenance Asset Information 01 78 39-1 2017-0002.01 Issued for Bid 18TH Street Substation 2017-02-17 DC Switchgear Rehabilitation (CTA Standard Specification, Rev. 0)

PART 3 - EXECUTION

3.01 PREPARATION OF DOCUMENTS

A. Updated or new asset information must be entered into the initial OMAIS provided. The OMAIS includes an Asset Information Summary Sheet (AISS) and a Detailed Equipment Summary Sheet (DESS).

B. An AISS must be completed for every asset provided as part of the Work. In addition, a DESS must be completed for each piece of major equipment modified or provided as part of the Work.

END OF SECTION

Operation and Maintenance Asset Information 01 78 39-2 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

SECTION 02 45 00 DUST CONTROL

PART 1 GENERAL

1.01. SUMMARY

A. The work of this section includes all labor, equipment, and materials necessary to safely control dust during all construction activities as shown or required. Work includes adhering to all applicable codes, regulations, health and safety requirements; performing all testing; training all personnel; protection of personnel, public, and adjacent surfaces; proper and legal disposal of materials; and any other work as required.

1.02. RELATED DOCUMENTS

A. Drawings and other Specification Sections apply to this Section.

B. Hazardous Building Materials Survey Report

1.03. WORK INCLUDED

A. The work includes all labor, equipment, materials, disposal materials, services, employee protection, tools, insurance and supplies necessary to control dust migration by the procedures described herein. The Contractor, by submitting a bid for the work, represents itself as knowledgeable and expert in the performance of the work, and includes all things usually and customarily necessary to provide a complete and finished job, whether specifically mentioned or not.

B. Procedures used by Contractor shall utilize state of the art techniques including appropriate containment and negative air pressure.

C. Contractor is responsible to ensure there will be no damage to existing and new equipment due to negligence of dust control.

1.04. SUBMITTALS

A. Submit the following to the Authority for approval prior to commencement of the work:

1. Detailed process plan proposed for the dust control work, including location of the dust control containment, sequencing the work, time frame for completion of work, waste disposal procedures, employee protection requirements, and a detailed description of methods employed to eliminate any dust from being distributed outside the work area. This plan shall also include a detailed procedure for clean up if the containment or negative air pressure system fails.

2. Emergency telephone numbers(s) and contingency plans.

3. Waste disposal site and disposal procedures.

4. Contractor’s OSHA compliance program.

5. Materials to be used for the dust control work including worker protection, protection of owner’s equipment, etc.

Dust Control 02 45 00-1 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

1.05. QUALITY ASSURANCE

A. Contractor shall have experience with the control of dust within operational commercial buildings.

PART 2 PRODUCTS

2.01. DUST CONTROL MATERIALS

A. Poly sheeting shall be 6 mil nominal thickness and fire retardant for all applications.

B. All wood framing materials shall be fire resistive.

C. Tape shall be 2-inch or 3-inch duct tape or other waterproof tape suitable for joining poly seams and attaching poly sheeting to surfaces.

D. Spray adhesives shall be non-flammable and free of methylene chloride solvents.

E. Negative pressure ventilation equipment shall be equipped with filters as noted and provide the required volume of air movement.

PART 3 EXECUTION

3.01. PROTECTION OF PUBLIC AND CTA EMPLOYEES

A. Contractor shall occupy only such area as are designated by the Authority, and shall protect the public by use of proper barricades, warning signs, and such safety measures as will be effective.

3.02. ACCESS TO THE SITE AND REMOVAL OF EQUIPMENT

A. The Contractor shall be responsible for the movement and transportation of his own materials, tools, and equipment to and from the work site.

B. Materials, tools, and equipment may be transported across the Authority’s property, to the work site, at such points and under such regulations as the Authority may impose for protection of structures, landscaping, pavement, curbs, sidewalks, utilities, fences, and all other equipment located on or near the site of the work.

C. The Contractor shall remove surplus tools and equipment on a daily basis. Upon receiving notice from the Authority’s representative that the work has been completed, Contractor shall immediately begin to remove all of his surplus and waste material. The Contractor shall also remove all remaining tools and equipment from the Authority’s premises and shall have all of these items off the premises within two (2) days.

D. Should the Contractor or any Subcontractor fail to abide by these requirements, the Contractor agrees that the Authority may, at its discretion, remove said equipment from such locations as it may select and that the cost of such removal shall be deducted from amounts then due to the Contractor.

Dust Control 02 45 00-2 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

3.03. EXISTING CONDITIONS

A. The Authority and the Contractor shall agree in writing on building fixture condition prior to commencement of work. It shall be the Contractor’s responsibility to replace or repair to the Authority’s satisfaction any items identified as save or protect, prior to close-out of the project.

3.04. WORK AREA ISOLATION AND PREPARATION

A. General: Secure the work area from unauthorized persons. Close off the work site from other portions of the building by closing doors tightly, taping shut when necessary, or with 6 mil poly z-flap curtains over doorways or entrances to the worksite.

1. Furniture, personal items, and other moveable objects in the worksite shall be protected with 6 mil poly sheeting and sealed with tape, or moved from the work site and stored in a location designated by the Authority.

2. Turn off all forced air ventilation and seal exhaust and intake points in the containment area.

3. Cover all objects that cannot be moved, such as radiators, stoves, cabinets, built- in furniture, bookcases, or other stationary items with 6 mil plastic sheeting taped securely in place. Operational equipment that can be damaged by covering with sheeting shall not be inclosed.

B. Containment-The purpose of containment during dust control activities is to limit release of dust into the air and surrounds. In, general, the size of the area helps determine the level of containment. However, dust producing activities such as floor cutting and grinding, concrete demolition, paint and mortar removal shall always require full containment. Choice of containment for each stage of phase of work shall be agreed upon between the contractor and the Authority’s representative prior to the start of the work. The two types of containment are:

1. Limited Containment a. Generally limited to work where dust production and migration is limited to an area within 2 feet of the work area and where no operational equipment could be affected by the accumulation of dust. b. The enclosure around the work area should consist of a single layer of 6- mil, fire retardant polyethylene sheeting. c. For small areas, the polyethylene sheeting can be affixed to floor and ceiling using duct tape. d. In large areas, a steel or wooden stud frame can be erected and polyethylene sheeting attached to it. e. All supply and air vents, doors, chases, and risers within the containment area shall be sealed with polyethylene sheeting. f. The containment shall be maintained under negative pressure relative to the surrounding areas. g. A HEPA filtered fan unit exhausted outside of the building shall be used to maintain negative pressure.

2. Full Containment

Dust Control 02 45 00-3 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

a. Required for dust control in areas greater than 100 square feet or in any situation in which it appears likely that the occupant space would be affected without full containment. b. Double layer of 6-mil polyethylene sheeting shall be used to create a barrier between the work area and other parts of the building. c. The containment shall be maintained under negative pressure relative to the surrounding areas. d. The egress shall consist of a slit entry with covering flaps (“z” flaps). e. Respiratory protection shall be worn until personnel are outside the work area. f. In large areas, a steel or wooden stud frame can be erected and polyethylene sheeting attached to it. g. All supply and air vents, doors, chases, and risers within the containment area shall be sealed with polyethylene sheeting. h. A HEPA filtered fan unit exhausted outside of the building shall be used to maintain negative pressure.

3.05. WORKER PROTECTION

A. It is Contractors responsibility to provide appropriate worker protection. At a minimum, worker protection shall be provided to meet the latest OSHA standards.

3.06. DUST CONTROL

A. A variety of dust control methods may be used for minimizing damage to building materials, furnishings, and equipment caused by dust accumulation. The specific method or group of methods used will depend on the type of material affected.

B. The following are recommended methods for dust control:

1. Wet / Dry Vacuum

a. Can be used to remove water and damp material from floors, carpets, and hard surfaces where water has accumulated. b. They can be used to vacuum heavy dust accumulations, such as occurs during concrete, gypsum board or mortar demolition. c. They should be used when materials are dry in lieu of sweeping. d. Tanks, hoses, and attachments of these vacuums should be thoroughly cleaned and dried after use.

2. Damp Wipe

a. Can be used to remove light dust accumulations from nonporous surfaces. b. Dust accumulation areas should be wiped down with damp wipes prior to the removal of the containment.

3. Employee Clothing

a. Disposable clothing. Shall have excessive dust removed prior to exiting the containment area. Shall be removed and disposed of prior to leaving the walk off mat taking precautions not to spread any dust.

Dust Control 02 45 00-4 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

b. Other clothing. Shall have excessive dust removed prior to exiting the containment area. A clean wet / dry vacuum shall be used to remove all remaining dust from the clothing prior to leaving the walk off mat.

4. Tools

a. All tools shall be thoroughly cleaned prior to removal from the containment area. b. All tools shall be clean prior to arriving on site.

5. Materials

a. All materials shall be brought to the site in their original shipping containers. If removal from the containers could produce dust, the materials shall be removed from the container within the containment area or outside of the substation. b. All dust producing materials shall be contained when transporting from the containment area to the exterior and vice versa.

C. The containment shall be inspected at least every 4 hours during construction activities within the containment area. Repairs to the containment shall be performed immediately upon detection of damage. Work shall stop in the containment area if dust is noted outside of the containment and shall not resume until the source for the dust has been identified and contained.

3.07. STOPWORK

A. If the Authority or their representatives present a written stop order, immediately stop all work. Do not recommence work until authorized in writing by the Authority.

END OF SECTION

Dust Control 02 45 00-5 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

SECTION 09 67 10 DIELECTRIC FLOORING

PART 1 - GENERAL

1.01 RELATED DOCUMENTS

A. Drawings and general provisions of Contract, including General and Special Conditions and Division 01 Specification sections, apply to this section.

1.02 SUMMARY

A. This Section specifies dielectric flooring as well as appurtenances thereto required under traction power equipment specifications.

1.03 REFERENCE

A. ASTM E1155 and ASTM E1155M Standard Test Method for Determining FF Floor Flatness and FL Floor Levelness Numbers

B. ACI 117 Standard Specifications for Tolerances for Concrete Construction and Materials

C. ASTM F2170 Standard Test Method for Determining Relative Humidity in Concrete Floor Slabs

D. ASTM F1869 Standard Test Method for Measuring Moisture Vapor Emission Rate of Concrete Subfloor Using Anhydrous Calcium Chloride.

E. ASTM D 2440 Standard Test Method for Rubber Property - Durometer Hardness

1.04 SUBMITTALS

A. Manufacturers Data, Dielectric Flooring.

1. For information only, submit copies of manufacturer's technical data and installation instructions for each type required. Transmit a copy of each installation instruction to the applicator.

B. Warranty: Provide a copy of the warranty, signed by the manufacturer and installer, for the Authority’s review and approval.

C. Compatibility Reports: Contractor to provide compatibility reports signed by manufacturer’s representative stating that required moisture control, cement underlayment, and dielectric floor products are compatible.

D. Survey: Prior to installation of dielectric flooring, Contractor to submit a floor survey showing floor elevations and levelness at all equipment locations to CTA for approval. CTA to approve before contractor can proceed.

E. Process Plan: Provide process plan indicating steps required for installation of dielectric flooring including:

1. Locating equipment

Dielectric Flooring 09 67 10-1 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

2. Survey of floor 3. Locating and leveling of floor as required to obtain flatness and levelness required for equipment at equipment locations 4. Re-survey floor and verify floor flatness and levelness at equipment locations 5. Submit survey indicating flatness and levelness to the Authority. 6. Receive approval on survey from the Authority. 7. Verification of compatibility between all required products- moisture control, floor leveling, dielectric coating by all manufacturers. 8. Moisture testing and moisture mitigation as required 9. Installation of dielectric flooring 10. Protect dielectric floor from traffic, dust, etc. Protection shall be inspected daily and adjusted as necessary. 11. Wait 7 days minimum 12. Testing flooring strength and hardness after curing 13. If flooring meets hardness requirements of 75 on the durometer or full hardness as indicated by manufacturer, whichever is greater, then equipment can be installed.

1.05 QUALITY ASSURANCE

A. The dielectric flooring shall be produced by a single manufacturer, including recommended primers (if any), base coat, top coat materials. See drawings for location of dielectric flooring. The dielectric flooring installation shall be installed in depressed floor. The dielectric floor must be dead level flush with surrounding floor; no inclines are permitted.

B. Unless otherwise acceptable to the Authority, furnish by a single manufacturer for the entire project.

C. Applicator: Certified or licensed by dielectric flooring materials manufacturer.

D. Compatibility Reports: Contractor to provide compatibility reports signed by manufacturer’s representative stating that required moisture control, cement underlayment, and dielectric floor products are compatible.

1.06 MOISTURE TEST

A. Prior to installation of dielectric flooring, verify concrete substrates are dry and moisture vapor emissions are within acceptable levels according to manufacturer’s written instructions.

1. Perform relative humidity test using in situ probes, ASTM F 2170. Proceed with installation only after substrates have a maximum 70% seventy percent relative humidity level measurement, or as required for selected manufacturer’s product.

1.07 SURVEYING AND LEVELING

A. Prior to installation of dielectric flooring, survey existing floor at equipment locations to determine existing flatness and levelness.

1. If flatness of floor area is less than 45 and Levelness is less than 35, then leveling is required prior to the installation of the dielectric coating.

Dielectric Flooring 09 67 10-2 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

B. Resurvey after installation of dielectric flooring to confirm flatness and levelness requirements have been met. Remediate any non-compliant areas. Electrical equipment shall not be installed until proof of flatness and levelness has been reviewed and approved by the Authority.

1.08 HARDNESS TESTING

A. Allow dielectric flooring cure for a minimum of seven (7) days.

B. After 7 days, prior to installation of substation equipment, perform a hardness test to verify the floor has met a minimum of 100% of its designed strength. Hardness to be at 75 on the durometer scale or as indicated by manufacturer, whichever is greater.

1.09 TEST FOR DIELECTRIC FLOORING

A. The dielectric floor shall be installed, per manufacturer’s instructions, to obtain an insulation resistance of at least 7.5 megohms. The dielectric floor shall be installed under all the new dc switchgear and new rectifier cubicles.

B. Prior to installation of a dc switchgear line-up or a rectifier line-up, the dielectric floor shall be tested by means of 1000 volt dc megger. One lead of the megger shall be attached to a copper plate (4 inches by 4 inches by ½ inch), the other lead connected to the station ground bus (or cable). A salt solution made up of 1/3 salt and 2/3 water (by volume) shall be used as a conductive medium between the copper Plate and the dielectric floor. After completion of tests, the floor surface shall be thoroughly cleaned from salt residue.

C. One insulation resistance reading shall be taken for each 3 by 3 foot area of the dielectric floor. The total insulation resistance for the dielectric floor shall be the average of the insulation resistance readings for all the 3 by 3 foot area readings.

D. Maintenance Instructions, Dielectric Flooring.

1. Submit copies of manufacturer's written instructions for recommended maintenance practices.

1.10 DELIVERY AND STORAGE

A. Deliver dielectric flooring materials to the job sites in new unopened containers with intact factory applied labels.

B. Store liquid flooring materials in accordance with the manufacturer's instructions.

1.11 WARRANTY

A. Material and installation shall be warrantied for one (1) year after final acceptance from the Authority. Materials or installation requiring repairs within the warranty period shall be repaired or replaced at the Authority’s direction and at no cost to the Authority.

1.12 JOB CONDITIONS

A. Maintain substrate temperature and room temperature before, during and after installation in accordance with dielectric flooring material manufacturer's instructions. Provide adequate ventilation during application and curing periods.

Dielectric Flooring 09 67 10-3 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

PART 2 - PRODUCTS

2.01 DIELECTRIC FLOORING SYSTEM

A. Resin: manufacturer's standard.

B. Aggregate: manufacturer's standard clean, dry and containing no foreign matter.

C. Manufacturers offering products to comply with the requirements for dielectric flooring include the following:

1. Basis of Design - RBC Industries - Hallemite Product Line – HEF – Dielectric Amazite Insulating Flooring System - 3/8” Thickness 2. Or approved equal

2.02 MOISTURE CONTROL SYSTEM

A. 2-coat, 100% solids epoxy moisture management system.

B. Basis of Design: Ardex MC Ultra Moisture Control System as manufactured by Ardex Engineered Cements.

1. Or approved equal

2.03 FLOOR LEVELING

A. High Strength, Cement -based, polymer modified, trowel-grade underlayment for heavy loads 1. Compressive Strength - 7800 psi min.

B. Basis of Design: Ardex Forti Finish as manufactured by Ardex Engineered Cements

1. Or Approved Equal

PART 3 - EXECUTION

3.01 INSPECTION

A. The Contractor must examine the areas and conditions under which dielectric flooring is to be placed and notify the Authority in writing of conditions detrimental to the proper and timely completion of the work.

B. The Contractor must notify the Authority 48 hours prior to the implementation of these tests.

3.02 PREPARATION

A. Prior to installation of dielectric flooring:

1. Provide moisture test to determine if floor is within required moisture levels. 2. If moisture levels are above maximum moisture levels, provide moisture control as specified. 3. Survey floor at equipment locations to determine if floor leveling is required to meet equipment requirements. 4. If floor does not meet level and flatness requirements, use floor leveling product to level floor to meet equipment requirements.

Dielectric Flooring 09 67 10-4 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

B. Sub floors: Prior to start of applying dielectric flooring, broom clean or vacuum surface to be covered and inspect the sub floor. Start of the application of dielectric floor will indicate acceptance of sub floor conditions and full responsibility for the completed work.

3.03 APPLICATION OF MOISTURE CONTROL SYSTEM

A. Follow all manufacturer’s recommendation for installation.

3.04 APPLICATION OF FLOOR LEVELING

A. Follow all manufacturer’s recommendations for installation

3.05 APPLICATION OF DIELECTRIC FLOORING

A. Apply dielectric flooring only after finishing operations, including painting, have been completed and heating system is available. Moisture content of concrete slabs, building air temperature and relative humidity must be within limits recommended by manufacturer.

B. Apply material as recommended by manufacturer.

C. Apply dielectric flooring only after floor has been surveyed and floor flatness and levelness have been verified and approved at equipment locations.

D. Apply materials in the recommended quantities to produce a finished floor system thickness as indicated on drawings.

3.06 CLEANING AND PROTECTION

A. Remove any surface blemishes from the installed surfaces using neutral cleaners and procedures as recommended by the dielectric flooring manufacturer. Protect installed flooring from damage by use of heavy Kraft paper or other covering.

B. After completion, close the finish floor to any kind of traffic for a minimum of 7 days or as recommended by the manufacturer, whichever is greater. Do not place equipment on di- electric floor until floor has reached is full hardness of 75 or as recommended by the manufacturer, whichever is greater.

C. Finishing: After completion of the project and just prior to the final inspection of the work, thoroughly clean floors and apply a final top coat, if required, over scuffed or worn areas in accordance with manufacturer's instructions.

END OF SECTION

Dielectric Flooring 09 67 10-5 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

SECTION 26 03 00 ELECTRICAL DEMOLITION

PART 1 GENERAL

1.01. RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 01 Specification Sections, apply to this section. 29 CFR 1926 Sub Part K shall also apply to this section.

1.02. SUMMARY

A. Work required for this Section includes providing all labor, material, apparatus, equipment and services necessary to disconnect , remove, delivery, and storage of electrical and traction power items which are affected by or rendered obsolete by demolition work.

B. Major items with all related appurtenances, which are rendered obsolete and require removal in the areas being demolished, include but are not limited to, the following:

1. Service equipment.

2. Lighting fixtures.

3. Wiring devices.

4. Conduits and raceways.

5. Outlet boxes.

6. Wire and cable from source to point of use.

7. Light Poles.

8. Other accessories, brackets and other items as required to facilitate the installation of the new fixtures or equipment; damaged or no longer required for the new installations.

9. Traction power equipment including but not limited to rectifier transformers, auxiliary power transformers, silicon rectifiers, ac switchgear assemblies, dc switchgear assemblies, anode bus ducts, negative equalizer buses and drainage boards, station batteries, battery chargers dc distribution panel boards for 125 volt dc control power, relays, transfer switches, ac distribution panel boards, getaway switches, getaway cables interconnected power and control cables interconnected between the traction power equipment and related appurtenances

10. SCADA RTU’s as noted on the drawings.

C. Communications equipment throughout the buildings shall remain and shall be protected during demolition unless otherwise noted on the drawings.

Electrical Demolition 26 03 00-1 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

D. Care should be taken to not damage existing surfaces, wiring and other items needed for the new installations.

E. All material, equipment, damaged items; conduit and wire rendered obsolete shall be removed from the premises and properly disposed of off-site by the Contractor.

F. Items being removed which are salvageable and serviceable (such as major traction power equipment, lighting fixtures, wiring devices, signal and telecommunication devices) shall remain the property of the Authority and shall be stored by the Contractor in locations on site where directed by the Authority. Items of doubtful classification shall be reviewed with the Authority’s representative prior to disposal of same to determine their disposition. Care shall be exercised in the removal of these items to avoid damage.

G. Relocation and/or modifications to certain existing equipment may be required to retain services to existing adjacent systems or equipment which are to remain. Such relocation and/or modification costs are to be included in the Base Bid and no additional compensation will be allowed.

H. Include providing new conduit, wiring, boxes, outlets, fittings, etc. as may be required for such relocation and retention of services.

I. Existing conduits concealed in slabs which are rendered obsolete shall be cut off flush with the surfaces and plugged with foam. Foam sealant shall be as manufactured by G.E., Dow or 3M unless otherwise specified on the drawings.

J. Existing recessed boxes in concrete columns or walls which are to remain shall be filled with foam and provided with suitable blank covers. Foam sealant shall be as manufactured by G.E., Dow or 3M.

K. The areas currently occupied must remain operational at all times unless approved otherwise. Coordinate any construction and/or staging activities that may impede normal CTA operations with the Authority including, but not limited to, any activity that generates excessive noise or airborne dust; interference with the Authority’s operations; access or use by the Authority’s customers or public; or the safety of employees, customers or the public. The Contractor shall schedule the access to the work, use of the facility and other issues pertaining to the demolition and construction with the Authority to minimize disruption to the Authority’s operations and protect other areas of the building from damage and allow for safe passage of personnel.

L. Provide safety protection system around work area to protect pedestrians, vehicles, customers and CTA personnel.

M. Contractor to provide a staging plan and safety plan for the Authority’s approval prior to starting the work. Coordinate with the Authority for staging areas.

N. Contractor shall schedule and coordinate all work with the Authority. Contractor shall submit and obtain approval on a process plan and phasing plan for all the work, including demolition prior to commencing work on site.

O. Contractor to refer to and adhere to the Drawings, Specifications and other documents provided for this Project.

P. Work may include patching and repairs to existing adjacent surfaces after removal or demolition. Work includes coring and cutting existing surfaces for installation of new

Electrical Demolition 26 03 00-2 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

plumbing piping and electrical conduit. Patch upon completion. Patching and repairs to match existing materials and finishes.

Q. Related work specified elsewhere:

1. Section 34 21 01 General Requirements for Traction Power Equipment

2. Section 34 21 05 Traction Power 800 Volt DC Switchgear

3. Section 09 67 10 Traction Power Substation Dielectric Flooring

4. Section 34 21 65 Basic Electricals Materials and Methods Traction Power

1.03. DEFINITIONS

A. Remove: Remove and legally dispose of items except those indicated to be reinstalled, salvaged, or to remain the Authority's property.

B. Remove and Salvage for Recycling: Items indicated to be removed and recycled are to be separated and arranged for recycling. Construction debris from demolition and construction waste materials are to be picked up by recycling waste haulers for recycling to the greatest extent possible. As a minimum requirement, the Contractor to follow the City of Chicago Ordinance for recycling construction debris.

C. Remove and Salvage for Re-use: Items indicated to be removed and salvaged remain the Authority's property. Remove, clean, and pack or crate items to protect against damage. Identify contents of containers and deliver to Authority's designated storage area.

D. Remove and Reinstall: Remove items indicated; clean, service, and otherwise prepare them for reuse; store and protect against damage. Reinstall items in the same locations or in locations indicated.

E. Existing to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by the Authority, items may be removed to a suitable, protected storage location during selective demolition and then cleaned and reinstalled in their original locations.

1.04. MATERIALS OWNERSHIP

A. Except for items or materials indicated to be reused, salvaged for re-use, reinstalled, or otherwise indicated to remain the Authority's property, demolished materials shall become the Contractor's property and shall be removed from the site and legally disposed of by the Contractor.

1.05. SUBMITTALS

A. General: Submit each item in this Article according to the conditions of the contract and Division 01 Specification Sections, for approval, unless otherwise indicated:

1. Schedule of demolition activities indicating the following:

a. For each location: Detailed sequence of demolition and removal work,

Electrical Demolition 26 03 00-3 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

with starting and ending dates for each activity. b. Interruption of utility services. c. Coordination for shutoff, capping, and continuation of utility services. d. Detailed sequence of selective demolition and removal work to ensure uninterrupted progress of Authority's on-site operations. e. Locations of temporary partitions, barriers and means of egress. f. Foot traffic control or interruption. Closing of areas. g. Indicate how demolition work will avoid interruption of Authority’s on-site operations.

2. Proposed recycling procedures.

3. Inventory of items to be removed and salvaged for re-use.

B. Provide written and dated documentation of the total amount of each different waste material, the amount of each sent to a recycling facility and the amount of each sent to a landfill. Documentation shall be done on a daily basis. Indicate when and who the materials were picked up by and the name of the recycling facility the materials were sent to.

1.06. QUALITY ASSURANCE

A. Regulatory Requirements: Comply with governing EPA notification regulations before starting selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. Comply with City of Chicago Recycling Ordinance.

1.07. PROJECT CONDITIONS

A. Contractor required to survey existing conditions to verify all existing dimensions and conditions, locations of items and construction sizes of items and including conditions and limitations under which he is to do his work.

B. Contractor required locating all existing utilities and other improvements, including utilities not exposed to view.

C. There will be no extras allowed to compensate Contractor for his failure to review and verify existing conditions and dimensions.

D. Demolition work to adhere to phasing plans for the project.

E. Work may include patching and repairs to existing adjacent surfaces after removal or demolition. Patching and repairs to match existing materials and finishes.

1.08. DELIVERY HANDLING AND MATERIAL STORAGE

A. Any areas or facilities used by the Contractor for storage of materials to be delivered to the Authority shall be climate controlled, and secured dry locations off the ground. Relative humidity shall not exceed 70 percent.

B. All materials shall be delivered to the location specified by the authority. The contractor shall provide all labor, tools, and material handling equipment needed to safely deliver the equipment to Authority’s location.

Electrical Demolition 26 03 00-4 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

C. Follow manufactures guidelines for delivery and storage of equipment. Care should be taken to not damage any of the equipment or components. Contractor shall provide all packaging required to protect the equipment during delivery and storage.

PART 2 PRODUCTS - NOT USED

PART 3 EXECUTION

3.01. SPECIAL CONDITIONS

A. Visit the Project Site and thoroughly investigate existing conditions. Carefully evaluate all existing Electrical Work which is to be removed, altered or modified, and include all these costs in the Bid. Determine existing installation Work which is to remain to serve areas outside the limits of demolition Work and include all costs of relocation Work which may be required to retain these services. No additional costs will be allowed for failure to include all labor and material that is required for demolition, relocation or modification to the existing electrical installation. If any potential problems are envisioned during the site visit which could affect the Work to be done, they shall be brought to the immediate attention of the Authority.

B. Electrical demolition shall be done according to the schedule established for general demolition work to eliminate any conflicts, interferences or delays.

C. Exercise care in demolition work so as not to damage or interrupt existing services which may pass through the areas of demolition and serve areas outside the demolition work areas which are to remain.

D. Provide adequate temporary services as may be required including standby generators if deemed necessary.

3.02. ENVIRONMENTAL

A. Equipment containing asbestos, lead, and PCB’s shall be properly disposed based on Environmental Protection Agency (EPA) guidelines and CTA hazardous material abatement specifications.

B. Existing light fixtures, bulbs and other items to be discarded shall be disposed of by the Contractor strictly according to all applicable regulations, including the Environmental Protection Agency (EPA) requirements.

1. Luminaires containing mercury, mercury vapor, sodium or other potential harmful substance shall be handled, transported and disposed of as special waste following EPA guidelines and regulations. Special waste shall be disposed of only at the Authority’s approved waste facilities and proper manifests shall be executed and submitted to the Authority upon completion.

3.03. UTILITY SERVICES

A. Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations.

Electrical Demolition 26 03 00-5 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

1. Do not interrupt existing utilities serving occupied or operating facilities, except when authorized in writing by Authority and authorities having jurisdiction. Provide temporary services during interruptions to existing utilities, as acceptable to Authority and to governing authorities.

a. Provide not less than 72 hours' notice to Authority if shutdown of service is required during changeover.

3.04. PREPARATION

A. Conduct demolition operations and remove debris to ensure minimum interference with adjacent occupied and used facilities.

1. Do not close or obstruct adjacent occupied or used facilities without permission from Authority and authorities having jurisdiction. Provide alternate routes around closed or obstructed foot traffic ways.

2. Do not block required exits or stairways.

B. Conduct demolition operations to prevent injury to people and damage to adjacent facilities to remain. Ensure safe passage of people around selective demolition area.

3.05. DEMOLITION

A. Demolition of traction power equipment shall be performed in stages as described in the plans and herein the Specification. The Contractor shall remove and dispose, all 15 KV ac incoming cables, 15kv ac switchgear assemblies, rectifier transformers, rectifiers anode bus ducts dc switchgear assemblies, getaway cables, batteries and battery chargers ac and dc auxiliary equipment as noted on the drawings.

B. Wall Mounted Light Fixtures: Existing wall mounted light fixtures shall be completely removed. Remove fixtures without damaging the wall or other adjacent surfaces or construction. Disconnect from wiring carefully to avoid damaging the wiring and to facilitate installation, connection and operation of replacement light fixtures. Remove existing anchors, patch holes and perform other repairs as required to facilitate installation of the replacement fixture and provide for surfaces to align and match the existing adjacent surfaces.

C. Pole Mounted Light Fixtures: Existing pole mounted light fixtures shall be completely removed. Remove fixtures and fixture arms as required without damaging the existing poles. Disconnect from wiring carefully to avoid damaging the wiring and to facilitate installation, connection and operation of replacement light fixtures. Remove existing anchors, fixture arms and other items to facilitate the installation of the replacement fixtures. Perform repairs as required to facilitate installation of the replacement fixture and provide for proper installation of the new luminaires. Where indicated or required, cut down the height of the existing poles for optimum operation of the new luminaires. Provide and install accessories as required for proper and secure installation of the new fixtures including, but not limited to, new brackets, bolts, pole caps, etc.

1. Verify the structural integrity of each pole installation before and after alterations and installation of the new light pole head fixtures.

Electrical Demolition 26 03 00-6 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

D. Properly dispose of demolished items and materials promptly. On-site storage or sale of removed items is prohibited.

E. Repairs, patching and replacements due to damage by the Contractor are the complete responsibility of the Contractor.

END OF SECTION

Electrical Demolition 26 03 00-7 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

SECTION 34 21 01 GENERAL REQUIREMENTS FOR TRACTION POWER EQUIPMENT

PART 1 GENERAL

1.01 RELATED DOCUMENTS

A. Drawings and other specification sections apply to this section

1.02 SUMMARY

A. This section sets forth the conditions and technical requirements for the installation of traction power equipment.

B. Installation of traction power equipment shall include designing, manufacturing, testing, delivering, installing and commissioning the following:

1. 800 volt dc switchgear assemblies

2. RTU Cabinet

1.03 DESIGN AND PERFORMANCE

A. General:

1. 15kV ac switchgear line-ups, rectifier transformers, rectifiers and dc switchgear line- ups specified herein and shown in single line diagrams of the Contract Drawings, shall function as a complete coordinated package for normally unattended operation of the Authority's system. All components shall be sized and selected for safe, reliable operation. All material and equipment furnished shall be of the highest quality material, design, and workmanship.

2. The substation building design requires that 15kV switchgear line-up, rectifier transformers, rectifiers and 600 volt dc switchgear line-up specified herein shall be designed in such a manner as to permit easy installation for the equipment arrangement indicated on the Contract Drawings. It also sets forth certain limiting area dimensions which shall be maintained for the Authority’s usage exclusively and minimum clearance as required for Authorities safe operation.

3. All substation equipment shall be shipped in the largest assemblies which can be brought in through the equipment door and passage as shown on the drawings. Equipment dimensions shall be such that any piece can be removed from the building through this same door or passage in the future without dismantling other equipment. Final arrangement of equipment and manner of assembly and disassembly will be subject to the approval of the Authority.

4. The 15kV switchgear is an integral part of ComEd Company's 12,600 volt distribution system. The supplied 15kV ac switchgear shall be subject to approval by ComEd Company for this service.

B. Service Conditions:

1. The ac switchgear line-ups, rectifier transformers, rectifiers and dc switchgear line-ups herein will serve as supply for the CTA's rapid transit system in parallel with the existing traction power equipment installed at other locations. Individual rectifier load can be expected to vary from a 15 second peak near 450 percent full load current

General Requirements For Traction Power Equipment 34 21 01-1 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

rating during peak periods to a 30 minute near zero current during off-peak periods. High voltage spikes of either polarity from train operations may be transmitted to these substations through the interconnected-systems.

2. The ac supply for the rectification equipment will be taken directly from ComEd Company's 12,600 volt, 60 Hz, 3 phase ac system. Ultimately the X/R ratio is expected to be 15 and the interrupting capacity 500 MVA. Supply voltage at the ac switchgear bus in the substation can be expected to vary between a minimum of 10,800V ac and a maximum of 13,500V ac.

3. While it is not expected that this installation will present any harmonic or telephone interference problems, should such problems arise in the rectification equipment, Contractor shall give immediate and full engineering support in determining proper corrective measures including, preparation of the Specifications for additional equipment required, if any. The cost of these services shall be borne by the Contractor.

4. The noise level at any and all points, three feet from any and all of the equipment in the building covered by this Specification with any and all equipment energized for normal service, but with rectifiers unloaded, shall not exceed the following values:

Octave Band

a. 20 – 75 Hz 80 dB(A)

b. 75 – 150 Hz 75 dB(A)

c. 150 – 300 Hz 75 dB(A)

d. 300 – 600 Hz 72 dB(A)

e. 600 – 1200 Hz 68 dB(A)

f. 1200 – 2400 Hz 65 dB(A)

g. 2400 – 4800 Hz 55 dB(A)

h. 4800 – 10000 Hz 45 dB(A)

C. Proposed Control and Supervision:

1. The rectification equipment specified herein will normally be in continuous service. However, they shall be provided with control and supervision features such as to safeguard the various equipment and to permit both local and/or supervisory control.

a. The control schematics included in this Specification must be strictly adhered to. Deviations, if any, will not be permitted unless approved by the Authority.

b. Remote control panel to be added away from switchgear in parallel with regular controls.

2. Not all devices referred to are to be supplied under this specification nor are all devices to be furnished herein listed. These devices have been included in the discussion hereinafter so that the Contractor can have a better understanding of the integration of the equipment supplied with the overall control and supervision scheme. The actual equipment to be supplied under this Specification is listed herein. For purposes of this discussion, the following device numbers shall be used hereafter:

General Requirements For Traction Power Equipment 34 21 01-2 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

DEVICE NO. FUNCTION

1 Local control switch (START-STOP-PULL TO LOCKOUT). 3 Checking of interlocking relay 4 Master control relay. 4X Auxiliary master control relay 8 DC control power breaker or switch 26D1 Positive rectifier bank over temperature device – first step 26D1A Negative rectifier bank over temperature device – first step 26D Positive rectifier bank over temperature device – second step 26DA Negative rectifier bank over temperature device – second step 26H Rectifier over temperature detector positive or negative heat bank 26X Auxiliary relay to 26D and 26DA 27B Bus Under-voltage Relay 27 27L Line Under-voltage Relay 27 27BC Battery charger failure relay 30 Rectifier annunciator 32 Reverse current trip device 32P Polarizing coil for dc reverse current trip 33B Breaker truck position switch 33R Rectifier compartment door position switch 33T Rectifier transformer equipment door position switch 43 Rectifier permissive control switch (REMOTE-LOCAL) 49T Transformer winding over temp. device, first step 49TH Transformer winding over temp. device, second step 52 Rectifier ac breaker 52/CS/C Rectifier ac breaker control switch - CLOSE 52/CS/T Rectifier ac breaker control switch - TRIP

General Requirements For Traction Power Equipment 34 21 01-3 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

52M Rectifier ac breaker control switch – spring charged motor 52/TC Rectifier ac breaker shunt trip coil 52/TI AC breaker position switch - truck interlocking 64C Rectifier ground relay, hot structure 64X Rectifier ground relay, grounded structure 69 Breaker permissive control switch 72 Rectifier dc breaker 74 Trouble alarm relay 83 AC transfer switch 86 Lockout relay 86X Conditional lockout relay 89N Rectifier negative disconnect switch 95X, 95Y Blown diode fuse indicator 99Y Surge protection indicating relay 108 DC control power switch 108X DC control power switch, load measuring. 124 Bus tie ac breaker 129 Contactor for load measuring resistor 130 Station alarm annunciator 143 Incoming Line and Tie breakers permissive selector switch (AUTOCLOSE-OFF) 150 Impulse tripping relay 152 Incoming line ac breaker 164C DC switchgear ground relay, hot structure 164X DC switchgear ground relay, grounded structure 169 Permissive control switch (REMOTE LOCAL) 172 DC feeder breaker 172Y DC feeder breaker auxiliary relay 172Z DC feeder breaker auxiliary relay 174 Station trouble alarm relay 176 Direct acting series trip device 182 Solid state dc reclosing relay 182X Load measuring device auxiliary relay

General Requirements For Traction Power Equipment 34 21 01-4 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

183 Voltage measuring relay 186 DC feeder breaker cumulative lockout timing device 201 Supervisory close relay 201D Feeder Breaker Emergency Close 201X Feeder master relay indication relay 237 SCADA loss of dc backup supply 243 Supervisory control switch 269 Permissive control indication relay 283 SCADA loss of ac 286 Supervisory lockout relay 294 Supervisory trip relay 451 Microprocessor relay for directional overcurrent protection. Positive-sequence voltage-polarized phase directional element with memory for directional stability during phase faults. Ground, multiple phase, negative- sequence, neutral, and residual instantaneous line protection definite-time overcurrent elements with independent pickup time dial. (Line Protection and Bus protection) ) 551 Microprocessor relay for comprehensive overcurrent protection. Phase negative-sequence, residual ground, and neutral overcurrent protection in a compact package. Complete set of instantaneous, definite-time, and time-overcurrent elements. (Transformer and bus protection) EC Emergency close relay in RTU cabinet SD Smoke detector

3. Starting of rectifier shall be accomplished by energizing 4X. This shall be accomplished locally by operation of control switch 1 or remotely by supervisory control through operation of 201 or control switch 1 in remote position and the other rectifier of the substation tripped. The following shall prevent energization of 4X:

a. Loss of control voltage

b. Energization of 86 or de-energization of 86X

c. Remote lockout through operation of 286

d. Local operation of 1 to the PULL TO LOCKOUT position

4. Operation of 43 to the local position shall prevent energization of 4X except through operation of control switch 1.

General Requirements For Traction Power Equipment 34 21 01-5 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

5. Shut-down of rectifier shall be accomplished by de-energizing 4X. This shall be accomplished locally by the operation of control switch 1, automatically by the operation of 4 or loss of control voltage and remotely by supervisory control through operation of 286 or 294. The rectifier shall be shut-down by the operation of any of these devices regardless of the position of 43.

6. Energization of 4X shall cause 48 and 62T to time and closure of 52. Closure of 72 shall follow closure of 52 and operation of 62T. If the ac breaker-52 does not close within 5 seconds, 62T will time out and block the closure of dc rectifier breaker 72. Failure of 72 to close and remain closed within a normal length of time shall cause 48 to operate which shall result in lockout. Operation of 43 to LOCAL position will prevent operation of 48 as described above.

7. De-energization of 4X shall cause opening of 52, 72, and shut-down of that rectifier unit.

8. The following safety devices shall operate 86 and cause shut-down of the rectifier until 86 is hand reset. This type shut-down is termed LOCKOUT. (Loss of ac control power shall not cause operation of any of these devices):

a. Open door on rectifier diode negative switch compartment and positive 600V bus compartments (Device 33) or open enclosure on transformer.

b. Bus Undervoltage (Device 451).

c. Equipment overload detected by ac relays (Device 551).

d. Insulation failure between rectifier components and enclosure (Device 64C).

e. Incomplete starting sequence (Device 48).

f. Rectifier negative disconnect switch open. (Device 89N).

g. Supervisory (Remote) control lockout (Device 286).

h. Rectifier reverse current (Device 32).

i. Failure of two diodes (Device 95X).

9. The following safety devices shall cause operation of 86X and shut-down of the rectifier until the condition is corrected. This type shut-down is termed CONDITIONAL LOCKOUT.

a. Rectifier second step diode heat sink temperature (Devices 26D and 26DA).

b. Transformer second step high winding temperature (Device 49TH).

c. Loss of ac power (Device 27).

10. The following safety devices shall activate the device 74 and cause a TROUBLE ALARM only until the condition is corrected.

a. Transformer first step high winding temperature (Device 49T).

b. Rectifier first step high diode heat sink temperature (Devices 26D1 and 26D1A).

c. Insulation failure between rectifier enclosure and ground (Device 64X).

General Requirements For Traction Power Equipment 34 21 01-6 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

d. Rectifier surge diverters’ failure (Device 99Y).

e. Loss of one diode. (Device 95Y).

11. Local supervision shall be provided on each rectifier control cubicle in the form of a back lighted window annunciator (Device 30) to indicate operation of all safety devices listed in Subsections C.8, C.9 and C.10 above, and other power rectifier criteria as may be deemed essential by the rectification equipment Contractor. Audible alarm for annunciator shall be operable only when 43 is in LOCAL position.

12. Supervisory control will be provided to permit remote control and supervision of the following items. The Contractor shall furnish and connect the necessary contacts to terminal boards.

a. Incoming line breakers (Device 152) (Devices 201 and 294 for control and Device 152 for monitoring).

b. Bus tie breaker (Device 124) (Devices 201 and 294 control and Device 124 for monitoring).

c.

d. Start and shut-down of each rectifier (Devices 201 and 294 for control and 4X for monitoring).

e. Lockout shut-down of each rectifier (Device 286 for control and 4 for monitoring).

f. DC feeder breakers (Device 172) (Devices 201 and 294 for control, and 201X and 172 for monitoring).

g. Emergency close of dc feeder breakers (Devices 201 and 201D for control, and 201X and 172 for monitoring).

13. The supervisory shall be provided to permit remote supervision of the following items. The Contractor shall furnish and connect the necessary indicating contacts to terminal boards.

a. Rectifier dc breaker (Device 72).

b. Rectifier ac breaker (Device 52).

c. Trouble alarm (Device 74).

d. Positions of permissive control switch (Device 43 for monitoring).

Local supervision shall be provided on each dc switchgear auxiliary cubicle door in the form of a back lighted window annunciator, with minimum of twenty-four (24) windows (Device 130) to indicate the operation of SCADA cut-off switch, hot and grounded dc switchgear enclosure (separate points), auxiliary power transfer switches, line-1 and line-2 under voltage, loss of dc power in SCADA, battery voltage and other common functions of the Substation (Station alarm) (Device 174 for monitoring). Each of these annunciator points shall be equipped with an independent contact for auxiliary output. This contact shall open and close to follow field contact wired to terminal blocks for connections to SCADA RTU (See Section 34 21 05 for detail description).

General Requirements For Traction Power Equipment 34 21 01-7 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

14. The supervisory control shall be provided to permit remote telemetering of the following items:

a. Output current of each rectifier continuously (current transducer for signal).

b. Total substation output current continuously (sum of rectifier transducer outputs for signal).

c. DC bus voltage continuously (dc voltage transducer for signal).

d. DC feeder voltage and current of each feeder continuously (dc voltage and current transducers for signal).

e. AC bus voltage and ac line current of each ComEd line.

D. Protective Device Coordination:

1. The Contractor shall perform a relay coordination study and shall furnish protective devices in the traction power rectifier equipment as listed elsewhere in this part of Specification, or as may be required, to provide reliable coordinated protection for the system. All such devices shall be adjustable and shall be factory calibrated to provide the following general protective scheme.

2. Using protective devices on ac switchgear.

a. Pick-up of directional relay to trip ac incoming line feeder breakers on the faulted side of the incoming 12,600V ac line. (Device 451).

b. Pick-up of instantaneous element on short time relay to trip rectifier ac breaker for 12,600V ac circuit and rectifier transformer faults. (Device 551-T).

c. Pick-up of short time relays to trip rectifier ac breaker for rectifier transformer secondary and/or 600V dc feeder breakers for faults on dc feeders. It shall also provide coordination with the reverse current trip on the dc breaker of any one other rectifier operating in parallel (see Section 16605). (Device 551-T)

d. Relay pick-up time shall not be less than 7 cycles. (Device 551-T).

e. Approximately 15 seconds pickup of long time relays to trip rectifier ac breaker at 450 percent rectifier full load current (Device 551-T).

f. Approximately 60 seconds pickup of long time relays to trip rectifier ac breaker at 300 percent rectifier full load current (Device 551-T).

g. Two hours of long time relays to trip rectifier ac breaker at 150 percent rectifier full load current. (Device 551-T).

h. Programming/setting of all protective devices shall be performed by SEL trained and certified personnel.

3. Using protective devices on dc switchgear:

a. Pick-up of reverse current device to trip rectifier dc breaker for rectifier internal faults (Device 32). Coordination of protective devices shall prevent tripping of ac breaker on any rectifier operating in parallel for this condition (see Section 800 Volt DC Switchgear).

General Requirements For Traction Power Equipment 34 21 01-8 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

b. Pick-up of adjustable polarized discrimination and instantaneous trip devices to trip dc feeder breakers for dc feeder faults. The discriminating trip device shall have operating characteristics and adjustable ranges such as to trip for remote short circuits on the rails and discriminate against tripping for inrush on starting of trains insofar as possible. The instantaneous trip devices shall have operating characteristics such that ac breaker tripping shall not occur on dc feeder faults (Devices 150 and 176).

i. Load measuring and automatic re-closing features on dc feeder breakers will cause automatic re-closure as soon as the condition that caused tripping is corrected.

4. Using temperature devices on rectifier transformer:

a. Conditional lockout of rectifier following 150 percent of rectifier full load current for approximately 2 hours (Device 49TH).

5. Using protective devices on rectifier:

a. Individual current limiting fuse in series with each parallel silicon rectifier element to open for element failure. Provide indicating lamps and diode fuse monitor relays as may be required to indicate failure of either element or fuse.

b. Pick-up of thermal switches on heat sinks to trip associated ac and dc circuit breakers on heat sink high temperature due to any combination of excessive ambient temperature, reduced heat sink efficiency or excessive base load and load current including short circuits, that would result in failure of rectifier elements and/or fuses before other protective devices on ac and dc switchgear could operate (Device 26D).

E. Relays and Devices:

1. The type of relays and devices used in the control and supervision of the supplied equipment shall have proved successful in similar application over at least a 5 year period of use.

2. All control and instrument switches shall be rotary type provided with properly designated black escutcheon plates, clearly marked with white letters to show operating position. Breaker control switches shall be spring return. Instrument switches shall have an "OFF" position. Handles shall be solid colored plastic, or approved equal. Selection of operating handles shall be as follows:

a. Breaker Control Pistol grip, black

b. Permissive Control Oval, black

c. Instrument Knurled round, black

d. Pistol grip control switches shall be G.E. type SBM or approved equal

3. All control and auxiliary relays shall be suitable for use in switchgear equipment as defined in the latest issue of ANSI C37.90. Operating coils for direct current relays shall be suitable for continuous operation between 90 volts and 145 volts dc and alternating current relays between 85 percent and 110 percent of nominal rating.

General Requirements For Traction Power Equipment 34 21 01-9 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

4. All indicating lights shall be LED high output and shall operate with sufficient intensity between 90-145 volts dc. LED shall be visible under 50 fc operating floor lighting and shall not suffer premature failure from battery float or equalize voltage. LED samples of all colors used shall be furnished to CTA for evaluation and approval, prior to installation on the equipment.

5. All indicating instruments shall be semi-flushed mounted and shall have metal scales with black figures on a white background. They shall be approximately 4-1/4 inch in size, have taut band suspension, and be of 250-degree scale design.

6. DC control power for each circuit breaker cubicle in 15kV ac switchgear line-up and in 800 volt dc switchgear line-up shall be provided through sub dc distribution panels. These will be located in the tie breaker cubicle for the ac switchgear line-up and in the auxiliary cubicle for the dc switchgear line-up. A separate circuit breaker from the sub dc distribution panels shall be assigned for the control, tripping, metering and relaying circuits of each breaker cubicles of ac and dc switchgear line-ups.

7. The sub dc distribution panels shall be rated for 125 volt dc supply for a 2 wire system with a short circuit rating of 10,000 amperes. The circuit breakers shall be 30 amperes, 2-pole thermal magnetic type. The main bus shall be rated at 100 amperes copper sized in accordance with UL Standard. The construction of the panels shall be similar to ones described in Section “DC Distribution Panel” of this specification.

8. All fuses and disconnect switches for ac and dc control circuits shall be manufactured in the United States and shall be located in such a position that they are easily and safely accessible. In dc switchgear cubicles, all 600 volt fuses shall be mounted in enclosed fuse blocks and installed in the rear compartments. Minimum current interrupting capability shall be 20,000 amperes at 1000 volt dc, with an L/R ratio of 0.05 sec. Minimum voltage rating shall be 600 volt dc for 125 volts and below. All control and monitoring circuits connected to 600 volt dc system shall be rated 1000 volt dc.

9. All devices such as fuses, meters, relays, switches and lamps shall be suitably identified by plastic tags with black letter on white background and device symbol, and in case of fuses, rating and circuit feed. Identify polarities of fuses and switches. The tags shall be mounted under device with machine screws. Use of self trappings screws, rivets or adhesives will not be permitted.

10. Each circuit and panel-mounted device shall have a suitable processed plastic nameplate with black letters on white background for proper identification. Nameplate shall be of 1/16 inch thickness and type for specific use and shall be smooth with 0.003 inch Melamine covering as manufactured by Duralith Corp., or approved equal. Each circuit nomenclature will be specified later. Lettering shall be 1/4 inch in height where possible. The nameplates shall be mounted with machine screws. Use of self tapping screws, rivets or adhesives will not be permitted.

11. Approved tags, identifying dc feeder breaker sections, rectifier dc breakers, ac switchgear units, rectifier transformers and rectifiers shall be provided. Front and back tags for dc breaker sections, rectifier dc breakers and rectifiers shall be 14 inches by 6 inches by 1/8 inch, 3 layers plastic with sunlight yellow surface color on both sides and black center core (black lettering). Front and back tags for ac switchgear units and rectifier transformers shall be 17½ inches by 3½ inches by 1/8 inch, 3 layers plastic with cardinal red surface color on both sides and white

General Requirements For Traction Power Equipment 34 21 01-10 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

12. center-core (white lettering). The letter size and nomenclature shall be as shown on the Authority’s standard drawing. The tags shall be mounted with machine screws. Use of self tapping screws, rivets or adhesives will not be permitted.

13. Adjustable lugs on tubular resistors of 1.125 inches diameters shall be Ohmite Manufacturing Co., double-thumb screw adjustable lug, Catalog No. 2160, or approved equal. Adjustable lugs on tubular resistors of 0.438; 0.563; 0.750; 1.500; 1.625 and 2.500 diameters shall be Ohmite silver contact, bake-lite knob type Catalog Nos. 2163, 2165, 2167, 2183, 2187 and 2191 respectively, or approved equal. Adjustable lugs of .313 diameter shall be Ohmite silver contact screw driver type catalog No. 2161, or approved equal.

14. Rectifier annunciators (Device 30) shall be of the back lighted window type Seekirk A1600 series or approved equal.

15. All terminal blocks shall be heavy duty Marathon series 1500, GE type EB-5 or approved equal.

16. All control switches shall be pistol grip GE type SBM, Electro Switch, or approved equal.

F. Miscellaneous:

1. Bolted joints of current carrying members shall be provided with proper spring tension devices to maintain proper joint pressure under load (heat) cycles. For copper to copper joints use Everdure hardware or approved equal, for aluminum to aluminum joints use Belleville washers or approved equal.

2. Copper to aluminum bolted joint shall not be allowed.

3. Cable and control wires shall be copper, and shall meet the requirements of the Chicago Electrical Code.

4. Wiring shall be clearly identified using white plastic slip-on markers with etched black lettering. The marker diameter shall be consistent with the wire diameter to insure a snug fit, but yet able to be rotated for identification.

5. Device layouts shall provide safe visibility and easy access to all terminal blocks, fuses, switches relays, other miscellaneous devices and their associated wiring without reaching into blind spots and/or physically climbing into the enclosure. All devices such as fuses, switches, terminal blocks, etc. shall be mounted within 18 inches from the face of the cubicle, accessible for operation and maintenance. All fuses and disconnects shall be mounted in rear cubicles. Any device layout which is judged not to be safely maintainable will be rejected.

6. Serviceability under NFPA70E rules shall be taken into consideration for equipment layout with the intent of minimizing arc blast exposure and protective clothing requirements. Furthermore, all equipment shall have appropriate arc blast warning labels attached.

7. Transducers shall be fused separately.

8. Equipment enclosures shall be fabricated in such fashion as to provide sturdiness, durability and neat appearance. Structures shall provide adequate rigidity to prevent warping, bonding and vibration of panels and doors. Where required, heavier gauge metal and/or extra stiffeners shall be used to insure that doors, panels and

General Requirements For Traction Power Equipment 34 21 01-11 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

appurtenant mountings do not bend or rattle when being accessed for maintenance or, in case of breaker cubicles, when breakers are opened or tripped.

9. Equipment dimensions on drawings will be shown in U.S Standard System in feet and inches (non-metric scale).

10. Wiring terminals shall be ring style compression type.

1.04 RECTIFICATION EQUIPMENT DRAWINGS AND DESIGN CONFERENCE

A. Bidder shall submit with the proposal a statement that the equipment to be furnished will not exceed the dimensions shown on the Contract drawings.

B. Schematic and wiring diagrams shall be prepared utilizing ANSI-IEEE standard device symbols and nomenclature as defined and listed in IEEE Standard C37.2 except where specified otherwise herein. Terminals and terminal block studs shall be clearly marked on all equipment and the markings shall agree with the drawings. All components on the drawings shall be marked to indicate size and rating.

C. All diagrams, drawings and instruction material shall be prepared utilizing the latest issue of AutoCAD in English language and U.S. Standard system of weights and measures. All drawings shall be 24 inches x 36 inches overall. The equipment layout drawing shall be drawn to 1/4 inch = 1 foot-0 inch scale. A bar chart (graphic scale) shall be provided on all equipment layout drawings.

D. The equipment manufacturer shall start detail design and drafting work for all equipment immediately upon Award of the Contract and shall process design work to completion without delay and without regard to normal manufacturing schedule, to permit timely rectification equipment installation.

E. Within sixty (60) days after Notice to Proceed, there shall be a design conference at the equipment manufacturer's facility, which shall be attended by CTA' personnel and their authorized agents. A sample agenda for the design conference has been included as Appendix A of the specification.

F. During the Design Conference the Contractor shall provide the following:

1. Certified-outlined dimensions and weights of all major items of equipment, namely:

a. 800 Volt DC Switchgear

b. RTU and Communication Cabinets

2. A list of any and all items the Contractor proposes to substitute for items listed in the Specification. Each proposed item of substitution must be supported by the following information:

a. Device name, catalog number, and device number as shown on the Contract Drawings.

b. Technical and descriptive literature of device.

c. Schematic diagram of device down to component level.

d. Reason for substitution.

General Requirements For Traction Power Equipment 34 21 01-12 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

3. Outline of all tests to be performed in his factory or in factory of his supplier.

4. Name of testing laboratory which will perform the tests that cannot be conducted in the Contractor's or the Contractor's Supplier's factories.

5. Legitimate cause of request for the extension of any test report which cannot be submitted within thirty (30) days after the day the test is performed.

6. A list of all problems or conditions which require clarification.

7. The Contractor shall post on CTA's management web site as well as submit six (6) copies for the CTA's approval, the detail minutes of the design conference including all the documents that were submitted by the Contractor during the design conference.

G. Design Conference Cost:

1. Any transportation (air-coach class, and any other necessary) and first class lodging required outside the Chicago Metropolitan area by the CTA personnel, their authorized agents, or their authorized consultants and a representative from CPM, which are necessary to accomplish the satisfactory inspection of this Contract shall be paid by the CTA and not be included in the bid price. It is anticipated that one trip for 7 persons and lodging for 5 days and 4 nights will be required for conference.

H. Shop Drawings:

1. Post on CTA's project management website as well as submit six (6) copies of each of the following drawings to the CTA's for review after award of the Contract as scheduled hereinafter. The CTA's review will be general and will in no way relieve the Contractor from fulfilling all of his obligations and/or guarantees. All equipment outlines, plans and section drawings shall be drawn to scale.

2. Within sixty (60) days after Notice to Proceed:

a. Certified outline drawings indicating overall dimensions, aisle space requirements, location of control and protective devices on panels, and reference tables to furnished.

b. Certified floor plans showing dimensions necessary for installing equipment, equipment base details, and entrance available for main and control cables.

c. Certified section views of each non-identical unit showing bus and equipment locations and location of outgoing power and control terminals. Drawings must be in sufficient detail to illustrate accessibility for maintenance and for adjustments while energized.

d. Single line diagram showing all main connections and protective devices, and the location of all current, potential, and auxiliary devices, with the devices energized by them.

e. Schematic diagram of transformer, rectifier, ac and dc circuit breaker controls and alarms - these shall include ac schematic and dc elementary diagrams of all circuits.

f. Internal connection diagram of devices (as may be shown separately).

General Requirements For Traction Power Equipment 34 21 01-13 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

g. External wiring diagrams for all the equipment furnished for all the Traction power substation work.

h. Time vs. current curves for all ac and dc breakers.

3. Within thirty (30) days after return of schematic diagrams marked "Approved”, "Approved as Noted", and "Revised and Resubmit" the Contractor shall resubmit the revised drawings, including:

a. Connection diagrams of each non-identical unit showing the following:

i. Internal wiring. ii. Terminal arrangement and marking for each outgoing power and control terminal.

b. Interconnection wiring diagrams showing the external connections between each piece of equipment furnished for the traction power substation work. Interconnection wiring diagrams shall show the terminal blocks of each individual unit and interconnection of each piece of equipment. The interconnection wiring diagram and the wire shall be identified with the wire color, the cable number, destination location and terminal block number, wire identifier and originating terminal block number.

c. Equipment nameplate data.

d. Instrument transformer ratio, phase angle and excitation characteristic curves.

4. Protective Device Coordination Curves.

a. Coordination curves shall be submitted electronically within 120 days after notice to proceed, showing relay and direct acting trip device coordination for all equipment furnished hereunder.

b. Coordination curves shall include plot of rectifier design capability and shall clearly indicate actual margin of coordination (from breaker trip to design capability) at each of 150 percent, 300 percent and 450 percent full load current and short circuit, taking into account aerating due to current imbalance and loss of one leg in each phase.

c. Final coordination will be subject to the Authority's approval.

I. After final review, and prior to the construction, of all drawings in the latest issue of AutoCAD format diagrams, material lists, recommended support parts shall be issued for the construction.

J. Test Costs:

1. Prior to shipping of equipment, numerous factory tests will be required as covered in Sections 34 21 11, “Traction Power Equipment Testing” of the Specification.

2. Any transportation (air-coach class, and any other necessary) and first class lodgings required outside the Chicago Metropolitan area by the Authority’s personnel, their authorized agents or their authorized consultants which are necessary for testing and to accomplish the satisfactory inspection of this contact shall not be included in the bid price. The cost of witnessing the initial tests will be paid by Authority.

3. Following is the anticipated number of personnel and length of lodging for the tests:

General Requirements For Traction Power Equipment 34 21 01-14 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

Test Number of CTA Lodging Personnel Days

DC Breakers 5 3

4. If additional trips are required due to problems developed because of the negligence of the Contractor, the cost of those trips shall be borne by the Contractor.

1.05 EXPERIENCE

A. The Contractor shall submit sufficient evidence that the equipment manufacturer has a minimum of 5 years current experience in the successful manufacture of silicon rectifier conversion equipment for rapid transit substation systems and equal experience as prime equipment Contractor for rapid transit conversion substation systems, or the Contractor shall demonstrate, to the satisfaction of the Authority, that he has equivalent experience or knowledge.

B. The Bidder shall submit sufficient evidence that the manufacturers of the subcontracted major equipment have a minimum of 5 years current experience in successful manufacture of the generic type of equipment proposed.

C. The Bidder shall submit sufficient evidence that the equipment of the subcontracted manufacturers, by generic type, have been used successfully by the Bidder for rapid transit conversion substation systems for at least 5 years, or that this equipment is presently being used successfully in CTA substations.

D. Evidence submitted shall include a list of users name, telephone number and length of time in service.

E. The right is reserved to reject bids when, in the opinion of the Authority, insufficient evidence is submitted to establish the experience requirements of this specification.

PART 2 PRODUCTS – NOT USED

PART 3 EXECUTION

3.01 SUMMARY OF WORK

A. Traction Power Removal Summary Of Work

1. Traction power removal includes providing all labor, material, apparatus, equipment and services necessary to disconnect , remove, delivery, and storage of electrical and traction power items which are affected by or rendered obsolete by demolition work.

2. Items being removed which are salvageable and serviceable shall remain the property of the Authority and shall be stored by the Contractor in locations where directed by the CTA. Items of doubtful classification shall be reviewed with the Authority’s representative prior to disposal of same to determine their disposition. Care shall be exercised in the removal of these items to avoid damage.

3. Traction power equipment to be removed by CTA and retained by CTA.

B. Traction Power Installation Summary Of Work

1. Traction power installation includes providing all labor, material, apparatus, equipment and services necessary to design, manufacture, test, deliver, install and commission

General Requirements For Traction Power Equipment 34 21 01-15 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

new equipment at 18th substation as detailed in the Plans and summarized in the following:

2. 800 volt dc switchgear assemblies

a. Construct new 800 volt DC switchgear consisting of railway feeder breakers and control wiring as shown on the drawings.

b. Install new dielectric flooring below and around new DC switchgear as shown on the drawings.

c. Fully construct the new DC switchgear at the location as shown on the drawings.

END OF SECTION

General Requirements For Traction Power Equipment 34 21 01-16 2014-0019.01 ISSUED FOR BID CTA – EAST LAKE, MILWAUKEE, 2016-06-20 ILLINOIS SUBSTATION UPGRADES

APPENDIX A DESIGN CONFERENCE AGENDA

General Requirements For Traction Power Equipment 34 21 01-17 2014-0019.01 ISSUED FOR BID CTA – EAST LAKE, MILWAUKEE, 2016-06-20 ILLINOIS SUBSTATION UPGRADES

APPENDIX A DESIGN CONFERENCE AGENDA

A. FACTORY TOUR

1. Observe fabrication of existing orders.

2. Observe engineering capabilities.

B. GENERAL REQUIREMENTS

1. Review project job schedule so everyone understands the need for specified schedules of engineering, drawings, manufacturing, delivery, installation, test, checkout, and startup.

2. Establish and identify the following:

a. Overall Project Manager b. Project Coordinator c. Chief Rectifier Engineer d. Contracts Engineer e Substation Design Engineer f. DC Switchgear Engineer g AC Switchgear Engineer h. Transformer Engineer i. Battery equipment Engineer

3. Set up procedure for design communications and chain of responsibility for:

a. Chicago Transit Authority b. Equipment Supplier c. Contractor d. Review time for communication response e. Internet Web based project management system. (e-Builder)

4. Review procedure for issuance and approval of Shop Drawings including, but not limited to:

a. Number, size and type of drawings. Title blocks. b. Approval time and schedule c. Compliance approval and release for manufacturer. d. Identification and marking of drawings e. Shop Drawing Schedule related to construction and installation schedules

5. Discuss possible methods of shipment, protection, schedule of shipment, breakdown of equipment with shipping splits, and coordination of equipment delivery to installation contractor.

6. Discuss each type of equipment being furnished and design data and calculations required by Specifications. Discuss installation Hold Points.

General Requirements For Traction Power Equipment 34 21 01-18 2014-0019.01 ISSUED FOR BID CTA – EAST LAKE, MILWAUKEE, 2016-06-20 ILLINOIS SUBSTATION UPGRADES

7. Discuss basic design data needed to proceed with installation specifications and drawings for substation buildings and services.

8. Discuss questions and specification relative to mode of operation, maintenance, support equipment, availability of support equipment, operations and maintenance manuals and data.

9. Review procedure and preliminary data for factory tests, in-line tests on equipment to insure a common basis for comparison of rectifier characteristics.

1. Establish location, sequencing and timing for these tests.

a. AC& DC switchgear b. Anode bus duct c. Rectifier d. Transformer e. In-line f. Require approved test procedure and final drawings 3 weeks (min) prior to testing

10. Review test result reports with essential calculations and data required.

11. Review procedure for approval and acceptance of factory, in-line, and other tests.

12. Review procedure and schedule for field testing, checkout and startup.

13. Requirements of manually operated control devices.

14. Indicating lamps shall be as specified.

15. Confirm addendums received, if any.

16. Schematic and wiring diagrams shall be as per CTA format.

17. Fuses for control circuits shall be 600 volts minimum for 125 VDC and below and 1000 VDC for all other circuits and shall have a minimum current interrupting capability of 20,000 amperes at 1000 VDC, with an L/R ratio of 0.05 seconds.

18. Submit data as to proposed control relays and devices for rectifiers, AC and DC switchgear, etc.

19. Bolted copper bus connections shall be silver plated. Bolted aluminum to aluminum connections shall be nickel plated.

20. All wire and cable shall be copper and in accordance with the Chicago Electric Code.

21. All indicating instruments shall be semi-flush mounted, taut band suspension, etc. or as approved in writing by the CTA.

22. Device identification as specified.

23. Discuss Checklists

General Requirements For Traction Power Equipment 34 21 01-19 2014-0019.01 ISSUED FOR BID CTA – EAST LAKE, MILWAUKEE, 2016-06-20 ILLINOIS SUBSTATION UPGRADES

C. DETAILED LIST OF DISCUSSION POINTS:

1. Transformer-Traction VPE Dry Type

a. Certified dimensions and weight b. No-Load losses c. Outdoor vs. Indoor enclosure 1.Outdoor vents 2. Blowing snow protection 3. Heaters d. Location of bus duct and bus duct support, no external supports e. Location of incoming primary cables, coordinate with drawings f. Location of control cable entrance, coordinate with drawings g. HV compartment and barrier h. Access i. Lifting and jacking points j. Testing requirements

2. Transformer-Auxiliary Control Power

a. Certified dimensions and weight b. Construction type c. Size d. Ventilation requirements. e. Access f. Disconnect means g. Testing requirements

2. Anode Bus

a. Bus size, spacing, bracing, and configuration. b. Dimensions and construction details, including weight. c Duct supporting means-no external supports d. Location with respect to transformer and rectifier. Minimum distance between transformer and rectifier shall be 6 feet. e. Shipping split sections. f. Location of insulated section of bus duct. g. Heaters h. Discuss testing as per specifications.

3. Rectifiers

a. Certified base dimensions, mounting details, clearance dimensions, and weight. b. Location of negative cable entrance – top and bottom, coordinate with drawings c. Location of positive cable entrance – top and bottom, coordinate with drawings d. Location and detail of anode bus takeoff and supporting means-no external supports e. Location of control cable entrance, coordinate with drawings f. Location of control (and negative disconnect switch) equipment. Need physical barrier between control and power sections. g. Location of ground fault relay for ground connection. Ground detector must function without damage up to 800 volts above ground. h. Details of rectifier cooling configuration. i. Details of surge protection circuitry.

General Requirements For Traction Power Equipment 34 21 01-20 2014-0019.01 ISSUED FOR BID CTA – EAST LAKE, MILWAUKEE, 2016-06-20 ILLINOIS SUBSTATION UPGRADES

j. Details of diode current balancing circuitry. k. Number of diode legs per phase. l. Review of coordination curve. m. Review data and calculations required under Specifications. n. Details of recommended handling procedure. o. Details and arrangement of floor insulation system, levelness, flatness and anchoring system. p. Thickness of floor insulation to be considered in developing the dimensions of bus duct. q. Detail for removal and replacement of diodes for maintenance. r. Cable supports for 1500 MCM cables. s. All rectifiers have specified number of annunciator targets. t. Details of construction of rectifier. u. Interchangeability of diodes, fuses, interconnecting links without affecting current balance. v. Diode assembly keying to prevent interchange of incorrect assemblies. w. How is correct diode clamping established to insure against uneven pressure on diode relative to heat sink. x. Discuss type and arrangement of diode heat sink thermal devices. y. Matched diodes not acceptable for satisfying current balance requirements. z. Rectifier assemblies shall include hinged doors with rubber gasketed safety glass panes or equivalent and all sections. aa. Identify the rectifier 89N switch contractor proposes to use. bb Discuss snubber circuit.

4. AC Switchgear

a. Certified base dimensions, mounting details, clearance dimensions and weight. b. Location and dimensions of power cable entrance, coordinate with drawings c. Location and dimensions of control cable entrance, coordinate with drawings d. Location and detail of ground connections. e. Location for dc control power connections. f. Detail of auxiliary transformer compartment. g. Detail of line metering compartment. h. Shipping section splits. i. Detail of test cabinet. j. Standard control schematic. k. Detail of bus tie compartment. l. Discuss detail of ComEd delivery of metering current and potential transformers. m. Discuss details of SEL relays and relaying scheme. n. Discuss details of auto-transfer scheme. o. Discuss anchoring method p. Discuss ComEd requirements

5. DC Switchgear

a. Certified base dimensions, mounting details, clearance dimensions, and weights. b. Location and dimensions of power cable entrance, coordinate with drawings. c. Location and dimensions of control entrance, coordinate with drawings. d. Location for and type of relays used in feeder breaker reclosing and ground detection schemes. e. Discuss feeder section control circuits. f. Locations for and size of load measuring resistors and discuss load measuring scheme. g. Test cabinet shall be integral with auxiliary cubicle.

General Requirements For Traction Power Equipment 34 21 01-21 2014-0019.01 ISSUED FOR BID CTA – EAST LAKE, MILWAUKEE, 2016-06-20 ILLINOIS SUBSTATION UPGRADES

h. Shipping sections split. i. Details of isolation insulation between units switchgear anchoring method. j. Standard control schematics. k. Details for auxiliary compartment and umbilical cord operation. l. Discuss switchgear wire. m. Confirm that contractor will supply redundant over-current trips for feeder breakers and redundant reverse current trips for rectifier breakers. n. DC feeder cables to be 1500 KCM stranded cable with EPR insulation. Cable supports shall be provided, so that cables are supported when disconnected. o. All control circuits to be D.C. No inverter (D.C. to A.C.) is allowed. p. Certification of all ratings required for D.C. breakers. q. Short circuit study r. Cable isolating links s. Mezzanine ceiling height at East Lake

6. Battery, Chargers, and Racks

a. Establish size for each substation. b. Battery rack - 2 step c. Battery type and construction

7. Interconnections

a. Wire identification, include cable number, destination location and terminal number, wire identifier and originating terminal block number. b. Discuss Hold Points

D. OPEN DISCUSSION

1. Identify potential conflicts between contract requirements and equipment supplied 2. Identify potential risks during factory and field testing and contingency plans 3. Open discussion

END OF SECTION

General Requirements For Traction Power Equipment 34 21 01-22 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

SECTION 34 21 05 TRACTION POWER 800 VOLT DC SWITCHGEAR

PART 1 GENERAL

1.01 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 01 Specification sections, apply to this section.

1.02 SUMMARY

A. This section covers the requirements for designing, manufacturing, testing, delivering and commissioning indoor metal clad draw-out type 800 volt dc switchgear for 600 volt dc supply at the Authority’s traction power substations.

B. The switchgear will be supplied directly from the rectifiers and will serve as the dc traction power supply to the traction feeders.

C. Related Sections: The following sections contain requirements that relate to this section:

1. Section 34 21 01, General Requirements for Traction Power Equipment.

2. Section 34 21 09, Traction Power Support.

3. Section 34 21 10, Traction Power Equipment Installation.

4. Section 34 21 11, Traction Power Equipment Testing.

1.03 SUBMITTALS

A. Furnish submittals in accordance with Division One Section, Submittals and Section 34 21 01, General Requirements for Traction Power Equipment.

1.04 QUALITY ASSURANCE

A. Contractor is solely responsible for the quality control of the work and shall comply with the requirements in Division One sections as well as all the regulatory requirements.

1.05 DELIVERY, STORAGE AND HANDLING

A. Deliver and store materials in manufacturer’s original packaging. Store materials in climate controlled and protected dry locations off ground in accordance with manufacturer’s instructions. Follow handling procedures approved by the manufacturer.

PART 2 PRODUCTS

2.01 TECHNICAL REQUIREMENTS

A. The circuit breakers shall be 800 volt dc, single pole, air break, draw-out type without negative disconnecting device and shall be of semi-high or high speed classification suitable for operation on a system load bus supplied directly from up to four (4), 600 volt dc rectifiers operated in parallel. The circuit breaker in each rectifier circuit shall either be capable of withstanding a fault on the 600 volt dc bus until ac relays switch off the rectifiers, ac switchgear, or tripping a device which will protect the circuit breaker from damage under bus fault conditions. The operating mechanism shall be suitable for operation from the 130V volt dc supply and shall be electrically and mechanically trip free. The register type operations counter shall be mounted on the removable element.

Traction Power 800 Volt DC Switchgear 34 21 05-1 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

B. The breaker tripping devices shall be furnished as required to provide reliable coordinated protection for the system. They shall have operating characteristic and adjustable ranges such as to trip for faults as outlined in Section 34 21 01, General Requirements for Traction Power Equipment. Range of trip settings shall be as specified in detail Specifications and calibration scales shall be calibrated covering full range of adjustable setting.

1. Circuit breakers shall be provided with an under-voltage trip device which is magnetically held by flux produced by control power current which mechanically trips the circuit breaker upon reduction of control power voltage to 70 volt dc.

2. The mechanically latched dc circuit breakers which require control power for any part of an instantaneous over-current or reverse current trip arrangement shall be provided with a second over-current (reverse current) trip arrangement. The redundant instantaneous over-current (reverse current) trip arrangements shall independently sense magnitude of circuit breaker current and may each utilize control power for their tripping arrangement but they shall have their own separate electrical component and they shall not share any common electrical components with the first overcurrent and reverse current arrangement. One of the two tripping arrangements may utilize the under voltage trip device to effect circuit breaker tripping. The discriminating trip equipment will not be acceptable as the second tripping arrangement specified above. However, the discriminating trip equipment may utilize a current sensor and trip coil in common with either of the required redundant instantaneous over-current (reverse current) trip arrangements and may utilize the under-voltage trip device to effect circuit breaker tripping. The discriminating trip device will have a separate counter. Each of the redundant instantaneous over-current (reverse current) trip arrangement shall provide the overall coordination as outlined in Section 34 21 01, General Requirements for Traction Power Equipment.

a. If a high speed trip box is furnished with the breaker, the coil and sensor monitoring circuits shall be furnished with the high speed trip box. High speed trip devices shall not utilize high voltage capacitors to store energy. These circuits must be approved by the Authority.

b. For the dc feeder circuit breakers the required second over-current tripping arrangement shall be a solid state trip device, a current magnitude sensing non-polarized relay which shunt trips or under-voltage trips the circuit breaker, or other arrangement in conformance to these Specifications which is approved by the Authority.

i. Tripping for the redundant over-current arrangement shall be adjustable in the range of 8,000 amps to 24,000 amps of primary current. Long time delay over-current tripping arrangement shall also be provided for dc feeder breakers, adjustable between 50 percent and 100 percent of feeder breaker rating and time delay adjustable range up to 3 minutes. ii. Time vs. Amps curves shall be supplied.

c. Unless it can be established that the reverse current trip is fail safe for the rectifier dc circuit breakers, the second reverse current tripping arrangement is required) which may be a polarized solid state device, a current sensing polarized relay which would shunt trip or under voltage trip the rectifier circuit breaker, or provide other arrangement in conformance to these Specifications which is to be approved by the Authority.

3. The circuit breakers which are magnetically latched shall be latched by flux produced from control power and tripped by interaction between this flux and flux produced by circuit breaker primary current.

Traction Power 800 Volt DC Switchgear 34 21 05-2 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

a. For the feeder dc circuit breakers, the magnitude of latch flux shall be such that at least 30,000 amperes of primary current are required to cause tripping shift of flux. The circuit breaker tripping arrangement shall not be responsive to rate of rise of primary current. The control power current for the magnetic latch shall not exceed 500 milliamperes. The dc feeder circuit breakers shall be provided with a second tripping arrangement which is easily adjustable to cause tripping between the limits of 8,000 and 24,000 amperes of primary current. This second tripping arrangement shall be a solid state trip device which electrically trips the circuit breaker, a current magnitude sensing non-polarized relay which shunt trips the circuit breaker, or other arrangement in conformance to these Specifications which is approved by the CTA. The rate of rise discrimination equipment will not be acceptable as the second tripping arrangement specified above but may utilize a common trip coil. Long time delay overload trip devices shall be adjustable between 50 and 100 percent of breaker rating and must have time delay adjustable range up to 3 minutes.

b. For the rectifier dc circuit breaker, the magnitude of latch flux shall be at least 200 percent of the minimum value required for successful closing of the circuit breaker without primary current. The circuit breaker tripping arrangement may be responsive to rate of rise of reverse current by use of inductive shunts or other means. The control power current for the magnetic latch shall not exceed 500 milliamperes.

C. The dc circuit breakers shall have peak current, momentary current, short time current and short circuit current ratings per IEEE Standard C37.14, required for operation in a substation with the number of rectifiers, of the size and type herein specified in operation. The specified short circuits are those applied to the load terminals of dc feeder circuit breaker and to the load terminals of the rectifiers.

1. The preferred ratings and test circuit values fot high speed and semi-high speed shall be Table 10 of IEEE Standard C37.16. The dc circuit breakers which limit peak value of short circuit current shall have short circuit current rating equal to or greater than the maximum available prospective peak short circuit current and maximum available rate of rise of short circuit current under the short circuit conditions specified. The short circuit rating of the circuit breaker with delayed tripping shall not be less than 100,000 amperes.

2. The dc circuit breakers which do not limit peak value of short circuit current shall have short circuit current rating equal to or greater than the maximum available short circuit current during short circuit interruption under the short circuit conditions specified.

3. The dc rectifier circuit breakers shall have momentary current rating which is equal to or greater than the maximum available peak circuit breaker current with a short circuit at the load terminals of the circuit breaker.

4. The dc rectifier circuit breakers shall have short time current ability which is equal to or greater than the maximum RMS value of available circuit breaker current during a period of 250 milliseconds following application of short circuit to the load terminals of the circuit breaker. The short time current ability is defined as the designated limit of available RMS current which the circuit breaker can carry for a period of 250 milliseconds, without impairing the circuit breaker's ability to carry rated current without thermal runaway.

5. The dc feeder circuit breakers which do not limit the offset peak of short circuit current with fastest acting tripping arrangement provided shall have momentary current rating no less than the maximum peak value of maximum available short circuit current. The

Traction Power 800 Volt DC Switchgear 34 21 05-3 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

momentary current rating is defined as the peak value of current which the closed circuit breaker can withstand without impairing the circuit breaker's ability to meet its continuous current rating.

6. The dc feeder circuit breakers which limit peak value of short circuit current with fastest acting tripping arrangement provided shall have a momentary current rating no less than 125,000 amperes.

7. All dc circuit breakers shall be rated to successfully dissipate the maximum value of energy stored in system inductance during circuit breaker arcing under the short circuit conditions up to 2.5 miles distant and greater than 60msec. circuit time constant.

D. The circuit breaker close and trip circuit leads shall be wired through a plug-in type disconnect device mounted on the removable element arranged to isolate normal local and remote control, including the dc source, from the breaker mechanism and permit local breaker operation from a plug-in type control station while in connected position and when removed from the cubicle. Breaker shall be arranged to trip automatically upon operation of any of its normal protective devices while under control of the plug-in type control station when the breaker is in the connected position in the cubicle. The plug-in control station shall be separately fused from the dc control bus.

E. The normal control equipment and circuits, whether mounted on the compartment door or other portion of the stationary unit structure, must be physically accessible and so connected as to permit testing and/or maintenance of relays and control circuitry in de-energized condition while the circuit breaker is in it connected position and under the control of the plug-in type control station. The wiring to the umbilical cord receptacle on the breaker and door of the auxiliary cubicle shall be individually insulated, using insulating sleeves at pins to prevent shorts.

F. All combination fuse disconnects shall be fully enclosed and mounted in the rear cubicles. The fuses shall be installed in enclosed fuse blocks and shall be draw-out or removable type.

G. Padlockable hinged doors shall be provided at front and rear of each circuit breaker unit suitable for mounting relays, meters, instruments and control devices. Doors shall be formed of sheet steel and shall be properly reinforced against distortions by suitable flanges and stiffening members. Hinges shall be heavy duty of a type approved by the Engineer. Full height doors shall be securely fastened in the closed position with a minimum of three latches and easily opened without the use of tools. For doors less than the full height of the equipment, a minimum of two latches will be acceptable. Doors shall be provided with stop positions, 90 degrees and 110 degrees to hold them securely in the open position. Door stoops shall be reachable without using a ladder. With the front door of any compartment in the 90 degree open position it shall not prevent the adjacent compartment door from being opened and its breaker completely removed from its housing.

H. Each circuit breaker shall be provided with a manual mechanical trip.

I. Current shunts, impulse transformers, transducers and other such equipment shall be accessible for testing and maintenance with the bus energized. All transducers shall be separately fused, and mounted in the rear of the cubicles.

J. All circuit breaker control circuits shall be arranged for both local and remote control and indication wired to suitable terminals for the top or the bottom connection to external control equipment.

Traction Power 800 Volt DC Switchgear 34 21 05-4 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

K. Positive-acting mechanical and electrical interlocking system shall be provided so that a breaker in the closed position cannot be disconnected from or connected to the bus. The switchgear shall have the capability of racking the breakers into the connected position with door closed. Breaker must be arranged so personnel are guarded from contact with energized parts while racking the circuit breaker into or out of the connect position. Structurally reliable automatic shutters shall be provided to prevent accidental personnel contact with current-carrying parts when the removable element is in the test, disconnect, or completely withdrawn position. An engraved plastic laminated tag with white background and 1 inch high red lettering labeled "DANGER-DO NOT OPEN" as well as a warning sign as required by NFPA-70E shall be installed on each shutter. The secondary disconnect, test and wiring within the cubicle shall be accessible from the front of the cubicle.

1. A centering device may be required for the racking handle, if the handle has difficulty in engaging the racking mechanism.

2. A motorized remote racking device shall be provided for each switchgear line up at each substation. The racking device shall be capable of remotely rack out any drawout dc breaker in the switchgear lineup. A 125 volt dc receptacle shall be provided in the dc switchgear auxiliary cubicle to supply power to the remote racking device.

L. Positive acting mechanical and electrical interlocking system shall be provided so that with a breaker in the connected position, the breaker cannot be closed with the door open and the door cannot be opened with the circuit breaker closed. Provision shall be made to lock out the breaker in the withdrawn position (When the breaker is racked out).

M. Bus shall be copper and shall be supported and braced to withstand short circuit stresses at least as great as those for which the breakers are designed. The contact surfaces of bolted joints in the bus and main connections shall be silver-plated. The continuous ampere rating shall be as shown on the drawings.

N. The floor area for installation of the dc switchgear shall approximately 6 feet x 12 feet and shall be prepared from plastic resin cement, Amazite or approved equal, 3/8 inch thick, to insulate switchgear structure from building structure. The switchgear shall be secured to the insulated epoxy floor with approved insulated anchors. The Contractor shall make provisions and supply suitable materials for insulation of the individual switchgear cubicles from each other.

O. The switchgear shall be arranged for top and side entries for power and control cables for all the cubicles of the dc switchgear lineup.Solderless removable type terminal lugs (Penn Union type VVL, or approved equal) shall be provided for each feeder breaker and six (6) 1500 kcmil lugs for each rectifier breaker. Provisions shall be made to permit an individual quick disconnection and isolation of cables from load studs in stationary unit during emergencies by providing a removable bus bar between the stationary load stud and cable lug. This requires access to the connections through an easily opened hinged panel and sturdy support of the cable close to the connection point. The cable supports shall be provided so that all cables within each cubicle are self-supporting. The copper bus properly supported and braced to withstand short circuit stresses shall be used for the rectifier positive output connection to the rectifier breaker.

P. Circuit breaker control circuit in each cubicle shall be separately fused from the dc sub distribution panel circuit. Fuse holders shall be ultra-safe type similar to Ferraz Shawmut fuse holder, where energized parts are not exposed until fuse is disconnected from the circuit. Fuses shall be rated 1000 volt dc. Switches rated 1000 volt dc shall also be provided to disconnect each breaker control circuit. In addition, each circuit breaker close circuit shall be protected by a secondary set of fuses to prevent opening of main fuses (and loss of trip ability) on close-circuit faults. Fuse sizes shall be of appropriate current rating

Traction Power 800 Volt DC Switchgear 34 21 05-5 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

with 20,000 ampere dc (minimum) interrupting rating. All necessary fuses shall be furnished with the equipment.

Q. A 48 volt dc bus, 2 wire, and emergency close bus, 1 wire, shall be provided integral with the assembly for connection to Devices 201D and supervisory contacts. The supply shall be factory-wired to suitable type terminal block in auxiliary compartment for bottom connection to purchaser's NO. 12 AWG conductors. Provide suitable screw-type terminal blocks for terminating control bus at each of the end cubicles.

R. All interconnecting cables between the cubicles carrying control voltage shall be installed in a closed and sealed cable trough in order to isolate a cubicle while it is being worked on, and still allow the power to pass through to the adjacent cubicles.

S. The secondary and control wiring in each unit including that on removable element shall be ICEA Standard Type GRY SIS, No. 12 AWG or larger standard switchboard wire. For circuits 600 volt and above, use XLPO wire insulated for 2000 volt dc service, similar to BOSTRAIL AAR S-501 car wire, 2kV, extra flexible, XLPO insulation, soft annealed copper stranded conductor, as manufactured by DRAKA USA or approved equal.

T. Circuits requiring external connections shall be factory-wired to screw-type terminal blocks for connections to field wiring. Terminal blocks shall be General Electric Company, type EB- 5, Marathon Series 1500 or approved equal. All wiring terminations to be Ring Style compression type, and shall be accessible from the front of the cubicle.

U. All metal work shall be thoroughly cleaned, treated against rust and corrosion, primed, bonderized and finished with 2 coats of ANSI 61 light gray color by powder coat painting process. The minimum dry film thickness shall be 1.5 mils. The manufacturer shall submit powder coating process plan for the Authority’s approval prior to painting the equipment. One (1) quart of matching touch-up paint shall be furnished for each assembly.

2.02 DETAIL EQUIPMENT

A. Each rectifier position shall be 24” wide and shall include but not limited to:

1. Provide 600 volt dc bus to connect cathode to 600 volt dc bus.

B. Each dc automatic re-closing feeder position shall be 24” wide and shall include, but not limited to:

1. One (1) metal enclosed stationary unit with 600 volt dc bus.

2. One (1) 4000 ampere air circuit breaker removable element with 12 stage auxiliary switch.

3. One (1) permissive control switch (REMOTE-LOCAL). REMOTE position at 12 o'clock, LOCAL position clockwise (Device 169).

4. One (1) 4000 ampere shunt with bi-directional indicating ammeter, 12,000-0-12,000 ampere scale and calibrated leads for all feeder cubicles. For ELF cubicles, ammeter shall be unidirectional with 0-2000 ampere scale.

5. One (1) removable element position switch with a minimum of 4 interchangeable stages.

6. One (1) control switch with red, green and amber indicating lamps (Close Right-Trip Left).

Traction Power 800 Volt DC Switchgear 34 21 05-6 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

7. One (1) mechanical manual trip.

8. DC overcurrent relay, solid state, fixed mount, bi-directional, short, long, instantaneous, and rate of rise functions,50 MV input, Universal power supply 120 vac/125 vdc. Swartz type 76DC, Device 150.

9. One (1) solid state dc reclosing relay to provide logic and control for load measure and auto reclose of dc feeder breaker as follows:

a. By monitoring and measuring the voltage and impedance on the feeder section, the relay determines whether to allow a manual close operation either locally or remotely via SCADA or initiate an automatic reclosing sequence after an automatic breaker opening. The voltage is measured with a volt transducer connected to the outgoing feeder.

b. The high voltage setting of the relay shall be set for a threshold of 450 volts and above. In the tie condition, when the feeder is energized from the adjacent substation, the feeder should be near normal voltage (higher than 450 volts), then it is assumed the conditions are normal and the feeder breaker can be closed without initiating the load measuring cycle. In the tie condition, if the voltage is measured between 50 and 450 volts, the breaker reclosing is not permitted. The time out timer begins to count and after five successive cycles, if the breaker fails to close, it will be locked out.

c. The low voltage setting of the relay shall be set at 50 volt. This setting assumes that the feeder is not energized from the adjacent substation and that the voltage rise in the negative bus is due to the negative return current in the running rails. In the stub condition, if the voltage sensed by the transducer is less than 50 volts, after initial time delay, a load measuring operation is initiated, which measures the resistance between positive feeder and the negative bus. A resistance which is below preset value indicates short circuit on the rails and reclosing is not permitted. If the measurement is greater than one ohm, the reclosing is allowed. ( A load measure output pulse from the 182 relay cause 129 relay to close, which inserts load measuring resistor in series with the 600 volt dc bus and the feeder positive cables. This effectively places a reduced voltage on the feeder, which 182 relay can measure and convert to ohms).

d. The relay package shall be dc reclosing, low threshold, draw-out case, LED meter, bi-directional load measuring, voltage compensating, load measure memory, 24-125vdc input power, 40MA supply current at 125 volt dc, high 600 volt and low 200 volt,10 to 100 ohm resistor application, load ohm threshold (.15 ohm to .45 ohm), 1 to 5 close attempts, 1 to 3 cycles per close, Fault / Load measuring / Close / Lockout, outputs rated 2A / 500 volt dc, 0-800 volt, 0-10 ohm meter. The relay package Swartz type, Part NO C4280-564 and transducer Part NO. C4280-901, Device 182/183.

10. Measuring resistors shall be located on top of the feeder position stationary units and shall be provided with ventilated enclosures. The Contractor shall provide interconnecting wire and insulated resistor supports.

11. Disconnect switches for load measuring circuit (Device 108x) shall be rated for 800 volt dc.

12. One (1) dc voltage transducer, complete with calibrating resistors, suitable for isolation of metering potential and supervisory telemetering with rated input 150 volt to 5 kV dc. Calibrating resistors may be added, if required, and sized to produce 0-1 mA dc output

Traction Power 800 Volt DC Switchgear 34 21 05-7 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

for and minimum 10 volt burden (10k ohm) for 0 to 1000 volt dc input, Paladin 256 series and class 0.2 or approved equal. The transducer shall be fused separately with a Ferraz type fuse disconnect or equal.

13. One (1) bi-directional dc current transducer, suitable of insulation of metering current and supervisory telemetering. Primary leads shall be sized, installed and calibrated in factory, 1.0-0-1.0 milliampere into 10k ohm from 50 millivolt, 6,000 ampere shunt to produce output current ranged scale +/-16,000 ampere, 0.2% accuracy, Paladin 250 series, class 0.2 or approved equal. The transducer must be separately located as close as possible to the shunt, Device 150.

14. One (1) emergency close interposing relay (Device 201D) for remote closure of feeder breaker without load measuring.

15. One (1) master relay (Device 201X) operated both by local control and remotely by the Authority's supervisory control.

16. Terminal lugs for 3-1/c 1500 kcmil copper, 2 kV EPR insulated, traction power cable.

C. Miscellaneous Requirements:

1. The Contractor shall stock complete sets of all printed circuit cards and non-standard parts and components in a facility which can deliver such parts to the Authority within 72 hours of receiving an order or notification of a failure. Complete manufacturing information, i.e., artwork, bill of material, etc., shall be archived in the manufacturing facilities for at least ten (10) years. Any possible new design in the future, by this manufacturer shall be compatible within the system to be supplied to the Authority under this Contract. If the Contractor should decide to discontinue manufacturing of the load measuring/automatic re-closing system, complete manufacturing information shall be made available to the Authority.

2. In addition to the warranty required by these Specifications, the manufacturer shall provide the following one (1) year warranty for his system:

a. For the purposes of this warranty, a failure shall be defined as, “The System not giving or being able to give a close command to the feeder breaker, when required, if the Traction system parameters correspond to the load measuring/re-closing system settings or the system giving a close command when the Traction system parameters do not correspond to those settings".

3. Each 4000 ampere air circuit breaker removable element shall be identical and interchangeable. One (1) spare 4000 ampere air circuit breaker removable element shall be supplied at each substation.

4. Accessories for handling removable components in the switchgear assembly including breaker racking in crank, a remote racking device maintenance closing device, fork-lift type breaker handling dolly (or wheeled removable element), arc chute removing device, and/or other devices as required. All accessories shall be designed for reasonable handling of removable components by 1 person of average strength. A centering device may be required for the racking handle if the handle has difficulty in engaging the racking mechanism. Two (2) racking handles and two (2) maintenance closing devices shall be furnished for each substation.

5. Auxiliary relays, fuses, resistors and all other devices required for a complete and operating system.

2.03 QUANTITY OF EQUIPMENT REQUIRED

Traction Power 800 Volt DC Switchgear 34 21 05-8 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

A. Each of the items listed below shall be furnished and delivered at the substation sites in quantity and type as listed hereinafter. Each type of equipment shall be equipped as detailed in Paragraph 1.03 of this section. Each switchgear line-up shall include assorted switchgear positions of various types listed below and shall be incorporated into one continuous enclosure made up of compartments as required and shown on the Drawings:

1. At 18th Substation

a. Item 1. As manufactured by Meyers Controlled Power, three (3) new 4,000 ampere automatic reclosing feeder breaker positions.

b. Item 2. As manufactured by Meyers Controlled Power, one (1) new Spare 4,000 ampere air circuit breaker removable element. The breaker element shall not be incorporated into the dc switchgear lineup but shall be furnished loose.

c. Item 3. As manufactured by Meyers Controlled Power, three (3) new DC Feeder Breaker Switchgear Cubicles.

d. Item 4. Provide test set(s) and software to set(s) to test and calibrate all electronic relays including load measuring and overcurrent relays.

e. Item 5. One (1) new Remote Terminal Unit (RTU).

f. Item 6. New dielectric flooring.

B. The Manufacturer must furnish certified evidence of prior tests that the proposed switchgear meets these specifications. In the absence of such test data, the Authority reserves the right to require a factory test demonstration of said equipment.

PART 3 EXECUTION

3.01 INSTALLATION

A. See Section 34 21 10, Traction Power Equipment Installation for the dc switchgear installation requirements.

3.02 TESTING

A. See Section 34 21 11, Traction Power Equipment Testing, for the dc switchgear testing requirements.

3.03 SUPPORT EQUIPMENT

A. See Section 34 21 09, Traction Power Support, for the dc switchgear list of support equipment.

END OF SECTION

Traction Power 800 Volt DC Switchgear 34 21 05-9 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

SECTION 34 21 09 TRACTION POWER SUPPORT

PART 1 GENERAL

1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 01 Specification sections, apply to this section.

1.02 SUMMARY A. This section covers the requirements for furnishing the support for the traction power equipment specified in Specification Sections 34 21 03, 34 21 04, 34 21 05, 34 21 06, 34 21 07 and 34 21 19.

B. The Contractor shall furnish a reasonable number of parts such as to insure adequate supply for installation and testing of the various components of equipment furnished and installed under this Contract for traction power Substation work. These parts shall include but not be limited to power fuses, control and instrument fuses and installation hardware such as bolts, nuts, and other special devices. Such parts shall be delivered at the time with the equipment to which it applies.

C. The Contractor shall furnish all necessary installation and maintenance tools such as wrenches, threading devices, etc., for all fittings which do not conform to U.S. Screw, Bolt and Pipe Standards.

1.03 SUBMITTALS A. Furnish submittals in accordance with Division One Section, Submittals and Section 34 21 01, General Requirements for Traction Power Equipment. 1.04 QUALITY ASSURANCE A. Contractor is solely responsible for the quality control of the work and shall comply with the requirements in Division One sections as well as all the regulatory requirements. 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver and store materials in manufacturer’s original packaging. Store materials in climate controlled and protected dry locations off ground in accordance with manufacturer’s instructions. Follow handling procedures approved by the manufacturer.

PART 2 PRODUCTS

2.01 REQUIREMENTS

A. For each Substation, except where noted otherwise, the Contractor shall furnish at the time of delivery of equipment the following items of rectification equipment to reduce down-time on the system due to unit failure: Any reference to the specific model or manufacturer shall be substituted with the type of device supplied under this Contract.

1. Two (2) complete sets of main contacts, arcing contacts and arc chute assemblies. In case of vacuum breaker, three (3) sets of vacuum interrupters (bottles).

Traction Power Support 34 21 09-1 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

2. For each type of AC and DC breaker supplied, two (2) electromotive devices integral to the breaker used for closing and tripping two (2) control switches of each type two (2) solid state reclosing systems (if supplied), including but not limited to, closing coils, closing motors, spring charging motors, trip coils or holding coils, eight (8) load measuring resistors, two (2) electronic tripping devices and test set.

3. For each type of breaker supplied two (2) complete sets of main current carrying disconnect assemblies, two (2) complete sets of auxiliary control disconnect assemblies, and two (2) sets of auxiliary contacts.

4. One (1) of each type of springs used in each type of breaker furnished.

5. One (1) of each type of relays in use with all traction power conversion equipment supplied.

6. For each type of fuses supplied for traction power equipment, furnish minimum of 10 percent but not less than four (4).

7. Two (2) load measuring relays.

8. One (1) of each of the various types of transducers in use with all traction power conversion equipment included in this Specification.

9. Additional test sets and software to set, test and calibrate all electronic relays, load measuring, 150,164 or 64C and X, SEL-551, annunciators, etc, Schweitzer AC SELerator QuickSet SEL5030 software.

10. The Contractor shall also furnish at the time of delivery a detailed list of recommended support parts and/or devices for the Authority’s review and approval. The prices shall be furnished with this list along with names of suppliers and catalog numbers for such parts if they are not originally manufactured by this Contractor.

PART 3 EXECUTION – NOT USED

END OF SECTION

Traction Power Support 34 21 09-2 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-MM-DD DC SWITCHGEAR REHABILITATION REV. 0

SECTION 34 21 10 TRACTION POWER EQUIPMENT INSTALLATION

PART 1 GENERAL

1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 01 Specification sections, apply to this section.

1.02 SUMMARY A. This section covers the requirements for installation of traction power equipment specified in these specifications and at the location shown on Contract Plans.

B. The Contractor shall take every precaution in handling, setting, aligning and assembling the equipment to avoid distortion of frame. The Contractor shall thoroughly familiarize himself, with the manufacturer's instructions before attempting to handle, install and operate the equipment. Contractor shall insure that all personnel working with the equipment fully understands the operation of the various components to avoid misoperation, damage to equipment and possible personal injury.

C. The Contractor shall make all equipment assembly connections between shipping units, including all bolted connections to mechanically assemble the units and installation of all splice plates, connecting bases and throats.

D. The Contractor shall make all electrical connections between shipping units, including all bolted bus connections and connections of control and auxiliary circuits.

E. The Contractor shall make all electrical interconnections between all equipment installed. All wires shall be labelled with approved wire markers. Each wire in a multi conductor cable shall be identified with the cable number, destination location and terminal block number, wire identifier and originating terminal block number. An interconnection diagram must be approved prior to commencing any work.

F. Routing and method of installations of 12.6 KV ac circuit cable and conduits and dc traction feeder positive and negative return cables are shown on Contract Plan.

G. Basic routing of conduits and cables for control and auxiliary circuits for interconnecting equipment and devices are shown on Contract Plans. However, Contractor shall determine the specific application of these cables to satisfy all control, indication, supervisory and auxiliary functions specified. Installation of cables shall be in accordance with the Authority's approved cable schedule and the Contract Drawings.

H. The Contractor shall make all ground connections to the equipment from the ground buses in the Substations, as shown on the Contract Plans.

I. Completed installations shall be tested and checked out in accordance with Section 34 21 11, Traction Power Equipment Testing, and as specified in other applicable sections of the Specification.

Traction Power Equipment Installation 34 21 10-1 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-MM-DD DC SWITCHGEAR REHABILITATION REV. 0

1.03 SUBMITTALS A. Furnish submittals in accordance with Division One Section, Submittals and Section 34 21 01, General Requirements for Traction Power Equipment. 1.04 QUALITY ASSURANCE A. Contractor is solely responsible for the quality control of the work and shall comply with the requirements in Division One sections as well as all the regulatory requirements. 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver and store materials in manufacturer’s original packaging. Store materials in climate controlled and protected dry locations off ground in accordance with manufacturer’s instructions. Follow handling procedures approved by the manufacturer.

PART 2 PRODUCTS

2.01 DETAILED REQUIREMENTS

A. DC Switchgear

1. DC switchgear shall be fully assembled and completely installed in accordance with the Authority's approved manufacturer's drawings at location shown on Contract Plans. All dc switchgear units shall be insulated from each other by means of minimum of 1/4" thick insulated material. 2. Insulated anchors shall be furnished and installed in the floor slab in accordance with manufacturer's instructions. The floor area at the dc switchgear shall be covered with a layer of insulated materials to insulate the switchgear enclosure from building structure. Care shall be taken that the insulated floor area is not scraped or otherwise damaged during installation. After completion of the installation the dc switchgear structure shall be completely insulated from the building structure. 3. The switchgear units shall be assembled in such a manner as to ensure proper leveling, proper alignment between the various shipping groups and for proper placement of all the conduits that are required for equipment interconnection. The Contractor shall make all necessary electrical connections between the units of the assembly, including the joints in the 800 volt positive bus. 4. The rectifier main circuit breakers units shall be connected to the rectifiers either by means cable or internal bus as shown on the Contract Drawings. 5. The breaker test cabinet shall be installed at the location shown on Contract Drawings or as directed by the Authority. A clear space of 1/4 inch, minimum, shall be provided between the back of the cabinet and the wall. Steel channels or straps, or equal, of suitable thickness shall be fastened to the masonry and tapped and drilled for mounting of the test cabinet using galvanized machine bolts. 6. After completion of the installation, the Contractor shall ensure that all doors operate freely and the breaker removable elements can be moved into and removed from the housings without encountering the change of elevation from within the housing to the floor. Contractor shall correct all misalignments to the satisfaction of the Authority.

PART 3 EXECUTION – NOT USED

END OF SECTION

Traction Power Equipment Installation 34 21 10-2 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

SECTION 34 21 11 TRACTION POWER EQUIPMENT TESTING

PART 1 GENERAL

1.01 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 01 Specification sections, apply to this section.

1.02 SUMMARY

A. This section covers the requirements for factory and field testing of the traction power equipment described in these specification sections.

B. All traction power equipment furnished and installed under this contract shall be subject to the test program described herein. Testing shall include tests at a manufacturer's facility and in the field. Contractor shall submit all factory and field test plans for approval prior to test being performed. A sample Field Test Plan is included as Appendix A as part of this specification.

C. The Contractor shall formulate overall test program of the equipment which shall include but not be limited to the tests specified in this Section to ensure equipment compliance with the relevant standards, this Specification and satisfactory and reliable performance in intended operation.

1.03 FACTORY TESTS

A. Tests at the factory shall include but not be limited to:

1. Manufacturer's standard tests. 2. Tests as per currently applicable NEMA, IEEE, and ANSI Standards. 3. Any other test to ensure satisfactory performance of the traction power equipment.

1.04 FIELD TEST

A. Tests in the field shall include but not be limited to:

1. Manufacturer's standard tests 2. Test as per currently applicable NEMA, IEEE and ANSI Standards. 3. Any other tests to ensure satisfactory performance of the traction power equipment.

1.05 TEST REPORTS

A. The Contractor shall submit certified copies of test reports for all the tests conducted at the factory and in field for the Authority's approval. Test reports shall be submitted to the Authority within seven days after completion of tests. Test reports shall contain the characteristics curves, etc. where required for interpretation of results.

1.06 CONDITIONS FOR TESTS

A. General Conditions

Traction Power Equipment Testing 34 21 11-1 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

Prior to testing of any equipment specified in this Section, all of the following conditions shall be fulfilled by the Contractor:

1. All shop drawings of the equipment to be tested have been approved by the Authority. 2. The Contractor shall submit a step by step test procedure including pass-fail criteria to the Authority four weeks in advance of the commencement of the test. The Authority reserves the right to add, delete and make necessary changes in the test procedure. The Contractor shall arrange to conduct all tests per the Authority’s approved procedure. 3. A minimum of four weeks advance notification shall be given to the Authority on the scheduled date of tests to enable them to witness the same. 4. Testing shall not commence without an approved test procedure. 5. Relay coordination study and all solid state relay programming files shall be submitted and approved prior to any ac switchgear testing.

B. Witnessing Tests

1. The Authority’s personnel and/or their authorized agents will witness complete testing of all equipment unless a waiver is granted, in which case test reports of equipment for which waiver was granted, shall be submitted for review to obtain clearance for packing and shipping. Waiver of witnessing tests on equipment shall not be construed as a waiver for all remaining equipment either of the same type or different type.

C. Responsibility

1. The Contractor shall assume full responsibility during the factory and field testing of all equipment and installation provided by him. Should there be any loss or damage to such equipment, materials or the building as result of these tests, the Contractor shall be fully responsible for replacing the damaged equipment and repairing the building. Replacement of damaged equipment shall include all costs, including but not limited to, transportation of, testing and installation of replacement equipment.

D. Rejection and Retesting

1. Failure of equipment to successfully pass the tests or to meet ratings shall be sufficient grounds for rejection of equipment. 2. Any equipment rejected shall be retested in presence of the Authority after rectification. If the modifications or changes are such as to affect any of the drawings, diagrams or any other documents submitted and accepted by the Authority, revised drawings or diagrams shall be submitted, showing proposed changes and Authority's approval obtained before changes or modifications are made on the equipment. Modifications or changes which do not warrant revision of any drawing shall be furnished to the Authority along with notice of retesting. 3. If it is not possible to rectify rejected equipment, new equipment shall be manufactured and the requirements of the drawings and design calculations of the original unit shall be applicable for the new unit.

E. Cost of Rectification or New Unit

1. The entire cost of rectification or new unit shall be borne by the Contractor including retesting and cost of witnessing retesting.

PART 2 DETAIL REQUIREMENTS FOR FACTORY TESTS

Traction Power Equipment Testing 34 21 11-2 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

2.01 FACTORY TEST

A. General

1. If facilities for conducting any of the tests listed below are not available to the Contractor, these tests shall be conducted elsewhere by him or by an independent agency as approved by the Authority. Contractor shall, however, clearly indicate in his proposal, the name of the facilities where he intends to conduct those tests.

B. AC Switchgear

1. Following tests listed in ANSI C37.09 as "Design Tests" shall be conducted on one 15kV class representative circuit breaker:

a. Rated maximum voltage test b. Rated voltage range factor test c. Rated frequency test d. Rated continuous current carrying tests e. Short-circuit rating tests f. Rated standard operating duty tests g. Rated permissible tripping delay tests h. Rated interrupting time tests i. Rated reclosing time tests j. Dielectric withstand tests ­ Low frequency withstand voltage test ­ Impulse withstand voltage tests k. Low current switching tests l. Radio influence voltage tests

2. Following tests listed in ANSI C37.09 as "Production Tests" shall be conducted at the manufacturer's facility on each and every 15kV class circuit breaker:

a. Current and linear coupler transformer tests b. Nameplate check c. Resistors, heaters, and coil check tests d. Control and secondary wiring check tests e. Clearance and mechanical adjustment check tests f. Mechanical operation tests g. Timing tests h. Stored energy system tests i. Electrical resistance of current path test j. Low frequency withstand voltage tests

3. Following tests listed in ANSI C37.20 as "Design Tests" shall be conducted on the 15kV metal clad ac switchgear assembly:

a. Dielectric tests ­ Power Frequency withstand tests ­ Impulse withstand test ­ Test of busbar insulation b. Rated continuous current tests c. Momentary current tests d. Mechanical operation tests e. Flame-retardant tests

Traction Power Equipment Testing 34 21 11-3 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

4. Following tests listed in ANSI C37.20 as "Production Tests" shall be conducted at the manufacturer's facility on the 15kV metal clad ac switchgear assembly:

a. Mechanical operation tests b. Grounding of instrument transformers cases test c. Electrical operation and control wiring tests ­ Control wiring continuity test ­ Control wiring insulation test ­ Polarity tests ­ Sequence tests

5. In lieu of Design Tests specified above for ac circuit breakers and ac switchgear assembly, test certificates from the manufacturer or an independent agency conducted on similar circuit breakers and similar switchgear assemblies are acceptable, provided test certificates meet the specification requirements in the opinion of the Authority.

C. Rectifier Transformer

1. Following tests listed in IEEE Standard C57.12.91 shall be conducted at the manufacturing facility on each and every rectifier transformer to be furnished in this Contract:

a. Cold resistance measurement test on all windings on the rated voltage connections and at all taps per C57.12.91 Section 5.4. Pass/Fail Criteria: [ 3(Rmax-Rmin) ] X 100 ≤ 5% R1+R2+R3 b. Polarity and phase relation test at rated voltage connection. Pass/Fail Criteria per attached Table. c. Ratio test on the rated voltage connection and at all taps, per C57.12.91Section 7.3. Pass/Fail Criteria: per attached Table d. No load loss and excitation current test at 90%, 100% and 110% rated tap voltage per C57.12.91 Section 8.2 Pass/Fail Criteria: per attached Table. e. Load loss and impedance voltage test at 90%, 100% and 110% rated tap voltage. Pass/Fail Criteria: per attached Table.. f. Dielectric test:

1) Insulation resistance test per C57.12.91, Section 10.9. Pass/Fail Criteria: per attached Table. 2) Insulation power factor test: Pass/Fail Criteria: per attached Table 3) Applied voltage (H1-Pot) test per C57.12.91, Section 10.3 Pass/Fail Criteria: per attached Table. 4) Induced voltage level test (To be performed after impulse test) per C57.12.91, Section 10.4. Pass/Fail Criteria: per attached Table.

g. Impulse test consisting of reduced, 2 chopped and full wave applied to high and low voltage winding per C57.12.91, Section 10.5. Pass/Fail Criteria: per IEEE C57.98. h. Partial discharge test. Corona inception and extinction levels on all primary terminals.

Traction Power Equipment Testing 34 21 11-4 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

Pass/Fail Criteria: Corona inception shall not occur at less than 125 percent above the highest voltage connection (maximum winding). Extinction must be at least 15 percent above the highest voltage connection.

2. Following tests shall be conducted at the manufacturer's facility on one representative transformer of each size. Tests shall be performed on delta primary unit:

a. Temperature rise test to determine that the temperature rise of the windings are within the permissible limit after delivering full load continuously and fulfilling the rectifier-transformer duty cycle. For the purpose of this test, readings will be considered to have stabilized when the rate of temperature rise is less than two degree Celsius during a consecutive 3 hour period. The test shall be performed per Standard C57.12.91.11.5 in the following sequence:

1) Step 1: a) Temperature stabilized at 100% continuous load at lowest voltage and highest current tap. This temperature will be used as a base line for the remaining temperature rise test. b) Record data at shut down.

2) Step 2: a) Re-stabilize the temperature at 100% continuous load. b) Apply 300% full load current for 36 minutes. c) Record data at shut down. d) Pass/Fail Criteria: Hot spot temperature shall not exceed 180 degrees Celsius in an ambient corrected to 40 degrees Celsius.

3) Step 3: a) Re-stabilize the temperature at 100% continuous load b) Apply 162% full load current for 2 hours. c) Record data at shut down. d) Pass/Fail Criteria: The temperature rise shall not exceed 80 degrees Celsius in an ambient corrected to 40 degree Celsius.

4) Step 4: a) Re-stabilize the temperature at 150% continuous load. b) Record data at shut down. c) Pass/Fail Criteria: The temperature rise shall not exceed 85 degrees Celsius in an ambient corrected to 40 degrees Celsius.

5) Step 5: a) Apply 1200% full load current for 12 seconds. b) Pass/Fail Criteria: No physical or electrical damage should occur.

b. Audible sound level test in accordance with IEEE Standard C57.12.91, Section 13. The transformer shall be connected for and energized at rated voltage and frequency at no load. Pass/Fail Criteria less than 65 dB (A).

D. Rectifier

1. Following tests listed in IEEE Std. 1653.2 Section 11 shall be conducted at the manufacturing facility on each and every rectifier furnished under this Contract.

a. Dielectric voltage test per IEEE Std. 1653.2 Section 11.3.1.6

Traction Power Equipment Testing 34 21 11-5 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

Pass/Fail Criteria: No momentary flashover to ground, no external flashover to ground, no excessive noise and no excessive leakage current. b. Rated voltage test. The test to be performed with 110% of rated input voltage applied for 5 minutes per IEEE Std. 1653.2 Section 11.3.5 Pass/Fail Criteria: Recorded vac values between R1, R2 and R3 match expected value of the ac voltage. c. Rated current test per IEEE Std. 1653.2 Section. 11.4.2. Pass/Fail Criteria: The rectifier conducts 110% of its rated current without any incident. The temperature should be the same as recommended for regular service.

d. Current balance test at 150 percent full load current. With 150 percent full load applied and temperatures stabilized measure temperature of ambient air-in and air- out, temperature of each of 4 selected diodes and their associated heat sinks (use same positions on each unit) and current in each diode.

1) Increase current by 7 percent waveform and conduction angle adjustment factor to compensate for loading by short circuit. Pass/Fail Criteria:per attached tale.

e. The following certified test or manufacturer’s certified test data for the diode (per device) units of the rectifier shall be furnished to the Authority.

1) Average forward current rating, per ANSI 282A. 2) Peak forward current rating. 3) Maximum surge current rating. 4) Forward voltage drop. 5) Threshold voltage. 6) Differential resistance. 7) Crest working voltage. 8) Working peak reverse voltage rating, per ANSI 282A. 9) AC RMS voltage rating. 10) DC voltage blocking rating, per ANSI 282A. 11) Repetitive peak reverse voltage rating, per ANSI 282A (PRV rating). 12) Non-repetitive peak reverse voltage rating, per ANSI 282A. 13) Initial reverse voltage. 14) Forward power loss. 15) Reverse power loss. 16) Temperature derating. 17) Positive non-conducting period. 18) Surge forward current rating per ANSI 282A. 19) Operating temperature rating, per ANSI 282A. 20) Thermal fatigue rating, per ANSI 282A

E. DC Switchgear

1. Following test listed in ANSI C37.14 as "Design Tests" shall be conducted on one representative dc circuit breaker of each rating:

a. Dielectric withstand test b. Continuous current test c. Short-circuit current interrupting test: The short-circuit test value shall be as calculated for the Substation with the equivalent of four (4) 2500 kW rectifiers feeding the dc bus. Primary ac system available fault capacity shall be taken as 500 MVA at 12.6 kV and X/R Ratio 15. The fault shall be between the load side terminals of the feeder breaker and the negative bus of the substation. The dc

Traction Power Equipment Testing 34 21 11-6 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

power source shall preferable be from silicon rectifiers. Engineer's approval shall be obtained prior to testing if other sources of supply are to be used. Previous test certifications are not acceptable. d. Endurance test ­ Electrical endurance test ­ Mechanical endurance test

2. Following tests listed in ANSI C37.14 as "Production Tests" shall be conducted at the manufacturer's facility on each and every dc circuit breaker.

a. Calibration tests on the individual direct acting trip device prior to final assembly b. Control and secondary wiring check test c. Dielectric withstand test d. Mechanical operation test e. Calibration test ­ Direct acting trip devices ­ Undervoltage trip device f. Manufacturer's standard tests not included in the above tests.

3. Following tests listed in ANSI C37.20 as "Design Tests" shall be conducted on one representative dc switchgear assembly.

a. Dielectric tests b. Rate continuous current tests c. Momentary current tests d. Mechanical operation tests e. Sequence tests f. Flame-retardant tests

4. Following tests listed in ANSI C37.20 as "Production Tests" shall be conducted at the manufacturer's facility on each and every dc switchgear assembly.

a. Dielectric tests b. Mechanical operation tests c. Electrical operation and control wiring tests ­ Control wiring insulation tests ­ Polarity tests ­ Sequence tests

F. Bus Duct

1. Following tests shall be conducted at the manufacturer's facility on one unit as specified under "Design Tests" in ANSI C37.23 for metal-enclosed bus.

a. Dielectric tests ­ Power frequency withstand ­ Impulse withstand b. Temperature rise tests c. Momentary tests

2. In addition, temperature rise test described below shall be conducted on one representative anode bus duct.

Traction Power Equipment Testing 34 21 11-7 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

a. Measure temperature rise of conductors in 40 degrees Celsius ambient at continuous 150 percent rated load, load to be applied until all readings have stabilized. This test may be performed concurrent with the in-line tests specified for rectifier package tests, provided the readings have stabilized during the two hour application of 150 percent load. For the purposes of this test, readings will be considered to have stabilized when the rate of temperature rise is less than two degree Celsius during a consecutive 3 hour period.

3. Insulation and Moisture Test (Outdoor Bus Duct only).

a. One complete bus duct shall be mounted as it would be in normal service. Install spray nozzle to permit thorough wetting of all interior parts. b. Apply 2200V, 60 Hertz bar to bar and each bar to enclosure for one minute. c. Measure insulation resistance bar to bar and each bar to enclosure using a 1000V megger. d. Spray all internal parts until thoroughly wetted for 2 hours. e. Apply 2200V, 60 Hertz for 1 minute. f. Measure insulation resistance as in step (c) above.

4. Power Frequency withstand test shall be conducted at the manufacturer's facility on each and every shipping length as specified under "Production Test" in ANSI C37.23 for metal-enclosed buses.

G. Auxiliary Transformers

1. In addition to the test normally performed by the manufacturer and tests called for in the applicable IEEE, ANSI, and NEMA standards, a prototype test shall be performed on one auxiliary transformer unit consisting of the tests outlined in the Transformer Test Table that is included as part of this specification..

PART 3 DETAIL REQUIREMENTS FOR FIELD TESTS

3.01 FIELD TEST

A. General

1. Contractor shall perform the following field tests on all equipment specified in this Section after installation of the equipment, and all 15kV cable installation is complete. Field tests are to be performed to supplement the factory tests and to ensure proper operation of equipment and proper calibration and coordination of protective devices. Contractor shall furnish and set up all special equipment required for the tests, including relay tests set, switches, properly calibrated indicating instruments, timing devices, shorting devices, loading devices and other associated appurtenances as may be required. The Contractor shall provide assistance with the commissioning and testing of batteries and charger. IMPORTANT NOTE: All short circuit tests shall be recorded on the state of the art recorder such as "Astromed Dash 8", or approved equal. Light sensitive recording media such as "Oscillograph" paper will not be accepted. 2. The work includes furnishing labor, material, test instruments and services necessary to perform required testing and checking of electrical equipment installation. 3. All tests shall be successfully completed to show that the installation meets the specification requirements and that the equipment and devices operate as intended, before final acceptance by the Authority.

Traction Power Equipment Testing 34 21 11-8 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

4. Tests and checkouts shall be conducted in accordance with the Engineer's approved test procedure specified herein and in National Electrical Code, and applicable Standards and Specifications' of ANSI, NEMA, etc. 5. Contractor shall provide properly qualified personnel who shall be responsible for supervising, coordinating, and performing all the electrical field testing and checking work and who shall maintain a written record of tests conducted. 6. Testing and checkouts shall be performed in the presence of the Engineer. 7. Contractor shall furnish four copies of all tests results to the Engineer. Result sheets shall include date of test, personnel involved, items tested, type of tests and test data. 8. Any equipment or material damaged due to improper test procedure or test apparatus handling shall be replaced or restored to original condition by Contractor at his expense. 9. Safety devices including but not limited to rubber gloves and blankets, screens and barriers, danger signs, padlocks, etc., shall be used to protect and warn all personnel in the vicinity of the tests. 10. All test instruments used shall have a certified calibration sticker showing last date of calibration and expiration date. 11. Contractor shall test ComEd 15 kV metering PT’s and CT’s as per ComEd requirements. 12. Review CT performance curve to verify that CT’s will not saturate under short circuit conditions.

B. Field Test Requirements

1. Contractor shall formulate a complete Field Test procedure for all equipment to be furnished and installed under this Contract. Test procedure shall be comprehensive and shall include the required tests as specified in relevant standards of ANSI, NEMA and IEEE, supplementing the Factory Test Procedure. 2. The Contractor shall submit the test procedure to the Engineer for review and approval well in advance to the commencement of field tests. Engineer reserves the right to add, delete or make necessary changes in the test procedure. The Contractor shall arrange to conduct all the field tests as per the Engineer's approved procedure. Since the Contractor is responsible for the performance and installation of the equipment furnished under this Section, he shall, therefore, prior to testing, verify that the installation is proper and in accordance with all applicable installation instructions specified herein.

C. The following field test shall be performed:

1. Perform continuity test to prove the correctness of each control circuit and indication circuit of ac switchgear breakers, rectifier transformer controls and indication, rectifier controls and indication and dc switchgear breaker controls and indication. Verify the point to point wiring matches with the shop drawings. 2. Each and every ac and dc circuit breaker shall be thoroughly inspected and certified by the Contractor's Engineer. 3. Check relay and trip devices settings and coordination. 4. Perform dielectric, functional and operations tests of all equipment and of all devices and circuits. 5. Perform phantom load tests on ac switchgear protective devices to ensure calibration as outlined in Section 34 21 01. Calibration test also shall be performed on:

a. Item 1 - All 600V dc auxiliary compartments b. Item 2 - All 600V dc rectifier breaker positions c. Item 3 - All 600V dc automatic reclosing feeder breaker positions d. Item 4 - All Spare 600V dc air circuit breaker removable element

Traction Power Equipment Testing 34 21 11-9 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

Traction Power Equipment Testing 34 21 11-10 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

TRANSFORMER TESTS

TEST DESCRIPTION STANDARD PASS/FAIL ROUTINE DESIGN NOTES AUX TX CRITERIA Commutating Reactance IEEE C57.18.10 XXXXX Resistance of all windings at all IEEE C57.12.91 Per IEEE XXXXX XXXXX XXXXX taps Section 5.4 C57.12.91.5 Polarity and phase relation at IEEE C57.12.91 Per IEEE XXXXX XXXXX XXXXX nominal voltage tap Section 6.3 C57.12.91.6.3.1 Turns Ratio of all windings at all IEEE C57.12.91 Per IEEE C XXXXX XXXXX XXXXX taps Section 7.3 57.12.01.9.1 Tolerance +/- 0.5% all taps No load loss and excitation IEEE C57.12.91 5.1 kW for 2808 XXXXX XXXXX current @ 90%, 100% and 110% Section 8.2 KVA of nominal tap voltage 6.0 kW for 3370 KVA Impedance voltage of all windings IEEE C57.12.91 Per IEEE C XXXXX at all taps 57.12.01.9.2 Load loss of all windings at all IEEE C57.12.91 Per IEEE C XXXXX taps Section 9.3 57.12.01.9.3 Load loss of all windings at IEEE C57.12.91 Per IEEE C XXXXX nominal voltage tap and tap 57.12.01.9.3 extremes Impedance voltage of all windings IEEE C57.12.91 Per IEEE C XXXXX XXXXX at nominal voltage tap and tap 57.12.01.9.2 extremes Insulation Resistance; IEEE 57.12.91.10.9 Windings > XXXXX XXXXX XXXXX H.V.-L.V. & earth ground 1000Mohm L.V.-H.V. & earth ground Core – Earth ground Core > 100Mohm

Insulation Power Factor C57.12.91.10.8 Per C57.12.91.10.8

Traction Power Equipment Testing 34 21 11-11 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

TRANSFORMER TESTS (continued) TEST DESCRIPTION STANDARD PASS/FAIL ROUTINE DESIGN NOTES AUX TX CRITERIA Applied voltage IEEE C57.12.9.10.3 No change in XXXXX XXXXX XXXXX IEEE C57.12.01 measured current Induced Voltage (Performed after IEEE C57.12.91.10.4 XXXXX XXXXX LV winding at 2X impulse test) C57.12.91.10.4 rated voltage IEEE C57.98 Temperature Rise at 100% at IEEE C57.12.91 No specified XXXXX Used as a XXXXX lowest voltage, highest current CTA spec 16603 value baseline for the tap remaining temperature rise tests Temperature Rise at 150% at IEEE C57.12.91 85 degrees XXXXX Corrected to 40 lowest voltage, highest current CTA spec 34 21 03 Celsius deg. C ambient tap Temperature Rise at 162% at IEEE C57.12.91 80 degrees XXXXX Corrected to 40 lowest voltage, highest current CTA spec 34 21 03 Celsius deg. C ambient tap Temperature Rise at 300% at IEEE C57.12.91 Hot spot < 145 XXXXX Corrected to 40 lowest voltage, highest current CTA spec 34 21 03 deg. C for epoxy, deg. C ambient tap 180 deg. C for VPI 1200% short circuit withstand at CTA 34 21 03 No Damage XXXXX highest voltage, lowest current tap Impulse (H.V. winding), Reduced, IEEE IEEE C57.98.2.5 XXXXX XXXXX 110 kV BIL XXXXX chopped and full wave. Minimum C57.12.91.10.5 IEEE C57.98.2.8 winding, highest tap. IEEE C57.12.01 IEEE C57.98 Impulse (L.V. winding), Reduced, IEEE C57.12.91 IEEE C57.98.2.5 XXXXX XXXXX chopped and full wave IEEE C57.12.01 IEEE C57.98.2.8 IEEE C57.98 Partial Discharge (Corona IEEE C57.12.91 PD < 10 pC XXXXX XXXX XXXXX Inception/Extinction) Audible Noise IEEE C57.12.91 < 65 d.b.a. XXXXX Thermal Shock (Cast Coil Only) CTA 34 21 03 No damage XXXXX Cast Coil Only

Traction Power Equipment Testing 34 21 11-12 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

RECTIFIER TESTS

TEST DESCRIPTION STANDARD PASS/FAIL ROUTINE DESIGN NOTES CRITERIA Dielectric strength IEEE 1653.2, No flashover XXXXX XXXXX Section 11.3.1 Rated Voltage IEEE 1653.2, No failure XXXXX XXXXX Section 11.3.5 Rated Current IEEE 1653.2, Diode junction XXXXX XXXXX Section 11.3.7 temperature shall not to exceed maximum rating Efficiency IEEE 1653.2, Per specification XXXXX Section 8.1 Section 34 20 04 Voltage Regulation (At 0.5%, IEEE 1653.2, Per specification XXXXX 25%, 50%, 75%, 100%, 150%, Section 8.2 Section 34 20 04 300% and 450% load 100% Current Balance (N diodes) IEEE 1653.2, +20% Max per XXXXX Section 8.4 section +/- 10% Max between sections 150% Current Balance (N diodes) IEEE 1653.2, +20% Max per XXXXX XXXXX Section 8.4 section +/- 10% Max between sections Power Factor IEEE 1653.2, Per IEEE XXXXX Section 8.3 1653.2.8.3 Harmonic Amplitude IEEE 519 THD < 5% XXXXX Individual < 3% Commutation Reactance IEEE 1653.2 Per IEEE 1632.2 XXXXX Constant Annex B Annex B 150% Diode Temperature CTA 34.21 04 Diode junction XXXXX temperature shall not exceed maximum rating

Traction Power Equipment Testing 34 21 11-13 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

END OF SECTION

Traction Power Equipment Testing 34 21 11-14 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

APPENDIX A

SAMPLE FIELD TEST PLAN

APPENDIX A Traction Power Equipment Testing 34 21 11-15 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

APPENDIX A

SAMPLE FIELD TEST PLAN

The Field Test Plan includes tests which shall be performed by the Traction Power Equipment Supplier and/or his Sub-supplier. These tests are in addition to the test specified elsewhere in the Traction Power Substation Specification Sections. This test plan is to be used as a guide and is not all inclusive. Contractor shall submit a formal field Test Plan for approval prior to performing any field tests.

APPENDIX A Traction Power Equipment Testing 34 21 11-16 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

SAMPLE FIELD TEST PLAN

Table of Contents

Substation Equipment

GENERAL ------PHASE I Mechanical and Electrical Inspections and Test Prior to Control Check PHASE II Control Function and System Interconnection Checks PHASE III Main Power Energization PHASE IV Short Circuit Test

APPENDIX A Traction Power Equipment Testing 34 21 11-17 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

Pass/Fall Criteria

The pass fail criteria for these tests are contained in the specification itself.

Specifically:

• Equipment is deemed to have passed “Hi-Pot” Test if the voltage can be reached and sustained for one minute breakdown.

• On all other tests the equipment is to function in the intended manner as shown on the drawings, in instruction books, and in the specification.

PHASE I – TEST EQUIPMENT Special Devices Megger Tester: Simpson or equal 0-1,000 mega ohm 1000 V dc

HIPOT Device: Hipotronics Model PL880 or equal

Standard Device:

Yellow-black rope or ribbon High voltage signs Ground cable Terminal – block shorting jumper

Variable transformer input 115V 10A Single phase bridge 15A 250V dc Capacitor 350V dc, discharge resistor

Tool Kit Low resistance OHMETER (Ductor) (Capable of supplying 100A current output)

Transformer Turns Ratio Tester

APPENDIX A Traction Power Equipment Testing 34 21 11-18 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

PHASE IA – AC SWITCHGEAR

Following tests to be performed by Equipment Supplier:

1) AC Breaker Racking Mechanism Function - Withdraw breaker and move on own wheels - Confirm interchangeability within station including spares - Physical inspection

2) AC Breaker Mechanism check and operation - Manual spring charging close – open breaker, slow close breaker - Test of Kirk key interlock 3) 1000V Megger Test - Perform megger test (resistance test) on each side of each circuit breaker for one minute. - Megger control wiring to skin 1000V dc for one minute.

4) AC Switchgear Hipot - With all breakers racked in closed, carry out the following tests (Be sure to disconnect load cables). • Phase A to B + C + Ground – 27kV ac (38kV dc) for one minute. • Phase B to A + C + Ground – 27kV ac (38kV dc) for one minute. • Phase C to A + B + Ground – 27kV ac (38kV dc) for one minute. - Hipot Incoming ac cables (ComEd’s responsibility). - Check ac breaker vacuum canister for breakdown. - Check for contact resistance.

5) Physical Inspection of ac Switchgear

APPENDIX A Traction Power Equipment Testing 34 21 11-19 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

PHASE IB – RECITIFIER TRANSFORMER AND AUXULIARY TRANSFORMER

Following tests to be performed by rectification equipment supplier

1) Physical inspection Transformers (Rectifier and Auxiliary Transformers)

2) 1000V Megger Test

a. Primary to ground b. Secondary to around c. Primary to secondary

3) HIPOT (Auxiliary and Rectifier transformers on highest tap)

a. HIPOT primary to ground, 27kV ac (38kV dc) for 1 minute b. HIPOT secondary to ground, 1875V ac (2650V dc) for 1 minute. c. HIPOT control wiring to ground, 1125V ac (16000V dc) 1 minute.

4) Transformer Turn Ratio Test at all taps

PHASE 1C – RECTIFIER

Following tests to be performed by traction power equipment supplier

1) Physical inspection including instruments and heat sink assemblies.

Check torques per instruction manual.

2) Megger rectifier power busses and power busses and power bus duct conductors to skin.

3) Megger control wiring to skin 1000V dc for 1 minute.

APPENDIX A Traction Power Equipment Testing 34 21 11-20 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

PHASE ID – DC SWITCHGEAR

These tests may be done independently from other aspects of Phase 1. Tests to be conducted by traction power equipment supplier.

1) DC Breaker Racking Mechanism Function

- Withdraw dc breaker from cubicle - Check for interchangeability of like function - Check for incorrect dc breaker size and place

2) DC Breaker Mechanism Function. Operate for manual spring charging, close/open, slow closing.

3) DC Breaker Megger Test: Main Contracts

- Megger open and closed position

Control wiring with spring charging motor

- Motor connected, megger 1000V dc for 1 minute

4) DC cubicle (Line Up) Busbar Megger to Skin

DC BREAKER WITHDRAWN OR IN DISCONNECT POSITION. Interconnect positive busbar with negative reference bus.

Open isolator fuses. (Make sure transducers and ground detectors are isolated).

- Megger busbar 1000V dc for I minute.

5) DC Cubicle Control Wiring Megger to Skin

- Megger control wires 1000V dc for 1 minute

6) Check Breaker Contract Resistance

APPENDIX A Traction Power Equipment Testing 34 21 11-21 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

PHASE IE – BUS DUCT

Bus duct testing must be coordinated with Phase 1B (Rectifier Transformer) and Phase 1C (Rectifier)

1) Physical inspection of bus duct

2) Megger bus duct bars to skin, with skin connected to ground

APPENDIX A Traction Power Equipment Testing 34 21 11-22 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

PHASE II – CONTROL FUNCTION AND SYSTEM INTERCONNECTION CHECKS

Testing in this Phase should begin with control power (Phase II, Battery, Charger, and Inverter) and then in general follow the power train sequence. See details for exact limiting conditions. Control functions, connections, and interconnections must be checked through and circuit paths yellow lined in on elementary diagram.

Special Devices

Relay Tester: EIL Instrument or Equal, Model RTS 100D

Standard Devices

Tool Kit

Multimeter

120V variac 10A

Single phase rectifier bridge 15A 250V dc

Variable power resistor 0-1 ohm 25amps

450V ac, 3 phase bridge rectifier

Oscilloscope

Ramp generator to test 150 devices

APPENDIX A Traction Power Equipment Testing 34 21 11-23 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

PHASE IIA – CONTROL BATTERY, BATTERY CHARGER AND CONVERTER

Battery test should be performed here.

Since control power is necessary to nearly all aspects of Phase II test, this test should proceed before all other aspects of Phase II.

Following tests to be performed by traction power equipment supplier.

1) Check battery specific gravity and connections.

2) Inspect charger, turn on at no load. Check input/output voltage, adjustments (float, equalizer, etc.). Physical inspections. Connect charger. Charger set to recommended rate per manufacturer’s instructions.

3) Check motor/generator set

4) Adjust to proper voltage

APPENDIX A Traction Power Equipment Testing 34 21 11-24 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

PHASE IIB – AC SWITCHGEAR

Following tests to be performed by equipment supplier.

1) Calibrate and bench test for accuracy by applying appropriate power to all ac overcurrent relays in accordance with the equipment supplier coordination sheet.

2) Test for accuracy of all voltmeters, ammeters and transducers

3) Check all functions position. Begin with incoming line feeders and tie breaker point. Yellow line in on elementary diagrams.

4) Check PT/CT connections by secondary injection. Line in on elementary diagrams.

5) Perform CT Saturation Test

6) Perform PT ratio test

7) Simulate relay output from relay test plug. Line in on elementary diagrams.

8) Confirm electrical operation of all breakers, including test stations.

APPENDIX A Traction Power Equipment Testing 34 21 11-25 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

PHASE IIC – RECTIFIER TRANSFORMER

The following checks should be made after the ac switchgear and battery have been tested as outlined. All elementary diagrams must be line in completely. Record all readings on elementary diagrams.

Following tests to be performed by equipment supplier.

1) Winding Temperature Indicator – Check set point, alarm and trip function. Check reset temperature, annunciate and lockout.

2) Verify accuracy of rectifier transformer winding temperature indicators by applying heat gun.

3) Check proper function of transformer door interlock system.

APPENDIX A Traction Power Equipment Testing 34 21 11-26 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

PHASE IID – RECTIFIER

The following checks should be made after the ac switchgear has been tested as outline above. Battery and inverter (if used) must be operative. Tests should be made through an annunciator board and dc switchgear tripping. All elementary diagrams must be lined in completely. If complete system verification cannot be made at once. Check out portion of system and line in. Record all readings on elementary diagram.

Following tests to be equipment supplier.

1) Demonstrate operation of 64 device both ground (64X) and hot structure (64C). Record pickup, dropout voltage, and circulating current for all ground and hot structure.

2) Check continuity of sensor and simulate both and alarm.

3) Check surge protection by operating micro switch.

4) Check door interlock system by opening and closing doors.

5) Check diode fuse monitor (alarm and trip) by operating micro switches on fuse indicator. Check function of test switch on fuse monitoring indicator.

6) Check rectifier negative switch (89N) and interlocks for proper operation.

7) Check proper operation of all rectifier alarms.

APPENDIX A Traction Power Equipment Testing 34 21 11-27 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

PHASE IIE – DC SWITCHGEAR

DC switchgear may be tested independently from other systems, provided all interfaces with other systems are properly lined in and confirmed. Battery set must be operative. Tests should be made through the annunciator board and dc switchgear tripping circuits. All elementary diagrams must be lined in completely. If complete system verification cannot be made at once, check out portion of the system and line in.

Record all readings on elementary diagrams.

Following tests to be performed by equipment supplier:

1) Protection confirmed by observation and operation.

a. Tripping devices shall be given mechanical inspection. b. Check polarity of trip sensors and sensitivity of direct acting reverse current trip. c. Trip circuits (short time, rate of rise, reverse current, instant) tests with function push button and removal of control power to confirm tripping on loss of control power. d. Visually verify relay setting (direct acting, semi-high speed, rate of rise). e. All protective relays shall be tested for accuracy, proper operation, and function (devices 150, 176, 32 and transducers).

2) Demonstrate operation of structure ground relay (164) and cubicle isolation.

a. Record pickup, dropout voltage and circulating current for all ground (164X) and hot structure (164C) detectors. b. Demonstrate operation of structure ground relay (164) while control power being supplied from alternate power source (if any).

3) Check for operation of dc breaker electrical close and trip function.

4) Check for umbilical cord operation of all dc breakers for electrical close and trip functions.

5) Check for mechanical operations (rack in and out and interlocks) of dc breakers.

6) Check for kirk key interlock (cathode breaker and disconnect switch), if applicable.

7) Check for interchangeability of breaker and non-interchangeability of breakers with unlike rating.

APPENDIX A Traction Power Equipment Testing 34 21 11-28 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

8) Check for proper operation of station alarms and associated annunciators. Record pickup and dropout values where required.

9) The dc reclosing circuit shall be thoroughly tested and calibrated by simulating inputs on the station bus and third rail with power bridge and load resistor. Make initial setting on reclosing module. Setting values shall be recorded.

PHASE IIF – ANNUNCIATORS AND METERING

Annunciators and metering must be tested as an integral part of balance of Phase II.

Following tests to be performed by traction power equipment supplier.

1) Annunciator

Check functions of annunciators with the main system. Observe all indication lights, horns, pushbutton functions, and test switches. Line in elementary diagram.

APPENDIX A Traction Power Equipment Testing 34 21 11-29 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

PHASE III – MAIN POWER ENERGIZATION

- All power cables and control interconnections complete

- All previous tests and equipment inspections verified

Initial energization to be by traction power equipment supplier

Standard Equipment

Tool Kit

Multi-meter

Clamp on ammeter

PHASE IIIA – SUBSTATION ENERGIZATION

Following tests to be performed by traction power equipment supplier.

1) Review previous test data.

2) Visually check all power connections.

a. AC switchgear

b. Rectifier transformers (HV/LV/GND)

c. Bus duct

d. DC feeder connections

3) Visually check protective relay settings.

a. AC switchgear

b. DC switchgear (including recloser)

4) Open all breakers. Rack dc breakers to disconnect position. Open negative disconnect switches in rectifier and negative switchgear. Put all breaker controls in local. Check all switchgear and access panels for tightness. Close and latch all cubicle doors.

5) Close rectifier feeder breakers and confirm tripping by operating test switch on diode fuse monitor. Confirm annunciator horn is on.

APPENDIX A Traction Power Equipment Testing 34 21 11-30 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

6) Close incoming feeders. Observe ac switchgear instrumentation and relaying.

7) Set transformer taps. Remove kirk keys. Reset thermometer drag pointers.

8) Close rectifier feeder no. 1

Close rectifier feeder no.2

Leave closed for 3 – 4 hours

- Check transformer for any ticking or hissing noise. Also check core noise level is within acceptable limits. This test to be performed on separate transformer test program as per ANSI-C.57.

- Visually check diode fuse monitor, fuse switches, and annunciators

- Visually inspect bus duct

- Record transformer primary current and voltage, transformer secondary voltage and rectifier dc voltage.

9) Open rectifier ac feeder breaker no. 1

Close and open rectifier no. 1 five times at no load (allow complete discharge of rectifier voltage). Observe diode fuse monitor and fuse switches after each close. Close rectifier feeder breaker no. 1

10) Open rectifier ac feeder breaker no. 2

Close and open rectifier no. 2 five times at no load (allow complete discharge of rectifier voltage). Observe diode fuse monitor and fuse switches after each close. Close rectifier feeder breaker no. 2

11) Open both ac rectifier feeders. Close anode switches in rectifiers. Remove kirk keys. Rack in cathode breakers. Close rectifier feeder’s no. 1 and 2. (Cathode breakers slave close). Make measurements as indicated in Step 8.

12) Repeat steps 9 and 10.

APPENDIX A Traction Power Equipment Testing 34 21 11-31 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

PHASE IIIB – DC FEEDER ENERGIZATION (SUBSTATION)

1) Open rectifier ac feeder breakers. Put breaker control in local. Rack in all dc breakers.

2) Confirm recloser operation by giving close command through control switch and observe recloser lock out on dead bus.

3) Close rectifier ac feeder breakers

4) Energize feeder with close command from control switch.

APPENDIX A Traction Power Equipment Testing 34 21 11-32 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

PHASE IV – SHORT CIRCUIT TEST

Test to be performed be installation Contractor.

Following tests to be performed at all new substation equipment

1) Visually inspect equipment meters, gauges etc. Pay particular attention to diode fuse monitor.

2) De-energize station. Put all controls to local. Connect timing circuits, back up trip and recording instruments.

3) Open al dc feeder breakers. Close ac rectifier feeder breakers. (Cathode breaker slave close). Simulate operation shorting switch and back up timers. Check recording devices.

4) De-energize station. Connect shorting switch between dc positive bus and negative bus.

5) Close and latch all switchgear doors. Close incoming ac line and rectifier feeder breakers. (Cathode breakers slave close).

6) Calibrate current and voltage on recording meter.

7) Apply short circuit between dc bus and negative switchgear bus. Record currents and voltages on recording meter.

8) Continue short circuit tests for the following conditions:

a. With one (1) rectifier in service make a short circuit at the load terminals of that rectifier’s dc circuit breaker. The short circuit current with flow until interrupted by the ac circuit breaker under control of the ac protective relays.

b. With two (2) rectifiers in service, make separate short circuit between each rectifier and its associated dc breaker to prove coordination between that rectifier dc breaker reverse current trip and opposite unit ac breaker relays.

c. With one (1) rectifier in service make separate short circuits on each rectifier on load side of a selected number of dc feeder breakers to prove coordination between dc feeder breaker series overcurrent trips and rectifier ac breaker relays.

d. With two (2) rectifiers in service make separate short circuits on each rectifier on load side of a selected number of dc feeder breakers to prove coordination between dc feeder breaker series overcurrent trips and rectifier ac breaker relays.

APPENDIX A Traction Power Equipment Testing 34 21 11-33 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

e. Remote fault test on specified sections shall be performed to determine circuit time constant.

1. Short circuit tests shall be performed on selected sections with the contact rails shorted to negative rails at the remote end.

2. All sectionalizing switches in the section will be closed and all auxiliary loads such as switch heaters, contact rail heaters, emergency lighting etc. shall be disconnected.

3. Using “Astromed Dash 8” or equal recording instrument the circuit time constant (L/R) shall be determined for each section and recorded these circuit time constants shall used for the rate of rise relay settings on each appropriate feeder breaker.

APPENDIX A Traction Power Equipment Testing 34 21 11-34 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

TEST REPORT

PHASE IA AC Switchgear

SUBSTATION:

SERIAL: TESTED BY:

DATE OF TEST: verified by:

1. MECHANICAL/VISUALITY/INTERCHANGEABILITY

BREAKER RACKS IN:

BREAKER RACKS OUT:

INTERCHANGEABILITY:

MECHANICAL CHECK:

SPRING CHARGING:

ITEM/REMARKS VALUE STATUS

2. HI-POT

PHASE A TO B + C+ GROUND PHASE B TO A + C +GROUND: PHASE C TO A + B+ GROUND: VACUUM CANISTER CHECK:

3. MEGGER

PHASE A TO B + C + GROUND PHASE B TO A + C + GROUND: PHASE C TO A + b + GROUND:

4. CONTACT RESISTANCE

PHASE A PHASE B

APPENDIX A Traction Power Equipment Testing 34 21 11-35 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

PHASE C

APPENDIX A Traction Power Equipment Testing 34 21 11-36 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

TEST REPORT (continued)

PHASE IB Rectifier Transformer

SUBSTATION: SERIAL NO: TESETED BY: DATE OF TEST: VERFIED BY:

ITEM/REMARKS VALUE STATUS

1. Visual/mechanical checks

2. Megger:

a. Primary to ground MOhm b. Secondary to ground MOhm c. Primary to secondary MOhm

Remarks:

APPENDIX A Traction Power Equipment Testing 34 21 11-37 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

TEST REPORT (continued)

PHASE IC Rectifier

SUBSTATION: SERIAL NO: TESTED BY: DATE OF TEST: VERIFIED BY:

1. MECHANICALLY/VISUALLY

ITEM/REMARKS VALUE STATUS

2. Megger rectifier with positive Bus bar to skin connected to ground MOhm @1000V dc

Remarks: Phase A,B and C Pos. And Neg. all shorted out. Remove Cathode breaker open neg. switch

a. Megger rectifier cubicle to ground. MOhm @1000V dc

Remarks

3. Megger rectifier control wiring MOhm @1000V dc To skin connected to ground.

Remarks: All control wires Interconnected at the terminals.

APPENDIX A Traction Power Equipment Testing 34 21 11-38 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

TEST REPORT (continued)

PHASE ID DC Switchgear

SUBSTATION:

SERIAL NO: TESTED BY:

DATE OF TEST: VERFIED BY:

1. MECHANICALLY/VISUALLY/INTERCHANGEABILITY

Breaker draw out slides Shutters

ITEMS/REMARK VALUE STATUS

2. Megger switchgear post bus Bar with reference bus bar to Skin connected to ground MOhm @1000V dc

Remarks: Pos. bus bar and ref. Bus shorted, load measuring Fuses open

a. Megger post bus outgoing bars MOhm @1000V dc

Remarks: 100V dc

3. Megger switchgear control wiring To skin connected to ground.

Remarks: All control wiring Interconnected at the terminals.

APPENDIX A Traction Power Equipment Testing 34 21 11-39 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

TEST REPORT (continued)

SUBSTATION: SERIAL NO: TESTED BY: DATE OF TEST:: VERFIED BY:

a. Megger switchgear to ground MOhm @1000V dc

Remarks:

b. Megger ground relay panel to Ground MOhm @100V dc

TEST ITEMS NO. 2 AND 3 MECHANICAL CHECKS

Breaker Serial# Place in Megger Control Wire 1000V DC Size Cubicle w/Motor, w/o Motor to GND Megger Contact 1000V AC 1000V DC

Rectifier 1 MOhm MOhm MOhm Rectifier 2 MOhn MOhn MOhn Rectifier 3 MOhn MOhn MOhn Feeder A MOhn MOhn MOhn Feeder B MOhn MOhn MOhn Feeder C MOhn MOhn MOhn Feeder D MOhn MOhn MOhn Feeder E MOhn MOhn MOhn Feeder F MOhn MOhn MOhn

APPENDIX A Traction Power Equipment Testing 34 21 11-40 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

TEST REPORT (continued

PHASE IE Bus Duct

SUBSTATION: SERIAL NO: TESTED BY: DATE OF TEST: VERIFIED BY:

1. MECHANICALLY/VISUAL CHECK

ITEM/REMARKS VALUE STATUS

2. Megger ac bus between RT And rectifier to ground MOhm @1000V DC

Value with links connected Included with RT test 1B, 2B

APPENDIX A Traction Power Equipment Testing 34 21 11-41 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

APPENDIX A Traction Power Equipment Testing 34 21 11-42 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

TEST REPORT (continued)

PHASE IIA Control Battery, Charger and Converter

SUBSTATION: SERIAL NO: TESTED BY: DATE OF TEST: VERFIED BY:

ITEM/REMARK VALUE STATUS

1. Battery inspection a. “No Smoking” signs b. Ventilation c. Alignment and spacing d. Check tightness of all connections e. Check positive to negative connection of each cell f. Fill out battery data sheet for each cell after initial charge

2. Charger

a. Record serial number b. Check instrumentation/inspection/connection c. Input voltage check at phases V AC d. Float setting V DC

APPENDIX A Traction Power Equipment Testing 34 21 11-43 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

TEST REPORT (continued)

PHASE IIA Battery Data Sheet

SUBSTATION: SERIAL NO: TESTED BY: DATE OF TEST: VERIFIED BY:

Battery V DC (NO LOAD)

CELL VOLT SPEC TEMP LEVEL CELL VOLT SPEC TEMP LEVEL 1 31 2 32 3 33 4 34 5 35 6 36 7 37 8 38 9 39 10 40 11 41 12 42 13 43 14 44 15 45 16 46 17 47 18 48 19 49 20 50 21 51 22 52 23 53 24 54 25 55 26 56 27 57 28 58 29 59

APPENDIX A Traction Power Equipment Testing 34 21 11-44 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

30 60

TEST REPORT (continued)

PHASE IIA Control Battery, Charger and Converter

SUBSTATION: SERIAL NO: TESTED BY: DATE OF TEST: VERIFIED BY:

ITEM/REMARK VALUE STATUS

1. Charger

a. Equalize setting V dc b. Function check of switch timer c. Loss of charger alarm. (Pickup__V dc: Dropout___ Vdc)

2. Inverter set check (as applicable)

a. Record serial number b. Input voltage c. Physical inspection meters/connection d. Voltage e. By-pass functioning

APPENDIX A Traction Power Equipment Testing 34 21 11-45 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

APPENDIX A Traction Power Equipment Testing 34 21 11-46 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

TEST REPORT (continued)

PHASE IIB AC Switchgear

SUBSTATION: SERIAL NO: TESTED BY: DATE OF TEST: VERIFIED BY:

1. Relays Calibrated 2. Control checks verified 4. Electrician operation all breakers

APPENDIX A Traction Power Equipment Testing 34 21 11-47 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

APPENDIX A Traction Power Equipment Testing 34 21 11-48 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

TEST REPORT (continued)

PHASE IIC Rectifier Transformer

SUBSTATION:

SERIAL NO: TESTED BY:

DATE OF TEST: VERIFIED BY:

ITEM/REMARKS VALUE RESET STATUS

VALUE

1. Winding temperature 49T. 49 TH.

Remarks: a. Alarm at…. degC degC

Remarks: b. Trip at…. degC degC

Remarks: 49 TH

2. Transformer Door Alarm: 33T

APPENDIX A Traction Power Equipment Testing 34 21 11-49 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

TEST REPORT (continued)

PHASE IID Rectifier

SUBSTATION: SERIAL NO: TESTED BY: DATE OF TEST: VERIFIED BY;

ITEM/REMARKS VALUE STATUS

1. 64 Device a. Ground (Pickup)______VDC: Dropout_____VDC: Circulating Current__ mA) b. Structure (Pickup)_____VDC: Circulating Current___ mA)

2. Rectifier Thermostats

Alarm Continuity:

a. Trip Continuity:

3. Surge Protection

a. Inspection/Fuse b. Micro Switch

4. Door lock interlock all doors

5. Diode Fuse monitor a. Control power indicator

b. Test switch (all LED)

c. Control power failure

d. One blown fuse per leg (all 6 legs)

6. Kirk key interlock, if necessary

7. Inspection

APPENDIX A Traction Power Equipment Testing 34 21 11-50 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

TEST REPORT (continued)

PHASE IIE DC Switchgear/DC Breaker inspection

SUBSTATION:

SERIAL NO: TESYED BY:

DATE OF TEST: VERIFIED BY:

ITEM/REMARK VALUE STATUS

1. protection

a. Long time rip

Inspection:

b. Semi-high speed trip sensor

Inspection:

c. Semi-high speed trip test/loss of ac

1) Instantaneous forward

2) Instantaneous reverse

3) Rate of rise

d. Initial setting

1) Direct acting These settings are to be set per CTA

Recommendations

2) Instantaneous forward

3) Instantaneous reverse

4) Rate of rise

e. Reverse current relay operation

Remarks: Rectifier breaker only

APPENDIX A Traction Power Equipment Testing 34 21 11-51 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

2. Breaker electrical close and open

APPENDIX A Traction Power Equipment Testing 34 21 11-52 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

TEST REPORT (continued)

PHASE IIE DC Switchgear (Line-Up)

SUBSTATION:

SERIAL NO: TESTED BY:

DATE OF TEST: VERFIED BY:

ITEM/REMARKS VALUE STATUS

1. DC breaker trips

(See Breaker Sheet)

2. 64 device

a. Hot structure (Pickup__V dc: Circulating Current______mA)

b. Ground structure (Pickup _____ Vdc: Dropout______Vdc:

c. Circulating Current______mA)

3. Breaker electrical operation (See Breaker Sheet)

4. Breaker all mechanical/electrical interlock all positions

5. Kirk key interlock if necessary

6. Interchangeability non-interchangeability all cubicles

7. Reclosing module all positions (See Reclose Sheets)

APPENDIX A Traction Power Equipment Testing 34 21 11-53 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

TEST REPORT (continued)

PHASE IIE DC Switchgear Reclosing Module

SUBSTATION SERIAL NO: TESTED BY: DATE OF TEST: VERIFIED BY:

ITEM/REMARK VALUE STATUS

1. Functional Check

a. Loss of ac power b. Station bus transducer Above setting Below setting c. Tie condition d. Third rail monitor e. Local measuring f. Unsuccessful closure (breaker closure time) g. Lookout timer h. Number of reclosures i. Load measure delay

2. Initial Settings

a. Station bus ok above V These are to be set b. Load resistance above Ohms per CTA c. Lock out timer sec. recommendations d. Number of unsuccessful reclosures attempts e. Tie conditions if feeder above volts f. Negative rail compensation limits g. Successful breaker closure time sec. h. Load measuring repeat delay sec.

APPENDIX A Traction Power Equipment Testing 34 21 11-54 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

TEST REPORT (continued)

PHASE IIF Annunciators

SUBSTATION: SERIAL NO: TESTED BY: DATE OF TEST: VERIFIED BY:

ITEM/REMARKS STATUS VERIFIED BY

1. Annunciator

a. Test button/lamp check b. Horn/silence switch c. Flasher d. Engraving and position (from drawing) e. Review elementary diagram for function check

APPENDIX A Traction Power Equipment Testing 34 21 11-55 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

TEST REPORT (continued)

PHASE 111A Traction Power Substation Pre-Energization Check List

SUBSTATION: SWERIAL NO: TESTED BY: DATE OF TEST: VERIFIED BY:

ITEM/REMARK STATUS VERIFIED BY

1. Previous test data and System elementary diagram reviewed

a. AC switchgear -Phase IA -Phase IIA

b. Rectifier transformer RT1 RT2 RT3 -Phase IB -Phase IIB

c. Rectifier R1 R2 R3 -Phase IC -Phase IIC

d. DC switchgear -Phase ID -Phase IID

e. Bus duct -Phase IE

f. Annunciator and metering Phase IIF

APPENDIX A Traction Power Equipment Testing 34 21 11-56 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

TEST REPORT (continued)

PHASE IIIA Traction Power Substation Pre-Energization Check List

SUBSTATION: SERIAL NO: TESTED BY: DATE OF TEST; VERIFIED BY:

ITEM/REMARKS STATUS VERIFIED BY

2. Final check all connections

a. AC switchgear -Incoming feeders No.1 No.3 -Rectifiers feeder No.1 No. 2 No.3

b. Rectifier transformer RT1 RT2 RT3 -HV connection -LV connection -GND

c. Rectifier R1 R2 R3 -AC incoming -Bus -Diode/fuses -Positive -Negative

d. Bus duct -RT 1 to R1 -RT 2 to R2 -RT 2 to R2

e. DC switchgear -Bus connection -Feeder cables

APPENDIX A Traction Power Equipment Testing 34 21 11-57 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

(lugs and crimps)

APPENDIX A Traction Power Equipment Testing 34 21 11-58 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

TEST REPORT (continued)

PHASE IIIA Traction Power Substation Pre-Energization Check List

SUBSTATION: SERIAL NO: TESTED BY: DATE OF TEST: VERIFIED BY:

ITEM/REMARK STATUS VERIFIED BY

3. Visually check protective relay Settings against data sheet

a. Switchgear -Incoming feeder No.1 No.2 -Rectifier feeder-Bus tie

b. DC switchgear Protection Reclosure -RB No.1 -RB No.2 -RB No.3 -Feeder A -Feeder B -Feeder C -Feeder D -Feeder E -Feeder F

4. Safety checks

a. DC feeder breakers -Racked to test -Pad locked open -Red tagged

b. Negative switched opened and red tagged -Negative switchboard -Rectifier anode switch (R1, R2)

c. Switchgear access panels and doors closed and tagged -AC switchgear -DC switchgear

APPENDIX A Traction Power Equipment Testing 34 21 11-59 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

d. Control switches to local

APPENDIX A Traction Power Equipment Testing 34 21 11-60 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

TEST REPORT (continued)

PHASE IIIA Substation Energization Record

SUBSTATION: SERIAL NO: TESTED BY; DATE OF TEST: VERIFIED BY:

Transformer Primary Volts AB BC CA

RT #1

RT#2

RT#3

Transformer Primary Currents A B C

RT#1

RT#2

RT#3

APPENDIX A Traction Power Equipment Testing 34 21 11-61 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17

DC SWITCHGEAR REHABILITATION REV. 0

TEST REPORT (continued)

PHASE 111A Substation Energization Record

SUBSTATION: SERIAL NO: TESTED BY: DATE OF TEST: VERIFIED BY:

Transformer Secondary Volts AB BC CA

RT#1

RT#2

RT#3

Rectifier DC Volts

RT#1

RT#2

RT#3

APPENDIX A Traction Power Equipment Testing 34 21 11-62 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

SECTION 34 21 13 TRACTION POWER SERVICE ENGINEER

PART 1 GENERAL

1.01 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 01 Specification sections, apply to this section.

1.02 SUMMARY

A. This section covers the requirements for furnishing a qualified English-speaking factory trained Service Engineer to ensure the details of field work are properly carried out and the testing is performed in accordance with the various manufacturer requirements and approved testing procedures.

PART 2 PRODUCTS

2.01 DETAIL REQUIREMENTS

A. The Contractor shall promptly furnish a Service Engineer when requested by the Authority for installation, inspection, testing, and adjustment of the equipment described herein, to insure satisfactory performance, and to instruct a reasonable number of the Authority’s employees in the proper use and care of equipment. The costs of the Service Engineer including salary, transportation and other expenses shall be included in the Contract Price.

B. The Contractor shall provide, within seventy two (72) hours after notification by the Authority, a qualified field Service Engineer to commence and continue to conclusion of any work, which is required to be ready for safe commercial operation.

C. The cost of the Service Engineer included in the Contract Price shall include, but not limited to the following work:

1. During the installation after the delivery of equipment supplied herein, the Service Engineer shall spend a minimum of one (1) full day per week at each job site, continued until satisfactory completion of field test. Variations from this schedule and requirements will not be permitted except with the consent of the Authority, or for reasons which the Authority deems are beyond the control of the Contractor. 2. Promptly expedite delivery of material supplied herein required for installation, including the exchange of incorrect material supplied. 3. Promptly identify and make corrections to defects in material, workmanship, or manufacturer of equipment supplied. 4. Promptly identify and make corrections to equipment and material supplied to meet the requirements of this Specification. 5. Promptly furnish supplementary installation instructions when, in the opinion of the Authority the installations instructions supplied are incomplete, ambiguous, or otherwise inadequate. 6. Test, calibrate, and adjust equipment to insure proper operation of equipment as required by the Contractor and this Specification.

Traction Power Service Engineer 34 21 13-1 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

7. Insure the manufacturer's written installation instructions are followed and notify the Authority immediately when methods of installation are not satisfactory to the Service Engineer. 8. Test and inspect equipment and certify that equipment is properly installed and ready for service prior to being placed in service. 9. Arrange for and participate in field tests. 10. Instruct the Authority’s employees in the proper use, care and adjustment of the equipment.

PART 3 EXECUTION – NOT USED

END OF SECTION

Traction Power Service Engineer 34 21 13-2 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

SECTION 34 21 61 GENERAL PROVISIONS TRACTION POWER

PART 1 GENERAL

1.01 RELATED DOCUMENTS.

A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 01 Specification Sections, apply to this Section.

1.02 SUMMARY

A. This Section details general provisions for electrical work necessary to support the sections, specifying the categories of traction power distribution, substation equipment, building facilities and electrical work. The work under this section includes detail design and furnishing labor, materials, tools, equipment and incidentals necessary to provide, install and test the electrical work.

B. This Section specifies general provisions that are applicable to all Sections of related to traction power. Additional general provisions applicable only to individual Sections are specified under each such Section.

C. The Contract Drawings show the general arrangement required for the installation of equipment, cable tray, and other associated traction power items. The Contractor shall follow these Contract Drawings as closely as possible. Should conditions necessitate any rearrangement, the Contractor shall prepare and submit drawings showing the changes to the Authority for approval before proceeding with the work.

D. Due to the small scale of the Contract Drawings, it is not possible to show all the offsets and detail every point at which exigencies of construction may require special attention. Any additional fittings, conduits or specialties and other appurtenances due to field conditions and / or local code requirements shall be furnished and installed by this Contractor at no extra cost to the Authority.

E. All items, accessories and/or devices necessary for completion and proper operation of any system shall be designed and provided by this Contractor or Subcontractor for such system whether or not they are specifically called for by Specifications or Drawings.

F. Relocation or rearrangement of equipment within 10 feet of locations shown on the Contract Drawings, when directed by the Authority, shall be done by the Contractor at no additional cost to the Authority, provided that the foundation(s), support(s), or actual equipment items have not been permanently set in place.

G. At the conclusion of the work, the Contractor and a manufacturer's representative shall demonstrate and explain to the Engineer the function, operation and maintenance of all equipment and systems installed.

1.03 SCOPE OF WORK

A. Detail Scope of Work

1. The work shall be performed in stages to facilitate the minimum interruption for Authority’s Schedule Service. The work, which requires interruption of service, shall be conducted only at night or during the week-ends to minimize the inconvenience of CTA’s riders. The work under this Contract includes furnishing design services, labor, materials, equipment,

General Provisions Traction Power 34 21 61-1 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

tools and incidentals for performing all operations as described. See Division 01 Section, Summary of Work, Project Description.

2. The Contractor shall furnish all equipment and perform all work integral to final design, construction, testing and commissioning of the project scoped. The work shall include obtaining all necessary permits, site improvements, landscaping, foundations, building structures, underground utilities, electrical and mechanical systems as shown on the Contract Drawings or specified in the Specifications. For detail Elements of Work, see Division 01 Section of this Specification.

1.04 QUALITY ASSURANCE

A. Materials and installation shall conform to the applicable codes and standards.

B. After all equipment, devices and raceways are installed and wires and cables are in place and connected to devices and equipment, the Contractor shall test the system for continuity, short circuit, improper grounds, and other defects. If any defective conditions are present, the Contractor shall make all necessary corrections and retest for compliance.

C. Each major component of equipment shall have the manufacturer's name, address, model number and rating securely affixed in a conspicuous place.

1. The nameplate of a distributing agent is not acceptable. 2. Code ratings, labels or other data, including any that are die-stamped into the surface of the equipment, shall be in a visible location.

1.05 APPLICABLE STANDARDS, CODES, AND REGULATIONS

A. All equipment, material and work furnished and/or installed under this Specification for traction power Substation work, shall conform to all Federal, State or Municipal laws or ordinances, and if any work shown or specified conflicts with such laws or ordinances, this Contractor shall make such changes as are necessary to meet said requirements. The cost of such changes shall be borne by the Contractor and shall be included in the Contractor’s original bid. Where any standards shown on the Contract Drawings or specified herein exceed the minimum standards set by law, the Contractor shall adhere to the higher standard.

B. The Contractor shall obtain all permits, pay all fees, and arrange for all inspections required for the installation of the work under this Division of the Specification.

C. All work shall comply with the latest edition of the applicable standards and codes of the organizations listed below:

1. IEEE – Institute of Electrical and Electronic Engineers

2. AISI – American Iron and Steel Institute

3. ASME – American Society of Mechanical Engineers

4. ASTM – American Society for Testing Materials

5. AWS – American Welding Society

6. IES – Illuminating Engineering Society

7. IPS – Iron Pipe Size

General Provisions Traction Power 34 21 61-2 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

8. ICEA – Insulated Cable Engineers Association

9. NEMA – National Electrical Manufacturers Association

10. ANSI – American National Standard Institute

11. CFR – Code of Federal Regulations

12. FTA – Federal Transportation Administration

13. NEC – National Electrical Code

14. NESC – National Electrical Safety Code

15. NBFU – National Board of Fire Underwriters

16. NFPA – National Fire Protection Association

17. UL – Underwriters’ Laboratories, Inc

18. OSHA – Occupational Safety & Health Administration

19. AREMA – American Railway Engineering and Maintenance Association.

D. In addition to the National Codes, the Contractor shall comply with all local codes and standards insofar as they apply to this installation and equipment.

E. Failure to mention any governing codes in this Specification does not relieve the Contractor from adhering to all codes applicable to the work.

F. Electrical equipment and material(s) furnished by this Contractor shall bear the UL label wherever standards have been established by that agency.

G. At the completion of the work, the Contractor shall obtain and turn over to the CTA a Certificate of Inspection indicating approval and acceptance of the work by the appropriate inspection authority.

1.06 SUBMITTALS

A. Pre-Installation submittals of the following types are required for the listed categories.

1. Equipment details for panel boards, wired enclosures.

2. Catalog cuts shall cover common materials and supplies such as conduit, wire, nuts, bolts, etc.

3. Installation drawings shall cover equipment, materials supplies where installation is not adequately detailed on the Contract documents. 4. Complete rating data for all equipment shall be provided.

5. Instruction books, operation and maintenance manuals with spare parts manuals shall be provided.

6. Catalog cuts for all equipment proposed.

7. Cable, wire, Contact Rail, Insulator, and Rail Anchor test reports.

General Provisions Traction Power 34 21 61-3 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

8. Cable connections, lugs, conduits, raceways, supports, and supporting hardware.

B. Post construction submittals are required for the following types of documents:

1. Shop drawing installation drawings shall be updated to" As-Built" status.

2. Unless otherwise noted, three sets of reproducible As-Built drawings shall indicate the actual "as installed" status of all equipment, cables, raceways, supports, controls and materials incorporated into the facility.

3. Test data shall be provided for all equipment and wiring as required by various sections of these specifications.

C. Shop drawings shall include manufacturers' names, catalog numbers, cuts, diagrams and other such descriptive data as may be required to identify and approve the equipment.

1.07 STAGING FOR TRACTION POWER WORK

A. The basic staging for the replacement of the traction power equipment is described on the Contract drawings for each substation. The detail staging for this work as well as power outage for each substation shall be submitted by the Contractor for Authority’s approval.

PART 2 PRODUCTS

2.01 MATERIALS AND EQUIPMENT

A. Materials and equipment shall be new unless indicated otherwise on the drawings and shall be UL labeled where applicable and shall bear the manufacturer's name, model number and other identification markings.

B. Materials and equipment shall be the standard product of a manufacturer regularly engaged in the production of the required type of material or equipment for at least five years (unless specifically exempted by the Engineer) and shall be the manufacturer's latest design with published properties, that meet the specification requirements.

C. Equipment and materials of the same general type shall be of the same manufacturer throughout the project to provide uniform appearance, operation and maintenance.

D. Equipment and materials shall be without blemish or defect and shall not be used for temporary purposes without the Engineer's written authorization.

PART 3 EXECUTION

3.01 INSTALLATION

A. The Contractor shall perform all work with trained mechanics of the particular trade involved in a neat and workmanlike manner as approved by the Engineer.

B. The Contractor shall perform all work in cooperation with other trades and the approved project schedule to allow speedy and efficient completion of the project.

C. The Contractor shall furnish other trades with advance information on locations and sizes of frames, boxes, sleeves, openings and other items needed for the work, and also furnish

General Provisions Traction Power 34 21 61-4 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

information and shop drawings necessary to permit trades affected to install their work properly and without delay.

D. Where there is evidence that the work of one trade will interfere with the work of other trades, all trades shall cooperate and assist in allocating and working out the work space to make satisfactory adjustments and shall be prepared to submit and revise coordinated shop drawings and installation drawing accordingly.

E. With the approval of the Engineer and without additional cost to the Authority, the Contractor shall make minor modifications in the work as required by structural interferences, by interferences with work of other trades or for proper execution of the work.

F. Minor changes in the locations of equipment shall made at the direction of the Engineer prior to rough-in and shall be at no additional cost to the Authority.

G. The equipment shall be installed with ample space allowed for removal, repair or changes to equipment. Ready accessibility to removable parts of equipment and to wiring shall be provided without moving other equipment which is to be installed or which is in place.

H. The Contractor shall refer to the electrical, structural, civil, track, communications, and signal design documents for installations of adjacent systems.

I. The Contractor shall protect the materials and work of other trades from damage during installation of the work provided under this contract.

3.02 TRANSMISSION OF VIBRATION

A. Traction power equipment, conduit, and fittings shall not be mounted to or supported by elements subject to vibration except by method specified here in and/or shown on the drawings.

3.03 INSTALLATION OF WORK FOR OTHER SECTIONS

A. The Contractor shall coordinate all traction power work and shall complete all wiring, conduit, material, and traction power equipment as required for equipment installed under other divisions of these specifications.

END OF SECTION

General Provisions Traction Power 34 21 61-5 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

SECTION 34 21 65 BASIC ELECTRICAL MATERIALS AND METHODS

PART 1 GENERAL

1.01 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 01 Specification Sections, apply to this Section.

1.02 SUMMARY

A. This Section specifies all raceways and boxes as well as appurtenances thereto required for all the electrical work required under this Contract, as indicated on the Contract Drawings and as specified herein these specifications.

1.03 SUBMITTALS

A. All materials shall be new and the best of their respective kinds. The use of other than "prime" grades will not be accepted.

B. The Contractor shall specify products of manufacturers for consideration. Submittals shall be made to the Authority for approval. Submit all data necessary for products offered for approval.

C. In all cases, where a device or part of the equipment is herein referred to in the singular number, it is intended that such reference shall apply to as many such devices as are required to complete the installation.

D. Comply with shop drawings, brochures and samples.

1.04 QUALITY ASSURANCE

A. Contractor is solely responsible for the quality control of the work and shall comply with the requirements in Division One sections as well as the regulatory requirements.

PART 2 PRODUCTS

2.01 RACEWAYS

A. Metal Conduit and Fittings:

1. Material:

a. Conduit shall be thin walled, galvanized steel EMT conduits or galvanized rigid metal conduit (GRC), as shown in the contract drawings. GRC Conduits shall be hot-dipped galvanized steel with uniform chromate coating for added protection inside and outside. Threads, galvanized after cutting, shall be ¾ inch taper National Pipe Thread. GRC Conduits shall comply with the latest revisions of the following specifications and standards: Federal Specification WWC-581 ANSI, C80.1 UL 6 and 1242. EMT Conduits shall comply with the latest revisions of the following Standards: NEMA Standard FB-1, UL Standard 514B and Federal Specification A-A-50553.

b. Each full length of conduit shall bear the UL label.

Basic Electrical Materials And Methods 34 21 65-1 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

c. Fittings for metal conduit shall be galvanized malleable iron or steel, and shall be UL listed.

B. Plastic Conduit and Fittings:

1. Material:

a. Plastic conduits shall be polyvinyl chloride (PVC) suitable for 90⁰C cable and for installation in direct sunlight. For concrete encasement Type I application and for normal duty above ground Type III application, conduit shall be heavy wall Schedule 40. For direct burial Type II application and for heavy duty above ground Type IV application, conduit shall be extra heavy wall Schedule 80. Conduit shall be UL listed and comply with the latest requirements of the NEMA Standards Publication TC-2.

b. Fittings for plastic conduit shall be made from rigid PVC compounds, and shall comply with the latest requirements of the NEMA Standards Publication TC-3.

C. Reinforced Thermosetting Resin Conduit (RTRC) and Fittings:

1. Listing:

a. The conduit shall be listed by UL, Underwriters Laboratories, to the UL 2515 Above & UL 2420 Below Ground standard. All conduit shipped shall contain UL labels.

2. Manufacturing:

a. The conduit shall be fiberglass conduit, also known as Reinforced Thermosetting Resin Conduit (RTRC), manufactured using the single circuit filament winding process. Multi circuit windings are not allowed. The conduit shall have a winding angle as close as possible to 54.75 degrees. Winding mandrels shall be straight and true so as to produce a non-tapered conduit. Tapering is allowed at the belled end.

b. The resin system shall be epoxy based, with no fillers, using an anhydride curing agent. The fiberglass shall consist of continuous E- glass Grade “A” roving. All additives for flame spread and lowering smoke density shall be halogen free, i.e. not contain chlorine or bromine Carbon black shall be used as ultra violet inhibitor to protect the conduit and fittings during storage and exposure to the outdoors. Conduit and elbows shall be black in color.

c. Curing shall be done using an oven and take place in two steps. The first curing zone shall bring the conduit slowly to the gel temperature. The second zone shall post-cure the conduit at no less than 350° F. The pipe has to be properly cured so that when measuring the glass transition temperature with a differential calorimeter the difference between the first measurement and the second shall not exceed 5° F. The internal conduit and elbow walls shall be smooth and all fibers embedded in the epoxy.

d. All elbows shall meet the nominal radius + or – 2 degrees. The wall thickness shall meet tolerance as shown below and the “Out of Rounds” as shown in NEMA TC 14. All elbows shall have either straight ends or

Basic Electrical Materials And Methods 34 21 65-2 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

deep socket couplings. All conduits and elbows shall be durably and legibly marked in accordance to NEMA TC 14.

3. Dimensions:

a. Conduits shall be manufactured with the following nominal dimensions:

Outside Inside Wall Diameter Diameter Thickness (Inch) (Inch) (Inch) 3/4" SW 1.050 0.910 .070 1” SW 1.315 1.175 .070 1-1/4” SW 1.660 1.520 .070 1-1/2” SW 1.900 1.760 .070 2” SW 2.375 2.235 .070 2-1/2” SW 2.875 2.735 .070 3” SW 3.500 3.360 .070 3” XW 3.500 3.000 .25 3-1/2” SW 4.000 3.860 .070 3-1/2” XW 4.000 3.500 .25 4” SW 4.460 4.320 .070 5” MW 5.572 5.380 .096 6” MW 6.627 6.435 .096

b. Conduits shall be manufactured having non-tapered sections except the integral belled ends.

4. Electrical Characteristics (minimum):

Volume Resistivity 3.8 x 1014 ohm-cm ASTM D257 Surface Resistivity 1.1 x 1014 ohms ASTM D257 Dielectric Constant 3.5 (at 103 cps) ASTM D150 Dissipation Factor 0.005 (at 103 cps) ASTM D150 Dielectric strength 500 volts/mil ASTM D149

5. Mechanical Characteristics:

a. The conduit shall have following mechanical strength when tested in accordance with referenced test method:

Tensile strength, axial 11,000 psi ASTM D2105 Compressive strength 12,000 psi ASTM D695 Ultimate elongation 2% psi ASTM D2105 Modulus of elasticity (4" conduit) 1.4 x 10+6 psi ASTM D2105 Thermal conductivity 2.0 BTU/(ft2)(hr)( ⁰F ASTM D5930-1 Specific Gravity 1.9 ASTM D792 Glass content 65-75% API 15LR

Basic Electrical Materials And Methods 34 21 65-3 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

Water absorption 1% max ASTM D570 Barcol Hardness 52-56 ASTM D2583 Coefficient of thermal expansion 1.2x10-5 in/in/ ⁰F ASTM 696 Impact Resistance: ASTM D2444

Size 3/4" SW 20 ft.lbs.

1" SW 25 ft.lbs.

1-1/4" SW 30 ft.lbs.

1-1/2" SW 35 ft.lbs.

2" SW 40 ft.lbs.

2-1/2" SW 55 ft.lbs.

3" SW 70 ft.lbs.

3-1/2" SW 80 ft.lbs.

4" SW 85 ft.lbs.

5" MW 140 ft.lbs.

6" MW 160 ft.lbs.

Stiffness at 5% Deflection: ASTM D2412

Size 3/4" SW 1,500 lb/in/in

1" SW 1,200 lb/in/in

1-1/4" SW 850 lb/in/in

1-1/2" SW 600 lb/in/in

2" SW 320 lb/in/in

2-1/2" SW 200 lb/in/in

3" SW 140 lb/in/in

3-1/2" SW 85 lb/in/in

4" SW 50 lb/in/in

5" MW 75 lb/in/in

6" MW 55 lb/in/in

6. Joining System:

a. Conduit Subjected to Changes in Ambient Temperature

i. The conduit shall be supplied with a bonded coupling or an integral wound bell on one end and a machined spigot on the other end. A two part adhesive, epoxy resin system, designed to permanently bond fittings and joints of conduit shall be properly mixed and applied to the spigot end before joining the conduits together. The adhesive shall be available for use in three different ambient temperatures, 70°F, 40°F and 20°F. The adhesive shall be supplied from the same manufacturer of conduit and fittings in order not to void the listing by UL.

Basic Electrical Materials And Methods 34 21 65-4 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

b. Constant Ambient Temperature

i. The conduit shall be supplied with a gasketed joining system which can be used for concrete encasement as well as direct burial installations. This gasketed conduit shall consist of a three- ribbed gasket made from water resistant rubber material. The gasket shall be fit into a permanent groove in the belled end of the conduit. Retainer rings etc. are not permitted and shall not be used in order to create the gasket groove.

7. Fire Resistant and Flame Spread:

a. The conduit shall be UL 2515 Above Ground Listed and shall meet the UL specifications for Above Ground use, i.e. the flame shall extinguish within 30 seconds each time after 4 consecutive applications of 15 seconds and shall extinguish within 60 seconds after the 5th flame application also being 15 seconds in duration.

8. Toxicity:

a. The conduit shall not contain any compounds that can release halogens, i.e. chlorine, bromine, flour and iodine in more than trace amounts when burning. Following shall be the maximum values when tested in accordance to ASTM E-800: Gases Values (max p.p.m.) Hydrogen Chloride 0 Hydrogen Bromide 0 Hydrogen Cyanide < 1 Hydrogen Sulfide 0 Ammonia 0 Aldehydes as HCHO < 10 Oxides of Nitrogen < 50 Carbon Dioxide < 12,500 Carbon Monoxide < 250

9. Fittings and Accessories:

a. Fiberglass conduit fittings, elbows, and accessories shall be manufactured using one of two manufacturing procedures. The first method shall use the same process, methods, and components as used to manufacture the fiberglass conduit. The second method shall use the compression molding process, Sheet Molding Compound (SMC), for the manufacture of the finished component. The SMC material shall be a vinyl ester resin with +30% reinforcement of glass. The glass fibers shall be approximately 1" in length. The SMC material shall be fire resistant to UL 2515 specifications and shall be halogen free. Plastic duct plugs shall be manufactured from PVC

D. Phenolic Conduit:

1. Use:

Basic Electrical Materials And Methods 34 21 65-5 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

a. Low smoke, zero halogen, heat resistant rigid non-metallic conduit.

2. The Specification shall be adhered to when procuring rigid non-metallic phenolic conduit. The Contractor shall submit certifications of compliance and/or samples of the conduit to be installed. No alternatives to the Specification will be allowed unless approved by the Authority.

3. Extra heavy wall. 0.25 inch nominal.

4. Minimum characteristics:

Property Value Testing Method Temperature Range -60oF to +1850oF ASTM E119 (1850oF 2 hours) Vertical Flame Test FT4 passed CSA 22.2 Surface Flammability <5 ASTM E162 Tunnel Test, Flame Spread <1 ASTM E84 Tunnel Test, Smoke Density <1 ASTM E84 Tensile strength, ultimate 7,000 psi ASTM D2105 Flexural Strength >30,000 psi ASTM D638 Dielectric Strength 150 volts/mil ASTM D149 Smoke Density, DS4 min <5 ASTM E662 Smoke Density, Dmax flaming <30 ASTM E662 Smoke Density, Dmax non-flaming <20 ASTM E662 Water Absorption <1.5% ASTM D570 Coeff of Thermal Expansion 0.51x10-5 in/in/oF ASTM D696 Specific Gravity 1.7-1.75 ASTM D792 Barcol Hardness 48-52 ASTM D2583 Glass Content 60-70% API 15LR Modulus of Elasticity 1.2 x 10+6 psi ASTM D2105

5. Toxicity:

a. The following shall be the maximum values when tested in accordance to ASTM E-800:

E. Gases Values (max p.p.m.) Hydrogen Chloride 0 Hydrogen Bromide 0 Hydrogen Cyanide < 1 Hydrogen Sulfide 0 Ammonia 0 Oxides of Nitrogen < 5 Carbon Dioxide < 10,500 Carbon Monoxide < 350

F. Flexible Conduit and Fittings:

1. Flexible conduit connections, approximately 18 inches in length, shall be made to all motors and other devices where rigid connection is not practical or advisable.

2. Flexible conduit shall be liquid-tight, consisting of flexible steel construction covered with an extruded jacket of neoprene or PVC. Conduit shall be American

Basic Electrical Materials And Methods 34 21 65-6 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

Flexible Conduit Company, Anaconda Metal hose Div., Electric-Flex Company or approved equal. Bare "BX" type flexible conduit will not be acceptable.

3. Fittings for liquid tight flexible metal conduit shall be UL listed and approved for grounding.

4. Flexible conduit above 1-1/4 inch trade size shall have grounding conductor run within the flex. Conductor must be sized on the basis of the rating of the overcurrent protective device for the circuit run within the flex, all in accordance witch NEC, US and any local governing codes.

5. All flexible conduits shall have a grounding conductor run inside the conduit, code sized for all circuits indicated.

G. Inserts and Sleeves:

1. General:

a. Lay out work in advance of construction of slabs or construction of walls. Provide all inserts and sleeves necessary to complete the work.

2. Conduit Sleeves:

a. Wall Sleeves: Unless otherwise established by Contractor all exterior and interior wall sleeves shall be of fiberglass reinforced epoxy conduit. All exterior sleeves shall be made watertight, using watertight sealing bushings.

b. Floor Sleeves: Conduits passing through floors shall be sleeved with fiberglass reinforced epoxy conduit and shall be sealed with neoprene rope and caulk. Sleeves shall extend 1 inch above finished floor surface.

2.02 CABLES TRAY SYSTEM

A. Aluminum Tray System:

1. An aluminum cable tray system shall be furnished and installed for control cable routing as indicated on the drawings. System shall be complete and including fittings and accessories as may be required for workmanlike installation.

2. The drawings show the general routing of cable tray system. The exact routing, locations, distances and elevations will be governed by actual field conditions

3. Aluminum cable tray and fittings shall be of standard width with approximately 4 inch deep sides. Rungs shall be 9 inches on center.

4. Trays and fittings shall be fabricated of aluminum throughout and furnished complete with required splice plates and cadmium plated bolts and nuts.

5. Aluminum cable tray system shall be UL classified for use as an equipment grounding conductor.

6. Cable tray systems shall be as manufactured by B-Line, M. P. Husky or approved equal.

B. Fiberglass Tray System:

Basic Electrical Materials And Methods 34 21 65-7 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

1. Fiberglass tray system shall be low smoke, zero halogen and shall include, but not limited to straight sections of ladder type cables, bends, tees, elbows, drop- outs, supports and accessories.

2. The drawings show the general routing of cable tray system. The exact routing, locations, distances and elevations will be governed by actual field conditions.

3. Straight section structural elements, side rails, rungs and splice plates shall be pultruded from fiberglass reinforced polyester resin.

4. Pultruded shapes shall be constructed with a surface veil to ensure a resin rich surface and ultraviolet resistance.

5. Fiberglass tray system shall meet the requirements of ASTM E-84, Class 1 flame rating and self-extinguishing requirements of ASTM D-635.

6. Ladder cable trays shall consist of two longitudinal members (side rails) with traverse members (rungs) mechanically fastened and adhesively bonded to the side rails. Rungs shall be 9 inches on center with approximately 4 inch deep sides.

7. Cable tray systems shall be as manufactured by B-Line, M. P. Husky or approved equal.

2.03 WIRES AND CABLES

A. General:

1. Contractor shall install and connect all wires and cables for substation auxiliary power, control, lighting, etc.

B. Cable (600 volt and below)

1. Wire and cable for all controls, for substation auxiliary power and for substation lighting shall be furnished and installed by the Contractor. Conductors, insulating and jacketing materials shall be in accordance with applicable ICEA and ASTM Standards, and shall conform to the following specifications:

a. Multi-Conductor Cable: Multi-Conductor Cables for control and miscellaneous power shall be stranded copper conductor, XHHW, VW-1 flame retardant moisture resistant 600 Volt, cross linked synthetic polymer insulation, rated 90C dry, 75C wet, flame and moisture resistant fillers. Cable shall be suitable for conduit or duct installation, wet or dry locations.

b. Single-Conductor Wire: Single-Conductor Wire for miscellaneous control and power shall be copper conductor, #12 AWG minimum size, stranded conductor, XHHW, VW-1 flame retardant moisture resistant 600 Volt, cross linked synthetic polymer insulation, rate 90C dry,75C wet. Wire shall be suitable for conduit or duct installation, wet or dry locations.

c. Lighting Wire:

i. Wire for lighting feeders and branch circuits shall be single conductor, solid copper wire, #12 AWG or #10 AWG as required, with XHHW, VW-1 600 Volt insulation. Minimum wire size shall be #12 AWG.

Basic Electrical Materials And Methods 34 21 65-8 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

ii. Fixture wire shall be type SFF-1, stranded, tinned copper, silicone rubber insulated, glass braid covering, rated 600 volts, 160 C. Use of wire nut is allowable.

d. Color Coding:

i. All 208 volt branch circuits shall be color coded with either colored tracers or solid colored jacketing, using black for-"A" phase, red for "B" phase, blue for "C" phase and white for neutral. ii. All multi-conductor control cables shall be color coded in accordance with ICEA standards S-66-524, NEMA WC-70e

e. Wire and Cable Take-Offs:

i. It will be the Contractor's responsibility to furnish and install wire and cable as herein specified. The Contractor will be responsible for making cable take-offs for ordering sufficient wire and cable for the project requirements.

f. Cable Manufacturer's Data:

i. Data to be supplied by the Contractor for each type of size of wire and cable furnished shall include:

i) Number of conductors, materials, stranding ii) Voltage rating of insulation iii) Temperature rating of insulation iv) Insulation material and thickness v) Jacket material and thickness vi) Overall diameter vii) Weight, lbs/1000' viii) Manufacturer's test report

C. Tray Bonding Tie:

1. Bare conductor cable as shown on the Contract Drawings.

2.04 BOXES FOR GENERAL WIRING

A. Junction Boxes:

1. Where necessary to terminate, tap-off, or redirect multiple conduit runs, the Contractor shall furnish and install appropriately designed junction boxes.

2. Unless otherwise noted, boxes not over 100 cubic inches in size shall be standard UL label, pressed steel boxes. Boxes over 100 cubic inches in size shall be constructed as NEC specified cabinets.

3. Covers shall be of same thickness and material as boxes and shall be secured by brass screws or bolts of the similar material. All boxes shall be hot dipped galvanized steel.

4. Unless otherwise noted, box sizes shall be as required by the National Electrical Code or local governing code for the number of conduits and conductors entering and leaving them. Minimum acceptable junction box size shall be 4 inches square by 1-1/2 inches deep.

Basic Electrical Materials And Methods 34 21 65-9 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

5. Boxes over 100 cubic inches shall be of oil tight JIC box construction, unless otherwise noted by Engineer with continuous hinge cover.

B. Terminal Boxes:

1. Where necessary for conductor terminations, the Contractor shall furnish and install NEMA 12 type enclosure with continuous hinged covers for indoor installations and NEMA IV for outdoors.

2. All terminal boxes shall be made up from No. 14 gauge galvanized steel. Boxes shall be finished with gray primer inside and outside over phosphatized surfaces.

3. Each box shall be provided with a removable No. 12 or No. 14 gauge galvanized steel panel mounted on collar studs (panels having 400 square inches of surface or more shall be No. 12 gauge).

4. Terminal blocks shall be suitable for the size of wire, voltage and current rating of the conductor being terminated. Blocks shall include standard terminals, mounting rails, barriers, covers, end stop insulating section and clamp, ground clamps and markers. The terminal strip used shall include a minimum of 10 percent spare terminals.

C. Outlet Boxes:

1. Fixture, electrical device, switch and outlet boxes shall be of the cast metal type with integral threaded conduit hubs. Size shall accommodate device noted and be at least 1-1/2 inches deep.

2. Where three more devices are at one location, use multiple gang box. Install one device per gang unless otherwise determined by the Engineer.

3. Boxes shall be furnished with gasketed covers. Covers shall be screw fastened.

4. Surface outlets on exterior walls and in interior locations where exposed to moisture, and where specifically established by the Contractor, shall be cast metal outlet boxes with conduit hubs and matching device plate.

5. Outlets installed back-to-back in the same wall shall be offset 6 inches horizontally from each other.

6. Outlet boxes shall be attached to masonry or concrete construction by use of expansion anchors and to steel beams by use of clamps, bolts, etc.

D. Pull Boxes:

1. Pull boxes shall be furnished and installed by the Contractor to facilitate conductor installation. Pull box construction details shall comply with the same specifications as for junction box construction.

2. In general, conduit runs of more than 100 feet, or with more than three right angle bends, shall have a pull box installed at a convenient intermediate location.

3. All pull box installations by the Contractor are subject to the approval of the Engineer and must be noted on the "as built" drawings.

Basic Electrical Materials And Methods 34 21 65-10 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

4. Boxes shall be supported independently of conduits entering them. Brackets, rod hangers, mounting channels or other Engineer-approved supporting methods shall be used.

5. Pull boxes shall be provided with suitable barriers where required. Vertical offset pull boxes shall contain cable supports at turns to prevent cables from resting on corners.

2.05 WIRE CONNECTIONS AND CONNECTING DEVICES

A. Cable and Wire Tags

1. Each cable shall be tagged at both ends and in each pull box or junction box where terminations are made or where the cable passes through. Each conductor of each cable shall be tagged at all terminations with its circuit or wire number.

2. Cable tags, furnished and installed by the Contractor, shall be as described for the locations listed below:

a. Nylon Cable Tags: Nylon cable tags, 3/4 inch x 2 inch, neatly and legibly hand marked with indelible ink characters 1/4 inch high and covered by surface film protection, shall be attached to cables with nylon ties where cables are indoors or protected by equipment or enclosures.

b. Wire Markers: Each conductor of multi-conductor control cable or each individual single conductor wire, at the point of termination, shall be identified by plastic-coated or colored plastic, slip-on type wire markers with factory printed numbers or letters. The factory printed numbers or letters shall not be affected by cleaning solvent. Wire marker designations shall conform to designations on wiring diagrams or to designations on control terminal block marking strips.

c. The Contractor shall furnish three hundred and thirty (330) spare blank cable tags similar to ones described above.

B. Terminal Lugs and Splicing

1. Terminal Lugs:

a. The Contractor shall furnish and install solderless lugs or studs for power, control and miscellaneous cables for his connections. Bolting hardware for all lugs shall be silicon-bronze. Terminal lugs for traction power cables shall be as described in Section 34 21 46. All other terminal lugs furnished for power and ground cables shall be heavy duty, bolted type, of high copper content alloy, complete with silicon bronze bolts, nuts and lock washers. Lugs shall have tongues with either two or four ½”-13 bolts, as specified, spaced per standard NEMA drillings, and four-bolt cable clamps. All contact surfaces shall be machined smooth and silver plated. The lugs for control and miscellaneous cables shall be crimp type. Note that all lugs for control cables shall be insulated ferrule, ring-tongue type (open or fork-tongue are not permitted).

b. All cable lugs shall be of the compression indent type requiring the use of a special tool.

Basic Electrical Materials And Methods 34 21 65-11 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

c. Cable lugs shall be as listed by Underwriters Laboratories Inc. or meet UL 486 heating and pullout tests for compression-indent type.

d. Branch circuit conductor lugs for cable sizes #10 AWG and smaller, shall be ring type only with insulated barrel.

e. Branch or feeder circuit conductor lugs for cable sizes #8 to #2 AWG shall be single-hole type.

f. Branch or feeder circuit conductor lugs for cable sizes #2 AWG and larger shall be two-hole type. Bolt hole spacing shall conform to NEMA standards.

g. All enclosures shall be sized to accommodate the specified connectors so that conductors are bent to radii larger than that recommended by the cable manufacturer.

2. Cable Splicing and Termination:

a. Joints in branch circuit wiring shall be made mechanically and electrically secure with solderless connectors as listed by Underwriter's Laboratories Inc., UL 48 or UL 486.

b. Terminal blocks, for control circuit interconnections external to equipment, shall be furnished and installed by this Contractor. These terminal blocks shall be heavy duty, barrier type, 600 Volt rating, #10-32 washer head screw terminals with marking strip.

2.06 NAMEPLATES

A. Each major component of equipment shall have, as a minimum, the manufacturer’s name, address, and catalog number, model, style or type on a nameplate securely attached to the item in an area easily accessible to normal visual demands by maintenance and service personnel. Nameplates for electrical apparatus shall conform to the referenced standards and as specified elsewhere in this Specification.

B. Each switchgear assembly, circuit breaker and auxiliary unit, transformer, rectifier, transfer switch, battery charger, panel board, terminal box, and all panel mounted and individually mounted equipment and devices shall be provided with nameplates for proper identification. Panel mounted devices shall be identified in the rear with designations indicated on manufacturer’s connection diagrams. Internally mounted devices shall be similarly identified.

C. Nameplates identifying major equipment shall be in accordance with the requirements of the contract drawing ET-07504. Two nameplates shall be provided, one on front, the second on the rear of the equipment.

D. Nameplates identifying ac and dc circuit breaker and auxiliary units shall follow the requirements of drawing ET-07504 unless otherwise specified. Inscription shall include circuit breaker number and service. One nameplate shall be provided on front, the second on the rear of each unit.

E. Nameplates for panelboards, terminal boxes and similar equipment shall have lettering ¾ inch high, minimum, unless otherwise specified.

F. Nameplates for panel mounted relays, meters, control and instrument switches, fuses and auxiliary devices and individually-mounted circuit breakers, disconnect switches, etc.,

Basic Electrical Materials And Methods 34 21 65-12 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

shall have ¼ inch, minimum, lettering, unless otherwise specified. For protective and auxiliary relays, the nameplate inscription shall include device number and function. Nameplates for fuses shall note the type and rating of fuse, polarity and identify the circuit.

G. All nameplates shall be laminated plastic with dull white surface and black core unless otherwise specified. Letters shall be engraved through outer layer to expose black core. All exposed edges shall be beveled. Nameplates shall be fastened with machine screws. Use of self-tapping screws or adhesives will not be permitted.

H. The legends of all nameplates shall be submitted to the Engineer for approval.

2.07 MISCELLANEOUS ITEMS

A. The Contractor shall furnish, install and connect all miscellaneous panels, motor starters, contactors, disconnect switches, push buttons, selector switches, indicating lights, or other control devices including all mounting hardware, unless such devices are definitely specified herein as being furnished by an equipment supplier.

B. The Contractor shall furnish, install and connect all mechanical exhaust and ceiling fans, unit, toilet room and water heaters, sump pump, temperature control panel, etc., as shown on the Contract Drawings.

C. If detailed specifications are not given herein such miscellaneous devices shall be furnished in NEMA Type I push buttons, switches, etc. or type 1A (motor starters) enclosures for indoor service. They shall be approved by the Underwriter's Laboratories, Inc. and so labeled wherever such approved equipment is commercially available.

D. For each miscellaneous device described above, the Contractor shall furnish a suitable non-metallic nameplate, (black with white lettering), not smaller than 1 inch x 3 inches, suitably engraved with the appropriate device name or number. Contractor shall submit nameplate schedule to the Engineer for approval. Nameplates shall be held in place with self-tapping screw--not rivets. If the device itself is too small to support its nameplates, the plate shall be attached to a bracket, column or other support in reasonable proximity to the device.

E. Contractor shall furnish all other miscellaneous material required to complete the installation in a workmanlike manner.

PART 3 EXECUTION

3.01 INSTALLATION OF CONDUIT AND FITTINGS

A. Conduit runs shall be no smaller than 3/4 inch trade size.

B. Conduit shall be run in straight lines parallel with or at right angles to building walls, partitions, floors and ceilings. When the location of a conduit is not shown on the Contract Drawing, or the location indicated thereon interferes with other work in place or subsequently to be placed, the Contractor shall work out a satisfactory location free from interferences and, subject to the Engineer's approval, shall proceed on the basis of the selected location.

C. In all cases, conduits and fittings shall be located so as to be accessible for maintenance, to permit removal or repairs to equipment to which conduit is attached and so as not to obstruct or inconvenience personnel in performance or operation and maintenance duties. High temperature or damp location shall be avoided to insure proper ventilation.

Basic Electrical Materials And Methods 34 21 65-13 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

Where a number of conduits are run together, they shall be grouped in a neat and logical manner.

D. When installing metallic conduit, all conduit shall be taper threaded. Use of running threads will not be permitted, including field cut threads. Each conduit shall be threaded to its full thread length in the conduit coupling or conduit fitting hub to ensure good metallic contact for the ground return path. All conduit ends must be cut square and reamed clean of burrs.

E. Before conduit joints are made, the threads shall be cleaned and then coated with anti- seize, electrically conductive compound.

F. Secure all conduits to outlet boxes, junction boxes or cabinets by placing locknuts on outside of box, and locknuts and bushings on inside of box. Conduit terminations 1-1/4 inch and larger shall be equipped with insulating bushings.

G. Conduits and fittings shall be kept clean and dry during installation. Conduit sleeves shall be used where conduits pass through walls, partitions, floors, ceilings and foundations to prevent shear conditions.

H. Conduit hangers and fasteners shall be made of malleable iron (galvanized or cadmium- plated) appropriate in design and dimensions for the particular applications. Metallic conduits, surface mounted on walls and/or ceilings, shall be supported by means of one- hole clamps and clamp backs. Conduits shall be clamped on steel work, where required, with approved clamps.

I. All conduits penetrating building exterior walls, roofs, or membranes shall be provided with a watertight fitting, pitch pocket, flange, or membrane clamping ring to provide a watertight construction.

J. Avoid using bends and offsets wherever possible. Field bends shall be made so as to avoid changing the internal diameter of conduit and so as not to damage its protective coating either outside or inside. Field bends shall be free from kinks, indentations, or flat surfaces and shall be made with approved conduit bending machines or devices. Individual bends shall not exceed 90 degrees and no more than 270 degrees total bend shall be allowed in any one conduit run, except where a pull box is used.

K. Radius of curvature to the inside edge of field bends shall be a minimum of eight-times the trade size of conduit.

L. The Contract Drawings show the approximate routing of the Conduits. Exact routing and termination locations shall be determined by the Contractor in the field, subject to final approval by the Authority.

M. Metallic conduit located at elevation less than 8 feet from finished floor shall not be installed within 6 feet of rectifier and dc switchgear locations.

N. Empty conduits shall be plugged at both ends prior to cable installation.

O. All conduit elbows, offsets and bends shall be uniform and symmetrical. Installation and workmanship shall be of the best quality and skill to provide a firm mechanical assembly.

P. Conduits shall be continuous from outlet to outlet and from outlet to cabinets and junction/pull/terminal boxes with entry secure in such manner that each system shall be electrically continuous. Entry connections shall be made with two locknuts and an insulated conduit bushing or an insulated grounding bushing as required. The locknuts shall electrically connect the conduit to the cabinet or box. Exterior conduit connections to

Basic Electrical Materials And Methods 34 21 65-14 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

the cabinets or boxes shall be made by using insulated watertight, threaded hubs as manufactured by the Myers Electric Products, Inc. ("Scru-tite" Type), Thomas & Betts Company ("Bullet" Series 401) or OZ/Gedney (type 4Q).

Q. Conduit systems shall be completed before conductors are installed. Conduits shall be firmly fastened within 3 feet of each outlet box, junction box, cabinet, offset or bend, and shall be supported at the intervals listed in paragraph R below:

R. Maximum acceptable support spacing for rigid conduit, in feet, shall be in accordance with the following table:

Conduit size Wall Ceiling Vertical 3/4 inches 5 7 8 1 inch and larger 6 8 10

S. Channel type metal framing systems to support conduit and/or cable systems shall be based on a channel 1-5/8 inches square, No. 12 gauge steel, mill galvanized conforming to ASTM Specification A-525 and shall be furnished complete with all associated or required mounting hardware.

T. Expansion joints shall be provided wherever construction joints occur in the concrete slabs. Conduit runs shall be adjusted so that expansion joints are at right angles to the slab joints.

3.02 INSTALLATION OF PLASTIC CONDUIT

A. Plastic conduit, furnished and installed by this Contractor, shall be installed with plastic fittings in accordance with the conduit manufacturer's instructions. Joining method shall be solvent cement technique to provide strong watertight joints in the conduit system.

B. Exposed plastic conduits shall be supported and clamped as shown on the Contract Drawings. Conduit runs shall be no smaller than 3/4 inch trade size.

C. In general, plastic conduit will not be permitted on this project, except in specific cases where permitted by the Authority.

3.03 INSTALLATION OF REINFORCED THERMOSETTING RESIN (RTRC) CONDUIT

A. Conduit and fittings shall be run in straight lines parallel with or at right angles to building walls, partitions, floors, ceilings, or elevated structure When the location of a conduit is not given on the Contract Drawings or the location indicated thereon interferes with other work in place, the Contractor shall work out a satisfactory location free from interferences and, subject to the Authority's approval, shall proceed on the basis of the selected location.

1. In all cases, conduits and fittings shall be located so as to be accessible for maintenance, to permit removal or repairs to equipment in which conduit is attached and so as not to obstruct or inconvenience personnel in performance of operation and maintenance duties.

B. Conduits and fittings shall be kept clean and dry during installation.

C. When installing fiberglass reinforced epoxy conduit overhead, conduit fittings shall be from the same manufacturer.

D. All conduit elbows, offsets and bends shall be uniform and symmetrical. Installations and workmanship shall be of the best quality and skill to provide a firm mechanical assembly.

Basic Electrical Materials And Methods 34 21 65-15 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

E. Conduit routes shown on the Contract Drawings are approximate. Exact routing and termination locations shall be determined by the Contractor in the field subject to final approval by the Engineer.

F. Where aerial conduits cross alleys or streets a minimum of 14 feet – 6 inch clearance must be maintained.

G. All attachments to structure shall be drilled and bolted. No beam clamps shall be allowed.

H. When fiberglass reinforced epoxy conduit is installed under the elevated structure for traction power cable distribution, it shall be 3 inch diameter conduit supported at intervals determined by calculating the total weight of the traction power cable and conduit using the modulus elasticity of the fiberglass conduit. Midpoint deflection shall not exceed 5/8”.

I. Vertical and horizontal expansion capability shall be provided at each elevated structure expansion joint.

J. For fiberglass reinforced conduit installation in encased concrete duct see spec section 34 21 68 Traction power underground ductbank and manholes.

3.04 INSTALLATION OF WIRE AND CABLE

A. Unless otherwise noted, all wire and cable runs external to equipment assemblies shall be installed in conduits.

B. The Contractor shall obtain and observe recommendations of the manufacturer as to installation, care and handling of the various cables. Minimum bending radius shall not be less than that allowed by the ICEA Standards.

C. No splices will be permitted in any power or control cable runs. Cables must be continuous from termination to termination. No splices or joints will be permitted in lighting feeders or branches except at outlets or accessible junction boxes. Joints in branch circuit wiring for conductors not larger than #10 AWG shall be made mechanically and electrically secure using screw-on connectors.

D. Any spare conductors shall be labeled as such and be left neatly coiled, with the ends taped and extending from the cable a minimum of 36 inches.

E. The Contractor's cable pulling shall be in accordance with accepted modern practices so as to prevent damage to the cable. Before pulling cables, a round test mandrel shall be pulled through the duct which is to be occupied, in order to be sure that it is cleared of all obstructions. The test mandrel shall be of a size especially designed for the duct being tested. The mandrel shall be of the rigid type not less than 12 inches in length and shall have tool-steel cutting ends to remove obstructions. Cable pulling tensions, speed, lubricants and other pertinent factors in connection with pulling and handling shall be in accordance with the cable manufacturer's recommendations, or as approved or directed by the Authority. A cable protector shall be fitted in the end of the duct during pulling operation in order to prevent injury to the cable. The cable shall be fed into the duct through a flexible metal pull-in guide. Where more than a single cable is being pulled in, all cable shall be pulled directly into the duct from the coil or reels on which they are received.

F. Cables shall not be pulled off and laid on the ground prior to installation. Cable grips shall be designed for the purpose and shall not cut or otherwise damage the cable. No cable shall be pulled with ends open. A rubber tape seal shall be maintained at all times. The cable shall be continuously inspected during installation and any cuts, abrasions, or

Basic Electrical Materials And Methods 34 21 65-16 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

otherwise injured portions shall be brought to the attention of the Authority and repaired or removed as directed.

G. Conductors shall not be drawn into conduit until the conduit is free of moisture. In drawing wires into conduit, sufficient slack or lead shall be allowed to permit the connections to devices without splices.

3.05 CABLE TRAY SYSTEM

A. The Contractor shall adequately protect cables in trays until all construction work is complete. If, in the opinion of the Authority the cable has been damaged by falling objects, welding debris or other reason attributable to construction practices, the damaged cable shall be completely replaced at the Contractor's expense.

B. Cable trays shall be assembled and installed in such a manner as to provide smooth inside surfaces, free from any abrasions which might cause damage to cables. Damaged pieces shall not be used unless they can be removed and straightened in a manner satisfactory to the Authority. All parts shall be installed in such a manner that they will support cable loads for which they are designed.

C. Cable trays shall be adequately supported from walls or underside of roof beams. All trapezes, brackets, clamps, rods, couplings and suspension fittings, expansion shields, hardware and miscellaneous steel shall be provided to insure a complete support system in accordance with recognized high quality practice.

D. Tray routing shall be adjusted in the field to clear interferences with installation of other trades. Any rerouting of trays to clear interferences shall be subject to prior approval of the Authority.

3.06 FIBERGLASS CABLE RACK SYSTEM

A. The Contractor shall furnish and install low smoke, zero halogen fiberglass cable rack system for support of 600V DC cables within the building. Individual support racks shall be made up of fiberglass unistrut channel members, clamps and associated accessories as required to complete the installation in a workmanlike manner. The fiberglass strut system shall meet ASTM E-84, Class 1 flame rating and self –extinguishing requirements of ASTM D-635.

B. Cable support racks shall be B-Line, M. P. Husky, or approved equal.

3.07 CABLE SUPPORTS ON STRUCTURES

A. Contractor shall furnish and install cable support racks on the elevated structure as shown on the Authority Standard Drawings. Cable support racks shall be heavy-duty construction consisting of hot- dip galvanized steel mounting brackets and horizontal, creosoted wood timber members for cable attachment. Hardware for rack assembly and to hold the cable clamps shall be galvanized steel. Cable support rack locations and installation details shall be as shown on the Authority Standard Drawings.

3.08 CABLE SUPPORTS IN THE MANHOLES AND IN THE SUBWAY

A. Unless otherwise noted within this specification or shown on drawings, the Contractor shall furnish and install non-metallic cable support racks in the manholes, splicing chambers and similar other locations where cables are to be in open runs supported from racks. Cable support racks and mounting channels shall be heavy-duty construction, consisting of molded, fire retardant, non-corrosive glass reinforced nylon with high dielectric properties.

Basic Electrical Materials And Methods 34 21 65-17 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

B. Mounting channels shall be surface type and shall be anchored to concrete with stainless steel, heavy duty, one piece, wedge type concrete anchor bolts with nut and washer. Length of anchor bolts shall be long enough to exceed the minimum embedment in concrete, recommended by the anchor bolt manufacturer.

C. Cable will be tied to the cable racks with cross-wise nylon cable ties at each rack (two ties at each point of support).

D. Cable support racks shall be "Underground Devices" Cat. No. RA20 or approved equal.

E. Cable rack channels shall be "Underground Devices" Cat. No. CR36 or approved equal.

3.09 FILLING OF OPENINGS

A. Where conduit and raceway pass through fire-rated walls, ceilings or floor, provide seals to prevent passage of fire and fume and to maintain integrity of fire-rated structure.

B. Close unused openings or spaces in floors, walls and ceilings. Plug or cap unused conduit and sleeves.

3.10 IDENTIFICATION

A. At end of each run, use brass with stamped markings to establish identification of conduit, raceway and ducts.

B. Test metallic conduit and boxes for electrical continuity. Conduct tests in presence of Authority and record results in writing.

END OF SECTION

Basic Electrical Materials And Methods 34 21 65-18 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 SECTION 34 21 70 SUPERVISORY CONTROL EQUIPMENT

PART 1 GENERAL

1.01 RELATED DOCUMENTS

A. Drawings and General provisions of contract, including General and Special Conditions and Division 01 Specification sections, apply to this section.

1.02 SUMMARY

A. This part of the specification covers the detail requirements for supervisory remote terminal units (RTU’s) to be furnished and delivered for control, supervision, and data capture of new traction power substation equipment at each substation.

B. In addition, all hardware and software shall be furnished and added to the existing master station at the CTA's Communication Center to accommodate RTU's specified within this specification.

C. Supervisory remote (RTU's) furnished under this contract shall be compatible in all respects including adaptation and utilization of protocol with the master station apparatus manufactured by QEI which is presently in service at the CTA. It is expected and required that the bidder and/or successful supplier shall liaison with the Engineer to obtain the required data.

PART 2 PRODUCTS

2.01 DESCRIPTION

A. Furnish the following:

1. It is anticipated the RTU equipment supplied under this contract will be compatible with the existing master station and require no additional equipment at the Control Center master station. If however, a non-compatible RTU is chosen, all necessary expansion hardware and software at the CTA Control Center SCADA master station shall be provided.

2. One (1) SCADA RTU for 18th substation.

3. Successful factory acceptance tests of completed system conducted at manufacturer’s plant and certified (notarized) test data to the Authority.

4. Support parts needed to maintain state System.

5. One (1) year warranty, starting on the day of Final System Acceptance, on all WORK provided under the Contract.

6. Delivery of all material and documentation (including software source code).

7. Instruction manuals, operating instructions, maintenance manuals, drawings (on diskette-AutoCAD format), termination (wire-marking) diagrams, software documentation and all other appropriate documentation, representing the final configuration (or version) of hardware and software as installed in the field and accepted by the Authority. All manuals shall be in English and written in a clear and concise manner such that a person of average technical background can easily understand and use them.

Supervisory Control Equipment 34 21 70-1 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 8. System start-up assistance (labor and material) during field check-out and acceptance tests (field acceptance test and availability tests), and correction of all defects discovered during field acceptance and availability tests.

9. Field start-up, check-out, training and acceptance of the operational system with the assistance of the Authority.

B. General Requirement of SCADA System

1. General

a. All equipment detailed in this section shall be furnished, configured and tested such that upon completion of work by the Contractor/Manufacturer, this additional portion of the SCADA system shall operate and be functionally equivalent to the present system.

b. It shall be the sole responsibility of the contractor/manufacturer to completely understand the Authority's present SCADA system, C/PC operations and field operations such as to complete this project with minimum impact to the CTA's day-to-day operation.

c. All equipment to be furnished under this contract shall be in accordance with the latest applicable standards of NEMA, IEEE, ANSI, U.L., NEC and all applicable Local, County and State Codes and Regulations. Where conflicts occur, the decision of the Authority's Project Manager will be final.

d. Where any requirements specified herein exceed those standards listed, the contractor shall adhere to the Specification.

e. Non-U.S. suppliers shall adhere to the U.S. standards listed.

f. The SCADA Master Station, in addition to the existing RTU communication, shall communicate with these new remote terminal units (RTUs) by three possible communication media:

i. Redundant Bell 202 modems over redundant 2-wire CTA-owned unconditioned metallic conductor lines and/or Ameritech Company telephone lines. ii. Redundant RS232 serial data ports over communication multiplexing equipment provided by the CTA. These ports shall be capable of supporting both terminal protocols (such as L&G8979) and network WAN protocols such as PPP. One port shall be supplied with the required networking stacks to support CDPD communications. iii. Ethernet IEEE 802.3 over a communication link provided by the CTA. The Ethernet interfaces available shall include 10baseT, 100baseTX, and 100baseFX.

g. The 202 modem data transmission communication line wires shall be one or two pairs of CTA-owned unconditioned metallic conductors or/and Ameritech Company telephone (Ameritech) voice grade dedicated PL2001 circuit lines to each or groups of RTUs. One channel pair as main and the other channel pair as alternate where two pairs of communication line are available. The data transmission shall be such as not to interfere with other services in a combined telephone and supervisory control cable. Current flow and voltages shall be within the limit values specified by Ameritech. The supervisory control system shall be designed for data transmission communication over the Authority existing cable communication system.

Supervisory Control Equipment 34 21 70-2 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 C. Security/Reliability

1. To minimize the chance of false operation or failure of the equipment, the equipment proposed shall have as a minimum the following features:

a. All control operations shall employ a select-check-before-operate technique. Initiation of a select sequence shall start an adjustable timer. If the operator does not activate a command message within the allotted time, the system shall cancel the selected point.

b. Receipt of a selection code by the remote station shall cause the equipment to verify the normal operation of the control logic. The verification process shall prevent improper control operations due to failure of the decoding or output logic. As a final check, the remote station shall prevent the operation of more than one interposing relay during the command operation.

c. Message security shall be insured by using a high security code for all information transfers between stations. The code shall be equivalent in security and efficiency to either a BCH 31/26 or a BCH 31/25 code or crosshatch parity error detection encoding.

d. All status inputs, transducer inputs and control outputs shall be designed to meet or exceed the requirements of the IEEE surge withstand test for supervisory control equipment, without sustaining any damage.

e. A feature shall be included in the system, such that false commands cannot be generated during a power off/restart cycle. This feature shall be included in the master and remote stations.

2. All control commands from master station to remote station RTUs shall be treated with priority. These control commands shall be used to control circuit breakers, automatic- reclosing load-measuring Direct Current (dc) feeder breakers, starters and other apparatus units with two (2) and three (3) state controls.

3. The supervisory control functions involved in the control of apparatuses shall have the following capabilities:

a. All dispatcher-requested control selections shall be checked for proper conditions for control of the device (no other control action in progress at this RTU, this point not selected for control at another console, control of this point is allowed from this console, no control inhibit tag effective for this point, all specified permissives satisfied).

b. The system shall acknowledge this feasibility and show the dispatcher that his selection has been verified (select-before-operate).

c. The dispatcher will either cancel his selection or execute the control command within a predetermined time interval (configurable). In the latter case, the system shall perform the checkback-before-operate sequence from master to RTU, from RTU to master, from master to RTU and after completion, acknowledge the execution of his command.

d. After detection of change of state in the RTU, the status shall be analyzed to ascertain that the proper control action took place.

e. The system shall update the SCADA system database. Display to the operator of the change of state from the RTU shall not exceed three (3) seconds.

Supervisory Control Equipment 34 21 70-3 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 Commands issued by the Master Station to the RTU shall be executed within one-half (0.5) of a second.

f. If communication errors occur during the check-before-operate sequence, the System shall retry the operation up to three times in succession (configurable number). If it is impossible to obtain proper communication or if the RTU does not respond with the proper message, the dispatcher shall be alarmed with an appropriate message different from the time-out message.

4. The system shall be designed to ensure that no change of status is lost due to communication errors or other causes.

5. During operation, the master station shall periodically poll for all data at each remote. The master station software shall calculate and display all the communication error rates for each remote station.

6. The master station shall report the status of all RTU communication statistics on a real-time basis.

7. The equipment shall have been designed with ease of maintenance as one of its prime requisites.

D. Master Station Computer Hardware Expansion

1. The SCADA Master Station computer hardware shall be expanded to accommodate all RTUs supplied under this specification.

2. Expansion of the CTA's SCADA Master station hardware shall follow the existing system architecture. Any deviations from this or modifications to it require the written consent of the Authority's Project Manager.

3. Master Station hardware shall support single or multiple RTU on one (1) communication port.

4. The included hardware shall include, but not be limited to the following list in quantities as required:

a. Ethernet Communication Interface Ports

b. Redundant RS232 Serial Data Communication Ports

c. Redundant 202 Communication Modems

d. Ground Fault Detection Hardware

e. Power Supplies

f. Line Protection Hardware

g. Line Switching Hardware

h. All interconnecting wiring/cabling required

i. Enclosures as required

j. Cabinet enclosure for system hardware and accessory

5. Communication Line Termination Facilities

Supervisory Control Equipment 34 21 70-4 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 a. Communication line termination cabinet facilities for connection to the master station cabinet for each RTU shall be provided.

b. These facilities shall include, but not be limited to, four (4) communication line switches to allow individual telephone wires to be selected and grouped as main or alternate pairs. Line protection devices for each incoming line and monitoring capabilities to detect grounded conditions on any line associated with a RTU termination port. Three communication and test Bantam plug jacks shall be provided for isolate and monitor communication between RTU to Master, Master to RTU, line monitoring, for each of the communication lines.

6. RTU Communication

a. The Master Station expansion equipment shall consist of four (4) Communication Interface independent communication circuits. The CIU architecture shall allow implementation of communication for each of the 16 communication channels over three possible communication media:

i. Redundant Bell 202 modems over redundant 2-wire CTA-owned unconditioned metallic conductor lines and/or Ameritech Company telephone lines. ii. Redundant RS232 serial data ports over communication multiplexing equipment provided by the CTA. iii. Ethernet IEEE 802.3 over a communication link provided by the CTA. The Ethernet interfaces available shall include 10baseT, 100baseTX, and 100baseFX.

b. Each RTU shall be equipped and configurable for communication over three communication media: redundant 2-wire lines, redundant RS232 serial data ports, or IEEE 802.3 Ethernet (10baseT, 100baseTX, or 100baseFX).

c. All 202-modem data transmission shall be FSK at 1200 baud. The modems shall have easily accessible strap adjustments for transmit output level and receiver sensitivity. The modems shall comply with CCITT, Bell 202 specification.

d. The Contractor shall verify with the CTA on the exact SCADA master station equipment requirement to support the number of SCADA RTU(s) specifically for this project.

7. Ground Fault Deduction System

a. The supervisory control system shall include ground fault detection (GFD) system at the master station for detecting grounds 202 modem communication line wires. The GFD units shall provide local LED

b. indications as well as status inputs to a local RTU to provide Visual and audible alarms on the Master Station operator interface to alert the Power Controller to the occurrence.

c. The GFD units shall be capable of sensing a resistance to ground with an adjustable range between 5,000 Ohms and 50,000 Ohms anywhere on the supervisory data transmission line wires. Outputs of GFD circuits shall be dry contacts and LED indicator configuration as “energized in normal”.

Supervisory Control Equipment 34 21 70-5 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 d. The GFD system shall be energized from an independent dc power supply rectified and filtered from an isolated 120V ac, 60 Hz source.

e. A "ground" at only one point on the data transmission line wires shall not cause a LINE SUPERVISION alarm or impair operation of the system (LINE SUPERVISION is defined as loss of communication between the Master Station and the RTU).

f. In the event of a direct short to ground of any part of the supervisory equipment monitored by the ground detectors, the ground detector current shall not exceed 1.0 milliampere. At no time shall the GFD cause the communication line control wire voltage or current to exceed limitations imposed by Ameritech.

8. Data Cartridges

a. Contractor shall supply thirty-two (32) blank 4-Gigabyte 4mm DAT tapes for the servers to be used as required for SCADA and system database and system application update and software maintenance purposes.

9. Other Master Station Hardware

a. Appropriate hardware and enclosures shall be included for the expansion of the master station to support the additional specified RTUs.

10. Environment

a. All SCADA master station hardware shall operate in an indoor office environment with no special air conditioning requirements.

i. Operating Temperature: +10C to +40 ii. Humidity: 10% to 90% iii. Voltage: 88 to 132V ac iv. Frequency: 47 to 63 Hz

E. Master station computer Software

1. General

a. Contractor shall provide RTU system communication and configuration so CTA can configure and test Master SCADA to RTUs to Master SCADA communication.

b. Operating display and database point configuration will be prepared by CTA.

F. Remote Terminal Unit (RTU)

1. General

a. The remote terminal units shall collect device status data and provide control for controllable devices. The flow of information to and from the remote shall be initiated by and originated from the CTA Master Station.

b. The RTU shall be subjected to the environment relative to its respective location and shall include of the auxiliary end equipment necessary for the control and/or supervision of said auxiliary location.

Supervisory Control Equipment 34 21 70-6 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 c. The remote station RTU enclosures shall contain, but not be limited to, solid state circuit boards, interposing relay panels, semiconductor rectifier power supplies (copper oxide type not acceptable), ground detectors, communication equipment, terminal blocks, fuse block and switches as required.

d. The RTU shall be microprocessor controlled such that changes in their operation may be made by merely changing memory elements. System input/output boards shall be cable connected to logic boardsand arranged such that future expansion of the RTU may be made with minimum effort and not require special tools or knowledge.

e. The SCADA Master Station shall communicate with the remote terminal unit (RTU) by means of three possible communication media:

i. Redundant Bell 202 modems over redundant 2-wire CTA-owned unconditioned metallic conductor lines and/or Ameritech Company telephone lines, using QUICS 3000 or L&G 8900 Protocol. ii. Redundant RS232 serial data ports over communication multiplexing equipment provided by the CTA. These ports shall be also capable of supporting both terminal protocols such as L&G8979 or QUICS 4000 and network WAN protocols such as PPP. One port shall be supplied with the required networking stacks to support CDPD communications. iii. Ethernet IEEE 802.3 over a communication link provided by the CTA, using UCA v3.0 protocol. This protocol shall be in accordance with the standards set by the EPRI Substation Utility Initiative or IEC 61850 and shall employ the generic set of objects as defined by GOMSFE. The RTU’S supplied shall be certified to be compatible and able to read GOOSE messages. The contractor shall submit certification of compliance from the EPRI Substation Utility Initiative or some other recognized testing agency The RTU’S shall employ both TCP/IP and OSI seven-layer networking stacks for communications. The TCP/IP stack shall be used for Inter-Station and Master station communications and the OSI stack for IED Intra-Station communications. The Ethernet interfaces available shall include 10baseT, 100baseTX, and 100baseFX. Two (2) Ethernet interfaces are required to support communication to two (2) independent hosts

f. Each RTU shall be equipped and configurable for communication over three communication media: redundant 2-wire lines, redundant RS232 serial data ports, or IEEE 802.3 Ethernet (10baseT, 100baseTX, or 100baseFX). This shall include installation of the required protocols.

g. All 202-modem data transmission shall be FSK at 1200 baud. These modems shall have easily accessible strap adjustments for transmit output level, receiver sensitivity, and selectable pre-emphasis compensation for high frequency attenuation. The modems shall comply with CCITT, Bell 202 specification.

h. Current flow and voltages over Ameritech lines shall be within the limit values specified by Ameritech. The supervisory control system shall be designed for data transmission communication over the Authority’s existing cable communication system. Modems shall be capable of accommodating variations (without degradation in communications) in line impedance, delay distortion, etc., which may be expected on these types of circuits. The successful bidder shall submit a complete set of modem specifications for approval by the Authority's Project Manager before production of the equipment.

Supervisory Control Equipment 34 21 70-7 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 i. Where dedicated SCADA communication lines are not available for a RTU to communicate with the Master Station, the RTU shall communicate with the Master Station via another RTU that has dedicated SCADA communication line(s) to the Master Station.

j. For each telephone line wire, suitable line protective equipment of the self- restoring type shall be furnished in the RTUs to protect against high voltage surges. Each pair of line wires shall be protected by a single, common-envelope type protector.

k. RTU shall have protection in the event of accidental contact with 600V dc.

l. The input to the remote stations shall be status points and analog measurement points. RTU output shall be control points.

m. Equipment shall be furnished as required to permit the control and supervision functions required as stated in section 3.5.10.

n. RTUs shall be equipped to affect automatic transfer to emergency power in the event of failure of normal power at the RTU. Upon restoration of normal service the RTU shall automatically return to the normal power supply.

o. The RTU shall support programmable calculation and control algorithms. These shall be written on a portable notebook/laptop computer using a script editor. These shall be compiled and loaded into non-volatile memory in the RTU. The RTU shall have the capability to upload the script to the Master Station. In the event of a failure of the RTU or corruption of the script file, the Master Station shall download the file into the RTU. The file format shall be compatible with the current storage system at the master station.

p. As a minimum, the calculation and control routines shall support the following mathematical and logical functions: Add, subtract, multiply, divide, assign, log, exponential, sine, cosine, tan arcsine, arccosine, arctan, equal to, not equal to, greater than, greater than or equal to, less than, less than or equal to, square root, absolute value, reciprocal, AND, OR, NOT, XOR.

q. The available database for the above shall include: Local status values, local analog values, local accumulator values, set point values from Master Station, Control requested from the Master Station, date and time variables, communications failure.

r. Function shall include: Set status value, set analog value, set accumulator value, set point control value, execute local controls, start local timer.

s. The RTU shall have built-in circuit to detect and isolate a grounded SCADA communication line from the RTU, so a "grounded" at only one point on the data transmission line wires shall not cause a LINE SUPERVISION alarm or impair operation of the system (LINE SUPERVISION is defined as loss of communication between the Master Station and the RTU).

t. The RTU’S central processing unit shall be based on a 32 bit microprocessor and shall support up to nine (9) communication ports for connection of: the dual master station communication modems, test set and RTU configuration, communicate with intelligent electronic devices such as “smart breakers”, PLCs, metering devices and wayside train signal equipment. Each port shall be capable of supporting independent protocols with multiple devices connected at

Supervisory Control Equipment 34 21 70-8 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 baud rates up to 19.2 kbps. Port configuration, data point mapping, shall be easily changed using the RTU/SCADA system test set.

u. The RTU’S will have the capability of creating a terminal session with other devices in the Station using RS-232 ports. This shall allow the use of third party software at the master station to communicate with Station hardware to allow extraction of auxiliary data or reprogramming the device from the Master Station.

v. The RTU shall have built-in output connector for radio communication: RS-232, pull-up jumpers for CTS, DCD, with PTT control, 6-bit open collector current sinking, 500mA per bit, 900mW combined, external synchronous transmit/receive clocks signal.

w. RTU modules and components shall have isolation and protection against system failure (such as high voltage surges - greater than 150V ac or dc) so failure of a single point in the RTU will not impair other components or module in the RTU or the operation of the RTU.

x. The RTU shall have a dedicated port to allow the time synchronization with an external time source, and the RTU’s internal application shall be able to synchronize the time through the TCP/IP communication from the master station system.

2. Status Points

a. Input points for status monitoring shall be isolated dry contacts. These shall be monitored by the remote station with the following provisions:

i. All status points associated with an RTU shall be interrogated by the RTU at least once every 10 milliseconds. ii. The RTU shall be equipped such that if a device change of state occurs, but disappears before that remote is polled by the master station, the change is not lost. Storage for up to seven (7) changes of state per status point must be available. iii. All RTU input shall be protected against voltage surges and shall meet the IEEE surge withstand test. iv. Separated industrial barrier type interposing terminal blocks shall be provided for all interface connections between the Authority's equipment and the SCADA RTU inputs. These terminal blocks shall accommodate up to #14 AWG wire, and shall be TRW Cinch Jones Series 141 dual barrier style with 16 terminals per block with marker strip or approved equal. v. Local LED indications shall be provided to display the state of all status points. vi. Circulating current to dry contacts shall be supplied by the RTU at a 48V dc level. Non-shielded wires will be used and the input point shall not be affected by electromagnetic and electrostatic interferences. The input points shall be capable of operating from contact devices up to 2500 feet from the RTU over #18 AWG non-shielded wires. vii. Point address assignment per equipped module shall be dip-switch and/or jumper selectable. viii. Status input module shall be equipped with LED with configuration as “energized in normal” to indicate the working status of the module. LED shall be off when a failure occurred. ix. Failure of a single status input point or module should not impair other points in the module or other modules or the operation of the RTU.

Supervisory Control Equipment 34 21 70-9 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 3. Analog Points

a. Input points for measurement will be analog signals. The input panels shall be capable of handling the following types of signals:

i. 0 - 1 mA dc

b. These inputs shall be monitored with the following provisions:

i. The accuracy of the conversion equipment shall be more than 99.9%. ii. To minimize transverse mode noise problems, the input multiplexer shall switch both leads of the signal to preserve the balance of the analog signal. iii. To minimize common mode noise problems, the analog inputs shall be electrically or optically isolated from the digital logic of the remote station. iv. Separated industrial barrier type interposing terminal blocks shall be provided for all interface connections between the Authority's equipment and the SCADA RTU inputs. These terminal blocks shall accommodate up to #14 AWG wire, and shall be TRW Cinch Jones Series 141 dual barrier style with 16 terminals per block with marker strip or approved equal.

c. Point address assignment per equipped module shall be dip-switch and/or jumper selectable.

d. Analog input module shall be equipped with LED with configuration as “energized in normal” to indicate the working status of the module. LED shall be “off” when a failure occurred.

e. Failure of a single analog input point or module shall not impair other points in the module or other modules or the operation of the RTU.

f. A Direct Current Trace Recorder (DCTR) shall be provided to capture oscillographic data and real time data on the source of the analog input. The DCTR shall consist of a microprocessor based, distribution automation device designed to provide rapid collection of data samples for a 0-2 ma analog input signals when triggered by a corresponding status input signal or by remote command. The DCTR shall support retrieval of current operational data, provide long term storage of the collected samples, provide transmission of the stored data to remote systems, and shall be capable of simultaneously sending continuous streaming data of the real-time sample values to a network port. The DCTR data capture mode shall capture up to 1000 samples per second and store 4000 samples in a capture file with time stamped that synchronized to the time source on the RTU. The DCTR streaming data mode shall send up to 50 samples per second to a TCP/IP socket for remote monitoring. The DCTR shall be capable of communication with external devices via a serial RS232 port or Ethernet connections including multimode/single mode 100BaseFX, 100BaseTX, and 10baseT. The DCTR shall have configurable variable to hold the current value, maximum value, minimum value, and average values for each input. The number of DCTR inputs as required per each RTU shall be as defined in Appendix "A".

4. Control Points

a. Output points for control shall be isolated contacts from interposing relays provided by the Contractor. The following provisions shall be made in the RTU

Supervisory Control Equipment 34 21 70-10 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 for all control points:

i. All control operations shall be on a select-check-before-operate basis. ii. All outputs shall be protected such to meet the IEEE surge withstand test. iii. Separated industrial barrier type interposing terminal blocks shall be provided for all interface connections between the Authority's equipment and the SCADA RTU inputs. These terminal blocks shall accommodate up to #14 AWG wire, and shall be TRW Cinch Jones Series 141 dual barrier style with 16 terminals per block with marker strip or approved equal. iv. As a minimum, two "form C" contacts from each and every interposing control relay shall be wired to an interposing terminal block as specified in section 2.F.9 and section 2.F.13. v. Momentary output contacts shall be closed for an adjustable time interval. Timer shall be adjustable from 0.5 to 15 seconds. vi. The contact rating and type of control relays shall be as specified in section 2.F.9. vii. Point address assignment per equipped module shall be dip-switch and/or jumper selectable. viii. Failure of a single control point or module shall not impair other points in the module or other modules or the operation of the RTU.

5. Security and Reliability

a. Security and reliability shall be integral to the RTU design concept such that proper consideration is given to communications, hardware, software, assembly and construction of the RTU itself.

6. Communication Path Security

a. The RTU's encoding/decoding of information shall guard against false commands being executed and prevent false data from being transmitted to the master station. As a minimum the following security features are required:

i. BCH error detection coding or equivalent crosshatch parity error detection encoding. ii. Re-encode and retransmit (to the master station) part or all of the information request and control request messages according to existing master handshake methods including the method employed for redundancy of communications lines. iii. Select-check-operate control technique.

7. Internal Operation and Construction Security

a. As a minimum, the following features are required:

i. High stability clocks for internal timing. The time base of all RTUs shall be periodically synchronized by the Master Station to insure Sequence of Event accuracy and a time base for calculate and control programs. ii. Coded trip/close, start/stop, low speed/high speed/stop, forward/reverse/stop, and all other control commands. iii. Selection interlocks to prohibit operation of more than one control point selection at a time in an RTU. RTU logic shall be such that only a previously selected point can be controlled

Supervisory Control Equipment 34 21 70-11 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 iv. Automatic selection reset at the RTU to reset (clear) a control selection for a point if the next message from the SCADA master is not the "operate" message for that point v. False control operation or false or continuous transmission to the master station shall not be caused by any or all of the following:

i) Power up of the RTU ii) Switching from the primary power source to the back-up source iii) Communication circuit failure iv) Any component failure in the RTU v) A logic card left out of the RTU

vi. The RTU design shall be modular for ease of maintenance and expansion. Failure of one card containing a group of input or output points shall not disable the entire RTU. The RTU reliability shall be high, with a mean time between failures (MTBF) of least 60,000 hours.

i) The manufacturer shall provide details of all data security features for the review/approval of the Authority's Project Manager prior to the start of the manufacturing process. ii) Integrated circuits using circuit types other than CMOS logic shall require the approval of the Authority's Project Manager prior to the start of the manufacturing process. iii) High reliability off-the-shelf components and modules shall be used throughout the RTU.

8. RTU Hardware

a. All RTU shall have a control panel. The panel shall be easily accessible once the door of the RTU is opened. On this panel shall be mounted the following devices:

i. Four (4) line transfer switches, each a single pole double throw with center "OFF" position, labeled L1, L2, L3 and L4. Switches (L1, L2, L3, and L4) permit one communication line to be used as active and the other as standby or to permit isolation of any or all of the lines. Each communication line shall have a separate input and output isolation device such that a problem on one line shall not affect the other. ii. Three communication and test Bantam plug jacks for isolate and monitor communication between RTU to Master, Master to RTU, line monitoring, for each of the communication lines. iii. A ground fault detection (GFD) system for detecting grounds on the dc power supplies and on 202 modem transmission line wires. The GFD units shall provide local LED indications as well as status inputs to a local RTU to provide Visual and audible alarms on the Master Station operator interface to alert the Power Controller to the occurrence.

i) The GFD units shall be capable of sensing a resistance to ground with an adjustable range between 5,000 Ohms and 50,000 Ohms anywhere on the 202 modem transmission line wires or on the RTU positive or negative DC power lines. Outputs of GFD circuits shall be dry contacts and LED indicator configuration as energized in normal. ii) The GFD system shall be energized from an independent dc power supply rectified and filtered from an isolated 120V ac, 60 Hz source.

Supervisory Control Equipment 34 21 70-12 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 The negative supply potential of the ground detectors shall be connected to ground, or structure as appropriate. iii) A "ground" at only one point on the data transmission line wires shall not cause a LINE SUPERVISION alarm or impair operation of the system (LINE SUPERVISION is defined as loss of communication between the Master Station and the RTU). iv) In the event of a direct short to ground of any part of the supervisory equipment monitored by the ground detectors, the ground detector current shall not exceed 1.0 milliampere. At no time shall the GFD cause the communication line control wire voltage or current to exceed limitations imposed by Ameritech.

iv. The "ON-OFF" POWER switches. This shall be two (2) positions, single throw switch which shall disconnect the RTU from the primary and emergency power supplies. v. A Local/Remote switch with LED indication for method of disconnect power supply to energize all RTU Control Points shall be provided. Contact for indication on position of this switch shall be available as status input for RTU with normally closed contact being in remote position. With switch in local position, any RTU control commands shall return 'hardware error' (control relay not energized - control function disabled). This " 243" switch shall be a two (2) position multiple rotary type permitting disconnection of one side of all interposing relay contacts from substation equipment. The contacts of this switch shall be rated for continuous current-carrying capacity of 10 amperes each with an interrupting capacity of 2 amperes at 125V dc. The “243” switch shall be an Electro Switch Corp. “series 21” switch or approved equal. Switch contact quantity and configuration shall be as required for each RTU. Disconnection of the interposing relay contacts should not prevent the interposing relay from operating. Contact for indication on position of this switch shall be available as status input for RTU with normally closed contact being in remote position. vi. An LED for indication if RTU is being powered by the backup power supply (in the event of loss of ac power supply) and contact output for RTU status input indication when such an event had occurred (normal when energized - ac power available).

9. Interposing Relays

a. For each control point, two (2) interposing relays shall be provided, unless otherwise specified. One shall energize in response to a trip or stop code sent from the master station, the other energizing in response to a close or start code.

b. The interposing relays shall be industrial type and have two (2) form 'C' contacts (two (2) make and two (2) break contacts) with a continuous current-carrying capacity of 10 amperes at 150V dc nominal voltage. The interposing relays shall operate at 48 or 24 volts dc, and shall withstand 48V dc continuously without overheating. The interposing relays shall have dust-tight, easily removable covers and shall be of the semi-flush mount type. All interposing relays shall be Potter & Brumfield series KUEP or approved equal. The interposing relays shall be Westinghouse Electric Corporation Type SG Auxiliary Relays or approved equal.

Supervisory Control Equipment 34 21 70-13 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 c. The interposing relay and device panels shall be wired in such a manner that additional intra-panel wiring required for future expansion shall be plug-in cables, with connectors keyed to prevent improper connection. All interposing relays furnished with the RTU shall be installed complete with all necessary wiring. All interposing relays shall be mounted inside the RTU cabinet.

d. The power transfer relay (device 283) shall be an industrial type having four (4) make and four (4) break contacts with a continuous current carrying capacity of 12 amperes each, an interrupting capacity of 3 amperes non-inductive at 125V dc and 8 amperes non-inductive at 48V dc. The power transfer relay shall be Westinghouse Electric Corporation Type MG-6 multi-contact auxiliary relay (complete with cover) or approved equal. The 283 power transfer relay shall operate automatically upon loss of normal power supply, through its contacts, and will disconnect the RTU equipment from the primary power source and connect it to the backup power supply. Upon restoration of normal power supply, the power transfer relay shall switch the RTU equipment back to the normal power supply. The position of the power transfer relay shall be supervised by internal wiring to give an alarm indication on SCADA if the device is not in its normal position.

e. The emergency close relay device 201D, shall be an industrial type relay having four (4) make and four (4) break contacts with a continuous current-carrying capacity of 2 amperes each, and interrupting capacity of 3 amperes non- inductive at 125V dc and 8 amperes non-inductive at 48V dc. The emergency close relay shall be a mechanical latch relay which holds the armature in the operated position until the latch is tripped mechanically or electrically. An operating coil cut-off contact shall be supplied with the electric reset. The emergency close relay is a controllable device that can be energized or de- energized through the SCADA Master Station. An mechanical adjustable timer from zero (0) to thirty (30) seconds shall be included to reset or clear the latch ready after it was set (so the resetting command from the SCADA Master Station is optional). The emergency close latch relay shall be Westinghouse Electric Corporation Type MG-6 multi-contact auxiliary relay (complete with cover) or approved equal. The position of the power transfer relay shall be supervised by internal wiring to give an alarm indication on SCADA if the device is not in its normal position.

10. RTU Supervision

a. The supervision of all devices shall be accomplished via the monitoring of dedicated auxiliary contact(s) on each device. The auxiliary contact(s) will open or closed depending on the status of the device (open, closed, running, etc...). The RTU shall monitor the position of the contact(s) and report the status of the device to the master station. The status up to three (3) auxiliary contacts ("A", "A1", and “A2") shall indicate a maximum of eight (8) possible positions of the device.

b. The RTU shall be equipped with local indications that will display the state of each and every contact with configuration as "energized in normal".

11. RTU Control

a. Control of circuit breakers and other devices shall be accomplished by closure of the close or trip interposing relay associated with each controlled circuit breaker or device. The contact of the interposing relays shall make and break circuits from the respective control voltage

Supervisory Control Equipment 34 21 70-14 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 12. Power Supply, DC/DC Converter, UPS System

a. Power for RTU operation shall be fully isolated from all input voltages, including ground reference. (Floating ground).

b. RTU shall have all necessary power supplies/converters required to adapt the standard RTU electronic circuits to the input voltages of 120V ac and 120V dc.

c. The 120V dc emergency battery supply for each substation RTU will be provided by CTA. Intermediate battery supply taps for the emergency dc supply will not be permitted. The 48V dc UPS System emergency battery supply for 8-hour capacity (at full configuration) and associated battery charger (with current limiting charging current feature) for each RTU shall be furnished, installed, and completely wired by the Contractor.

d. The Contractor shall be responsible for converting and distributing the dc power within the RTU cabinet as necessary to operate the specified RTU equipment.

e. The power supplies/converters shall be redundant in all RTUs with automatic switching capabilities such that failure of one converter shall not disrupt RTU operation. The power supplies/converters shall have the following characteristics:

i. Outputs shall be fully isolated from the inputs so that no ground can be imposed on the battery. ii. Both inputs shall be fused and opened with a single on/off four pole single throw 4PST switch. iii. Input shall meet IEEE SWC standard test (IEEE 37.90.1-2012). iv. Adequate filtering shall be provided on the input such that any chopping noise from the converter is not imposed on the battery. v. The chopping circuitry shall not produce an objectionable noise. It is desirable that the circuitry operates above the audible range, preferably 20 kHz or higher. vi. Indicating lamps shall be provided which light only if converter output is energized.

f. Overvoltage and undervoltage protection shall be included on the outputs to prevent the microprocessor hardware from being damaged due to a single component failure in the converter, or from becoming unstable and causing false operation of control functions. Short circuit protection shall also be provided on the outputs.

g. The capacity of all power supplies and converters supplied shall be sufficient to handle expansion of the RTU to its full capacity of points as specified in Appendix "A.”

13. Terminal Blocks

a. All external wiring interfacing with the RTU cabinet shall terminate on easily accessible interposing terminal blocks within the RTU cabinet. This wiring shall include, but not be limited to, emergency power supply wiring, supervision contacts, interposing relay contacts, telemeter points and line wires. Terminal block shall be TRW Cinch Jones Series 141 dual barrier style or approved equal.

Supervisory Control Equipment 34 21 70-15 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 b. Self-extinguishing white vinyl marking strips shall be included on all interposing terminal blocks. All terminals to which battery or other high voltages are to be connected shall be provided with protective covers. All terminal blocks shall be labeled and have corresponding identification on unit schematic prints.

14. Wiring

a. All wiring shall be stranded and of suitable gauge and insulation to meet the intended use. Extra flexible stranded control wires shall be used for wiring between hinged and stationary portions of panels. All internal wiring to interposing terminal blocks shall be a minimum of #14 AWG stranded wire.

b. Input and output wiring shall be kept physically separate where possible. AC and low voltage dc wiring shall be kept physically separate where possible.

c. All wiring shall be clearly identified, with destination, at both ends using white plastic slip-on markers with etched black lettering. The marker diameter shall be consistent with the wire diameter to insure a snug fit, but yet able to be rotated for identification.

d. All wiring shall be secured into harnesses. All wiring including harnesses shall be routed in such a manner as to not obstruct the installation or removal of RTU components, and shall be secured to the cabinet where appropriate for neatness and to reduce strain on components.

e. All terminations to terminal strips within all RTUs shall be made with crimp-on insulated ring type terminals.

15. Input/Output Isolation and Protection

a. All inputs and outputs including power supply and circuit ports shall be capable of withstanding the IEEE SWC standard test without damage.

16. Components

a. To the greatest extent possible, all components used in the SCADA system shall be high quality solid-state silicon type devices suitable for the application and sufficiently derated for long life.

b. Proper mounting shall be employed for all components on printed circuit boards to prevent damage from shipping and vibration encountered in rail "right-of-way" environments.

c. Circuit boards and their components shall be suitably protected from dampness and corrosion common to the exterior environments.

17. Construction/Packaging/Labeling

a. In addition to general quality workmanship the following shall be implemented:

i. All plug-in printed circuit cards shall be keyed to prevent damage to the RTU or devices connected to the RTU through improper connection. ii. Gold plated contacts shall be used on all printed circuit board and other multi-pin connectors. iii. All printed circuit boards shall be made of glass-epoxy material. iv. Each printed circuit board and all subassemblies shall be serial numbered to uniquely identify them for warranty.

Supervisory Control Equipment 34 21 70-16 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 v. All nameplates for cabinets, panels, components, relays, fuse blocks, switches and terminal blocks (except terminal block numbering strips) shall be plastic, utilize white printing on a black background, and shall match those on existing CTA SCADA equipment. All nameplates shall meet the approval of the CTA Project Manager. vi. All terminal blocks, rows and/or columns shall be suitably and clearly labeled by the Contractor using standard methods. vii. All plug in devices/cards shall employ a positive locking design to prevent loosening from vibration. viii. All internal components shall be labeled and referenced to the internal schematic diagram. ix. Conformal coating.

18. RTU Capacity and Expansion

a. The point capacity of each RTU shall be as defined in Appendix "A” Table A.

b. All spare panels, input/output cards, point cards, and wiring capacity shall be tested to verify that it is correct.

c. All supplied power supplies and related hardware shall be sized to accommodate the maximum hardware configuration possible for each RTU.

19. RTU Enclosure

a. General

i. All cabinets shall be designed to incorporate necessary bracing to assure the rigidity of the cabinet including the door. ii. All cabinet doors shall be furnished with suitable handles and 3-point latching mechanisms. All door locks shall be keyed to match existing SCADA RTU cabinet locks. Cabinets shall be provided with provisions for a CTA supplied 5/8" padlock. iii. iv. All enclosures shall utilize interior mounting panels for the mounting of all RTU components such as circuit boards and relays. Components shall not be mounted directly to the interior of RTU cabinets. All mounting holes shall be tapped. Nuts behind panel are not permitted. v. All enclosures shall have a print pocket attached to the door for the storage of prints and point assignment charts. vi. Enclosures shall be constructed such that removal of the enclosure from its mounts or the removal of any internal components from the RTU shall not require the removal of any interior mounting panel. vii. The enclosure shall be of sufficient strength such that no supports external to the cabinets are required if the cabinets are securely fastened to the floor or vertically mounted on a stand. viii. ix. The enclosures shall have a rear mounting lip around entire perimeter of enclosure. x. Each enclosure shall have mounted on it a large, easily read, identification label corresponding to the location where the RTU will be installed. These shall match labels on existing CTA RTUs or shall be approved by Authority's Project Manager. xi. The enclosure shall be equipped with suitable removable lifting eyes as required.

Supervisory Control Equipment 34 21 70-17 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 xii. Suitable grounding braid shall electrically connect all portions of the enclosure together. A ground lug capable of accommodating up to a #8 AWG stranded grounding cable shall be provided on each enclosure. xiii. All enclosures shall be equipped with a door stop kit which will permit door to be opened at 180 degree. xiv. The maximum dimensions for the RTU cabinets shall be 90 inches high, 36 inches wide, and 20 inches.

b. Standard NEMA 12 (dust-tight and drip tight), free standing enclosures are required for the RTUs. Enclosures shall be of highest quality construction, both in material and workmanship and shall be suitable terminal block within the enclosure for terminating all field wiring. The enclosures shall be arranged for top and bottom cable entry. The enclosures shall be made of not less than 1/8 inch thick corrosion resisting sheet metal, “parkerized” or “bonderized” and coated with two (2) coats of enamel on all surfaces. Color shall be ASA #61 light gray. Door surface shall incorporate bracing to prevent door buckling or warpage.

c. All enclosures shall be floor mounted and shall be installed on maple wood blocks covered by a sheet of GP03 Glastic to isolate the enclosures from ground.

20. Environmental

a. All RTUs will be installed in substations. They will be subjected to temperatures, moisture, and vibration common to these locations.

b. The RTUs are to operate reliably, without adjustments, in environments with an ambient temperature range of -30 to +60 degrees Celsius in enclosure and relative humidity range of 15 to 95 percent.

c. All RTUs shall have heaters thermostatically controlled to maintain a minimum of +5 degree Celsius in a -30 degree Celsius ambient to keep moisture inside the enclosure to a minimum. The heaters shall be equipped with an adjustable high temperature cut out (thermostat) to prevent over temperature conditions inside the RTUs. These RTUs shall also be equipped with necessary vibration and shock protection (at 100dB) to guard against vibrations encountered in the above described environments.

21. Protection

a. Appropriate transient protection shall be provided for each RTU on all communication circuits and other input sources. These protection schemes shall be approved by the Authority's Project Manager prior to construction of any RTUs associated with this project.

22. Others

a. All RTUs shall have a switch able interior AC light and dual duplex socket available mounted inside the RTU cubicle

PART 3 EXECUTION

3.01 INSPECTION, TEST AND AVAILABILITY

A. Inspection

Supervisory Control Equipment 34 21 70-18 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 1. The Authority's representatives and agents shall have free entry into the shops of the Contractor at all reasonable times while fabrication and testing of the specified equipment is being performed. The Contractor shall provide the Authority's inspector, free of charge, all reasonable facilities necessary to satisfy the Authority's inspector that the material in fabrication is in accordance with the specifications. However, such inspection by the Authority's inspector should not relieve the Contractor from responsibility for furnishing material and equipment to conform to the requirements of the Works Statement nor invalidate any claim which the Authority may make because of defective or unsatisfactory material or equipment.

B. Factory Acceptance Test Procedure Documents

1. Prior to shipment of the SCADA system, a thorough, formal, integrated Factory Test shall be conducted with at least the Authority's representatives and Project Manager or the designated representatives in attendance. The Contractor will notify the Authority in writing four (4) weeks prior to the test, that the system, in the opinion of the Contractor, is ready for the formal Factory Acceptance Test. The Factory Acceptance Test Procedure Document should follow a standard test format and be submitted to the Authority at least sixty (60) days prior to the scheduled formal Factory Acceptance Test, for review and approval. The formal Factory Acceptance Test shall not take place until the Factory Acceptance Procedures Document has been approved by the Authority's Project Manager.

2. The Factory Acceptance Test Procedure Document shall at a minimum:

a. Contain the ID number, name and description of each piece of equipment to be tested.

b. List the logical step-by-step procedure with expected response at each step and provides space for recording of actual results.

c. Provide spaces for approval of each test.

d. Contain checkpoints at critical points in the logic.

e. Generally be structured such that simpler tests are run first.

f. Be written such that it can be used by Purchaser during field testing.

g. Describe any steps necessary to simulate inputs required by the test.

3. The Contractor shall provide an overall test schedule (to be approved by the Authority) that includes time for unstructured testing.

C. Factory Acceptance Test

1. All equipment specified herein shall be given factory tests consisting of individual operating tests and dielectric tests in accordance with applicable Institute of Electrical and Electronic Engineers Standards. Devices requiring calibration shall be carefully adjusted to the specified settings. RTUs will undergo complete function tests using a simulator as the master. All points shall be given complete control and indication tests, including telemetering. Tests shall be run simulating the following cases of line conditions existing between the master and the remote units. The line conditions shall apply to both pairs of lines interconnecting the units.

a. Two-wired modem communication:

i. Maximum Line Resistance - 3000 Ohms Line (loop resistance)

Supervisory Control Equipment 34 21 70-19 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 ii. Maximum Line - Line Capacitance - 1.1 microfarads iii. Maximum Line - Ground Capacitance - 0.11 microfarads (each line)

b. Two-wired modem communication:

i. Minimum Line Resistance - 0 Ohms ii. Minimum Line - Line Capacitance - 0 microfarads iii. Minimum Line - Ground Capacitance - 0 microfarads (each line)

c. Two-wired modem communication:

i. Zero Ohms with respect to ground on one of the lines.

d. RS-232 serial communication:

i. 1200, 2400, 4800, 9600, or 19,200 bauds.

e. Ethernet IEEE 802.3 communication:

i. 10BaseT, 100baseTX, and 100baseFX.

2. All tests shall be witnessed by the Authority's representatives.

3. The simulator connected as a master station and all RTUs shall be included in the Factory Acceptance Test.

4. The testing shall exercise every conceivable function of the SCADA system and shall include, but not be limited to, the following:

a. Demonstration that all peripheral hardware and software are operational.

b. Simulation of alarms including multiple simultaneous status changes. Simulated or actual inputs shall be provided to each RTU.

c. Demonstration of the control operation of each control output with proper lights or other indications to confirm the control operations.

d. Simulation of RTU noise and transient conditions, verifying that erroneous indications and operations do not occur, and no damage to equipment results. Demonstration of all man-machine interface functions.

e. All displays, logs, operator/user procedures, and points must be shown to be implemented.

f. Creation and handling of ALL possible error and device failure conditions.

g. Demonstration of analog input/output accuracy, utilizing equipment with current calibration validation.

h. Demonstration of configuration switching.

i. Demonstration of all special applications functions including simultaneous tripping and simultaneous closure, emergency closure [if equipped], report generation and logging.

j. Demonstration of Central Processing Unit (CPU) loading and efficiency criteria.

k. Demonstration of operation of RTUs and SCADA simulation equipment under specified environmental conditions.

Supervisory Control Equipment 34 21 70-20 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 l. Demonstration of the performance of the RTUs, including:

i. Proper cabling ii. Proper card counts iii. Accuracy iv. IEEE SWC on all inputs/outputs (IEEE C37.90.1-2012) v. Proper operation of all input and output functions vi. Proper link-up with data base (point-to-point verification)

m. Verification of the correct inventory of hardware.

n. Demonstration of all hardware and software diagnostic capabilities.

o. Verification that the required expansion capabilities are available.

p. After the successful completion of all the above tests, a 100-hour continuous operation of the SCADA system without loss of any function, without any hardware or software failure, and without any failover (except manual failover), during which time actual system operation is simulated and the man-machine interface is exercised to determine possible weaknesses. Unstructured time for testing by the Authority's representatives shall be included during this test. No software "patches" or changes will be allowed to bypass failed modules during the test.

5. Discrepancies found during the factory test shall be documented and maintained in a record file. The subsequent correction shall be described and proper operation be verified by representatives of the Authority and the Contractor. Faulty and/or incorrect operation of major functions (major discrepancies) may, at the discretion of Authority's Project Manager or his designated representative, be cause for the suspension or restarting of the entire test pending the correction of the problem. Minor discrepancies noted shall be corrected and retested. The Authority may request that other modules that may be impacted by the correction be retested also.

6. The Factory Acceptance Test will be considered successfully completed only when ALL the RTUs have passed ALL the factory tests. The system shall not be shipped until the completion of the Factory Acceptance Test is certified by the Authority's Project Manager or his designated representative. Delay in the shipment of the system due to failure in passing the Factory Acceptance Test shall NOT be considered as an unavoidable delay

D. Field Acceptance Test

1. After the equipment furnished in accordance with these Specifications has been installed and made ready for operation by the Authority, the Contractor shall within five (5) days at his own cost and expense, furnish a competent English-speaking Engineer who will inspect the installation, make any necessary adjustments and cooperate with and assist the Authority in making field tests on the equipment furnished.

2. These field tests shall consist of the repeated operation of each function required by these Specifications, with representatives of the Contractor and the Authority present to observe each piece of equipment involved, until sufficient satisfactory operations are obtained as determined by the Authority.

3. Following successful start-up of the SCADA existing master and all RTUs, Contractor personnel shall proceed to reconduct most of the factory test and conduct appropriate new tests. Any problems encountered during these tests shall be corrected at Contractor’s expense.

Supervisory Control Equipment 34 21 70-21 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 4. If the system fails to pass the Field Acceptance Test within a ninety (90) day period or within such longer period as may be mutually agreed to by the Authority and the Contractor in writing prior to the commencement of the Field Acceptance Test, the Authority, within thirty (30) days after such period, may elect one of the following options:

a. The Authority negotiates with the Contractor for an extension of the Field Acceptance period with proper compensation by the Contractor to the Authority for cost incurred by the Authority due to the delay. This cost shall be determined by computing all CTA (includes fringe benefits and over-time) costs of staffing the affected field locations installed for the project.

E. Availability Test

1. After the completion of the Field Acceptance Test, the system shall be subjected to an availability test for thirty (30) days. All the RTUs shall be included in this Test.

2. The availability shall be 99.9% or greater.

3. This period shall be reinitialized after any significant change as been made to the system.

4. If the availability is determined to be less than 99.9%, the test shall be continued until the specified system availability is achieved over any consecutive thirty (30) day period, or until the test period has exceeded three months at which time the test shall be concluded as unsatisfactory. The Authority shall then elect one the following option:

a. The Authority immediately discontinues and ceases its use and operation of the system, and terminated the Contract in accordance with the terms contained in General Conditions/Special Conditions.

b. The Authority negotiates with the Contractor for an extension of the Field Acceptance period with proper compensation by the Contractor to the Authority for cost incurred by the Authority due to the delay. This cost shall be determined by computing all CTA (includes fringe benefits and over-time) cost of staffing the affected field locations installed for the project.

3.02 SHIPMENT

A. Master Station Expansion Hardware

1. The Master Station Expansion Hardware shall be assembled, tested at the factory, and shipped as a single unit, where possible. The contractor/manufacturer shall work to minimize the installation/assembly and testing necessary on Authority property.

B. RTU Hardware

1. All RTUs hardware shall have been assembled, wired, and tested at the factory before shipping.

3.03 INSTALLATION OF SCADA EQUIPMENT

A. Submittal

1. Four (4) complete sets of manuals and drawings detailing the installation procedures shall be provided four (4) weeks before shipment of the equipment. This will enable the Authority to prepare, where possible, for the installation.

Supervisory Control Equipment 34 21 70-22 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 B. SCADA Master Station

1. Master Station Expansion Hardware

a. Master Station expansion hardware shall be installed and configured by the Contractor. Contractor shall provide hardware and RTU communication and configuration to the CTA so the CTA can configure, install, and test all furnished equipment

2. Master Station Expansion Software

a. Master Station expansion software shall be installed and configured by the Contractor. Contractor shall provide RTU communication and configuration so the CTA can configure, install, and test Master to RTU to Master communication.

b. SCADA RTU operating display and database point configuration will be prepared by the CTA.

C. Remote Terminal Unit Interconnection Cables

1. The modem communication cable between RTU and local communication terminal shall be #18 AWG individually shielded twisted four (4) pairs stranded tinned copper conductors, each with a stranded tinned copper #18 AWG drain wire and aluminum- polyester shield, EPR insulated, thermoset, flame resistance, low smoke non-halogen cross-linked polyolefin jacket cable, rated at 600V 90 degree UL listed.

2. SCADA copper ethernet network communication cable between RTU and local network equipment shall be two (2) 4-pairs CAT 5 shielded twisted-pair cables with RJ- 45 EIA-568-B connectors. Contractor must verify with Authority Project Engineer to confirm network cable requirement.

3. SCADA fiber ethernet network communication cable between RTU and local network equipment shall be a minimum of eight (8) connectorized fiber cable. Contractor must verify with Authority Project Engineer to confirm fiber cable type and well as connector type for use in this project.

4. SCADA analog cable between RTU and transducer shall be a shielded one (1) pair of #16 AWG stranded and tinned copper conductors, with stranded tinned copper #16 AWG drain wire and aluminum-polyester shield, EPR insulated, thermoset, flame resistance, low smoke non-halogen cross-linked polyolefin jacket cable, rated at 1000V 90 degree UL listed.

5. SCADA status/control cable between RTU and control/monitor device shall be a #14 AWG seven (7) stranded and tinned copper conductors, with stranded tinned copper #14 AWG drain wire and aluminum-polyester shield, EPR insulated, thermoset, flame resistance, low smoke non-halogen cross-linked polyolefin jacket cable, rated at 1000V 90 degree UL listed.

6. Individual conductor color code for cables to be per ICEA Table K-2:

a. 2-conductor: black, red

b. 4-conductor: black, red, blue, and orange.

c. 7-conductor: black, red, blue, orange, yellow, brown, red and black.

Supervisory Control Equipment 34 21 70-23 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 3.04 MAINTENANCE

A. For the Warranty Period, the Contractor shall be fully responsible for all maintenance of Hardware and Software (Authority's staff shall participate under the Contractor's supervision) and following this, a preventative maintenance and servicing contract may be established to a CTA approved company for items such as the computers and standard computer peripherals.

B. During the Warranty Period, the Contractor shall make available one (1) specialist who shall be on call at all times with a twenty four hour maximum response time. The Contractor shall replace or repair all defective parts and shall have prime responsibility for keeping the System fully operational. In addition, any part which is made obsolete by redesign or modification shall be replaced (in the System and in the support parts stock) at no additional cost to the Authority.

3.05 SUPPORT PARTS

A. The Contractor shall furnish a complete stock of support parts sufficient to maintain the system availability specified.

1. SCADA Master Station

a. Provide a minimum of 10% of the individual SCADA master expansion modules as supplied under this contract for the SCADA RTU field communication interface between the SCADA master CPU and field RTU communication terminations.

2. Remote Terminal Unit

a. As a minimum, there shall be 10% (10% of each total module/component/item supplied for the RTUs) support parts provided for all module and/or component supplied for this project. These shall include but not limited to complete Racks, CPU Modules, Modem Modules, Control Modules, Analog Modules, Status Modules, Interface Modules, Interconnection Cables, Power Supplies, and Ground Detectors.

b. A support parts cross-reference list (referenced to the subsystem module, location and circuit card) shall be provided for ease in replacement part identification of individual system components.

c. Standard identification numbers used in the electronic industry shall be used in the identification of components at the circuit board level.

d. Support parts shall be available for a period of at least ten (10) years from the date of final system and field acceptance by the Authority.

3. Others

a. During the warranty period, the Contractor shall continually replenish the Authority's support parts stock as parts are used to replace defective ones, at no extra cost to the Authority. At the end of the warranty period, the support parts stock shall contain the complete set of support parts for which the Authority originally contracted with the exception of parts added to the System or parts made obsolete by redesign or modification.

b. In the latter case, the redesigned or modified part shall be maintained in the support parts stock (during the warranty period) in the same quantity as the part made obsolete at no extra cost to the Authority. Cards, modules, or electrical

Supervisory Control Equipment 34 21 70-24 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 components not mounted on cards which have been added to the System, shall be added to the set of support parts at no extra cost to the Authority and maintained in sufficient quantity (during the warranty period) in order to achieve the 99.9% availability criterion.

3.06 TECHNICAL SUPPORT EQUIPMENT

A. The Contractor shall furnish any special tools and test equipment specially designed for and required to maintain the computers, peripherals, RTUs and related equipment. This includes, but is not limited to, test sets, card extenders, special cables and plugs, and tools designed to aid in the test, repair, and checkout of the equipment.

B. Contractor must describe the use and operation of all recommended test equipment in addition to calibration, diagnostic and repair procedures. Tools and test equipment which are commercially available and not specially designed for maintenance of the Contractor- furnished equipment shall not be furnished. The Contractor shall, however, provide a list of the latter equipment to guide CTA in equipping a technician's workshop at the Control Center.

Supervisory Control Equipment 34 21 70-25 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 APPENDIX - A SUBSTATION CONTROL/ALARM/TELEMETERING

TABLE - A

Number Number Number (2 State) Number (2 State)

RTU REMOTE TERMINAL Contact Inputs Analog Inputs * Moment Outputs Latch Outputs NAME Initial Ultimate Initial Ultimate Initial Ultimate Initial Ultimate

RTU 18th 128 128 64 64 36 36 1 1 Substation

• In addition to normal analog inputs, each RTU shall be provided with minimum 11 high-speed analog capture inputs.

Supervisory Control Equipment 34 21 70-26 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 REMOTE TERMINAL REQUIREMENTS

APPENDIX – A

SUBSTATION CONTROL/ALARM/TELEMETERING

TABLE - B

AT RTU

CONTROL CONTROL AT MASTER STATION (Latching CONTROL STATUS UNIT TELMETERING RELAY) (INTERPOSING RELAY) LOGIC NUMBER

CLOSE TRIP LOCK- AC DC AMP A A 1 EMERGENCY FUNCTION OUT VOLT VOLT CLOSE 1 EMERGENCY CLOSE X X 2 RECTIFIER #1 X X X X X X 3 RECTIFIER #2 X X X X X X 4 RECTIFIER #3 X X X X X X 5 RECTIFIER #4 X X X X X X 6 AC LINE 1 X X X X X X 7 AC LINE 2 X X X X X X 8 AC BUS TIE 1-2 X X X X 9 DC BUS X 10 DC FEEDER #1 X X X X X X 11 DC FEEDER #2 X X X X X X 12 DC FEEDER #3 X X X X X X 13 DC FEEDER #4 X X X X X X 14 DC FEEDER #5 X X X X X X 15 DC FEEDER #6 X X X X X X 16 DC FEEDER #7 X X X X X X 17 DC FEEDER #8 X X X X X X 18 DC FEEDER #9 X X X X X X 19 DC FEEDER #10 X X X X X X 20 DC FEEDER #11 X X X X X X 21 DC FEEDER #12 X X X X X X 22 RECTIFIER #1 AC BKR X X 23 RECTIFIER #1 DC BKR X X 24 RECTIFIER #2 AC BKR X X 25 RECTIFIER #2 DC BKR X X 26 RECTIFIER #3 AC BKR X X 27 RECTIFIER #3 DC BKR X X 28 RECTIFIER #4 AC BKR X X

Supervisory Control Equipment 34 21 70-27 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 APPENDIX – A

SUBSTATION CONTROL/ALARM/TELEMETERING

TABLE – B

AT RTU

CONTROL CONTROL AT MASTER STATION (Latching CONTROL STATUS UNIT TELMETERING RELAY) (INTERPOSING RELAY) LOGIC NUMBER

CLOSE TRIP LOCK- AC DC AMP A A 1 EMERGENCY FUNCTION OUT VOLT VOLT CLOSE 29 RECTIFIER #4 DC BKR X X 30 SPARE X X X X X X 31 SPARE X X X X X X 32 SPARE X X X X X X 33 SPARE X X X X X X 34 SPARE X X X X X X 35 SPARE X X X X X X 36 SPARE X X X X X X 37 SPARE X X X X X X 38 SPARE X X X X X X 39 SPARE X X X X X X 40 SPARE X X X X X X

Supervisory Control Equipment 34 21 70-28 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0 APPENDIX – A

SUBSTATION STATUS

TABLE – C

AT MASTER STATION AT RTU

STATUS UNIT CONTACT NUMBER FUNCTION a(A) b(A1)

(41) Emergency Close X 42 Door Alarm X 43 174 Station Alarm X 44 Remote Station Ground X 45 243 Supervisory Switch Local X 46 127 Loss of DC Control Power X 47 164X DC Switchgear Grounded X 48 237B Loss of Backup Supply X 49 26TH High Room Temperature X 50 26TL Low Room Temperature X 51 27BC Battery Charger Failure X 52 283 Power Transfer Relay On X 53 63W Sump Well High Water X 54 83-1 Transfer Switch #1 in Emergency X 55 83-2 Transfer Switch #2 in Emergency X 56 AF Air Filter Run out X 57 164C DC Switchgear Structure Hot X 58 SD Smoke Detector X 59 27B Battery Failure X 60 SPARE X 61 SPARE X 62 SPARE X 63 SPARE X 64 SPARE X 65 SPARE X 66 SPARE X 67 SPARE X 68 SPARE X 69 SPARE X

Supervisory Control Equipment 34 21 70-29 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

APPENDIX – A

SUBSTATION STATUS

TABLE – C (CONT')

AT MASTER STATION AT RTU

STATUS UNIT CONTACT NUMBER FUNCTION a(A) b(A1)

70 SPARE X 71 SPARE X 72 SPARE X 73 SPARE X 74 SPARE X 75 SPARE X 76 SPARE X 77 SPARE X 78 SPARE X 79 SPARE X 80 SPARE X

Supervisory Control Equipment 34 21 70-30 2017-0002.01 ISSUED FOR BID CTA – 18TH STREET SUBSTATION 2017-02-17 DC SWITCHGEAR REHABILITATION REV. 0

SUBSTATION SCADA LOGIC/INDICATION

TABLE - D

AC LINE, AC TIE AND RECTIFIER AC & DC BREAKERS

A A1 INDICATION DESCRIPTION 0 0 R/G LOCAL/ALARM 0 1 G OPEN 1 0 R/G ILLEGAL 1 1 R CLOSED

DC FEEDER BREAKERS

A A1 INDICATION DESCRIPTION 0 0 R/G LOCAL/ALARM 0 1 G OPEN 1 0 A LOAD MEASUREMENT 1 1 R CLOSED

RECTIFIER LOCK-OUT

A A1 INDICATION DESCRIPTION 0 0 R/G LOCAL 0 1 G LOCK-OUT 1 0 B ALARM 1 1 R NORMAL

LEGEND A = AMBER B = BLUE G = GREEN R = RED

END OF SECTION

Supervisory Control Equipment 34 21 70-31