Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL...

157
Beaches Energy Services City of Jacksonville Beach, FL GENERAL CONTRACT BID INSTRUCTIONS BID FORMS SPECIFICATIONS GENERAL CONTRACT FOR MODIFICATIONS TO BUTLER SUBSTATION 2019 Prepared by: Fred Wilson & Associates 3970 Hendricks Ave. Jacksonville, FL 32207 (904) 398-8636

Transcript of Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL...

Page 1: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services

City of Jacksonville Beach, FL

GENERAL CONTRACT

BID INSTRUCTIONS

BID FORMS SPECIFICATIONS

GENERAL CONTRACT FOR MODIFICATIONS TO BUTLER SUBSTATION

2019 Prepared by:

Fred Wilson & Associates 3970 Hendricks Ave. Jacksonville, FL 32207 (904) 398-8636

Page 2: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

City of Jacksonville Beach Invitation to Bid #: 1819-13 Beaches Energy Services Date: 03-13-2019

General Contract for Expansion of BES Butler Substation

Page 1 of 146

City of Jacksonville Beach Property and Procurement Division

1460A Shetter Ave., Jacksonville Beach, FL 32250

Invitation to Bid

BID Number: 1819-13

BID Title: GENERAL CONTRACT FOR MODIFICATIONS TO BUTLER SUBSTATION

Submittal Deadline Day: Wednesday Date: May 1, 2019 Time: 2:00 P. M.

Location: Purchasing and Procurement

Address: 1460A Shetter Ave., Jacksonville Beach, FL 32250

ANTICIPATED TIME LINE: The anticipated schedule for this Bid is as follows:

Bid Advertised 27-March-2019 Mandatory Pre-Bid Meeting and Site Visit 5-April-2019 Deadline to Submit Questions 17-April-2019 Addendum (if necessary) Issued 24-April-2019 Submission Deadline 1-May-2019 Bids Opened 1-May-2019 Recommendation to Council 3-June-2019

Page 3: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

City of Jacksonville Beach Invitation to Bid #: 1819-13 Beaches Energy Services Date: 03-13-2019

General Contract for Expansion of BES Butler Substation

Page 2 of 146 Table of Contents

TABLE OF CONTENTS

SECTION A: OVERVIEW Page(s)

1. Purpose 4

2. Bid Due Date 4

3. Bid Award 4

4. Bid Submittal Requirements 4-5

SECTION B: GENERAL PROVISIONS 6-20

SECTION C: TECHNICAL SPECIFICATIONS

General Specifications for Butler Substation 21-120

SECTION D: BID TENDER FORMS

Form 1: Bid Tender Form 122-124

Form 2: Bid Award Notice 125

Form 3: Required Disclosure 126

Form 4: Drug-Free Workplace Compliance 127

Form 5: Non-Collusion Affidavit 128 Form 6: Company Profile 129 Form 7: Contractor Resume 130-132 Form 8: Workforce Profile 133 Form 9: Non-Bankruptcy Affidavit 134 Bid Bond 135-136 W-9 137 Information to be Furnished With Bids 138 Contractor’s Schedule of Prices 139 Payment Bond (to be completed post award) 140-143 Performance Bond (to be completed post award) 144-146

Attachments: Proposed Sequence of Construction, Cable Schedule and Bid Drawings

Page 4: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

City of Jacksonville Beach Invitation to Bid #: 1819-13 Beaches Energy Services Date: 03-13-2019

General Contract for Expansion of BES Butler Substation

Page 3 of 146 Section A: Overview

SECTION A: OVERVIEW

Page 5: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

City of Jacksonville Beach Invitation to Bid #: 1819-13 Beaches Energy Services Date: 03-13-2019

General Contract for Expansion of BES Butler Substation

Page 4 of 146 Section A: Overview

SECTION A: OVERVIEW

1. PURPOSE:

The City of Jacksonville Beach is seeking qualified Contractors to:

1. Complete the material procurement, equipment installation, testing and

commissioning for the replacement of 138kV transmission line 803 protective relaying.

2. Complete the material procurement, equipment installation, testing and

commissioning of the replacement of five (5) 38kV (27kV Operating) circuit breakers and associated protective relaying.

3. Complete the material procurement, equipment installation, testing and

commissioning of the replacement of substation annunciators, controls equipment, and communications equipment.

2. BID DUE DATE: 2:00 PM Wednesday May 1, 2019

Subject to the terms and conditions specified in this Invitation to Bid, bids will be received until 2:00 P.M., Wednesday, May 1, 2019 then opened publicly by the Property and Procurement Division, 1460A Shetter Avenue, 1st Floor, Jacksonville Beach, Florida 32250.

3. BID AWARD:

This will be a non-exclusive contract. The City intends to award the bid to the lowest responsive, responsible bidder(s) as determined solely by the City to be in its best interest. In addition, the City, reserves the right to cancel this bid, to reject any and all bids, to waive any and all informalities and/or irregularities, or to re-advertise with either the identical or revised specifications, if it is deemed to be in the best interest of the City to do so. The contract will be awarded based on the total for Base Bid Items 1-8 on the attached Bid Tender Form.

4. BID SUBMITTAL REQUIREMENTS:

Submit completed bid package one (1) original plus two (2) copies in one sealed envelope. Packages received without the requested information or quantities may be rejected. It is incumbent upon the bidder to ensure that all copies of the bid package submittals are complete and exact replicas of each other.

Page 6: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 5 of 146 Section A: Overview

Clearly mark the submittal envelope with the BID number, BID title and Bidder name.

It is incumbent upon the bidder to ensure that bid package submittals are received by the Property and Procurement Division on time. Submissions received after the due date and time will not be considered.

No verbal interpretations will be made of any documents. Requests for such interpretations shall be made in writing or via email at [email protected] no later than April 19th, 2019. Interpretation will be in the form of an addendum and will be published on the bid section of the City’s website. Bid packages can be obtained from the Property and Procurement Division, 1460A Shetter Avenue, 1st Floor, Jacksonville Beach, Florida 32250, telephone 904-247-6229.

Page 7: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

City of Jacksonville Beach Invitation to Bid #: 1819-13 Beaches Energy Services Date: 03-13-2019

General Contract for Expansion of BES Butler Substation

Page 6 of 146 Section B: General Provisions

SECTION B: GENERAL PROVISIONS

Page 8: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 7 of 146 Section B: General Provisions

SECTION B: GENERAL PROVISIONS 1. INSTRUCTIONS TO BIDDERS:

• Technical Specifications that are explicit to this particular Bid Number 1819-13 are found in SECTION C: TECHNICAL SPECIFICATIONS, which begins on page 21.

• The Minimal Bid Package shall consist of the following:

Bidder’s profile and submittal letter

Form 1: Bid Tender Form Form 2: Bid Award Notice Form 3: Required Disclosure Form 4: Drug-Free Workplace Compliance Form 5: Non-Collusion Affidavit Form 6: Company Profile Form 7: Contractor Resume Form 8: Workforce Profile Form 9: Non-Bankruptcy Affidavit Bid Bond W-9 Information to be Furnished with Bid Form Schedule of Prices

All forms must be completely filled out, appropriately executed and submitted as part of the bid package. These start on page 122.

Failure to comply with the requirements of this paragraph may be construed by the CITY as proper grounds for disqualifying any bid at the CITY’s sole discretion.

2. TERMS AND CONDITIONS:

A. General. It is the purpose and intent of this bid to secure the supplies and/or services listed herein for the City of Jacksonville Beach, Jacksonville Beach, Florida, hereinafter called the “CITY.”

B. Time for CITY Acceptance. Unless otherwise specified herein, the submitter will allow

sixty (60) days from the last date for the receiving of bids for acceptance of its submittals by the CITY.

C. Effective Contract Term Start Date. The effective contract term start date shall be the date

of award by the CITY or date of Notice to Proceed, whichever is later.

D. Contract Termination. Subject to a thirty (30) day written notice, the CITY reserves the right to terminate the resulting contract for the following causes:

Page 9: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 8 of 146 Section B: General Provisions

1) The CONTRACTOR fails to perform the work in a satisfactory manner as determined

by the CITY.

2) The CONTRACTOR fails to perform the work in a timely manner as determined by the CITY.

3) For convenience. By the CITY, effective upon the receipt of notice by

CONTRACTOR. The CITY's performance and obligation to pay under this Agreement is contingent upon annual appropriations.

E. Award.

1) The CITY reserves the right to waive informalities, to reject any and all bids, in whole

or in part, and to accept the bid(s) that in its judgment will best serve the interest of the CITY.

2) The CITY specifically reserves the right to reject any conditional bid and will normally

reject those that make it impossible to determine the true amount of the submittal. Each item must be itemized separately and no attempt shall be made to tie any item or items together.

F. Inspection. All supplies and workmanship shall be subject to inspection and test after

arrival at destination. In case any articles are found to be defective, or otherwise not in conformity with the specification requirement, the CITY shall have the right to reject such articles.

G. Payments. The Contractor shall be paid, upon the submission of invoices in triplicate, the

prices stipulated herein for articles delivered and accepted. Invoices must show Purchase Order Number.

3. ADDITIONAL INFORMATION:

The information in this bid package is provided to facilitate bids. Much effort was made to provide necessary and accurate information, but the CITY is not to be penalized for any lack of completeness. If you require further information regarding this submittal, please contact Luis F. Flores, Property and Procurement Officer, in the Property and Procurement Division via email at [email protected].

4. ADDENDA TO THE BID:

If any addenda are issued to this bid, a good faith attempt will be made to deliver a copy to each of the Bidders, who, according to the records of the Property and Procurement Division previously requested a copy of this bid. However, prior to submitting a bid, it shall be the responsibility of the Bidder to contact the CITY’s Property and Procurement Division (904-247-6229) to determine if any addenda were issued and if so, to obtain such

Page 10: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 9 of 146 Section B: General Provisions

addenda for attachment to, and consideration with, the bid. Bidders should either acknowledge receipt of such addenda on their bid, or attach such addenda to their bid.

5. USE OF BID RESPONSE FORMS:

All bids must include the completed Bid Tender Form provided in this package, and all questions must be answered. Bids may not be accepted where the Bid Tender Form has been retyped or altered by the Bidder. Failure to comply may preclude consideration of the bid. Supplemental information may be attached to the Bid Tender Form.

6. DEVIATIONS FROM REQUESTED PLAN:

The contract terms and conditions stipulated in this bid are those required by the CITY. Bidders are required to submit their bid, which complies with the requested services. Any deviations from the services requested should be clearly noted.

7. CONFLICT WITH SPECIMEN CONTRACTS:

Unless specifically noted to the contrary as a deviation from the bid, the submission of bidder’s specimen contract with a bidder’s bid submittal shall not constitute notice of the bidder’s intent to deviate from the bid in a restrictive manner. Unless specifically noted otherwise, the attachment of the bidder’s specimen contract shall be deemed to be an offer in at least full compliance with the bid, and the bidder expressly agrees to reform said contract to the extent inconsistent in a restrictive manner from the bid. That is, submission of a bidder’s contract shall be deemed solely an offer of supplemental terms and conditions not otherwise addressed in the bid or a broadening of terms and conditions to the benefit of the CITY beyond that required by the bid.

8. ERRORS IN SUBMITTALS:

Bidders shall fully inform themselves as to the conditions, requirements and specifications before submitting the bid. Failure to do so will be at the bidder’s own risk, and a bidder cannot secure relief on a plea of error. Neither law nor regulations make allowance for errors either of omission or commission on the part of the bidders.

9. LEGAL AND REGULATORY COMPLIANCE:

The bidder must agree to comply with all applicable federal, state and local laws, ordinances, rules and regulations as the same exist and as may be amended from time to time, including, but not limited to the Public Records Law, Chapter 119, Florida Statutes. In accordance with Section 119.0701, Florida Statutes, the following provisions are included in this contract: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT THE CITY OF JACKSONVILLE

Page 11: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 10 of 146 Section B: General Provisions

BEACH, CITY CLERK’S OFFICE: TELEPHONE NUMBER: 904-247-6250 EXT # 10 EMAIL ADDRESS: [email protected] MAILING ADDRESS: 11 NORTH THIRD STREET JACKSONVILLE BEACH, FL 32250

10. CANCELLATION/NON-RENEWAL/ADVERSE CHANGE/RATE INCREASE

NOTICE:

The CITY should be given at least a 90-day notice of cancellation, non-renewal, adverse change or increase in rates. (If applicable) N/A

11. WAIVER/REJECTION OF BIDS:

The CITY reserves the right to waive formalities or informalities in bids and to reject any or all bids or portions of bids, or to accept any bids or portions of bids deemed to be in the best interest(s) of the CITY or to negotiate or not negotiate with the bidder.

12. AUTHORIZED OFFER:

The person submitting the bid should indicate the extent of authorization by the Company to make a valid offer in the bid summary that may be accepted by the CITY to form a valid and binding contract.

If the person submitting the bid is not authorized to submit a bid that can be bound by CITY acceptance, such a person should also obtain the signature of an authorized representative of the bidder’s firm, that may result in a bound contract upon the CITY’s acceptance.

13. EVALUATION OF BIDS:

The CITY will evaluate each bid based on all the criteria set forth in the bid. Fees may be requested as part of the bid package. However, if fees are requested, the CITY reserves the right at its sole discretion to exclude the fees from the evaluation process. The evaluation process will consider all other requested criteria to determine which firm is the most highly qualified to perform the required services.

14. USE OF BID BY OTHER AGENCIES:

It is hereby made a part of this bid that the submission of any bid response to the advertisement request constitutes a bid made under the same terms and conditions, for the same contract price, to other government agencies if agreeable by the submitter and the government agency.

At the option of the vendor/contractor, the use of the contract resulting from this solicitation may be extended to other governmental agencies including the State of Florida, its agencies, political subdivisions, counties and cities.

Page 12: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 11 of 146 Section B: General Provisions

Each governmental agency allowed by the vendor/contractor to use this contract shall do so independent of any other governmental entity. Each agency shall be responsible for its own purchases and shall be liable only for goods or services ordered, received and accepted. No agency receives any liability by virtue of this bid and subsequent contract award.

15. PUBLIC ENTITY CRIMES STATEMENT:

A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit a bid on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.

16. CONFLICT OF INTEREST / CONE OF SILENCE:

Any lobbying by or on behalf of the bidder may result in rejection/disqualification of said bid at the CITY’s sole discretion. Bidders shall refrain from any communication with City Council members, CITY Staff, or the CITY’s Evaluation Committee, or members of any Board or Agency of the CITY, regarding this bid.

DURING THE PERIOD BETWEEN BID ADVERTISEMENT DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE CITY COUNCIL, CITY STAFF, CITY EVALUATION COMMITTEE OR MEMBERS OF ANY BOARD OR AGENCY OF THE CITY, EXCEPT UPON THE REQUEST OF THE CITY OF JACKSONVILLE BEACH PURCHASING DIVISION IN THE COURSE OF CITY-SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS.

This provision is not meant to preclude bidders from discussing other matters with City Council, CITY staff or members of any CITY Board or Agency. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Its purpose is to stimulate competition, prevent favoritism and secure the best work and materials at the lowest practicable price, for the best interests and benefit of the taxpayers and property owners. Violation of this provision may result in rejection of the bidder's bid submission.

The Cone of Silence shall be imposed on this bid upon its advertisement and shall terminate at the time the City Council and/or City Manager awards the solicitation. However, if the City Council and/or the City Manager refers the recommendation of award back to the CITY staff for further review, the Cone of Silence shall be re-imposed until

Page 13: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 12 of 146 Section B: General Provisions

such time as the City Council and/or the City Manager makes a subsequent award for the solicitation.

The Cone of Silence prohibits the following activities:

A. Any communication regarding this bid between a potential vendor, service provider, bidder, lobbyist or consultant and the CITY’s professional staff;

B. Any communication regarding this bid between the Mayor, Council members and any member of any Board or Agency of the CITY;

C. Any communication regarding this bid between potential vendor, service provider, bidder, lobbyist or consultant and any member of a selection or evaluation committee;

D. Any communication regarding this bid between the Mayor, Council members; any member of any Board or Agency of the CITY and the selection or evaluation committee therefore;

E. Any communication regarding this bid between any member of the CITY’s professional staff and any member of the selection or evaluation committee; and

F. Any communication regarding this bid between a potential vendor, service provider, bidder, lobbyist or consultant and the Mayor, Council members and any member of any Board or Agency of the CITY.

The Cone of Silence may not apply to:

A. Oral communications at pre-bid meetings; B. Oral presentations before selection or evaluation committees; C. Public presentations made to the City Council during any duly noticed public meeting; D. Written communications regarding a particular RFP, RFQ, or ITB between a potential

vendor, service provider, respondent, bidder, lobbyist or consultant and the CITY’s Purchasing Agent or CITY employee designated responsible for administering the procurement process of such RFP, RFQ, or ITB, provided the communication is limited strictly to matters of process or procedure already contained in the corresponding solicitation document;

E. Communications with the CITY Attorney and his or her staff; F. Duly noticed site visits to determine the competency of bidders/respondents regarding

a particular bid/statement during the time period between the opening of bids and the time the City Council and/or City Manager makes the award;

G. Any emergency procurement of goods or services pursuant to CITY Code; H. Contract negotiations during any duly noticed public meeting; I. Communications to enable CITY staff to seek and obtain industry comment or perform

market research, provided all communications related thereto between a potential vendor, service provider, respondent, bidder, lobbyist, or consultant and any member of the CITY’s professional staff including, but not limited to, the City Manager and his or her staff are in writing or are made at a duly noticed public meeting.

Violation of the Cone of Silence by a particular bidder may render the bid award to said bidder voidable by the City Council and/or City Manager at the CITY’s sole discretion.

Page 14: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 13 of 146 Section B: General Provisions

17. NON-COLLUSION AFFIDAVIT

As part of the solicitation process, Respondents are required to complete a Non-Collusion Affidavit. This is intended to prevent corruption in the solicitation process by requiring a declaration from the Respondent that they have not colluded with any other party in preparation of their proposal.

18. DISCRIMINATION CLAUSE:

An entity or affiliate who has been placed on the discriminatory vendor list may not submit on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not award or perform work as a contractor, supplier, sub-contractor, or consultant under contract with any public entity, and may not transact business with any public entity.

19. SAFETY REQUIREMENTS FOR CONTRACTORS PROVIDING SERVICES TO

CITY:

A. The Contractor shall comply with all Federal/State Occupational Safety and Health Act (OSHA) Standards including 29 CFR 1910 and any other rules and regulations applicable to construction and maintenance activities in the State of Florida. The Contractor shall also comply with Chapter 442, Florida Statutes (Toxic Substances in the Workplace) and any county or city or any other agency’s rules and regulations regarding safety. The Contractor must employ all possible means to prevent contamination or pollution of air, waterways and soil.

B. The CITY’s safety personnel or any supervisor or inspector may, but is not required to,

order that the work be stopped if a condition of immediate danger is found to exist. Nothing contained herein shall be construed to shift responsibility or risk of loss for injuries or damage sustained as a result of a violation of this Article from the Contractor to the CITY; and the Contractor shall remain solely and exclusively responsible for compliance with all safety requirements and for the safety of all persons and property at the project site.

C. The parties hereto expressly agree that the obligation to comply with applicable safety

provisions is a material provision of this contract and a duty of the contractor. The CITY reserves the right to require demonstration of compliance with the safety provisions of this contract. The parties agree that such failure is deemed to be a material breach of this agreement; and the Contractor agrees that upon such breach, all work pursuant to the contract shall terminate until demonstration to the CITY that the safety provisions of this agreement have been complied with. In no event shall action or failure to act on the part of the CITY be construed as a duty to enforce the safety provisions of this agreement nor shall it be construed to create liability for the CITY for any act or failure to act in respect to the safety provisions of this agreement.

Page 15: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 14 of 146 Section B: General Provisions

20. INSURANCE REQUIREMENTS:

20. (A) GENERAL INSURANCE PROVISIONS

Hold Harmless: The City shall be held harmless against all claims for bodily injury, disease, death, personal injury, and damage to property or loss of use resulting there from, to the extent caused by the Contractor, unless such claims are a result of the City’s sole negligence.

Payment on Behalf of the City: The Contractor agrees to pay on behalf of the City, the City’s legal defense, for all claims described herein.

Such payment on behalf of the City shall be in addition to all other legal remedies available to the City and shall not be considered to be the City’s exclusive remedy.

Loss Control/Safety: Precaution shall be exercised at all times by the Contractor for the protection of all persons, employees, and property. The Contractor shall comply with all laws, regulations and ordinances related to safety and health, shall make special efforts to detect hazardous conditions, and shall take prompt action where loss control and safety measures should reasonably be expected.

20. (B) PROOF OF CARRIAGE OF INSURANCE & NAMING CITY AS ADDITIONAL INSURED

The Contractor shall furnish the City with satisfactory proof of carriage of insurance required herein. The Contractor shall name the City of Jacksonville Beach (City) as additional insured on the Contractor’s, and any sub-consultant or sub-contractor’s Public Liability, Property Damage and Comprehensive Automobile Liability Insurance Policies. The additional insured shall be provided the same coverage as the primary insured for losses arising from work performed by the Contractor or its sub-consultants or sub-contractors. The proof of carriage or a copy of all policies shall be required prior to commencement of any work under this Contract.

The CITY may order work to be stopped if conditions exist that present immediate danger to persons or property. The CONTRACTOR acknowledges that such stoppage will not shift responsibility for any damages from the CONTRACTOR to the Organization.

20. (C) COVERAGE REQUIREMENTS:

Basic Coverages Required: During the term of this contract, the Contractor shall procure and maintain the following-described insurance and/or self-insurance except for coverage’s specifically waived by the City. All policies and insurers must be acceptable to the City.

These insurance requirements shall not limit the liability of the Contractor. The City does

Page 16: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 15 of 146 Section B: General Provisions

not represent these types of amounts of insurance to be sufficient or adequate to protect the Contractor’s interests or liabilities, but are merely minimums.

All insurers must carry a current A M Best rating of at least A-

Worker's Compensation Coverage is required.

The CONTRACTOR and all subcontractors shall purchase and maintain worker's compensation insurance for all workers’ compensation obligations imposed by state law and employer’s liability limits of at least $100,000 each accident, $100,000 each employee and $500,000 policy limit for disease.

The CONTRACTOR and all subcontractors shall also purchase any other coverage required by law for the benefit of employees.

General Liability Coverage is required for Contractor and all subcontractors.

Commercial General Liability in Occurrence Form.

Coverage A shall include Bodily Injury and Property Damage coverage for liability claims arising from premises, operations, contractual liability, independent Contractors, products and complete operations and including but not limited to coverage for claims resulting from explosion, collapse, or underground (x,c,u) exposures (if any).

Coverage B shall include personal injury and is required.

Coverage C, medical payments is not required.

Amounts: Bodily Injury: $1,000,000 each occurrence

$1,000,000 Aggregate

Property Damage: $1,000,000 each occurrence $1,000,000 aggregate

Products and Completed Operations are required for Contractor and all subcontractors.

Amount: $1,000,000 aggregate

Business Auto Liability Coverage is required for Contractor and all subcontractors.

Business Auto Liability Coverage is to include bodily injury and property damage arising out of ownership, maintenance or use of any auto, including owned, non-owned and hired automobiles and employee non-ownership use.

Amounts: Bodily Injury: $1,000,000 Each Occurrence

Page 17: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 16 of 146 Section B: General Provisions

$1,000,000 Aggregate Property Damage: $1,000,000 Each Occurrence $1,000,000 Aggregate

Professional Liability is required for Contractor and all sub-contractors

Pollution Liability Required of Contractor and all subcontractors.

The City requires Pollution/Environmental Liability insurance covering cleanup costs including on-site discovery and third party liability, on-site and off-site third party pollution liability coverage, natural resources damage coverage.

Limits of Liability: $1,000,000 Each Pollution Event Limit $1,000,000 Aggregate Policy Limit

Excess or Umbrella Liability Coverage.

Umbrella Liability insurance is preferred, but an Excess Liability equivalent may be allowed. Whichever type of coverage is provided, it shall not be more restrictive than the underlying insurance policy coverages.

Limits of Liability: $1,000,000 Each Occurrence $1,000,000 Aggregate

Claims Made Coverage – No Gap

If any of the required professional or pollution liability insurance is provided on a “claims made” form, such coverage shall extend for a period of not less than 36 months following completion of the contract. In the event of termination of claims made policy, extended coverage may be provided by assurance that extended discovery coverage of at least 36 months will be purchased from the expiring insurer, or by assurance that the succeeding insurer will provide retroactive coverage with an inception date of at least on or before the effective date of this contract.

20. (D) CERTIFICATES OF INSURANCE OF CONTRACTOR AND ALL

SUBCONTRACTORS.

Required insurance shall be documented in Certificates of Insurance which provide that the CITY shall be notified at least 30 days in advance of cancellation, nonrenewal or adverse change.

New Certificates of Insurance are to be provided to the CITY at least 15 days prior to coverage renewals.

If requested by the CITY, the CONTRACTOR shall furnish complete copies of the

Page 18: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 17 of 146 Section B: General Provisions

CONTRACTOR's insurance policies, forms and endorsements.

For Commercial General Liability coverage, the Contractor shall at the option of the City, provide an indication of the amount of claims, payments, or reserves chargeable to the aggregate amount of liability coverage.

NOTE: Any sub-contractors approved by the City shall be required to provide proof of insurance identical in amounts as required by the contact to perform related services. All coverages shall name the City as “additional insured”.

Receipt of certificates or other documents of insurance or policies or copies of policies by the City, or by any of its representatives, which indicate less coverage than required will not constitute a waiver of the successful bidder(s)’ obligation to fulfill the insurance requirements herein.

21. PERFORMANCE AND PAYMENT BONDS:

Simultaneously with his delivery of the executed contract to the CITY, a bidder, to whom a contract has been awarded, must deliver to the CITY executed Performance and Payment Bonds on the prescribed forms each in an amount of one-hundred percent (100%) of the total amount of the accepted Bid/Bid, as security for the faithful performance of the contract and for the payment of all persons performing labor or furnishing materials or equipment in connection therewith. The Performance and Payment Bonds shall have as the surety thereon only such surety company or companies as are authorized to write bonds of such character and amount under the laws of the State of Florida and with a resident agent in the county in which the project is located. The Attorney-in-Fact or other officer who signs the Performance and Payment Bonds for a surety company must file with such bonds a certified copy of his Power-of-Attorney authorizing him to do so.

The Performance and Payment Bonds shall remain in force for one (1) year from the date of final acceptance of the work as a protection to the CITY against losses resulting from latent defects in materials or improper performance of work under contract, which may appear or be discovered during that period.

22. BID SECURITY

A. Each Bid must be accompanied by a Cashier’s Check or Bid Bond in an amount not less than five percent (5%) of the amount of the bid. The bid security of all Bidders will be returned within ten (10) days after the CITY and the accepted Bidder(s) have executed the written Contract(s) and the accepted Bidder(s) have filed acceptable payment and performance bonds. If thirty (30) days have passed after the date of the opening of the bids and no Contract(s) has been awarded, the bid security of any Bidder will be returned on demand, provided the Bidder has not been notified of the acceptance of its Bid.

B. Attorneys-in-Fact who sign Bid Bonds must file with such bonds a certified copy of their Power of Attorney to sign the Bonds.

C. Failure of any accepted Bidder to execute a contract and file acceptable bonds as

Page 19: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 18 of 146 Section B: General Provisions

provided herein within ten (10) days after a written Notice of Award has been given shall be just cause for the annulment of the award and forfeiture of the bid security to the CITY, which forfeiture shall be considered not as a penalty, but in liquidation of damages sustained. Award may then be made to another Bidder or all Bids may be rejected.

23. BANKRUPTCY:

No firm will be issued a contract for the work, where a key representative has filed for bankruptcy personally or has been a CITY/officer or principal of a firm, which has filed bankruptcy in the past seven (7) years. Attached is a Non-Bankruptcy Affidavit form. All submitted bids must include this form executed by the proper representative of the bidder company.

24. NONEXCLUSIVE:

Notwithstanding the contract resulting from this bid, the CITY reserves the right to follow its normal purchasing procedures at any time to procure additional services for any of the types of work noted in this bid. Contractor agrees and understands that the contract shall not be construed as an exclusive arrangement and further agrees that the City may, at any time, secure similar or identical services at its sole option.

25. DRUG FREE WORKPLACE COMPLIANCE FORM:

Attached is a Drug Free Workplace Compliance Form. All submitted bids must include this form executed by the proper representative of your company. (See attached Form 4).

26. WARRANTY:

All warranties express and implied shall be made available to the City for goods and services covered by this solicitation. All goods furnished shall be fully guaranteed by the successful bidder against factory defects and workmanship. At no expense to the City, the successful bidder shall correct any and all apparent and latent defects that may occur within the manufacturer’s standard warranty.

27. PROTEST:

A recommendation for contract award or rejection of award may be protested by a bidder. The bidder may file a written protest with the City Clerk’s office. The bidder shall file its written protest with the City Clerk, Monday through Friday, between the hours of 8:00 a.m. and 5:00 p.m., excluding legal holidays. Protests shall contain the name, address, and phone number of the petitioner, name of the petitioner’s representative (if any), and the title and bid number of the solicitation. The protest shall specifically describe the subject matter, facts giving rise to the protest, and the action requested from the City.

The written protest must be received no later than seventy-two (72) consecutive hours

Page 20: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 19 of 146 Section B: General Provisions

(excluding Saturdays, Sundays, and legal holidays) after the time of award posting. Failure to file a timely formal written protest within the time period specified shall constitute a waiver by the bidder of all rights of protest under this procedure.

In the event of a timely protest, the City shall not proceed further with award of the contract and agreement until all administrative remedies are exhausted, or until the City Manager determines the award of the contract is immediately necessary to protect the public health, welfare, or safety.

28. FRAUD AND MISREPRESENTATION:

Any individual, corporation, or other entity that attempts to meet its contractual obligations with the City through fraud, misrepresentation, or material misstatement, may be debarred for up to five (5) years. The City, as a further sanction, may terminate or cancel any other contracts with such individual, corporation, or entity. Such individual or entity shall be responsible for all direct or indirect costs associated with termination or cancellation, including attorney’s fees.

29. OMISSIONS IN SPECIFICATIONS:

The scope of services or description of items contained within this solicitation describes the various functions and classes of work required as necessary for the completion of the project. Any omissions of inherent technical functions or classes of work within the specifications and/or statement of work shall not relieve the bidder from furnishing, installing, or performing such work where required to the satisfactory completion of the project.

30. FORCE MAJEURE:

The City and the successful bidder are excused from the performance of their respective obligations under the contract when and to the extent that their performance is delayed or prevented by any circumstances beyond their control, including fire, flood, explosion, strikes or other labor disputes, natural disasters, public emergency, war, riot, civil commotion, malicious damage, act or omission of any governmental authority, delay or failure or shortage of any type of transportation, equipment, or service from a public utility needed for their performance provided that:

a) The non-performing party gives the other party prompt written notice describing the particulars of the force majeure, including, but not limited to, the nature of the occurrence and its expected duration, and continues to furnish timely reports with respect thereto during the period of the force majeure.

b) The excuse of performance is of no greater scope and of no longer duration than is required by the force majeure.

c) No obligations of either party that arose before the force majeure causing the excuse of performance are excused as a result of the force majeure.

d) The non-performing party uses its best efforts to remedy its inability to perform.

Page 21: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 20 of 146 Section B: General Provisions

Notwithstanding the above, performance shall not be excused under this section for a period in excess of two (2) months, provided that in extenuating circumstances, the City may excuse performance for a longer term. Economic hardship of the successful bidder shall not constitute a force majeure. The term of the contract shall be extended by a period equal to that during which either party’s performance is suspended under this section.

31. BID AWARD NOTICE FORM:

Attached is a Bid Award Notice Form. All submitted bids are to include this form to be notified of the recommendation of award. (See attached Form 2)

32. INDEMNIFICATION:

The firm, without exception, shall indemnify and hold harmless the City of Jacksonville Beach, its officers, agents, and employees from any and all liability of any nature and kind including costs and expenses for, or on account of, any copyrighted materials, patented or unpatented invention processes, or article manufactured or used in relation to this RFP. If the firm uses any design, device, or material covered by letters-of-patent or copyright, it is mutually agreed and understood, without exception, that the fees charged by the firm shall include all royalties or costs arising from the use of such design, device, or material.

Page 22: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

City of Jacksonville Beach Invitation to Bid #: 1819-13 Beaches Energy Services Date: 03-13-2019

General Contract for Expansion of BES Butler Substation

Page 21 of 146 Section C: Technical Specifications

SECTION C:

TECHNICAL SPECIFICATIONS

Page 23: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

City of Jacksonville Beach Invitation to Bid #: 1819-13 Beaches Energy Services Date: 03-13-2019

General Contract for Expansion of BES Butler Substation

Page 22 of 146 Section C: Technical Specifications

SCOPE OF WORK A. Project Description

1. Provide substation materials, substation labor, equipment and appurtenances as defined and shown in the attached bid drawings, and bid specifications for replacement of medium voltage circuit breakers, feeder protection relays, transmission line protection relaying, and other protection and controls work.

2. See Drawings and Specifications for detailed project requirements. B. Pre-Bid Meeting

There will be a mandatory pre-bid meeting held at the Beaches Energy O&M Training Room, followed by a site visit at Butler Substation on April 5th, 2019 at 9:00am, to review the scope and clarify any questions on this request for proposals.

C. Project Schedule

Beaches Energy Services (“Owner”) desires completion of construction by September 30, 2019, based on a Notice to Proceed date of June 10, 2019. Exceptions by the Bidder to these dates may be grounds for rejection of bid. It is, however, understood that the desired completion date may be affected by material availability and lead-time.

D. Location of Work

1. Project Location is as follows: Butler Substation, 4400 S. Beach Pkwy, Jacksonville Beach, FL 32207.

Materials will be delivered to Butler Substation for receiving and temporary storage. E. Crew, Equipment and Materials

Bidders must furnish evidence that they maintain permanent places of business and have adequate personnel, equipment, and inventory or suppliers of materials to satisfactorily and expeditiously provide the necessary construction services. Bidders must demonstrate that they have at least five (5) years’ experience, including at least five (5) projects involving similar type work. In particular, experience installing 27kV and 138kV equipment, relay panels, foundations, buswork, and control cable for power utility clients is required. Bidders must submit project summaries, including a description of the Bidder’s involvement, along with current reference contact information of utility personnel familiar with the projects. The Contractor shall supply sufficient skilled workers, suitable equipment, and satisfactory materials for the work of this project. The Contractor shall provide and assume full responsibility for all services, materials, equipment, transportation, equipment and machinery, tools, appliances, fuel, and all appurtenances to accomplish the completion of the work.

F. Specifications

Page 24: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Section C: Technical Specifications Page 23 of 146

The following Specifications are applicable to this project: ITB Instructions to Bidders SC Project Specific Conditions Section 01027 Payment Procedures Section 01210 O&M Manuals Section 01330 Submittal Procedures Section 01600 Material Delivery, Storage & Handling Section 01630 Substitution Procedures Section 01700 Execution Section 01770 Contract Closeout Section 16050 Basic Electrical Materials and Methods Section 16060 Grounding and Bonding Section 16075 Electrical Identification Section 16120 Low Voltage Conductors and Cables Section 16130 Raceways and Boxes Section 16290 Relay Panels and Equipment

G. Safety The Contractor shall be solely responsible for all safety precautions and programs in connection with the work. The Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: all persons on the site or who may be affected by the work; all the materials and equipment to be incorporated therein, whether on or away from the site; and other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and underground facilities not designated for removal, relocation, or replacement in the course of the work. The Contractor shall comply with all applicable laws and regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. The Contractor shall make special effort to detect hazardous conditions and shall take prompt action where necessary to avoid accident, injury or property damage. All hazardous spills, accidents, injuries, claims or potential claims shall be reported promptly to the Owner and to appropriate emergency officials. The Contractor’s duties and responsibilities for safety and for protection of the work shall continue until such time as the Owner has issued a notice that the work is considered to be substantially complete.

H. Observance of the Law

The contractor shall be responsible for the strict observance by his employees of the laws of the United States and the State of Florida (including State of Florida Department of Transportation regulations) and all local ordinances and regulations. The contractor shall comply with said laws, ordinances, and regulations.

Page 25: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Section C: Technical Specifications Page 24 of 146

I. Commencement of Work

The contractor shall commence work under the contract within thirty (30) calendar days after Notice to Proceed is issued.

END OF SECTION

Page 26: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019 Substation Modifications City of Jacksonville Beach, FL

INSTRUCTIONS TO BIDDERS ITB-1

INSTRUCTIONS TO BIDDERS PART 1 GENERAL 1.1 GENERAL

A. It is the intent of these Specifications to set forth the standards of construction, materials,

and guarantees required, and to establish the scope of work to be performed in the modifications to the Butler Substation, owned and operated by the City of Jacksonville Beach, Beaches Energy Services (“OWNER”). The project consists of acquiring material, transportation, equipment, labor, and appurtenances to replace transmission line relaying, medium voltage circuit breakers, and protection and communications equipment at Butler Substation.

1.2 REFERENCES A. Provisions of the latest edition or revision of AA, NEMA, ASCE, IEEE, ACI, AISC,

ASTM, NFPA, National Bureau of Standards' Handbooks, National Electrical Safety Code, National Electrical Code, Underwriters Laboratory Standards, Federal Specifications and Standards and other applicable industry and safety standards and handbooks pertinent to the work required by this project shall set forth the minimum standards. These standards are further subject to the supplemental requirements set forth on the Contract Drawings or within these specifications.

1.3 BIDS

A. Bids shall be provided to the Owner as described in the Invitation to Bid.

B. The manufacturers, agents, representatives, suppliers or other qualified Bidders on the

Work covered by this proposal are considered to be experts in the procurement, installation, and testing of such equipment, and as experts, should have complete and up-to-date information as to the cost of raw materials, labor and other factors affecting the final price of such equipment. Therefore, a firm, fixed price proposal is specifically requested.

C. Bidders shall thoroughly examine all documents, drawings, and specifications that are included as part of this solicitation, and become fully acquainted with the conditions relating to the constructability and labor requirements, so that the Bidder will fully understand the conditions which may affect the execution of the required work.

D. Bidders shall inform themselves fully of the requirements of applicable Federal, State and

local laws, statutes, regulations, standards, permits and other requirements which are incorporated herein by reference and which shall have the same effect as if fully set forth.

E. Submission of a Bid shall be taken as evidence that Bidder has examined all documents included herein, and that Bidder understands and accepts all specific requirements stated herein.

Page 27: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

INSTRUCTIONS TO BIDDERS ITB-2

1.4 PRE-BID MEETING/SITE VISIT

A. There will be a mandatory pre-bid meeting held at the Beaches Energy offices, and a subsequent site visit to the substation so Bidders may fully acquaint themselves with the specific site conditions that exist. The meeting will be on April 5, 2019 at 9:00am at 1460A Shetter Ave, Jacksonville Beach, FL 32250. The location of the site visit is 4400 S. Beach Pkwy, Jacksonville Beach, FL 32207.

1.5 INFORMATION TO BE FURNISHED WITH BID:

A. Butler Substation Modifications Project - Lump Sum price, and completed forms

1. Subcontractors- Identify any subcontractor(s) proposed to be used for major portions of the Work. This includes but is not limited to relay testing and commissioning. The City reserves the right to reject any proposed subcontractor based on previous experience with said contractor, without financial impact to the City.

B. Spare Parts- Lump Sum price. Where spare parts and tools are recommended in addition to those required by the specifications, the Bidder shall attach an itemized listing to the bid, including description, part number, recommended quantity and Prices (as additive alternate).

C. Warranty- Include in the Lump Sum price. If the manufacturer's standard warranty does

not satisfy the minimum requirements stated in the technical specifications, an extended warranty will be required, and the bid price submitted shall include any associated cost.

D. Experience-

1. The Bidder shall be able to demonstrate to the Owner, through the submission of

reference documentation, that the Contractor has a minimum of five (5) years’ experience in the installation and commissioning of utility substation and transmission line equipment including but not limited to medium voltage circuit breakers, conduit and raceway, control cable, relay and control panels of the type and voltage levels required for the project covered by these specifications. The reference documentation provided shall include the following information for projects designed or completed within the last five (5) years:

a. Detailed project descriptions including substation operating voltage

levels and design responsibilities, in actual utility application in the United States of America.

b. Contact information for project reference verification. Provide the

name(s) and phone numbers of customer representatives that were directly associated with the project being referenced.

2. Minimum experience requirements shall include, upon request, additional

information as may be deemed necessary to establish to the complete satisfaction of the Owner that the Contractor has the necessary facilities, ability, experience, physical and financial resources, and personnel to perform the work in a satisfactory manner within the times specified.

Page 28: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

INSTRUCTIONS TO BIDDERS ITB-3

3. Bidder shall submit references and user list to demonstrate proven satisfactory

experience in performing the work proposed, in actual utility application in the United States of America. The Bidder shall submit complete, up-to-date and correct information, and shall respond promptly and effectively to any supplemental requests by the City for information not originally provided; to establish to the complete satisfaction of the City that the manufacturer has the necessary facilities, ability, experience, physical and financial resources, and personnel to perform the work in a satisfactory manner within the times specified. Negative reviews of prior experience may be cause for rejection of the bid.

E. Exceptions- List any exceptions taken to the Technical Specifications, referencing Item Number or Specification Section number and page or Article (paragraph) number. Exceptions that alter the scope of work may be ground for rejection of the Bid.

F. In addition to the commercial information required, the Bidder shall include any Manufacturer's Specifications, Descriptive Data, Drawings or Diagrams necessary to explain their proposal.

1.6 AWARD CRITERIA:

A. Lowest Base Bid Price of qualified bidder.

1.7 DOCUMENTS SUPPLIED WITH BID

A. The Contract Drawings and Specifications which are a part of these Contract Documents

illustrate the required arrangement of equipment desired. The overall physical and electrical dimensions and arrangements shown on these Contract Drawings shall not be adjusted without prior written approval by the Owner.

B. Exceptions to the Contract Documents, if proposed by the Contractor, shall be submitted

in complete detailed drawings, showing proposed changes, and must be reviewed and approved by the Owner. The exceptions must be described and itemized in an accompanying letter of transmittal.

C. If the Contractor proposes alternate methods of general arrangements or development,

they shall follow the pattern set by the Contract Documents. The Contractor shall make all required field investigations as required to establish the existing conditions.

D. The Owner and Engineer shall be notified of any conflicts in the Drawings or Specifications identified by Bidder prior to submitting a Bid.

Page 29: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

INSTRUCTIONS TO BIDDERS ITB-4

1.8 WARRANTY A. All equipment and materials supplied shall be warranted against defective design,

materials and workmanship against normal use. The warranty period shall begin once the total project is completed and put into service by the Owner and shall cover replacement of equipment and materials and/or repair, including labor, travel time, and miscellaneous expenses at no cost to the Owner for the full warranty period.

B. The warranty period shall extend a minimum of (1) one year from the date the equipment is put into service, and shall include all components of the Work, regardless of original manufacturer.

C. Furnish warranty information with the Bid. If standard warranty is shorter, Bid price shall include extending the warranty to meet requirements of the above paragraphs.

END OF SECTION

Page 30: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019 Substation Modifications City of Jacksonville Beach, FL

PROJECT SPECIFIC CONDITIONS SC-1

PROJECT SPECIFIC CONDITIONS 1. General

A. It is the intent of these Specifications to set forth the standards of construction, materials, and

guarantees required, and to establish the scope of work to be performed in the modifications to the Butler Substation, owned and operated by the City of Jacksonville Beach, Beaches Energy Services (“Owner”). The project consists of acquiring material, transportation, equipment, labor, and appurtenances to modify the Butler Substation, and perform the associated substation, relay, and protection and control work.

B. The General Contractor (“Contractor”) is responsible for coordinating the detailed design requirements of all items and/or components for the substation project, excepting the items stated as being provided by the Owner. Identification of items on the Contract Drawings are limited to the extent necessary to establish a pattern. Where Contract Drawings indicate or specifications refer to equipment or to operations in the singular, it is in reference to such items in the total quantity required for a complete and operable installation as specified. Where the Specifications state that an “Approved Equal” substitute is allowed, the Bidder shall obtain approval prior to submitting a bid, or shall risk that the item will not be accepted.

C. Contractor shall furnish all material and equipment shown or specified within this solicitation, including all components, appurtenances, and miscellaneous materials that are required to successfully install and operate the equipment provided.

D. It is the intent of these Contract Drawings and Specifications for the Contractor to provide a complete, functioning system to the Owner. The contractor is responsible for providing and installing all items necessary for a complete installation regardless of whether the item is specifically called out in the Contract Documents.

E. It is understood that except as otherwise specifically stated in the Contract Documents, the Contractor shall provide and pay for all materials, labor, tools, equipment, light, temporary power, transportation, supervision, and temporary construction of any nature, and all other services and facilities of any nature whatsoever necessary to execute, complete, and deliver the Work within the specified time.

F. All material purchased shall be new.

2. References

A. Provisions of the latest edition or revision of AA, NEMA, ASCE, IEEE, ACI, AISC, ASTM, NFPA, National Bureau of Standards' Handbooks, National Electrical Safety Code, National Electrical Code, Underwriters Laboratory Standards, Federal Specifications and Standards and other applicable industry and safety standards and handbooks pertinent to the work required by this project shall set forth the minimum standards. These standards are further subject to the supplemental requirements set forth on the Contract Drawings or within these specifications.

3. Contract Documents

A. The intent of the Contract Documents is that the Contractor shall furnish all labor, materials (with

Page 31: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

PROJECT SPECIFIC CONDITIONS SC-2

the exception of materials listed as being furnished by the Owner), tools, equipment, and transportation necessary for the proper execution of the Work in accordance with the Contract Documents and all incidental work necessary to complete the Project in an acceptable manner, ready for use, occupancy or operation by the Owner.

B. In resolving conflicts, errors, and discrepancies within the Contract Documents, the Documents shall be given precedence in the following order: Procurement Regulations Change Orders Amendments Addenda General Conditions Invitation for Bids Notice to Proceed Notice of Award Specifications Drawings

C. Any discrepancies found between the Drawings and Specifications or any inconsistencies or ambiguities in the Drawings or Specifications shall be immediately reported to the Engineer, in writing, who shall promptly correct such inconsistencies or ambiguities in writing. Work done by the Contractor after his discovery of such discrepancies, inconsistencies, or ambiguities prior to the corrections directed by the Engineer shall be done at the Contractor’s risk.

D. Anything mentioned in the Specifications and not shown on the Drawings or shown on the Drawings and not mentioned in the Specifications shall be of like effect as if shown or mentioned in both. Figure dimensions on Drawings shall govern over scale dimensions and detailed Drawings shall govern over general Drawings.

E. Exceptions to the Contract Documents, if proposed by the Contractor, shall be submitted in complete detailed drawings, showing proposed changes, and must be reviewed and approved by the Owner. The exceptions must be described and itemized in an accompanying letter of transmittal.

F. If the Contractor proposes alternate methods of general arrangements or development, they shall follow the pattern set by the Contract Documents. The Contractor shall make all required field investigations as required to establish the existing conditions.

4. Coordination

A. It is imperative that all equipment and installations be fully coordinated. The establishment of

detailed measurements or other information necessary for accurate alignment or fit shall be the responsibility of the Contractor. Design, fabrication, and equipment and material delivery operations under the Purchase Order shall be properly scheduled so that work at the substation site is accomplished in proper sequence.

B. The Contractor shall be responsible for advising the Owner of any changes before fabrication. Any cost for changes required for satisfactory utilization of any substitution of methods, procedures, materials or equipment proposed by the Contractor and accepted by the Owner shall

Page 32: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

PROJECT SPECIFIC CONDITIONS SC-3

be absorbed by the Contractor at no increase in the contract price or time of completion. In the case of substitutions, the Contractor shall submit for review details completely illustrating the proposed substitution, make such dimension changes as necessary to adapt any alternate method of construction, and include any credit reduction that may be realized by acceptance of the substitution.

5. Liquidated Damages

A. If the Work covered by this proposal is not completed within the time stated in the proposal or

authorized extension thereof, Owner reserves the right to cancel the order for said Work; and by submitting a proposal the Bidder expressly waives any charges or liquidated damages for cancellation due to failure to finish within the time stated in the proposal. 1) In addition to the foregoing and subject to the stipulations set forth therein, Owner and the

Contractor agree that: In the event the Contractor fails to complete the Work within the time specified or any authorized extension thereof, the Contractor shall pay to Owner, as liquidated damages, the amount set forth herein.

2) The amount to be paid by the Contractor to Owner in the event of a late completion shall be as set forth in the following subparagraphs. As a matter of definition, the "Substantial Completion" date, which establishes the basis for the payment of liquidated damages, shall be the date on which the last item in each of the individual categories of equipment is installed, tested, and accepted by Owner at each Substation site. (a) In the case of all categories, the payment to be made by the Contractor to Owner in the

event of late completion is $1,584 per day.

(b) In the event the Contractor requests an extension of time and the time extension is approved by Owner, a corresponding adjustment will be made in the Proposed Substantial Completion Date.

6. Warranty

A. All equipment and materials supplied shall be warranted against defective design, materials and

workmanship against normal use. The warranty period shall begin once the total project is completed and put into service by the Owner and shall cover replacement of equipment and materials and/or repair, including labor, travel time, and miscellaneous expenses at no cost to the Owner for the full warranty period.

B. The warranty period shall extend a minimum of (1) one year from the date the equipment is put into service, and shall include all components of the Work, regardless of original manufacturer.

7. Material

A. The Contractor shall procure all material (with the exception of the material to be furnished by

Owner) required for a complete installation as shown on the Contract Drawings and described in the Contract Specifications. The cost of all material procurement, transportation to site, delivery, off-loading, and handling at the site shall be included in the Contractor’s Bid.

B. The Contractor shall be responsible for installation of all items and appurtenances, either

Page 33: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

PROJECT SPECIFIC CONDITIONS SC-4

purchased by the Contractor or furnished by the Owner.

C. The Owner will furnish the following equipment to the Contractor to install, connect, test and commission (as required).

ITEM Qty Units CIRCUIT BREAKER, 38KV (27KV OPERATING), 200KV BIL, 1200A, VACCUM 5 EA SEL-351S PROTECTIVE RELAYS 5 EA 8. Construction Sequence

A. The Contractor shall sequence the construction activities such that outages to transmission lines,

transformers, and distribution equipment are minimized.

B. The Contractor shall be responsible for submitting a construction sequence and schedule for approval by the Owner.

C. Contractor is advised that all transmission line, bus, and transformer outages shall be approved by

Beaches Energy Services, and the applicable third party transmission system operator in advance. Outage approval is not guaranteed and may be affected by time of year and system conditions outside of Beaches Energy’s control. 1) Brief outages during the summer months may be possible, but are not guaranteed and should

not be relied upon in determining a construction sequence.

9. Substantial Completion

A. The Contractor shall not be entitled to a certificate of Substantial Completion for a piece of equipment, a portion of the Work, or the Work unless and/or until the Engineer in his sole discretion determines a piece of equipment, a portion of the Work, or the Work is ready for service. That piece of equipment, portion of the Work, or the Work shall be inspected and tested in accordance with the Contract Documents and when accepted, a Certificate of Substantial Completion will be issued. Upon issuance of the Certificate of Substantial Completion by the Engineer, it shall be placed into beneficial operation unless otherwise directed by the Engineer. The date of Substantial Completion shall be the effective commencement date for any guarantee applicable to the specific equipment, portion of Work, or the Work. The Contractor shall be advised of operation and maintenance responsibility for specific equipment, portion of the Work, or the Work commencing with the date of Substantial Completion.

B. Until approval of the final estimate for the entire Contract by the Owner, it shall be the

Contractor’s responsibility to protect and insure all portions of the Work in beneficial operation against damages resulting from vandalism, theft, floods, fires, and malfunction due to other equipment or work not yet placed into beneficial operation, unless such damage is the direct result of negligence on the part of Owner’s personnel or fair wear and tear. Should repairs be required due to any reasons other than the exceptions stated above, they shall be performed at no expense to the Owner, and the guarantee commencement date shall be modified to coincide with the date of re-acceptance in accordance with the provisions set forth herein. Should the Contractor be unable to perform repairs, the Engineer may direct that the necessary repairs be

Page 34: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

PROJECT SPECIFIC CONDITIONS SC-5

performed by others, and the cost therefor be deducted from monies owed the Contractor. In such a case, the guarantee commencement date shall be modified to coincide with the date of completion of repairs by others.

10. Use of the Premises

A. The Owner will have the right to enter the premises for the purpose of doing work not covered by the Contract Documents. This provision shall not be construed as relieving the Contractor of the sole responsibility for the care and protection of the Work or the restoration of any damaged Work, except such as many be caused by agents or employees of the Owner.

B. Unless other specified, with the concurrence of the Contractor the Owner may use any completed

or substantially completed portion of the Work. Such use shall not constitute an acceptance of such portions of the Work.

11. Correction of Work

A. The Contractor shall promptly remove from the premises all Work rejected by the Engineer for failure to comply with the Contract Documents whether incorporated in the construction or not, and the Contractor shall promptly replace and re-execute the Work in accordance with the Contract Documents and without expense to the Owner and shall bear the expense of making good all work of other Contractors Destroyed or damaged by such removal or replacement.

B. All removal and replacement work shall be done at the Contractor’s expense. If the Contractor

does not take action to remove such rejected Work within 10 days after receipt of Written Notice, the Owner may remove such Work, store the materials, and replace the rejected Work at the expense of the Contractor.

C. Any work which may be done or materials ordered by the Contractor prior to receipt of the

Notice to Proceed, incorporation of previously rejected Work, work done contrary to or regardless of the instruction of the Engineer, work done beyond the limits shown on the Plans, except as herein specified, or any extra work done without written authority from the Engineer, will be considered as unauthorized and may not be paid for. Work so done may be ordered removed or replaced at the Contractor’s expenses.

12. Changed Conditions

A. The Contractor shall within 7 days, and before such conditions are disturbed, except in the event

of an emergency, notify the Engineer by Written Notice of:

1) Subsurface or latent physical conditions on site differing materially from those indicated in the Contract Documents.

B. The Contractor shall document his position for changed conditions within 30 days of Written

Notice. Failure to notify the Engineer within 7 days or to document the Contractor’s position within prescribed time shall constitute an abandonment of all entitlement. The Engineer will promptly investigate the conditions, and if he finds that such conditions do materially so differ and cause an increase or decrease in the cost of, or in the time required for performance of the Work, an equitable adjustment will be made and the Contract Documents will be modified by a Change Order.

Page 35: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

PROJECT SPECIFIC CONDITIONS SC-6

13. Protection of Work, Property and Persons

A. The Contractor shall be responsible for initiating, maintaining, and supervising all safety

precautions and programs in connection with the Work. He shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury, or loss to all employees on the Work and other persons who may be affected thereby, all the work and all materials or equipment to be incorporated therein, whether in storage on or off the site, and other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not designated for removal, relocations or replacements in the course of construction.

B. In case of suspension of Work for any cause, the Contractor shall be responsible for the Project

and shall take such precautions as may be necessary to prevent damage to the Work, all material or equipment to be incorporated therein, whether in storage on or off the site, and other property at the site or adjacent thereto, provide for proper drainage, provide temporary heat, light, and other required utilities and services, and shall erect any necessary temporary structures, signs, or other facilities at his expense.

C. In emergencies affecting the safety of persons or the Work or property at the site or adjacent

thereto, the Contractor, shall act, at his discretion, to prevent threatened damage, injury or loss.

D. When the Owner has been notified of emergency situations requiring in the Engineer’s opinion, immediate attention and rectification, the Engineer will notify the Contractor. Should the Contractor not commence work to rectify the situation within 1 hour after notification, the Owner may perform the required work and deduct the costs thereof from monies owed the Contractor.

E. Contractor shall be responsible for all damages to the property that may be consequent upon the

normal procedure of its work or that may be causes by or result from the negligence of Contractor, its employees, or agents during the progress of or connected with the prosecution of the work, whether within the limits of the work or elsewhere. Contractor must restore all property so injured to a condition as good as it was when Contractor entered upon the work.

14. Supervision by Contractor

A. The Contractor shall supervise and direct the Work. He shall be solely responsible for the means,

methods, techniques, sequences, safety, and procedures of construction. The Contractor shall employ and maintain on the Work a qualified supervisor or superintendent at the site. The supervisor shall have full authority to act on behalf of the Contractor and all communications given to the supervisor shall be as binding as if given to the Contractor. The supervisor shall be present on the site at all times when the work is in progress as required to perform adequate supervision and coordination of the Work as determined by the Engineer. The supervisor shall have a thorough understanding of the Contract documents and shall have previous experience in the type of work being performed.

Page 36: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019 Substation Modifications City of Jacksonville Beach, FL

PAYMENT PROCEDURES 01027 - 1

SPECIFICATION SECTION 01027

PAYMENT PROCEDURES

PART 1 GENERAL

1.1 SUMMARY

A. Section includes administrative and procedural requirements necessary to prepare and process Applications for Payment.

1.2 SCHEDULE OF VALUES

A. Coordination: Coordinate preparation of the schedule of values with preparation of Contractor's construction schedule. Schedule of Values shall be based on the Schedule of Prices submitted by the Contractor with his Bid. 1. Coordinate line items in the schedule of values with other required administrative

forms and schedules, including the following: a. Application for Payment forms with continuation sheets. b. Submittal schedule. c. Items required to be indicated as separate activities in Contractor's

construction schedule. 2. Submit the schedule of values to Engineer at earliest possible date but no later

than seven days before the date scheduled for submittal of initial Applications for Payment.

B. Format and Content: Use the items and prices contained in the Schedule of Prices form from the Contractor’s Bid to create Schedule of Values. 1. Arrange schedule of values consistent with format of AIA Document G703. 2. Round amounts to nearest whole dollar; total shall equal the Contract Sum. 3. Provide a separate line item in the schedule of values for each part of the Work

where Applications for Payment may include materials or equipment purchased or fabricated and stored, but not yet installed.

4. Provide separate line items in the schedule of values for initial cost of materials, for each subsequent stage of completion, and for total installed value of that part of the Work.

5. Each item in the schedule of values and Applications for Payment shall be complete. Include total cost and proportionate share of general overhead and profit for each item. a. Temporary facilities and other major cost items that are not direct cost of

actual work-in-place may be shown either as separate line items in the schedule of values or distributed as general overhead expense, at Contractor's option.

6. Schedule Updating: Update and resubmit the schedule of values before the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum.

Page 37: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

PAYMENT PROCEDURES 01027 - 2

1.3 APPLICATIONS FOR PAYMENT

A. Each Application for Payment shall be consistent with previous applications and payments as certified by Engineer and paid for by Owner. 1. Initial Application for Payment, Application for Payment at time of Substantial

Completion, and final Application for Payment involve additional requirements.

B. Payment Application Times: Submit applications for payment at such times as substantial portions of the work are complete for each line item in the Schedule of Prices provided in the Contractor’s Bid. Substantial portions are defined as 25%, 50%, 75% and 100% completed. 1. Engineer reserves the right to delay or reject applications for payment if in the

Engineer’s sole opinion the work is not complete to the percentage claimed.

C. Retainage: Each application for payment shall include a retainage of 10% on all materials, labor and equipment included on the invoice (including payments to subcontractors). The retainage will be noted on the application, and withheld from payment. All retainage amounts will be paid upon approval of the Final Payment Application described below.

D. Application for Payment Forms: Use AIA Document G702 and AIA Document G703 as form for Applications for Payment.

E. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of Contractor. Engineer will return incomplete applications without action. 1. Entries shall match data on the schedule of values and Contractor's construction

schedule. Use updated schedules if revisions were made. 2. Include amounts of Change Orders and Construction Change Directives issued

before last day of construction period covered by application.

F. Transmittal: Submit three signed and notarized original copies of each Application for Payment to Engineer by a method ensuring receipt within 24 hours. One copy shall include waivers of lien and similar attachments if required. 1. Transmit each copy with a transmittal form listing attachments and recording

appropriate information about application.

G. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the following: 1. List of subcontractors. 2. Schedule of values. 3. Contractor's construction schedule (preliminary if not final). 4. Schedule of unit prices. 5. Submittal schedule (preliminary if not final). 6. List of Contractor's staff assignments. 7. List of Contractor's principal consultants. 8. Copies of permits (if applicable). 9. Copies of authorizations and licenses from authorities having jurisdiction for

performance of the Work. 10. Initial progress report. 11. Report of preconstruction conference.

Page 38: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

PAYMENT PROCEDURES 01027 - 3

H. Application for Payment at Substantial Completion: After Engineer issues the Certificate of Substantial Completion, submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete. 1. Include documentation supporting claim that the Work is substantially complete

and a statement showing an accounting of changes to the Contract Sum. 2. This application shall reflect Certificates of Partial Substantial Completion issued

previously for Owner occupancy of designated portions of the Work.

I. Final Payment Application: After completing Project closeout requirements, submit final Application for Payment with releases and supporting documentation not previously submitted and accepted, including, but not limited, to the following: 1. Evidence of completion of Project closeout requirements. 2. Insurance certificates for products and completed operations where required and

proof that taxes, fees, and similar obligations were paid. 3. Updated final statement, accounting for final changes to the Contract Sum. 4. AIA Document G706-1994, "Contractor's Affidavit of Payment of Debts and

Claims." 5. AIA Document G706A-1994, "Contractor's Affidavit of Release of Liens." 6. AIA Document G707-1994, "Consent of Surety to Final Payment." 7. Evidence that claims have been settled. 8. Final liquidated damages settlement statement.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Page 39: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019 Substation Modifications City of Jacksonville Beach, FL

OPERATION AND MAINTENANCE MANUALS 01210-1

SPECIFICATION SECTION 01210

OPERATION AND MAINTENANCE MANUALS PART 1 GENERAL 1.1 SUMMARY

A. Prepare Operation and Maintenance manuals for equipment and systems as specified herein and in accordance with the Contract Documents. 1. Prepare manuals for all equipment components. These manuals shall be provided

by the equipment manufacturer.

2. Include the appropriate Instrumentation and Control system for the purposes of providing O&M Manuals.

3. O&M Manuals for self-contained, “stand alone” or “packaged” systems shall be provided by the equipment supplier or manufacturer.

B. Items of equipment from the same manufacturer with the same model number and the

same O&M requirements may be addressed in the same O&M Manual.

C. Identify equipment, systems and components using the names and identification numbers used in the Contract Documents. Do not use manufacturer’s identification numbers in lieu of the specified identifications.

1.2 QUALITY ASSURANCE

A. Use trained Operations and Maintenance personnel to prepare the manuals.

B. Ensure that personnel preparing the O&M manuals are: 1. Familiar with the requirements of this section.

2. Skilled as a technical writer with demonstrated ability to communicate essential

data and instruct trades people.

1.3 SUBMITTALS

A. Furnish Operations and Maintenance Manuals for the following equipment or systems:

Section 16050 – Basic Electrical Materials and Methods Section 16290 – Relay Panels and Equipment

B. Contractor shall provide and maintain a suitable password protected File Transfer

Protocol (FTP) site for the exchange of electronic documents.

C. Comply with requirements specified in Section 01330.

Page 40: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

OPERATION AND MAINTENANCE MANUALS 01210-2

1. Submit detailed outlines electronically via FTP site. a. Identify proposed content of final O&M manual for approval. b. Shall be approved by Engineer prior to submitting complete O&M

manual.

2. Submit three hard copies and one electronic copy via FTP site of complete O&M manual for review and approval. a. Design Engineer shall retain one hard copy. b. Owner shall retain one hard copy. c. One hard copy will be returned to the Contractor with comments and

notations as appropriate.

3. Submit four hard copies and two electronic copies on disks of the final approved O&M manuals at least 30 days prior to scheduling pre-final testing. Distribute as follows: a. Design Engineer shall retain one hard copy and one electronic copy. b. Owner shall be provided with two hard copies and one electronic copy. c. One hard copy shall be retained by the Contractor.

D. Submit hard copy material suitable for reproduction

1. Ensure quality submitted is equal to the original

2. All material, except that containing photographs, may be photocopied.

E. Submit electronic files that duplicate the material provided in hard copy.

1. Prepare all electronic files using the same software.

2. Use only commercially available software.

3. Use the most current version of the software.

PART 2 PRODUCTS Not Used PART 3 EXECUTION 3.1 MANUAL FORMAT

A. Hard Copy Submittals 1. Size: 8 1/2-inches x 11-inches or 11-inches x 17-inches folded to fit in the 8 1/2-

inch x 11-inch binder.

2. Paper: minimum 28-pound Color Copy - type with 96 Brightness, white for typed pages OR minimum 24-pound bond with nylon-reinforced three-hole punched edge (“FLAT-STAK” by Hammermill or equivalent).

Page 41: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

OPERATION AND MAINTENANCE MANUALS 01210-3

3. Text: Manufacturer’s printed data (in color, when applicable), or neatly typewritten.

4. Drawings: a. Provide reinforced punched binder tabs, bound with text. b. Use three hole punch and ensure holes do not destroy text or graphics. c. Reduce larger drawings to 8 1/2-inches x 11-inches, or reduce and fold to

size of text pages, but not larger than 11-inches x 17-inches. d. Where reduction is not practical, fold and place into 81/2-inches x 11-

inches plastic, pre-punched envelopes bound with text. e. Identify Specification Section and Product on Drawings and on envelopes.

5. Provide fly-leaf inserts for each separate product, or each piece of operating

equipment. a. Provide typed description of products and major component parts of

equipment. b. Provide indexed tabs.

6. Cover: Identify each volume with typed or printed title “OPERATION AND

MAINTENANCE MANUAL, VOLUME ___ OF ___.” List: a. Title of Project. b. Date: Date of submittal c. Identity of each separate structure or operation, as applicable. d. Identify general subject matter covered in the manual for each structure or

operation. Include both systems and equipment. e. Equipment Identification number and Specification Section number. f. Provide an insert for the binder spine containing the same information as

the cover. Submit format for approval.

7. Binders: a. Preliminary Submittals:

1) Heavy paper covers. 2) Three-ring binder or GBC bound

b. Final Manuals: 1) Commercial quality three-ring binders (oil, moisture, and wear

resistant) 2) Durable and cleanable plastic covers. 3) Provide reinforced, easy open-type binders with locking “D” rings

and sleeves on the front cover and spine. Binders shall be appropriately sized binders for the number of pages.

c. When multiple binders are used, correlate the data into related consistent groupings.

B. Electronic Copy Submittals

1. CD-Rom labeled to identify submittal number, specification section, and product.

Provide a thin CD jewel case with clear cover and printed jacket containing the same information as the binder cover for the printed version (see 3.1 A.6.).

2. Include all of the information included in the paper copy of the manual. PDF should be a complete color copy of the approved printed version. Eliminate blank

Page 42: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

OPERATION AND MAINTENANCE MANUALS 01210-4

pages and rotate pages to read left-to-right. Set PDF to open with Bookmarks and Pages displayed together.

3. Adobe Acrobat (.pdf) format, readable through the latest version of Adobe Acrobat Reader. a. Convert the document directly from the authoring software. Avoid

scanning documents. Text shall remain editable in the Acrobat format. b. When used, provide internal rather than “cross-document” links.

Wherever possible, provide only one .pdf file for each system or piece of equipment.

c. Provide bookmarks within the document to assist in navigation. d. Set resolution to achieve files of a practical and reasonable size, while

retaining clarity for on-screen viewing and printing. e. Do not include any file locking mechanisms that would prevent the

subsequent addition of pages, bookmarks, text, or hyperlinks. f. Use pen weights and colors for conversion of AutoCAD drawings such

that the Acrobat files can be viewed and printed as they would appear if printed directly from AutoCAD.

4. Format subject to approval of the engineer.

5. Video: Use DVD format

3.2 GENERAL MANUAL CONTENTS

A. Provide a Cover Sheet that identifies the following: 1. Project Name: Beaches Energy Services; Butler Substation Modifications 2019

2. Manufacturer’s Job Order Number

3. Manual Volume Number.

4. Product listing - List all products, equipment, or process systems addressed in

this volume of the manual.

B. Provide a comprehensive, typewritten table of contents immediately following the Cover Sheet. Include the contents of all manuals submitted for this project.

C. Immediately following the Table of Contents, identify the following for each and every

product, equipment item and process system addressed in this volume of the manual: 1. Product, equipment item or process system

a. Name b. “Equipment Identification Number” shown on the Contract Drawings. c. Name, address and telephone number of manufacturer or supplier.

3.3 PRODUCT AND EQUIPMENT MANUAL CONTENTS

A. Address each product, equipment item and process system. Include all components, options, accessories and ancillary devices.

Page 43: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

OPERATION AND MAINTENANCE MANUALS 01210-5

1. Complete nameplate data.

2. Provide copies of warranty, bond and service agreements. Include information

sheets that specify: a. Proper procedures to follow in event of failure. b. Circumstances that might affect validity of warranty or bonds.

3. Provide manufacturers data and maintenance instructions for all products.

Include: a. Catalogue number, manufacturer b. Re-ordering information for specialty items. c. Recommended maintenance d. Provide recommended cleaning and maintenance schedules.

4. List spare parts provided. Also list recommended spare parts, if different than

those provided.

5. Address information required by the individual equipment specifications.

B. Describe each product and equipment item in detail. 1. Include a functional operating description.

2. Use project specific tag numbers and names

C. Provide manufacturer’s product data.

1. Clearly identify specific product or part installed.

2. Delete references to inapplicable information.

3. List complete model number needed to order an exact duplicate.

D. Drawings

1. Show all parts, assemblies, and sub-assemblies.

a. Clearly indicate arrangement and the relationship of component parts. b. Include “Bill of Materials”.

2. Provide detailed control diagrams.

3. Show the “As-Built” installation. Do not use Project Record Documents as the

O&M drawings.

4. Provide detailed electrical drawings a. Show control devices with the manufacturer provided conduit and

wiring. b. Provide detailed control schematics. c. Include control panel layouts with a “Bill of Materials”. d. Identify terminal strips and wiring terminations.

Page 44: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

OPERATION AND MAINTENANCE MANUALS 01210-6

e. Identify each different source of power using project specific nomenclature.

f. Identify the rating of all fuses and breakers.

E. Provide the following for all equipment or systems with electronic controls: 1. Electronic versions of “As-Built” control logic.

2. Programmer and User manuals.

3. Configuration parameters.

4. Setpoints.

5. Configuration “dip” switch settings.

6. Programming software on electronic media compatible with the Owner’s

computer hardware.

F. Provide a detailed written description, with illustrations as appropriate, of each of the following: 1. Normal operating procedures for each mode of operation.

2. Routine maintenance requirements included recommended service intervals.

3. Detailed disassembly, repair, and reassembly procedures.

4. Procedures for equipment inspection, alignment, and adjustment.

5. Long term storage procedures.

6. Operating adjustments for items such as time delays, start and stop elevations,

etc.

7. Troubleshooting procedures.

8. Programming procedures.

9. Emergency and safety procedures.

G. Copies of all information provided in the “Approved” product data or shop drawing submittals.

H. Equipment performance or test curves.

I. List of alarms and set points when equipment is controlled by an external control system.

END OF SECTION

Page 45: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019 Substation Modifications City of Jacksonville Beach, FL

SUBMITTAL PROCEDURES 01330-1

SPECIFICATION SECTION 01330

SUBMITTAL PROCEDURES PART 1 GENERAL 1.1 SUMMARY

A. Section includes general requirements and procedures related to preparation and transmittal of Submittals to include Schedules, Packager’s Drawings, Samples, Manuals, Methods of Construction, and Record Drawings to Engineer demonstrating performance of Work. 1. Other requirements for submittals are specified under applicable sections of the

Specifications.

1.2 SUBMITTAL REQUIREMENTS

A. General. 1. Submit each under separate cover or transmittal.

2. Furnish neat, legible, and sufficiently explicit detail to enable proper review for

Contract compliance.

3. Show complete and detailed fabrication; assembly and installation details; wiring and control diagrams; catalog data; pamphlets; descriptive literature; and performance and test data.

4. Include calculations or other information sufficient to show comprehensive description of structure, machine, or system provided and its intended manner of use. a. With each submission, furnish Engineer specific written notation and

justification of each variation in Contractor's Submittals from requirements of Contract Documents.

b. Fabrication, purchase or delivery of materials to the site, and installation of materials or Work performed before approval, or not conforming to approved submittals, shall be at Contractor's risk.

5. Engineer’s review and approval of submittals shall not relieve Contractor from responsibility for fulfillment of terms of Contract, unless Engineer has received specific written notice of each variation and has given specific written approval.

6. Contractor assumes all risks of error and omission.

7. Contract Work, Materials, Fabrication, and Installation: Following approved submittals.

B. Process and Requirements.

Page 46: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

SUBMITTAL PROCEDURES 01330-2

1. Not later than 30 days after Notice to Proceed, submit written list of materials and equipment to be purchased, giving name, address, and telephone number of Supplier, Manufacturer, or processor. a. Submit updated material and equipment list when changes are made.

2. Coordinate and schedule submittals with construction schedule and Engineer.

3. With the first submittal, but not later than 30 days after Notice to Proceed, submit a

complete submittal schedule, listing as near as practicable and by Specification Section number, submittals required and approximate date submittal will be forwarded. a. Arrange submittals schedule so that related equipment items are submitted

concurrently. b. Engineer may require changes to submittal schedule to permit concurrent

review of related equipment.

4. To each submittal affix the following signed Certification Statement. a. "Certification Statement: By this submittal, we hereby represent that we have

determined and verified all field measurements, field construction criteria, materials, dimensions, catalog numbers and pertinent data and we have checked and coordinated each item with other applicable approved drawings and all Contract requirements."

5. Identification a. Submit identification data, as applicable, contained thereon or permanently

adhered thereto: 1) The Contract Number. 2) Contract name and location. 3) Submittal Numbers:

a) Number by specification section followed by sequential number. Number format example is 12345-01.

b) Resubmittals shall bear original submittal number and be sequentially lettered (Example 12345-01A).

4) Product identification. 5) Drawing title, drawing number, revision number, and date of

drawing and revision. 6) Applicable Contract Drawing Numbers and Specification Section

and Paragraph Numbers. 7) Subcontractor's, Vendor's and/or Manufacturer's name, address and

phone number. 8) Contractor's Certification Statement.

b. Identify on exterior, catalog product data or brochures submitted in packages of multiple items. Include page and catalog item numbers for items submitted. 1) Highlight catalog, product data, or brochures containing various

products, sizes, and materials to show particular item submitted. 2) Mark items not applicable to Contract "not applicable" or cross out.

Page 47: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

SUBMITTAL PROCEDURES 01330-3

6. Stamp Space: Blank space of approximately 2-1/2 inches high by 4 inches wide adjacent to the identification data to receive Engineer's status stamp.

7. Number of Copies: See requirements in Submittals specified herein.

8. Approval Process. a. Follow submittal schedule provided to Engineer. Engineer will return

submittal within 15 days. b. Submittals will be returned, marked with one of following classifications:

1) APPROVED: Requires no corrections, no marks. 2) APPROVED AS NOTED: Requires minor corrections. Items may

be fabricated as marked without further resubmission. Resubmit 2 corrected copies to the Engineer for record.

3) APPROVED AS NOTED - RESUBMIT: Requires corrections. Items not marked may be fabricated. Resubmit entire submittal following original submission with corrections noted. Allow 30 days for checking and Engineer’s appropriate action.

4) REJECTED: Requires major corrections or is otherwise not following Contract Documents. No items shall be fabricated. Resubmit entire submittal following original submission with corrections noted. Allow 30 days for checking and Engineer’s appropriate action.

5) INFORMATION ONLY: Items specified by Contract Documents. c. The Contractor shall be allowed up to three submissions (initial plus two

resubmittals) of the same submittals for review. The Contractor shall bear all costs for reviews beyond three submissions

C. Electronic Submittals: PDF Format, as approved by Engineer.

1.3 SUBMITTALS

A. Schedules: Submit project schedule, showing the following major milestones, to the Owner

within seven (7) days of receiving Notice to Proceed (NTP). 1. Initial Design Completed

2. Shop Drawing Submittal

3. Owner’s Shop Drawing Review Period 4. Order Materials

5. Start of Construction

6. Factory Testing

7. Construction Complete

8. Equipment Ship Date

Page 48: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

SUBMITTAL PROCEDURES 01330-4

9. Equipment Date of Arrival at Owner’s Site

B. Equipment Warranty and Certification Form 1. Submit “EQUIPMENT WARRANTY AND CERTIFICATION FORM” with the

first submittal for all equipment and systems listed below. Submittals that do not include the required form(s) will not be accepted.

2. The form shall be duly executed by an authorized principal of the manufacturer.

3. The principal shall warrant and certify that the equipment, component, or system proposed meets or exceeds contract specifications, is suitable for its intended purpose and installation, and will provide satisfactory performance at the design criteria specified. a. In the event that the manufacturer is not the supplier, an authorized principal

of the supplier shall also execute the Equipment Warranty and Certification Form.

4. Provide Certificates for the items listed below:

Section Equipment

16290 Relay Panels

C. Shop Drawings. 1. For original submittal and each subsequent re-submittal required, submit both

electronic (via FTP site) and 4 hard copies. Engineer will return 1 copy of shop drawing prints.

2. Show types, sizes, accessories, and layouts, including plans, elevations, and sectional views; component, assembly, and installation details; and all other information required to illustrate how applicable portions of Contract requirements will be fabricated and/or installed.

3. In case of fixed mechanical and electrical equipment, submit layout drawings drawn to scale, to show required clearances for operation, maintenance, and replacement of parts. Include manufacturer's certified performance curves, catalog cuts, pamphlets, descriptive literature, installation, and application recommendations, as required. Submit together shop drawings for closely related items. Additional shop drawings and information required for electrical and mechanical equipment are listed in appropriate Specification Sections.

4. Manufacturer shall have on file certified drawing(s) containing above information approved by the Owner, and items furnished shall be as described on certified drawing(s). If Standard Details or Specifications change after certified drawings are approved, new submittals are required.

D. Catalog Data.

Page 49: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

SUBMITTAL PROCEDURES 01330-5

1. For original submittal and each subsequent re-submittal required, submit both

electronic (via FTP site) and 4 hard copies of catalog data. Engineer will return 1 copy.

2. Manufacturer's Catalog, Product, and Equipment Data: Certified and include material type, performance characteristics, voltage, phase, capacity, and similar data. a. Furnish wiring diagrams when applicable. b. Indicate catalog, model, and serial numbers representing specified

equipment. c. Submit complete component information to verify specified required items.

E. Working Drawings.

1. For original submittal and each subsequent re-submittal required, submit both

electronic (via FTP site) and 4 hard copies of working drawings. Engineer will return 1 copy.

2. Submit working drawings as required for changes, substitutions, Contractor design items, and Contractor designed methods of construction. Requirements for working drawings are listed in appropriate Specification Sections or in Special Provisions.

3. Include with drawings calculations or other information to completely explain structure, machine, or system described and its intended use. Review or approval of drawings by Engineer shall not relieve Contractor from responsibility for fulfillment of terms of Contract. Contractor assumes risks of error, and Engineer shall have no responsibility.

4. Submit any required structural drawings and calculations sealed, dated, and signed by Professional Engineer registered in State of Florida and experienced in the work or discipline involved.

F. Method of Construction.

1. For original submittal and each subsequent re-submittal required, submit both

electronic (via FTP site) and 4 hard copies of data detailing method of construction. Engineer will return 1 copy.

2. When Engineer specifies or directs, submit proposed method of construction for specific portions of Work. a. Include detailed written description of phases of construction operation to

fully explain to Engineer proposed method of construction. b. If required by Specifications, submit working drawings to supplement

description.

3. Engineer review will follow the process herein and shall not relieve Contractor from responsibility for fulfillment of terms of Contract. Contractor assumes risks associated with proposed method.

Page 50: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

SUBMITTAL PROCEDURES 01330-6

4. After review, submit requests for modifications in detail, including justification for them. Do not implement modifications prior to Engineer’s review.

G. Manufacturer's Installation Recommendations.

1. For original submittal and each subsequent re-submittal required, submit both

electronic (via FTP site) and 4 hard copies of manufacturer’s installation recommendations. Engineer will return 1 copy.

2. Furnish written detail for step by step preparation and installation of the materials and products, including recommended tolerances and space for maintenance and operation.

H. Record Drawings (As-builts).

1. Prepare and maintain record drawings for work performed.

a. Before preliminary inspection, furnish record drawings to the Engineer. At completion of Contract and before final payment is made, furnish Engineer one (1) set of finally approved record drawings. Furnish Engineer record drawing data on disk or CD, in format compatible with the Owner’s software.

I. Operation and Maintenance Manuals.

1. Furnish Operation and Maintenance Manuals for various types of equipment and

systems, as required by Contract Documents.

2. Unless otherwise indicated, furnish a separate manual for each piece of equipment and system. If a manual contains other items or equipment, indicate where specified items are located in manual. Include in manual complete information necessary to operate, maintain, and repair specific equipment and system furnished under this Contract, and include the following specific requirements; a. Contents.

1) Table of Contents and Index. 2) Brief description of equipment/system and principal components. 3) Starting and stopping procedures, both normal and emergency. 4) Installation, maintenance, and overhaul instructions including

detailed assembly drawings with parts list and numbers, and recommended spare parts list with recommended quantity, manufacturer's price, supplier's address, and telephone number.

5) Recommended schedule for servicing, including technical data sheets that indicate weights and types of oil, grease, or other lubricants recommended for use and their application procedures.

6) One copy of each component wiring diagram and system wiring diagram showing wire size and identification.

7) One approved copy of each submittal with changes made during construction properly noted, including test certificates, characteristic curves, factory and field test results.

8) For electrical systems, include dimensioned installation drawings, single line diagrams, control diagrams, wiring and connection

Page 51: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

SUBMITTAL PROCEDURES 01330-7

diagrams, list of material for contactors, relays and controls, outline drawings showing relays, meters, controls and indication equipment mounted on equipment or inside cubicles, control and protective schematics, and recommended relay settings.

b. Material: 1) Covers: Oil, moisture, and wear resistant 9 inches by 11-1/2 inches

size. 2) Pages: 60 pound paper 8-1/2 inches by 11 inches size with

minimum of 2 punched holes 8-1/2 inches apart reinforced with plastic, cloth, or metal.

3) Fasteners: Metal screw post or Acco metal strap type. 4) Diagrams and Illustrations: Attach foldouts, as required. 5) Legible Original Quality: Reproduced by dry copy method.

3. Copies:

a. Submit preliminary electronic copies of manuals (via FTP site) for review and approval no later than date of shipment of equipment. Installation shall not begin until manuals are accepted by Engineer. Include in preliminary copies all items required under “Contents” above. Three copies will be marked and returned to Contractor.

b. Deliver 3 copies of finally approved manuals to Engineer before Engineer's inspections and tests.

J. Substitutions: See Section 01630.

PART 2 PRODUCTS

(Not Used)

PART 3 EXECUTION (Not Used)

PART 4 MEASUREMENT AND PAYMENT

4.1 Providing for and complying with requirements in this Section will not be measured for payment, but

cost will be considered incidental to Contract.

END OF SECTION

Page 52: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019 Substation Modifications City of Jacksonville Beach, FL

MATERIAL DELIVERY, STORAGE & HANDLING 01600-1

SPECIFICATIONS SECTION 01600

MATERIAL DELIVERY STORAGE & HANDLING

PART 1 GENERAL

1.1 SUMMARY

A. Provide, transport, handle, store and protect material and equipment used on this project as specified herein.

B. Conform to applicable technical specifications, codes, and standards.

1.2 GENERAL REQUIREMENTS

A. Comply with size, make, type, and quality specified, or as approved subject to the additional requirements of Section 01630.

B. Manufactured and fabricated products 1. Design, fabricate and assemble in accordance with the best engineering and shop

practices.

2. Manufacture like parts to be interchangeable, with standard sizes and gauges.

3. Two or more items of the same kind shall be identical and by the same manufacturer.

4. Provide products which are suitable for the service conditions in which they are installed.

5. Adhere to equipment capacities, sizes, and dimensions shown or specified unless variations are specifically approved by the Engineer.

6. Do not use material or equipment for any purpose other than that for which it is designed or is specified.

1.3 APPROVAL OF MATERIALS

A. Incorporate only new materials and equipment into the Work. 1. The Engineer shall inspect and approve all materials and equipment incorporated

into the Work.

2. Do not deliver material to the site or incorporate it into the Work without prior approval of Engineer.

B. Provide the Engineer with a list of proposed materials and equipment to be used as

described in Section 01330.

Page 53: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

MATERIAL DELIVERY, STORAGE & HANDLING 01600-2

C. Provide all facilities and labor for handling and inspecting materials and equipment for the project.

D. Submit data sufficiently early to permit their review and approval. 1. Approval is required before the items are incorporated into the Work.

2. Failure to submit data in a timely manner shall not be an acceptable basis of claim

for additional costs or time.

E. Use materials and equipment in the work that corresponds to approved samples or other data.

1.4 MANUFACTURER’S INSTALLATION INSTRUCTIONS

A. Provide manufacturer’s written installation instructions to all parties involved. 1. Submit in accordance with Section 01330.

1.5 TRANSPORTATION AND HANDLING

A. Arrange product deliveries in accordance with the approved delivery schedule. Coordinate to avoid conflict with work and conditions at the project site. 1. Deliver products in undamaged condition and in the manufacturer’s original

containers or packaging with identifying labels intact and legible.

2. Inspect shipments immediately upon delivery. a. Ensure compliance with requirements of Contract Documents and

approved submittals, b. Ensure that products are properly protected and undamaged.

B. Handle products and packaging using methods designed to prevent soiling or damage.

C. The successful Bidder (Contractor) shall ship all materials “FOB Destination” to the designated substation sites as defined below, Jacksonville Beach, Florida area (eastern Duval County), freight prepaid and allowed.

D. The Contractor shall assume responsibility for safe arrival of the items and shall handle

all claims, if damaged in transit. E. The Contractor shall offload all items at the delivery sites. Ownership will only be

transferred once the items are installed and accepted by Owner. F. All equipment furnished which requires packaging shall be labeled with the following

information: City P.O. Number Packager’s Job/Order Number Substation Name Item Number per Packager’s Bill of Material Content Description

Page 54: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

MATERIAL DELIVERY, STORAGE & HANDLING 01600-3

G. With shipment the Contractor shall furnish any special tools required for assembly and

installation, and shall furnish touch-up paint to match any painted surfaces. These items shall be packed separately and marked with descriptive information and the City P.O. number.

H. Packages of any supplemental parts or materials shall be shipped either on pallets or

bundled in an acceptable manner for off-loading. Packing shall be such as to adequately protect the contents from any damage that might reasonably encountered during transportation and handling. Packing crates shall be sturdy enough to withstand up to one (1) year of outdoor storage without deterioration of crates or damage to the contents. Any packages that require indoor storage shall be clearly marked to that effect.

1.6 PROTECTION DURING STORAGE

A. Provide covered, weather-protected structures to store products and equipment. Examples of suitable enclosures include buildings or trailers which have a concrete or wooden floor, a roof, and fully closed walls on all sides. 1. Provide a clean, dry, non-corrosive environment for all electrical equipment,

architectural items, instrumentation equipment, and special equipment. a. Protect mechanical and electrical equipment from contamination by dust,

dirt, water, atmosphere moisture, chemicals, insects, animals, vandals, or other sources of damage.

b. Store equipment in strict accordance with the manufacturer’s instructions and also in temperature and humidity controlled storage area. 1) Include heating and moisture control when required. Maintain

temperature and humidity within the ranges recommended in manufacturers’ instructions.

c. Equipment designed and rated for outdoor installation may be stored outdoors subject to Owner’s approval.

2. Replace corroded, damaged, or deteriorated equipment and parts before project

acceptance.

3. Do not include improperly stored equipment and materials in payment estimates.

4. Ensure that all seals and labels remain intact and legible during storage.

5. Store fabricated products above the ground or floor and on blocking or skids. a. Prevent soiling or staining. b. Cover products which are subject to deterioration with impervious sheet

coverings. c. Provide adequate ventilation to avoid condensation.

6. Provide heated storage for materials subject to damage by freezing or low

temperatures.

7. Store loose granular materials in a well-drained area on solid surfaces to prevent mixing with foreign matter. a. Store cement, sand, and lime under roof and off the ground.

Page 55: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

MATERIAL DELIVERY, STORAGE & HANDLING 01600-4

b. Keep material completely dry at all times.

B. Handle and store all material and equipment in a manner to prevent warping, twisting, bending, breaking, cracking chipping, spalling, rusting, staining, and any injury, theft, dampness, corrosion or damage of any kind whatsoever.

C. Remove all material which, in the sole opinion of Engineer, is damaged from the project site. The Contractor shall receive no compensation for either the damaged material or its removal.

D. Arrange stored items in a manner to provide easy access for inspection. 1. Make periodic inspections of stored products 2. Ensure that products are maintained under specified conditions, and free from

damage or deterioration.

E. Protect installed products from damage due to traffic, fallen objects, incidental contact by equipment or other materials during placement, and any other subsequent construction operations. Include temporary electrical connections to motor and cabinet heaters if required by the manufacturer. Remove protection prior to testing.

F. Correct storage and handling issues that do not conform to these specifications within seven days after receiving written notice to do so. 1. If the Contractor fails to act within the specified length of time, the Owner may

correct all deficiencies identified in the written notice and deduct the costs associated with these corrections from Contractor’s payments.

2. The Owner’s costs shall include labor, equipment usage, administration, clerical, engineering, and any other costs associated with making the necessary corrections.

1.7 EQUIPMENT DELIVERY, STORAGE, AND HANDLING ON SITE

A. Deliver equipment to the project site at the date and time agreed upon. Delivery dates shall be agreed upon by both the Contractor and the Owner in writing.

B. Handle all material and equipment in a manner to prevent warping, twisting, bending, breaking, cracking chipping, spalling, rusting, staining, and any injury, theft, dampness, corrosion or damage of any kind whatsoever.

C. Deliveries will be accepted only on normal business days between 8:00am and 3:00pm. D. Deliveries shall be coordinated with the Owner to assure accessibility to site and

availability of manpower and equipment. E. Deliver materials with manufacturer's tags and labels and UL labels intact. Deliver

packaged material in manufacturer's original, unopened containers bearing manufacturer's name, brand and UL Label. All materials delivered shall be packaged suitably for outdoor storage prior to being installed.

F. Contractor shall perform an independent inspection of all Owner furnished materials and

equipment when they are turned over to his control by the Owner. Any damage shall be noted at this time, and the Owner shall be immediately informed in writing. Subsequent

Page 56: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

MATERIAL DELIVERY, STORAGE & HANDLING 01600-5

damage to Owner furnished items shall be the responsibility of the Contractor to repair or replace.

G. Contractor’s employees or subcontractors for shipping and off-load shall be trained and

insured to operate heavy machinery within an energized substation. H. The Contractor shall coordinate with BES for site access and for receipt and offloading of

supplemental packages. Notice of at least 48 hours (not counting weekends and holidays) must be given prior to delivery to enable BES to make necessary arrangements. Notice will be given to:

Matt Campbell Relay/Substation Supervisor Beaches Energy Services City of Jacksonville Beach 4400 South Beach Pkwy. Jacksonville Beach, FL 32250 (904) 233-9253

PART 2 PRODUCTS (Not Used)

PART 3 EXECUTION (Not Used)

END OF SECTION

Page 57: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019 Substation Modifications City of Jacksonville Beach, FL

SUBSTITUTION PROCEDURES 01630-1

SPECIFICATIONS SECTION 01630

SUBSTITUTION PROCEDURES

PART 1 GENERAL 1.1 SUMMARY

A. This Section includes requirements related to the Contractor's responsibilities for substitutions.

1.2 SUBMITTAL OF PROPOSED SUBSTITUTIONS

A. Whenever a material, article, or method is specified or described by using the name of a

proprietary product or the name of a particular manufacturer(s) or, vendor(s), followed by the phrase "or equal", the specific item mentioned shall be understood as establishing the type, function, dimension, appearance, and quality desired and is to be the basis upon which bids are to be prepared. 1. Other manufacturers' materials, articles, and methods not named will be considered

as substitutions provided required information is submitted on the Form for Substitutions of Specified Items and will not require substantial revisions of the Contract Documents.

2. This applies to specific construction methods when such are required by the Contract Documents.

B. Whenever a material, article, or method is specified or described without the phrase "or

equal", no substitutions will be allowed.

C. Bids shall be based on materials, articles and methods named and specified in the Contract Documents. If the bidder proposes to use substitutions for named and specified materials, articles and methods followed by the phrase "or equal" within the Contract Documents during the construction process, the bidder shall submit, with their bid a list of proposed substitutions on the Form For Substitutions For Specified Items. This form is provided at the end of this Section.

D. Request for substitutions received after bids are open will not be considered except as stated herein.

1.3 SUBMITTAL OF DATA FOR PROPOSED SUBSTITUTIONS

A. In order for substitutions to be considered, the Contractor shall submit, not later than 30 days

after date of Notice to Proceed, complete data as set forth herein to permit complete analysis of all proposed substitutions listed on the contractor’s submitted Form for Substitution of Specific Items. No substitution will be considered unless the Contractor provides required data in accordance with the requirements of this Section within the thirty day period. The provision of Section 01330 concerning thirty days review time by the Engineer does not apply

Page 58: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

SUBSTITUTION PROCEDURES 01630-2

to substitution requests. The Engineer will take such time as required to ensure full compliance with all Contract requirements. Three copies of the following data shall be submitted in order for the substitutions to be considered.

B. Complete data substantiating compliance of proposed substitutions with Contract. Substitution shall not change design intent. 1. For Products:

a. Identification including manufacturer's name and address. b. Manufacturer's literature, including but not necessarily limited to:

1) Product description, performance, and test data. 2) Reference standards.

c. Samples where appropriate. d. Name and address of similar projects on which product was used and dates

of installation with contact name and telephone number.

2. For Construction Methods provide a. Detailed description of proposed method. b. Drawings illustrating methods. c. Name and address of similar projects on which method was used and date of

use.

3. Itemized comparison of proposed substitution with product or method specified. Different types of products and methods will be considered provided final performance is at least equal to that specified.

4. Data relating to impact on construction schedule occasioned by the proposed substitution.

5. Impact on other contracts.

6. Proposed monetary changes supported by accurate cost data on proposed substitution in comparison with product or method specified, including costs for redesigns required. Costs for redesigns due to substituted items are the responsibility of the Contractor.

7. In making request for substitution, Bidder represents that he: a. Has personally investigated proposed product or method determined that it is

equal or superior in all respects to that specified. b. The bidder will provide same guarantee for substitution as for product or

method specified. c. The bidder will coordinate installation of accepted substitution into the work,

making design and construction changes as may be required for the Work to be complete in all respects in accordance with Contract requirements without additional cost to the Owner.

1.4 APPROVAL OF SUBSTITUTION

A. The Engineer's decision regarding evaluation of substitutions shall be final and binding.

Page 59: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

SUBSTITUTION PROCEDURES 01630-3

B. Request for time extensions and additional costs based on submission, acceptance, or rejection of substitutions will not be allowed.

C. All approved substitutions will be incorporated into the Contract by Addendum.

Page 60: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

SUBSTITUTION PROCEDURES 01630-4

FORM FOR SUBSTITUTIONS OF SPECIFIED ITEMS To propose substitutions for specified materials, articles and methods followed by the phrase "or equal" complete this form and submit it to the Engineer along with all other information required by Section 01630 of the Contract Specifications. Evaluation and approval of proposed substitutions will be conducted in accordance with requirements of Section 01630. Project: Contractor: Subcontractor/Supplier: The undersigned Contractor hereby submits for consideration the following equipment instead of the specified item for the above Project: Section Paragraph Specified Item Proposed Substitution: The Contractor shall attach and enclose all information required under Section 01630 The undersigned has (a) attached manufacturer’s literature, including complete technical data and laboratory test results, if applicable, (b) attached an explanation of why proposed substitution is a true equivalent to specified item, (c) included complete information on changes to Contract Documents that the proposed substitution will require for its proper installation, and (d) certified that the proposed substitution will conform to the Contract Specifications. The undersigned Contractor certifies that the function, appearance, and quality of the proposed substitution are equivalent or superior to those of the specified item. Contractor Signature Name Address

For Use by the Engineer: Approved Not Approved Approved As Noted Signature Engineer

Page 61: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

SUBSTITUTION PROCEDURES 01630-5

END OF SECTION

Page 62: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019 Substation Modifications City of Jacksonville Beach, FL

SPECIFICATION SECTION 01700

EXECUTION

PART 1 GENERAL

1.1 SUMMARY

A. This Section includes general procedural requirements governing execution of the Work including, but not limited to, the following: 1. Construction layout. 2. Field engineering and surveying. 3. General installation of products. 4. Correction of the Work.

B. Project Record Documents: Submit a record of Work performed (materials tests, inspections, acceptance tests, etc.) and record data as required under provisions in Division 1 Sections "Submittal Procedures" and "Contract Closeout."

PART 2 PRODUCTS (Not Used)

PART 3 EXECUTION

3.1 EXAMINATION

A. Acceptance of Conditions: Examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations.

B. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings.

C. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents, submit a request for information (RFI) to Owner. Include a detailed description of problem encountered, together with recommendations for changing the Contract Documents.

3.2 INSTALLATION

A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb and make horizontal work level. 2. Where space is limited, install components to maximize space available for

maintenance and ease of removal for replacement.

Page 63: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

EXECUTION 01700 - 2

B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated.

C. Maintain conditions required for product performance until Substantial Completion.

D. Anchors and Fasteners: Provide anchors and fasteners as required to anchor each component securely in place, accurately located and aligned with other portions of the Work. 1. Mounting Heights: Where mounting heights are not indicated, mount

components at heights directed by Owner.

E. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion.

F. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects.

G. Limiting Exposures: Supervise construction operations 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.

3.3 CORRECTION OF THE WORK

A. Repair or remove and replace defective construction. 1. Repairing includes replacing defective parts, and properly adjusting operating

equipment.

B. Restore permanent facilities used during construction to their specified condition.

C. Repair components that do not operate properly. Remove and replace operating components that cannot be repaired.

END OF SECTION

Page 64: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019 Substation Modifications City of Jacksonville Beach, FL

SPECIFICATION SECTION 01770

CONTRACT CLOSEOUT

PART 1 GENERAL

1.1 SUMMARY

A. Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following:

1. Substantial Completion procedures.

2. Final completion procedures.

3. Warranties.

4. Final cleaning.

5. Repair of the Work.

1.2 SUBMITTALS

A. Contractor's List of Incomplete Items: Initial submittal at Substantial Completion.

B. Certified List of Incomplete Items: Final submittal at Final Completion.

C. Certificate of Insurance: For continuing coverage.

1.3 MAINTENANCE MATERIAL SUBMITTALS

A. Schedule of Maintenance Material Items: For maintenance material submittal items specified in other Sections.

1.4 SUBSTANTIAL COMPLETION PROCEDURES

A. Contractor's List of Incomplete Items: Prepare and submit a list of items to be completed and corrected (Contractor's punch list), indicating the value of each item on the list and reasons why the Work is incomplete.

B. Submittals Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Submit closeout submittals including project record documents, operation and

maintenance manuals, and similar final record information.

Page 65: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

CONTRACT CLOSEOUT 01770 - 2

2. Submit closeout submittals specified in individual Sections, including specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents.

3. Submit maintenance material submittals specified in individual Sections, including tools, spare parts, extra materials, and similar items, and deliver to location designated by Engineer. Label with manufacturer's name and model number where applicable.

4. Submit test/adjust/balance records.

5. Submit changeover information related to Owner's occupancy, use, operation, and maintenance.

C. Procedures Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Advise Owner of pending insurance changeover requirements.

2. Make final changeover of permanent locks and deliver keys to Owner. Advise

Owner's personnel of changeover in security provisions.

3. Complete startup and testing of systems and equipment.

4. Perform preventive maintenance on equipment used prior to Substantial Completion.

5. Participate with Owner in conducting inspection and walkthrough with local emergency responders.

6. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements.

7. Complete final cleaning requirements, including touchup painting.

8. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects.

D. Inspection: Submit a written request for inspection to determine Substantial Completion a minimum of 10 days prior to date the work will be completed and ready for final inspection and tests. On receipt of request, Engineer will either proceed with inspection or notify Contractor of unfulfilled requirements. Engineer will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect, that must be completed or corrected before certificate will be issued.

Page 66: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

CONTRACT CLOSEOUT 01770 - 3

1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected.

2. Results of completed inspection will form the basis of requirements for final completion.

1.5 FINAL COMPLETION PROCEDURES

A. Preliminary Procedures: Before requesting final inspection for determining final completion, complete the following: 1. Submit a final Application for Payment according to Section 01027 "Payment

Procedures."

2. Certified List of Incomplete Items: Submit certified copy of Engineer’s Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Engineer. Certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance.

3. Certificate of Insurance: Submit evidence of final, continuing insurance coverage complying with insurance requirements.

4. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. Submit demonstration and training video recordings.

B. Inspection: Submit a written request for final inspection to determine acceptance. On receipt of request, Engineer will either proceed with inspection or notify Contractor of unfulfilled requirements. Engineer will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous

inspections as incomplete is completed or corrected.

1.6 LIST OF INCOMPLETE ITEMS (PUNCH LIST)

A. Organization of List: Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. 1. Organize list of spaces in sequential order.

2. Organize items applying to each space by major element, including categories for

Structural, Civil, Transmission, Substation, Protection and Control

3. Submit list of incomplete items.

Page 67: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

CONTRACT CLOSEOUT 01770 - 4

1.7 SUBMITTAL OF PROJECT WARRANTIES

A. Time of Submittal: Submit written warranties on request of Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated, or when delay in submittal of warranties might limit Owner's rights under warranty.

B. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1. Bind warranties and bonds in heavy-duty, three-ring, vinyl-covered, loose-leaf

binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-11-inch paper.

2. Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer.

3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor.

4. Warranty Electronic File: Scan warranties and bonds and assemble complete warranty and bond submittal package into a single indexed electronic PDF file with links enabling navigation to each item. Provide bookmarked table of contents at beginning of document.

PART 2 PRODUCTS

2.1 MATERIALS

A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces.

PART 3 EXECUTION

3.1 FINAL CLEANING

A. General: Perform final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations.

B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions.

Page 68: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

CONTRACT CLOSEOUT 01770 - 5

1. Complete the following cleaning operations before requesting inspection for certification of Final Completion for entire Project or for a designated portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction

activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances.

b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits.

c. Rake grounds that are neither planted nor paved to a smooth, even-textured surface.

d. Remove tools, construction equipment, machinery, and surplus material from Project site.

e. Remove snow and ice to provide safe access to building. f. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free

condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition.

g. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces.

h. Sweep concrete floors broom clean in unoccupied spaces. i. Clean transparent materials, including mirrors and glass in doors and

windows. Remove glazing compounds and other noticeable, vision-obscuring materials. Replace chipped or broken glass and other damaged transparent materials. Polish mirrors and glass, taking care not to scratch surfaces.

j. Remove labels that are not permanent. k. Wipe surfaces of mechanical and electrical equipment and similar

equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances.

l. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency.

m. Leave Project clean and ready for occupancy.

3.2 REPAIR OF THE WORK

A. Complete repair and restoration operations before requesting inspection for determination of Substantial Completion.

B. Repair or remove and replace defective construction. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. Where damaged or worn items cannot be repaired or restored, provide replacements. Remove and replace operating components that cannot be repaired. Restore damaged construction and permanent facilities used during construction to specified condition. 1. Remove and replace chipped, scratched, and broken glass, reflective surfaces,

and other damaged transparent materials.

Page 69: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

CONTRACT CLOSEOUT 01770 - 6

2. Touch up and otherwise repair and restore marred or exposed finishes and

surfaces. Replace finishes and surfaces that that already show evidence of repair or restoration. a. Do not paint over "UL" and other required labels and identification,

including mechanical and electrical nameplates. Remove paint applied to required labels and identification.

3. Replace parts subject to operating conditions during construction that may

impede operation or reduce longevity.

4. Replace burned-out bulbs, bulbs noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures.

END OF SECTION

Page 70: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019 Substation Modifications City of Jacksonville Beach, FL

BASIC ELECTRICAL MATERIALS AND METHODS 16050 - 1

SPECIFICATION SECTION 16050

BASIC ELECTRICAL MATERIALS AND METHODS PART 1 GENERAL 1.1 SUMMARY

A. Section includes requirements for basic electrical materials and methods applicable to sections with electrical equipment requirements except when in these individual sections requirements are otherwise specified.

1.2 QUALITY ASSURANCE

A. Electrical Work and Materials: Follow the latest edition of the National Electrical Code

(NEC), which is minimum requirement for electrical work and if there is a conflict between requirements specified in Contract Documents and code, the more stringent will apply as determined and approved by Engineer.

B. Unless otherwise indicated, provide electrical materials and equipment which are the standard products of manufacturers regularly engaged in production of such materials and equipment. Except where otherwise shown on Drawings 1. Provide the manufacturer's latest standard design that conforms to these

Specifications. 2. When 2 or more units of same class of material and equipment are required, these

units shall be products of same manufacturer.

1.3 SUBMITTALS

A. Comply with Section 01330. Include the following information: 1. Complete list of electrical materials to be furnished, indicating manufacturer.

2. Complete schedule and listing of system and equipment identification labels with

legends.

3. Test plan and schedule.

1.4 PROJECT CONDITIONS

A. General: Drawings indicate extent and general arrangement of principal electrical elements, outlets, and circuit layouts.

B. Connections: Properly connect electrical elements and devices provided under this and other sections, in accordance with NEC, to form workable system following Contract Documents, whether connections and interconnections are specifically specified or shown on Drawings.

Page 71: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

BASIC ELECTRICAL MATERIALS AND METHODS 16050 - 2

C. Additional Circuits: Install where required by furnished equipment and for proper installation of work, without additional cost to the Owner.

1.5 IDENTIFICATION FOR SYSTEM AND EQUIPMENT

A. General

1. Identification: Identify and label each raceway, piece of equipment, and

conductor.

2. Label Schedule: Develop schedule from legend shown on Drawings, schedules, and derived from nature of system. a. Lacking specific data, develop legends from nature of service or system

and submit for Engineer’s approval. b. Arrange schedule to produce legible comprehensive identification system.

B. Raceway Identification

1. Exposed Raceways: Identify at each end within 12 inches of termination.

2. Identifying Labels: Factory manufactured with colored paper machine printed

with identifying legend laminated between 2 sheets of vinylite plastic formed to completely encircle raceway. a. Sizes: Match raceway to which applied. b. Installation: Following manufacturer's instructions.

3. Legends for Use in Labels:

a. Indicate system voltage and what it serves or type of service. b. Letter colors and minimum sizes.

1) Raceways 2-1/2 inch and smaller: 1 inch high white letters on black background.

2) Raceways larger than 2-1/2-inch diameter: 2 inch high letters with same colors as above.

C. Equipment Identification

1. Nameplate: Attach to inside surfaces with adhesive and to outside surface with

round head, self-tapping metal screws. a. Letter Colors and Minimum Sizes: Two-color laminated plastic not less

than 1/16 inch thick, machine engraved to show white letters not less than 1/4 inch high on black background.

2. Legend: Identify enclosure or piece of equipment.

D. Conductor Identification 1. Location:

a. Identify power conductors terminating in panelboards, cabinets, switchgear, and switchboards at each end and in intervening junction and pull boxes.

Page 72: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

BASIC ELECTRICAL MATERIALS AND METHODS 16050 - 3

b. Where feeder conductors pass through cable tray, tag feeder every 15 feet to indicate electrical characteristics, circuit number, and panelboard designation.

c. Locate labels near conductor ends for terminals and on exposed portions of conductor within pull and junction boxes.

2. Labels: Plastic slip-on ferrule type with durable machine printed letters, numerals, and other identifying characters.

PART 2 PRODUCTS

2.1 POWER CIRCUIT BREAKERS

A. Five (5) 38kV (27kV Operating) 1200A vacuum power circuit breakers will be supplied

by the Owner. Owner will arrange for procurement of the circuit breakers as well as shipment to project site.

B. Contractor shall be responsible for offload, installation, testing and commissioning of the new circuit breakers.

2.2 SUBSTATION MATERIALS A. Substation bus, connectors, and various miscellaneous equipment will be furnished and

installed by the Contractor.

B. Bus Fittings and Connections shall be welded or swaged compression. Bolted or standard compression connectors will not be accepted. 1. Submit product information for approval by engineer.

C. Bolted Terminal Pad and Bus Connections: 1. Contractor shall provide hardware for bus connections.

2. Use 1/2” UNC-13 stainless steel hex head bolts and nuts, grade 316

3. Under both bolt head and nut, provide one 1-1/4” 316 stainless steel flat washer

and one 1-1/8”, 2500-3500lb rated 301 stainless steel Belleville compression washer.

2.3 PROTECTIVE RELAYS

A. Contractor shall provide relay panels, protective relays, and control devices per the

Contract Drawings and Specification Section 16290. 2.4 WIRE AND CABLE - 600 VOLTS AND BELOW

Page 73: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

BASIC ELECTRICAL MATERIALS AND METHODS 16050 - 4

A. Low voltage wire and cable shall be in accordance with Section 16120, Low Voltage Conductors and Cables.

B. Wire Cable Identification: Printed at regular intervals throughout entire length. 1. Manufacture or trade name. 2. Size of conductor. 3. Type of insulation. 4. Voltage classification.

C. Color Coding: Throughout entire network for service, feeder, branch, control and low

energy signal circuit conductors. Match existing conditions, where applicable. 1. Conductor No. 10 AWG and Smaller: Factory impregnated color throughout its

entire length.

2. Conductor No. 8 AWG and Larger: Marked with color coding tape minimum of 0.004 inch in thickness. a. Color:

1) Green for grounding conductors. 2) White for neutrals. 3) Color of conductors for different voltage systems:

System Phase A Phase B

Phase C

Neutral Ground

120/240 1 phase

black red -- white green

208/120 3 phase

black red blue white green

Control and low-energy signal

black -- -- white green

2.5 WIRE CONNECTIONS AND CONNECTING DEVICES

A. Splice Connectors

1. All splices shall be made using terminations. No in-line splicing of control cables

will be accepted.

B. Termination Components 1. Stranded and multiple solid conductors at connection to terminals: Solderless

terminal lugs or UL listed crimp tool compression style lugs. Ring type.

2.6 LOW VOLTAGE CIRCUIT BREAKERS

A. Applications: UL489, with interrupting capacity following Drawings and UL listed for

conductor type used.

Page 74: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

BASIC ELECTRICAL MATERIALS AND METHODS 16050 - 5

1. Type: Molded case, quick-make, quick-break, thermal magnetic trip type, trip indicating and bolted in type.

2. Rating on each breaker: Visible trip.

3. Single pole breakers: Full module size.

4. Two and Multiple pole Circuits: Common trip type having single operating handle. a. Single pole circuit breakers with handle ties for multiple pole breakers:

Not accepted.

B. For circuit breakers to be installed in existing equipment, Contractor shall provide devices that match the ratings and manufacture of the in-place equipment.

C. Used for Service Disconnect: Same as for enclosed applications, except suitable for service entrance.

2.7 DEVICE NUMBERS

A. Provide device numbers on all new circuit breakers.

1. Circuit breaker numbers shall be installed on the exterior of the circuit breaker.

B. Device numbers and letters shall be a minimum of 4” high. The lettering shall be yellow on a black background, and withstand weathering and UV exposure without fading or discoloring.

PART 3 EXECUTION

3.1 GENERAL

A. Install electrical equipment and material of size, type, and general routing following

Drawings or approved Contractor's Drawings.

B. Install metallic raceway, fittings, boxes, and cabinets free from direct contact with reinforcing steel.

C. Install fasteners, anchor bolts, anchorage items, and supports as required to insure proper and rigid alignment. 1. Attach equipment with fasteners sized according to size and weight of equipment

and thickness of supporting surface.

D. Where aluminum is placed in contact with dissimilar metal or concrete, separate contact surfaces with gasket, non-absorptive tape, or coating to prevent corrosion.

E. Ground and make metallic conduit, raceways, and cable trays electrically and mechanically continuous.

Page 75: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

BASIC ELECTRICAL MATERIALS AND METHODS 16050 - 6

1. Conduits: Continuous between outlets, boxes, cabinets, and panels, and secured to each box.

2. Ground Conductor: For each conduit run.

3.2 TESTING

A. Contractor shall engage an independent third party testing agency to perform the required testing of the substation equipment and materials. 1. The testing agency shall demonstrate a minimum of 5 years’ experience with

utility substation equipment acceptance testing.

2. Qualifications of the testing agency shall be submitted to the Owner for review.

B. Submit a testing plan and schedule to the Owner.

C. Contractor shall perform all final testing and commissioning of the equipment supplied either by the Owner or the Contractor. Testing shall be per the NETA Acceptance Testing Standard (ANSI/NETA ATS-2013) and per manufacturer’s recommendations. The equipment to be tested includes: 1. 27kV Vacuum Circuit Breakers

2. Cables, Low Voltage, 600V

3. Protective Relays

4. System Functional Testing

D. Equipment shall be put into service only after receiving Owner’s written approval of the

test report. 3.3 POWER CIRCUIT BREAKERS

A. Owner will furnish, five (5) 38kV (27kV Operating) vacuum circuit breakers at the project

site. Coordinate with Owner for the delivery of the circuit breakers. All preliminary work to prepare for the installation shall be completed by the Contractor prior to agreed upon delivery date.

B. Contractor shall be responsible for receiving, rigging and offloading the circuit breakers and supervising the placement on the foundations. Circuit breakers not immediately installed shall be stored in accordance with Specification 01600, Material Delivery, Storage and Handling, as well as the manufacturer’s instructions.

C. Install the circuit breakers per the manufacturer’s written instructions. Secure the circuit breakers to the anchor bolts, and make all connections to circuit breaker bushings, ground grid, and controls circuits.

Page 76: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

BASIC ELECTRICAL MATERIALS AND METHODS 16050 - 7

D. Contractor shall perform all final testing and commissioning of the circuit breakers. 1. Testing shall be per the NETA Acceptance Testing Standard (ANSI/NETA ATS-

2013), including all testing listed as “Optional”. 2. Record the results of all testing and provide a final report to the Owner for review.

3. Equipment shall be put into service only after receiving Owner’s written approval

of the test report.

3.4 SUBSTATION BUS A. General: Install substation bus such that it is secure and braced against magnetic forces

due to short circuit currents.

B. Bare Cable Bus 1. Install flexible cable bus as shown on the Contract Drawings.

2. Cable shall be routed, as nearly as is possible, directly from one termination pad to

the next.

3. Cable shall be installed considering possible expansion and contraction due to temperature variations, but shall not excessively bow or sag.

4. Installation shall conform to NESC required phase to phase and phase to ground clearances.

C. Fittings and Connections 1. Install connectors per the manufacturer’s recommendations.

2. Apply oxide inhibiting, electrical joint compound before installing conductor into

standard compression connectors. Do not use joint compound in swaged connections unless directed by the manufacturer. a. Use Alcoa AFC grit compound for installing cable fittings. b. Use non-gritted Alcoa #2 EJC for all others.

D. Bolted Connections:

1. Clean surfaces with emery cloth and wire brush to remove oxide layer

2. Use non-grit oxide inhibitor between the two surfaces (Alcoa #2 EJC or equal)

3.5 PROTECTIVE RELAYS

A. Install new relay, protection, controls, and communications equipment as shown on the

Contract Drawings and defined in the Specifications.

B. Where required, modify existing control panel doors

Page 77: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

BASIC ELECTRICAL MATERIALS AND METHODS 16050 - 8

1. Remove existing relays

2. Patch and repair openings left in the door from the removed relays

3. Mount new relays as shown on the Contract Drawings.

C. Contractor shall install new control cable from the substation to the control panel

terminations.

D. Contractor shall connect the panel wiring to the control devices.

E. When all other work is complete, Contractor shall identify and remove all existing control wiring made obsolete by this project.

F. Contractor shall perform all final testing and commissioning of the protective relays. 1. Testing shall be per the NETA Acceptance Testing Standard (ANSI/NETA ATS-

2013), including all testing listed as “Optional”. 2. Testing shall include functional tests of the relay protective settings, and all relay

logic.

3. Record the results of all testing and provide a final report to the Owner for review.

4. Equipment shall be put into service only after receiving Owner’s written approval of the test report.

3.6 CABLE AND CONDUCTORS

A. Install complete raceway system and clear debris and moisture before conductor

installation.

B. Install conductors in raceways with no splices between boxes following Drawings.

C. Pull conductors using proper equipment without exceeding manufacturer's recommendation for maximum pulling tension

D. Protect conductor insulation jacket at all times from kinks, scrapes, punctures, and other damage. 1. Replace damaged conductors.

2. Use UL listed lubricating compound compatible with conductor insulated jacket

and with raceway to reduce pulling force.

E. Support conductors in vertical risers with woven grips to prevent loading on conductor connectors.

Page 78: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

BASIC ELECTRICAL MATERIALS AND METHODS 16050 - 9

F. For conduits entering buildings or from areas where temperature change may cause condensation or moisture, seal between conductors and conduit after conductors are in place.

G. When using color coding tape, apply with overlapping turns for minimum length of 2 inches starting 2 inches back from termination point.

H. Connect circuit conductors of same color to same phase throughout installation.

I. Contractor shall perform all final testing and commissioning of the control cable. 1. Testing shall be per the NETA Acceptance Testing Standard (ANSI/NETA ATS-

2013), including all testing listed as “Optional”. 2. Record the results of all testing and provide a final report to the Owner for review.

3. Equipment shall be put into service only after receiving Owner’s written approval

of the test report.

3.7 GROUNDING A. Ground exposed noncurrent carrying metallic parts of electrical equipment, raceway

systems, and neutral of all wiring systems following NESC, NEC and other applicable codes.

B. Bond all substation structures and equipment to station ground grid using 4/0 stranded

bare copper conductor. 1. All circuit breakers shall be bonded to ground using two independent grounds.

C. Contractor shall perform all final testing and of the substation ground system.

3.8 FIELD QUALITY CONTROL

A. Contractor shall retain the services of a NETA certified independent testing agency to perform all final testing per the NETA Acceptance Testing Standard (ANSI/NETA ATS-2013). Record the results of all testing and provide a report to the Owner for review. 1. Correct defects and failures to Engineer’s acceptance.

END OF SECTION

Page 79: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019 Substation Modifications City of Jacksonville Beach, FL

GROUNDING AND BONDING 16060 - 1

SPECIFICATION SECTION 16060

GROUNDING AND BONDING

PART 1 GENERAL

1.1 SUMMARY

A. Provide a single, complete, electrically continuous grounding system. 1. Provide grounding system to provide ground resistance less than 5 ohms.

2. Provide appurtenances as specified and as shown on the contract documents.

1.2 QUALITY ASSURANCE

A. Provide components that are the standard product of a manufacturer regularly engaged in the production of the required materials and equipment. 1. The manufacturer shall be responsible for the design, construction, and proper

operation of all components.

B. Comply with applicable standards including, but not limited to the most recent edition of the following: 1. American National Standards Institute (ANSI): C2, National Electric Safety

Code.

2. National Fire Protection Association (NFPA): 70, National Electrical Code (NEC).

C. Design to provide satisfactory performance under the specified operating conditions.

1.3 SUBMITTALS

A. Submit the following in accordance with Section 01330, Submittal Procedures. 1. Product data.

2. Conductor routing and connection diagrams.

Page 80: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

GROUNDING AND BONDING 16060 - 2

PART 2 PRODUCTS

2.1 MANUFACTURERS

A. Exothermic Welding: 1. Erico Products Inc.

2. American Brass Mfg. Co.

3. Burndy Corporation; Therm-O-Weld.

4. Or equal.

B. Connecting Hardware: 1. American Brass Mfg. Co.

2. Anderson Electric Corp.

3. Burndy Corporation.

4. O.Z./Gedney, Division of General Signal Corporation.

5. Or equal.

2.2 CONDUCTORS

A. Provide grounding conductors to comply with the following: 1. Cables or Wire:

a. Class A bare or insulated copper. b. Sizes as indicated on the drawings and specified herein or as required by

the NEC, whichever is larger. c. All conductors protected from physical damage resulting from exposure.

2. Main grounding conductors, grounding electrode conductors and main bonding

jumpers: a. No smaller than No. 4/0 stranded bare cable. b. Use annealed copper c. With no less 19 strands in the cable unless otherwise stated on drawings.

3. Furnish bare conductors where buried in earth or where embedded in concrete.

4. In buildings run insulated grounding conductors with green insulation only.

5. Insulated grounding conductors having insulation rated at 600 volts.

Page 81: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

GROUNDING AND BONDING 16060 - 3

6. Furnish grounding conductors for installation in all non-metallic raceway in addition to, and not to be considered as, the neutral wire of the systems.

2.3 CONNECTIONS

A. Provide grounding connections as follows: 1. Make all buried and concealed ground connections by exothermic welding.

2. Make accessible connections to structural members by bolted connections to

structure grounding plates.

3. For connections to equipment or ground bus, use acceptable bolted connectors suitable for and matching with grounding provisions furnished.

4. Use all clamps, connectors, lugs of copper alloy.

5. Ground Clamps: Multi-bolt type, saddle clamp on compression type, assembled with Everdur silicon bronze.

6. Apply grounding bushings on both ends of conduit run and intermediate enclosures.

PART 3 EXECUTION

3.1 INSTALLATION

A. Install grounding conductors as follows: 1. Prevent from exposure to physical damage.

a. Install connections firm and tight. b. Arrange conductors and connectors to avoid strain on connections.

2. Bury equipment grounding conductors 18 inches deep.

a. Bring loops or taps up for connections to equipment or other items to be grounded.

3. Install all grounding conductors in conduit except the grounding electrode conductor or where shown otherwise.

4. Connect building steel to the station ground system using bonding cable with exothermic welds.

5. Connect to piping by welding or brazing. a. Use copper bonding jumpers on all gasketed joints.

6. Comply with following:

a. Install loop type, low impedance, grounding system.

Page 82: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

GROUNDING AND BONDING 16060 - 4

b. Interconnect all components to provide at least two ground connections for each major item of electrical equipment.

c. Ensure that severing of any single grounding conductors in this system does not remove grounding protection on any major item.

7. Perform exothermic welding with properly sized molds in good conditions.

B. Equipment Grounding: 1. Ground all electrical equipment by means of a grounding conductor installed in

raceway feeding that equipment.

2. Use copper wire sized in accordance with NEC.

3. Grounding conductors installed in conduit, having green, 600-volt insulation. a. Connect transformer cases and neutrals to grounding system. b. Connect neutral ground connection at transformer terminal as shown on

drawings. c. Provide two separate, independent, diagonally opposite, connections for

power transformers so removal of one connection will not impair continuity of other unless otherwise stated.

4. Provide connections as follows: a. Connect two separate ground connections from ground grid to ground

bus of switchgear spot network assemblies and all outdoors substation equipment.

b. Each connection for item of equipment, from different section of ground grid.

5. Scrape bolted surfaces clean and coat with oxide-resistant conductive compound.

6. Ground all conduit and armored cables leaving the service equipment, spot network and/or motor control centers, to the service equipment spot network and/or motor control center ground bus.

7. Provide grounding for lighting standard as follows: a. Drive a ground rod near base of standard, in accordance with

requirements of National Electrical Safety Code. b. Connect ground rods to grounding conductor brought with street lighting

feeder cable.

8. Ensure that suitable separate ground conductor connects lightning arresters with system ground. Where lightning arresters are furnished with electrical equipment and ground connections are not inherently provided.

9. Ground wire fences when used to enclose electrical equipment. a. Unless otherwise indicated, provide minimal grounding.

1) Buried outside peripheral ground loop.

Page 83: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

GROUNDING AND BONDING 16060 - 5

2) Connections to each corner fence post and nearby ground rod. 3) Flexible connections to each gate. 4) At least two connections to grounding system from

approximately opposite positions of fence.

10. Also connect the ground rods to the grounding conductor run with the direct burial cable.

C. Instrumentation Grounding: 1. Install separate main ground conductors for all dc and instrumentation panels and

instruments.

2. Connect dc and instrumentation grounds to the main station grounding system at a properly selected point as shown on the Drawings or as recommended by the instrumentation supplier.

3. Provide ground connection for shielded cable at one location only, in accordance with the recommendation of the instrumentation manufacturer/supplier.

3.2 FIELD QUALIY CONTROL AND TESTING

A. Inspect exposed Connections for: 1. Proper lug type for conductor material.

2. Proper lug installation.

3. Proper Exothermic welds installation.

B. Before underground or embedded connections are covered, they shall be physically inspected to insure tightness and continuity.

C. Utilizing the two-point method, measure between each piece of equipment and a known low impedance ground grid node. 1. Any ground connection exhibiting greater than 0.02 ohms to the grid shall be

reworked. All other exposed metal items such as handrails shall measure less than 0.05 ohms to ground.

D. Perform continuity test of new ground conductors

E. Repair and correct any deficiencies found during testing or at the direction of the Engineer.

END OF SECTION

Page 84: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019 Substation Modifications City of Jacksonville Beach, FL

ELECTRICAL IDENTIFICATION 16075 - 1

SPECIFICATION SECTION 16075

ELECTRICAL IDENTIFICATION

PART 1 GENERAL

1.1 SUMMARY

A. Provide electrical identification products and components for identification of electrical materials, equipment and installation, including but not limited to the following: 1. Buried electrical line warnings.

2. Conduits, raceways, cables, and conductors.

3. Electrical manhole and handhole covers.

4. Operational instruction signs.

5. Warning and caution signs.

6. Equipment labels and signs.

1.2 QUALITY ASSURANCE

A. Comply with applicable portions of Section 16050, Basic Electrical Materials and Methods.

B. Provide components that are the standard product of a manufacturer regularly engaged in the product of the required materials and equipment.

C. Comply with applicable codes and standards including, but not limited to the most recent edition of the following. 1. American National Standards Institute (ANSI): A13.1, Scheme for the

Identification of Piping Systems, with regard to type and size of lettering for raceway and cable labels.

2. National Fire Protection Association (NFPA): 70, National Electrical Code (NEC).

D. Design to provide satisfactory performance under the specified operating conditions.

1.3 SUBMITTALS

A. Submit the following in accordance with Section 01330, Submittal Procedures. 1. Product data.

Page 85: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

ELECTRICAL IDENTIFICATION 16075 - 2

2. Schedule of identification nomenclature to be used for identification signs and labels.

3. Samples of each color, lettering style, and other graphic representation required for identification materials; samples of labels and signs.

PART 2 PRODUCTS

2.1 ELECTRICAL IDENTIFICATION PRODUCTS

A. Provide Adhesive Marking Labels for Raceway and Metal-Clad Cable: 1. Pre-printed.

2. Flexible.

3. Self-adhesive labels with legend indicating voltage and service (emergency,

lighting, power, light, power dc, air conditioning, communications, control, and fire).

B. Colored Adhesive Marking Tape for Raceways, Wires, and Cables: Provide self-adhesive vinyl tape not less than 3 mils thick by 1 inch to 2 inches in width.

C. Pre-tensioned Flexible Wraparound Colored Plastic Sleeves for Raceway and Cable Identification: Provide flexible acrylic band, sized to suit the raceway diameter and arranged to stay in place by pre-tensioned gripping action when coiled around the raceway or cable.

D. Underground Line Marking Tape: 1. Provide permanent, bright-colored, continuous-printed, plastic tape compounded

for direct-burial service not less than 6 inches wide by 4 mils thick.

2. Provide printed legend, indicative of general type of underground line below.

E. Wire/Cable Designation Tape Markers: Provide vinyl or vinyl-cloth, self-adhesive, wraparound, cable/conductor markers with preprinted numbers and letters.

F. Aluminum, Wraparound, Cable Marker Bands: 1. Provide bands cut from 0.014-inch thick, aluminum sheet, fitted with slots or ears

for securing permanently around wire or cable jacks or around groups of conductors.

2. Make arrangement for applying legend with stamped letters or numbers.

G. Plasticized Card Stock Tags:

Page 86: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

ELECTRICAL IDENTIFICATION 16075 - 3

1. Provide vinyl cloth with preprinted and field-printed legends to suit the application.

2. Use orange background, except as otherwise indicated, with eyelet for fastener.

H. Brass or Stainless Steel Tags: 1. Provide metal tags with stamped legend punched for fastener.

2. Dimensions: 2 inches by 2 inches by 19 gauge.

I. Engraved, Plastic-Laminated Labels, Signs, and Instruction Plates: 1. Provide engraving stock melamine plastic laminate, 1/16-inch minimum thick for

signs up to 20 square inches, or 8 inches in length; 1/8-inch thick for larger sizes.

2. Provide engraved legend in white letters on black face and punched for mechanical fasteners.

J. Baked-Enamel Warning and Caution Signs for Interior Use: Provide preprinted aluminum signs, punched for fasteners, with colors, legend, and size appropriate to the location.

K. Fasteners for Plastic-Laminated and Metal Signs: Provide self-tapping stainless steel screws or number 10/32 stainless steel machine screws with nuts and flat and lock washers.

L. Cable Ties: 1. Provide fungus-inert, self-extinguishing, one-piece, self-locking nylon cable ties,

0.18-inch minimum width, 50-pound minimum tensile strength, and suitable for a temperature range from minus 50 to 350 degrees F.

2. Provide ties of specified colors when used for color coding.

PART 3 EXECUTION

3.1 INSTALLATION

A. Lettering and Graphics: 1. Coordinate names, abbreviations, colors, and other designations used in electrical

identification work with corresponding designations specified or indicated.

2. Install numbers, lettering, and colors as approved in submittals and as required by code and according to applicable portions of Section 16050 Basic Electrical requirements

Page 87: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

ELECTRICAL IDENTIFICATION 16075 - 4

B. Install identification devices in accordance with manufacturer’s written instructions and requirements of NEC.

C. Sequence of Work: Where identification is to be applied to surfaces that require finish, install identification after completion of finish work.

D. Conduit Identification. 1. Identify Raceways of Certain Systems with Color Banding:

a. Provide bands for exposed or accessible raceways for identification. b. Provide pre-tensioned bands, snap-around colored plastic sleeves,

colored adhesive marking tape, or a combination of the two. c. Make each color band 2 inches wide, completely encircling conduit, and

place adjacent bands of two-color markings in contact, side by side. d. Install bands at changes in direction, at penetrations of walls and floors,

and at 40-foot maximum intervals in straight runs.

E. Identify Junction, Pull, and Connection Boxes 1. Provide code-required caution sign for boxes, with pressure-sensitive, self-

adhesive type label, indicating system voltage in black, preprinted on orange background. a. Install label on outside of box cover. b. Label box covers with identity of contained circuits. c. Use pressure-sensitive plastic labels at exposed locations. d. Provide similar labels or plasticized card stock tags at concealed boxes.

F. Install line marker for underground wiring, both direct-buried and in raceways.

G. Use conductors with factory-applied color on the entire length of the conductors except as follows: 1. Use following field-applied color-coding methods in lieu of factory-coded wire

for sizes larger than No. 8 AWG. a. Apply colored, pressure-sensitive plastic tape.

1) Provide half-lapped turns for a distance of 6 inches from terminal points and in boxes where splices or taps are made.

2) Apply the last two laps of tape with no tension to prevent possible unwinding.

3) Use 1-inch-wide tape in colors as specified. 4) Do not obliterate cable identification markings by taping. 5) Adjust tape locations slightly to prevent obliteration.

b. Use of colored cable ties in lieu of pressure-sensitive tape. 1) Apply three ties of specified color to each wire at each terminal

or splice point starting 3 inches from the terminal and spaced 3 inches apart.

2) Apply with a special tool or pliers, tighten for snug fit, and cut off excess length.

Page 88: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

ELECTRICAL IDENTIFICATION 16075 - 5

2. Power Circuit Identification: a. Securely fasten identifying metal tags or aluminum wraparound marker

bands to cables, feeders, and power circuits in vaults, pull boxes, junction boxes, manholes, and switchboard rooms.

b. Use 1/4-inch steel letter and number stamps with legend to correspond with designations on drawings.

c. Where metal tags are provided, attach them with approximately 55-pound test monofilament line or one-piece self-locking nylon cable ties.

H. Tag or label conductors as follows. 1. Future connections: Indicate cable for future connection or connection under

another contract, with identification indicating source and circuit numbers.

2. Multiple Circuits: Where multiple branch circuits or control wiring or communications/signal conductors are present in the same box or enclosure (except for three-circuit, four-wire home runs): a. Label each conductor or cable. b. Provide legend indicating source, voltage, circuit number, and phase for

branch circuit wiring. c. Indicate phase and voltage of branch circuit wiring by means of coded

color of conductor insulation. d. For control and communications/signal wiring, use color coding or wire/

cable marking tape at terminations and at intermediate locations where conductors appear in wiring boxes, troughs, and control cabinets.

e. Use consistent letter/ number conductor designations throughout on wire/ cable marking tapes.

3. Match identification markings with designation used in panelboards shop drawings, Contract Documents, and similar previously established identification schemes for the facility’s electrical installations.

I. Apply warning, caution, and instruction signs and stencils as follows: 1. Install warning, caution, or instruction signs where required by NEC, where

indicated, or where reasonably required to assure safe operation and maintenance of electrical systems and of the items to which they connect.

2. Install engraved plastic-laminated instruction signs with approved legend where instructions or explanations are needed for system or equipment operation.

3. Install butyrate signs with metal backing for outdoor items.

4. Emergency Operating Signs: Install engraved laminate signs with white legend on red background with minimum 3/8-inch high lettering for emergency instructions on power transfer, load shedding, or other emergency operations.

Page 89: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

ELECTRICAL IDENTIFICATION 16075 - 6

J. Install equipment/system circuit/device identification as follows: 1. Apply equipment identification labels of engraved plastic-laminate on each major

unit of electrical equipment in building, including central or master unit of each electrical system. This includes communication/signal/alarm systems, unless unit is specified with its own self-explanatory identification.

2. Except as otherwise indicated, provide single line of text, with 1/2-inch-high lettering on 1-1/2-inch-high label (1-inch-high where two lines are required), white lettering in black field.

3. Text shall match terminology and numbering of the Contract Documents and shop drawings.

4. Apply labels for each unit of the following categories of electrical equipment. a. Panelboards, electrical cabinets, and enclosures. b. Access doors and panels for concealed electrical items. c. Circuit Breakers. d. High voltage disconnect switches. e. Control devices. f. Transformers.

K. Apply circuit/control/item designation labels of engraved plastic laminate for disconnect switches, breakers, pushbuttons, pilot lights, motor control centers, and similar items for power distribution and control components above, except panelboards and alarm/signal components, where labeling is specified elsewhere..

L. For panelboards, provide framed, typed circuit schedules with explicit description and identification of items controlled by each individual breaker.

M. Install labels at locations indicated and at locations for best convenience of viewing without interference with operation and maintenance of equipment.

END OF SECTION

Page 90: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019 Substation Modifications City of Jacksonville Beach, FL

SPECIFICATION SECTION 16120

LOW VOLTAGE CONDUCTORS AND CABLES

PART 1 GENERAL

1.1 SUMMARY

A. Provide all wires and cables as indicated on drawings and as specified herein, for a complete electrical system.

1.2 QUALITY ASSURANCE

A. Comply with applicable portions of Section 16050 Basic Electrical Materials and Methods.

B. Provide components that are the standard product of a manufacturer regularly engaged in the production of the required materials and equipment. 1. The manufacturer shall be responsible for the design, construction and proper

operation of all components.

C. Comply with applicable standards, codes and regulations including but not limited to the most recent edition of the following: 1. Association of Edison Illuminating Companies (AEIC).

2. ASTM International (ASTM):

a. B3, Soft or Annealed Copper Wire. b. B8, Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard

or Soft. c. B29, Refined Lead. d. B33, Tinned Soft or Annealed Copper Wire for Electrical Purposes.

3. Insulated Cable Engineers Association, Inc. (ICEA):

a. S-19-81, Rubber-Insulated Wire and Cable. b. S-61-402, Thermoplastic-Insulated Wire and Cable. c. S-66-524, Cross-linked Thermosetting Polyethylene-Insulated Wire and

Cable. d. S-68-516, Ethylene-Propylene-Rubber Insulated Wire and Cable.

4. National Electrical Manufacturer’s Association (NEMA):

a. W 3, Rubber Insulated Wire and Cable. b. WC 5, Thermoplastic Insulated Wire and Cable. c. WC 7, Cross-Linked-Thermosetting Polyethylene-Insulated Wire and

Cable. d. WC 30, Color Coding of Wires and Cable.

Page 91: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

LOW VOLTAGE CONDUCTORS AND CABLES 16120 - 2

5. National Fire Protection Association (NFPA) 70, National Electrical Code (NEC).

6. Underwriters Laboratory Inc. (UL): a. UL 44, Wires and Cables Rubber/Thermoset Insulated. b. UL 83, Wires Thermoplastic Insulated. c. UL 854, Cables, Service Entrance. d. UL 1277, Tray Cable. e. UL 1581/IEEE 383, Vertical Tray 70,000 BTU Flame Test.

7. National Electrical Safety Code.

1.3 SUBMITTALS

A. Submit the following in accordance with Section 01330, Submittal Procedures. 1. Product data.

2. Drawings.

PART 2 PRODUCTS

2.1 MATERIALS

A. 600V Cable for Low Voltage Power Circuits: 1. Southwire Company.

2. Belden Corporation.

3. Prysmian Cable Systems.

B. Control and Metering Wire: 1. Southwire Company.

2. Houston Wire and Cable.

3. Belden Corporation.

C. Instrumentation Cable: 1. Belden Company.

2. Okonite Corporation.

3. Houston Wire and Cable.

Page 92: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

LOW VOLTAGE CONDUCTORS AND CABLES 16120 - 3

D. Ethernet Cable: 1. Houston Wire and Cable.

2. Belden Corporation.

3. Belkin International, Inc.

2.2 WIRES AND CABLES

A. Provide copper conductors unless otherwise indicated. Material and stranding of conductors shall conform to ASTM B33, ASTM B3, and to ASTM B8, for the appropriate class No. 12 AWG minimum wire size unless otherwise noted.

B. Tinned Wire used with Natural Rubber Insulation: Conforms to ASTM B33. Uncoated, soft or annealed copper wire conforms to ASTM B3.

C. All wire and cable shall be UL listed.

D. Conductor color coding shall be provided per the contract drawings.

E. Wires and Cables for Maximum 600-Volt Power Circuits: Type XHHW/XHHW-2 rated 600-volt, single conductor, stranded copper with XLP insulation and PVC or CPE jacket or equivalent.

F. Wires and Cables for panel interior control wiring and control wiring between panels: Type SIS, rated 600-volt single conductor.

G. Wires and Cables for Control, Indication, Signal and Alarm Circuits: Single and multi-conductor control cable, Class B or C stranding. 1. Use Type XHHW/XHHW-2 insulation, 600-volt, abrasion, moisture, and heat

resistant thermoset cross-linked polyethylene (XLP) insulation with PVC or CPE conductor jacket.

2. Multi-conductor cable to have sunlight resistant PVC jacket, rated flame retardant type TC for use in cable trays.

H. Analog wiring shall be shielded single pair, instrumentation cable designed for noise rejection for process control, computer, or data log applications and meeting NEMA WC 55 requirements. 1. Outer jacket shall be 45 mil nominal thickness.

2. Individual pair shield shall be 1.35 mil, double-faced aluminum/synthetic

polymer overlapped to provide 100 percent coverage.

3. Dimension shall be 0.31-inch nominal OD.

Page 93: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

LOW VOLTAGE CONDUCTORS AND CABLES 16120 - 4

4. Conductors shall be: a. Bare soft annealed copper, Class B, seven-strand concentric, meeting

requirements of ASTM B8. b. No. 20 AWG, 7-strand tinned copper drain wire. c. Insulation of 15 mil nominal PVC. d. Jacket of 4 mil nominal nylon. e. Pair conductors, color-code black and red.

5. Cables: Rated 600 volts and 90˚C. Flame retardant type TC rated for cable trays.

I. Copper Ethernet Cable for communication shall be CAT 6. Conductor shall be 23 AWG solid bare copper, color coded, to form 4-pair UTP.

PART 3 EXECUTION

3.1 INSTALLATION

A. Install wiring in accordance with applicable provisions of NEC, and as indicated.

B. Wire and cable sizes are indicated; however, in no case use smaller cable sizes than required by the NEC.

C. Unless otherwise indicated, use no conductor smaller than No. 12 AWG for power.

D. Use minimum size No. 12 AWG stranded wire for interior panel control wiring and control wiring between panels.

E. Use minimum size No. 12 AWG stranded wire for control wiring to remote locations (circuit breakers, CCVTs, etc.).

F. Number and sizes of wires and conduits indicated are based upon selected standard components of electrical equipment. 1. Modifications approved by the Engineer may be made by the Contractor at his

expense to accommodate equipment actually purchased.

2. The basic sequence and method of control must be maintained as indicated on the drawings and specifications.

G. Install conductors continuous from outlet to outlet and make no splices except within outlet, junction, or terminal boxes.

H. Draw all conductors contained within single conduit at same time. Cut-off section subject to mechanical pulling means, provide maximum slack at all connection, pull, and terminal points.

I. Apply wire pulling compound as recommended by the cable manufacturer to conductors, if required.

Page 94: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

LOW VOLTAGE CONDUCTORS AND CABLES 16120 - 5

J. Use no cable bend with radius of less than eight times its diameter.

K. Wires and cables installed without prior submittal review and Engineer’s approval are subject to removal at no additional expense to the Owner.

L. Support cables in riser raceways at intervals as required by NEC.

3.2 CONDUCTOR IDENTIFICATION

A. Label each wire at all termination points. Label to denote the terminal block designation of the remote end of the cable.

B. Identify each wire in junction boxes, cabinets, and terminal boxes where total number of control, indicating, and metering wires is three or more and no terminal board is provided, including all power wires, by means of plastic split-sleeve, no adhesive, wire marker.

C. In cases similar to above where terminal boards are provided for the control, indicating, and metering wires, identify all wires including motor leads and other power wires too large for connection to terminal boards, by wire markers as specified above.

D. Provide cable and wire identification in accordance 16075, Electrical Identification.

3.3 CONNECTORS, TERMINAL LUGS AND BOARDS

A. Terminate all wires connected to terminal boards, terminal blocks, or to other similar terminals by means of ring tongue, nylon self-insulated, tin-plated copper pressure terminals.

B. Fabricated terminal boards, installed where indicated, of type 600 volts, 30 amperes, screw terminals, with white marking strips for wire identification, of the 4-, 6-, 8-, or 12-hole type, as necessary.

C. Clearly and permanently mark terminal strips with ink or indelible pencil. Mark each wire consistently throughout entire system, using notation of wires given on manufacturer’s wiring diagrams wherever possible.

3.4 FIELD QUALITY CONTROL

A. Contractor shall retain the services of a NETA certified independent testing agency to perform all final testing per the NETA Acceptance Testing Standard (ANSI/NETA ATS-2013). Record the results of all testing and provide a final report to the Owner for review. 1. Contractor shall correct all deficiencies found.

END OF SECTION

Page 95: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019 Substation Modifications City of Jacksonville Beach, FL

RACEWAYS AND BOXES 16130 - 1

SPECIFICATION SECTION 16130

RACEWAYS AND BOXES

PART 1 GENERAL

1.1 SUMMARY

A. Provide junction boxes, pull boxes, metal wireways, covers and miscellaneous hardware as indicated, in accordance with the Contract Documents.

1.2 QUALITY ASSURANCE

A. Comply with applicable portions of Section 16050, Basic Electrical Materials and Methods

B. Provide components that are the standard product of a manufacturer regularly engaged in the production of the required materials and equipment. 1. The manufacturer shall be responsible for the design, construction and proper

operation of all components.

C. Comply with applicable codes and standards including, but not limited to the most recent edition of the following: 1. National Electrical Manufacturer’s Association (NEMA).

2. UL 886.

3. UL 698.

4. UL 508.

5. National Electrical Code (NEC).

6. National Electrical Safety Code (NESC)

D. Design to provide satisfactory performance under the specified operating conditions.

1.3 DEFINITIONS

A. GRC – Galvanized Rigid Conduit

B. PVC – Polyvinyl Chloride plastic Conduit

1.4 SUBMITTALS

A. Submit the following in accordance with Section 01330, Submittal Procedures.

Page 96: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RACEWAYS AND BOXES 16130 - 2

1. Product data.

2. Shop drawings.

3. Special shipping, storage, protection and handling instructions, if any.

4. Manufacturer’s installation instructions.

PART 2 PRODUCTS

2.1 MANUFACTURERS

A. Metal Conduits, Tubing and Fittings 1. Allied Tube & Conduit; a Tyco International Ltd. Co.

2. Anamet Electrical, Inc.

3. Electri-Flex Company.

4. O-Z/Gedney; a brand of EGS Electrical Group.

5. Or equal.

B. Outlet Boxes: 1. Steel City.

2. Appleton Electric Co.

3. Raco.

4. Carlon.

5. Or equal.

C. Pull and Junction Boxes: 1. JM Gillin Electrical Enclosures

2. Crouse-Hinds Co.

3. OZ Electrical Manufacturing Co.

4. Hoffman; a Pentair company.

5. Or equal.

Page 97: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RACEWAYS AND BOXES 16130 - 3

D. Fittings: 1. Crouse-Hinds Co’

2. Appleton Electric Co.

3. Robroy Industries.

4. OZ Electrical Manufacturing Co.

5. Carlon.

6. Or equal.

E. Non-Metallic Conduit 1. Cantex

2. Or Equal

2.2 RACEWAY AND FITTINGS

A. General: 1. Minimum Size: 1 inch.

2. Fittings: Match material and design of raceway.

B. Raceways: 1. Rigid Steel, Heavy Wall, and Hot Dip Galvanized: UL-6 and ANSI C80.1.

a. PVC coated Rigid Steel: UL-6 and ANSI C80.1 steel and 40 mil bonded PVC jacket meeting requirements of NEMA RN-1 type A-40.

2. Electrical Metallic Tubing (EMT): UL-797 and ANSI C80.3.

3. Rigid Aluminum: UL-6 and ANSI C80.5.

4. Rigid Non-metallic: Schedule 40 PVC meeting requirements of UL-651 with solvent cement joints.

C. Fittings: 1. Material: Same material and finish as raceways and meeting requirements of

UL-514 and ANSI C80.4. a. Use threaded connectors for rigid metal conduits.

2. Dry Areas: For enclosures, cabinets, and boxes, use nylon insulated bushing and

lock nut.

Page 98: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RACEWAYS AND BOXES 16130 - 4

3. Wet Areas: For enclosures, cabinets and boxes, use watertight hub fitting with

gasket.

D. Raceway Supports: 1. Support raceway at intervals and at locations required by NEC.

a. Do not use perforated straps or plumber’s tape for conduit supports. b. Independently support raceways from structure unless otherwise directed

by Engineer. c. Supports and hangers: Steel, hot dip galvanized after fabrication except

for: 1) PVC coated supports: For PVC and PVC coated raceways. 2) Aluminum Supports: For use on aluminum raceways.

2. Fasteners for Concrete: Expansion bolts or inserts, toggle bolts for hollow

masonry or frame construction, and preset inserts for prestressed concrete.

3. Surface supported Raceways: Use straps with holes for 1 or 2 fasteners and shaped to fit raceway size.

4. Supports at Structural Steel Members: a. Hot dip galvanized beam clamps. b. Drilling or welding: Following Drawings or with Engineer’s approval.

5. Suspended Raceways: Use galvanized hanger rods threaded minimum of

1-1/2 inches on each end to permit adjustment and of following sizes: a. Raceways up to 2 inch diameter: Not less than 3/8 inch diameter. b. Raceways larger than 2 inch diameter: 1/2 inch diameter rods.

6. Multiple Suspended Raceways: Horizontal channel not be less than 1-1/2 inches

square by 12 gage a. Weld 2 or more together when greater strength is required to limit

deflection to 1/2000 of span. b. Hanger for horizontal channel: Number and size of raceways supported

following Drawings or if not shown, at Engineer’s direction.

E. Raceways Exposed: For walls below grade, in damp, wet, or corrosive locations use standoff brackets with minimum of 1/4 inch air space between raceway and mounting surface.

2.3 METAL CONDUITS, TUBING, AND FITTINGS

A. Listing and Labeling: Metal conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

B. GRC: Comply with ANSI C80.1 and UL 6.

Page 99: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RACEWAYS AND BOXES 16130 - 5

C. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B.

D. Joint Compound for GRC: Approved, as defined in NFPA 70, by authorities having jurisdiction for use in conduit assemblies, and compounded for use to lubricate and protect threaded conduit joints from corrosion and to enhance their conductivity.

2.4 BOXES

A. Dry Areas: 1. Boxes meeting requirements of NEMA 12, steel. 1 piece boxes, galvanized sheet

steel knock-out type, minimum 4 inches square or octagonal and 1-1/2 inches deep with cover plates compatible for each box.

B. Damp and Wet Areas: 1. Boxes meeting requirements of NEMA 4X, 316 Stainless Steel with threaded

external hubs for conduit entrance, same minimum size as boxes in dry areas.

2. Cover plates: Gasketed PVC coated with stainless steel hardware.

2.5 OUTLET BOXES

A. Provide outlet boxes for use with metal raceway as follows. 1. Galvanized case metal type.

2. With tapped hubs for conduit entrance.

3. Having galvanized cast metal covers with rubber gasket.

B. Provide non-metallic outlet boxes for use with concealed PVC raceway. Procure from same manufacturer as raceway.

C. Provide non-metallic single- and two-gang outlet boxes with integral mounting feet, for use with PVC raceway. Provide non-metallic blank covers with stainless steel mounting screws. Carlon FS or FD, or equal.

D. Provide PVC coated cast outlet boxes in hazardous areas (as defined by NEC), as follows 1. Suitable for Class, Division and Group location as indicated. 2. Conform to UL 886. 3. Bearing UL label as suitable for intended application.

2.6 PULL AND JUNCTION BOXES

A. Provide junction or pull boxes where indicated, and where required to facilitate wire pulling and connection.

B. Provide pull and junction boxes less than 100 cubic inches as specified for outlet boxes:

Page 100: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RACEWAYS AND BOXES 16130 - 6

1. Flush NEMA 4 (stainless steel) junction boxes – watertight outside flanged with

recessed cover type “YR” as manufactured by OZ/Gedney, or equal.

C. Provide pull and junction boxes 100 cubic inches and larger for use with PVC raceway, fabricated from PVC, or equal non-metallic product, and: 1. Equipped with screw cover unless otherwise noted.

2. Adequately support the boxes to maintain shape.

3. Provide NEMA 4 (stainless steel) boxes with watertight gasketed covers and

external mounting feet.

D. Pull and junction boxes 100 cubic inches and larger installed in hazardous areas, as defined by NEC, shall be suitable for Class, Division and Group as indicated and comply with following: 1. Provide neoprene gasket.

2. Provide stainless steel hinges and natural stainless steel finish.

3. Confirming to UL 886 and bearing UL label as suitable for intended application.

E. Boxes shall be supported to maintain shape. Larger boxes shall be formed of structural bracing into rigid assembly to maintain alignment in shipment and installation

F. Provide drain fittings in NEMA 4X boxes. Crouse-Hinds, Type ECD 11, Killark No. KDB-1, or equal.

2.7 PAINTING

A. Clean and shop prime all non-galvanized, non-stainless steel metal surfaces in accordance with standard industry practice.

B. Use ANSI 61 light gray as the final exterior color for the pull boxes.

PART 3 EXECUTION

3.1 GENERAL

A. Size boxes in accordance with NEC, or as indicated.

B. Provide suitable box at outlets especially designed to receive type of fixtures and devices to be mounted thereon, except where otherwise noted for recessed fluorescent fixtures.

C. Provide fixture outlets with fixture supports of size and type required for fixture to be hung. Fixture studs, generally, shall be 3/8-inch.

Page 101: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RACEWAYS AND BOXES 16130 - 7

D. Provide boxes of type approved for particular purpose intended.

E. Recessed wall outlet boxes shall be at least 4-inches square.

F. In finished areas, provide box covers to fit outlet box installed of required depth so that the edge of ring is flush with finished material.

3.2 INSTALLATION

A. Comply with NECA 1 and NECA 101 for installation requirements except where requirements on Drawings or in this article are stricter. Comply with NFPA 70 limitations for types of raceways allowed in specific occupancies and number of floors.

B. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping.

C. Complete raceway installation before starting conductor installation.

D. Comply with requirements in Section 16070 “Hangers and Supports" for hangers and supports.

E. Arrange stub-ups so curved portions of bends are not visible above finished slab.

F. Install no more than the equivalent of three 90-degree bends in any conduit run except for control wiring conduits, for which fewer bends are allowed. Support within 12 inches of changes in direction.

G. Install conduits parallel or perpendicular to building lines.

H. Support conduit within 12 inches of enclosures to which attached.

I. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions.

J. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors including conductors smaller than No. 4 AWG.

K. Terminate threaded conduits into threaded hubs or with locknuts on inside and outside of boxes or cabinets. Install bushings on conduits up to 1-1/4-inch trade size and insulated throat metal bushings on 1-1/2-inch trade size and larger conduits terminated with locknuts. Install insulated throat metal grounding bushings on service conduits.

L. Install raceways square to the enclosure and terminate at enclosures with locknuts. Install locknuts hand tight plus 1/4 turn more.

M. Do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove coatings in the locknut area prior to assembling conduit to enclosure to assure a continuous ground path.

Page 102: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RACEWAYS AND BOXES 16130 - 8

N. Cut conduit perpendicular to the length. For conduits 2-inch trade size and larger, use roll cutter or a guide to make cut straight and perpendicular to the length.

O. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 800-lb tensile strength. Leave at least 12 inches of slack at each end of pull wire. Cap underground raceways designated as spare above grade alongside raceways in use.

P. Install devices to seal raceway interiors at accessible locations. Locate seals so no fittings or boxes are between the seal and the following changes of environments. Seal the interior of all raceways at the following points: 1. Where conduits pass from warm to cold locations, such as boundaries of

refrigerated spaces.

2. Where an underground raceway enters a building or structure.

3. Where otherwise required by NFPA 70.

Q. Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits.

R. Securely support each box at two or more points and two or more sides to prevent movement in all directions.

S. Use boxes to support devices and face plates. Do not use face plates and devices to support boxes.

T. Where box is concealed in stud wall, securely attach it to full depth stud (or section of stud) on each side of box.

U. Provide labels in accordance with Section 16075, Electrical Identification.

3.3 RACEWAY APPLICATION

A. Outdoors: Apply raceway products as specified below unless otherwise indicated: 1. Exposed Conduit: GRC

2. Concealed Conduit, Above ground: PVC

3. Concealed Conduit, Below ground: PVC

4. Boxes and Enclosures, Aboveground: NEMA 250, Type 4X, 316 stainless steel.

B. Indoors: Apply raceway products as specified below unless otherwise indicated: 1. Exposed Conduit: Aluminum

Page 103: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RACEWAYS AND BOXES 16130 - 9

2. Boxes and Enclosures: NEMA 250, Type 1, except use NEMA 250, Type 4X in damp or wet locations.

C. Minimum Raceway Size: 1 inch trade size.

D. Raceway Fittings: Compatible with raceways and suitable for use and location. 1. Rigid Steel Conduit: Use threaded rigid steel conduit fittings unless otherwise

indicated. Comply with NEMA FB 2.10.

2. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply with NEMA FB 2.20.

E. Do not install aluminum conduits, boxes, or fittings in direct contact with concrete or earth. Mounting on Concrete and Masonry Surfaces: Minimum of 1/4 inch standoff support. 1. Support and fasten conduit to building structural members using pipe straps, wall

brackets, hangers, or ceiling trapeze spaced following electrical codes.

2. Support conduit minimum 8 feet and within 3 feet of every box, panel, and enclosure.

F. Earth Buried Conduits: 1. Cover: Minimum 30 inches of cover and minimum 1 foot clearance between

other utility crossings and parallel runs for Low Voltage conduits.

2. Grade: Maintain grade of minimum 4 inches per 100 feet From 1 manhole or pull box to next or from high point between them.

3. Drain conduits away from building, or, if not possible, install watertight seal at building.

4. Detectable Warning Tape: Placed approximately 18 inches above and directly over centerline of buried conduit.

G. Concrete Encased Conduits: 1. Maintain minimum of 1 inch between conduits and extend conduit minimum of

2 inches beyond concrete encasement.

2. After concrete is set, pull mandrel of not less than 1/4 inch inside diameter of conduit and bristle brush through each conduit.

H. Conduit Penetrations: 1. Concealed Penetrations for Conduits: Not more than 1/4 inch larger than

diameter of conduit.

Page 104: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RACEWAYS AND BOXES 16130 - 10

2. Exposed Penetrations through Walls, Ceiling, and Floors Other than Concrete:

Exposed conduits not more than 1/4 inch larger than diameter of conduit and void around conduit filled with caulking compound and surface finished same as wall, ceiling, or floor.

3. Concrete Roof or Membrane Waterproofed Wall: a. Install watertight sealing sleeve that can be tightened from 1 or both

sides. b. If sealing sleeve is not placed with concrete, core drill proper size hole to

provide mechanically watertight installation.

4. Non-waterproofed Wall, Floor, or Ceiling: a. Install galvanized steel sleeve, Schedule 40, and fill space between

conduit and sleeve with plastic expandable compound or oakum and lead joint.

b. If sleeve is not placed with concrete, drill hole not less than 1/2-inch or more than 1 inch larger than sleeve, center sleeve and grout sleeve total depth of penetrated concrete with non-shrink grout, polyurethane, or silicone sealant.

I. Spare Conduits: 1. Install for future use following Drawings.

2. Minimum 200-pound strength nylon pull line in each spare conduit and identify

at each end origin and termination of conduit.

3. Terminate spare conduits in equipment, boxes, or by couplings plugged flush with building surfaces.

J. Conduit Damage Correction: Repair cuts, nicks, and abrasions, or replace damaged conduit as directed.

3.4 BOXES

A. General. 1. Size and securely install boxes for number of conductors enclosed in box.

2. Mounting on Steel, Concrete, and Masonry Surfaces: Minimum 1/4-inch spacer

to hold box away from surface or provide non-corrosive coating between surfaces.

3. Expansion Anchors, Toggle Bolts, or Appropriate Screws: Use to support boxes separately and bolt units to building.

Page 105: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RACEWAYS AND BOXES 16130 - 11

4. Lighting Fixture Outlet Boxes: Use supports adequate to support weight of fixture to be mounted on box.

5. Remove debris including dust, dirt, wire clippings, and insulation from interior of boxes.

6. Replace boxes with open conduit holes at no cost to the Owner, and repair or replace damaged boxes at Engineer’s direction.

7. Do not mount boxes shown on each side of common walls back-to-back, but offset horizontally minimum of 6 inches.

B. Outlet Boxes 1. Mount boxes flush with finished wall or ceiling and with long axis vertical

except where otherwise shown on Drawings.

2. Measure mounting heights from finished floor to centerline of outlet box as follows, except when otherwise shown on Drawings: a. Switches: 4 feet and mount lighting switches on strike side of door. b. Duplex convenience outlets: 24 inches. c. Fixtures and equipment: Follow Drawings.

C. Junction and Pull Boxes 1. Install pull boxes where required to facilitate conductor installation and to limit

conduit runs to less than 150 feet.

2. Install pull and junction boxes in accessible locations with working space in front of and around installation.

3. Do not install boxes in finished areas without Engineer’s approval.

D. Terminal Panels: Install following Drawings and in accessible locations with working space in front of and around installation.

3.5 FIRE STOPPING

A. Install fire stopping at penetrations of fire-rated floor and wall assemblies.

3.6 FIELD QUALITY CONTROL

A. Perform field inspection and testing in accordance with NETA standards.

B. Adjusting and Cleaning: Clean surfaces after installation.

Page 106: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RACEWAYS AND BOXES 16130 - 12

C. Grounding: 1. Provide grounding in accordance with Section 16060, Grounding and Bonding.

2. Tighten connections to comply with tightening torques specified by the

manufacturers and UL Standard 486A to assure permanent and effective grounding.

END OF SECTION

Page 107: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019 Substation Modifications City of Jacksonville Beach, FL

RELAY AND CONTROL PANELS 16290 - 1

SPECIFICATION SECTION 16290

RELAY AND CONTROL PANELS

PART 1 GENERAL

1.1 SCOPE

A. This Specification section is for procurement and installation of protection and control panels and miscellaneous relay and control equipment including 19” rack-mounted relays and equipment. Panels shall be fabricated and furnished complete with all protection and control equipment mounted and wired, completely in accordance with these specifications, and the Contract Drawings. Installation of the panels shall be completed by the Contractor.

B. The Contractor shall furnish all labor, materials, equipment and necessary incidentals for fabrication, wiring, checkout, delivery and installation of new relay and control panels, relays and devices. All materials provided shall be new.

1.2 REFERENCES

A. This work shall conform to the applicable requirements of all Federal, State and local agencies having jurisdiction and applicable provisions of the latest edition of the following standards, except as modified herein. 1. American National Standard Institute/Institute of Electrical and Electronic

Engineers (ANSI/IEEE) C2 National Electrical Safety Code (NESC) C37.20 Switchgear Assemblies Including Metal-Enclosed Bus

2. National Electrical Manufacturers Association (NEMA) SG 5 Power Switchgear Assemblies

3. National Fire Protection Association (NFPA)

70 National Electrical Code (NEC)

1.3 SUBMITTALS

A. The Contractor shall submit their preparation and finish process to the Engineer for review.

B. Shop Drawings and Catalog Cuts shall be provided as detailed in section 1.4 of this specification.

1.4 DRAWINGS

A. The following drawings are included with these specifications for each substation:

Page 108: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RELAY AND CONTROL PANELS 16290 - 2

1. Relay panel layout and assembly drawings. 2. Relay panel elementary diagrams. 3. Relay panel wiring diagrams will be available upon request.

B. The Contractor shall submit (3) copies of all shop drawings for the control and relay panels to the Engineer for final approval prior to panel fabrication, including but not limited to the following: 1. Fabrication drawings, including front views, dimensions and deviations from the

design drawings. 2. Detailed catalog cuts of all devices used in manufacturing, including those listed

in Appendix I. All catalog cuts shall indicate the specific model number being provided, and indicate all options being provided. Any options listed on the catalog cut that are not being provided shall be clearly crossed out.

C. No equipment shall be manufactured before final review comments are returned to the Contractor. Any material purchased or work performed prior to approval of shop drawings shall be at the Contractor’s risk.

D. Three (3) hard copies of all drawings, corrected per shop drawing review comments, approved modifications, and a CD containing the drawing files compatible with AutoCAD release 2010, shall be submitted to the Engineer for record purposes.

1.5 MANUFACTURER’S LITERATURE

A. The Contractor shall submit manufacturer’s literature for control and relay panel components, devices, switches, etc., to the Engineer for review as detailed above.

1.6 CERTIFICATION

A. The Contractor shall submit certified copies of all test results to the Engineer for record purposes.

1.7 QUALIFICATION

A. Only fully qualified switchboard panel fabricators and electrical panel fabricators who have demonstrated their qualifications will be acceptable. The Contractor shall submit a list of substation projects for which control and relaying panels have been provided over the last 5 years. The list shall include a short description of the control panel functions and the name and contact information of the clients referenced.

1.8 INSTRUCTION BOOKS

A. The Equipment Contractor shall provide four (4) bound paper copies of an instruction manual. The cover sheet shall reference the applicable serial number(s), date of manufacture, and the Owner’s purchase order number. The instruction (operation and maintenance) manual shall contain, as a minimum: 1. Instructions for receiving, storing and installing the equipment; including

recommended installation procedures and tests

Page 109: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RELAY AND CONTROL PANELS 16290 - 3

2. Operating instructions

3. Protective relay instruction books (with spare parts leaflets)

4. Maintenance instructions; including preventive maintenance schedule, required

lubricants, adjustment values, and recommended periodic testing

5. Final approval drawings and assembly drawings; full size, or reduced to 11”x17” if legible

6. Test data

7. Original manufacturer's catalog or part numbers for all components, including, without limitation, relays, switches, coils, fuses, breaker mechanism components and all other parts which might require maintenance or replacement in the normal operation of the device.

1.9 WARRANTY

A. All equipment and materials supplied shall be warranted against defective design, materials and workmanship for a minimum period of one year, or as specified herein, against normal use. The warranty period shall begin once the total project is accepted by the Owner and shall cover replacement of equipment and/or repair, including labor, travel time, and miscellaneous expenses at no cost to the Owner for the full warranty period.

1.10 DELIVERY, STORAGE AND HANDLING

A. Panels and components shall be shipped suitably packaged for protection and for indoor storage. Each panel shall be tagged with the applicable substation’s name and the panel number. Panels delivered in broken, damaged, or unlabeled condition will not be accepted. 1. Contractor shall coordinate with Beaches Energy for additional indoor storage if

there is not adequate space in the substation control buildings.

1.11 COORDINATION

A. The layout and assembly drawings included for the Substation Panels depict the major dimensions of existing and new station panels. The establishment of any final detailed measurements, or other information necessary for accurate alignment or fit with the existing panel bases and adjacent panels, shall be the responsibility of the Contractor.

Page 110: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RELAY AND CONTROL PANELS 16290 - 4

PART 2 PRODUCTS

2.1 MATERIALS AND EQUIPMENT

A. Materials shall be provided in accordance with Part 4 of this Specification. Any intended substitution of these materials shall be listed on the Contractor’s bid. Any substitutions thereafter shall be submitted to the Engineer for approval or rejection at the sole discretion of the Engineer.

B. All materials and equipment shall be new, listed and labeled, where required, by UL. Only products by manufacturers regularly engaged in production of specified units will be acceptable.

C. Where two or more units are required which perform the same function or are of the same class of equipment or materials, provide all units from a single manufacturer unless otherwise specified.

D. The selection of all accessories, materials and methods of fabrication not specified, which are necessary to complete the fabrication of the units hereinafter specified, shall be left to the discretion of the panel manufacturer and shall be carried out in accordance with best engineering practices. All materials shall be new and of the type required for the application.

2.2 CONTROL PANEL DESIGN REQUIREMENTS

A. Metal Work 1. Each panel shall be a fixed vertical panel, fabricated from no less than 11 USS

gauge leveled steel sheets, and reinforced as required to form a rigid self-supporting structure.

2. Each panel shall be formed with edges bent back and joints welded and ground smooth. Finished panel surfaces shall be free of waves, bellies and other imperfections. Exterior panel surfaces shall be sandblasted, ground smooth, filled, primed and enamel finished.

3. Nominal panel arrangements and dimensions shall be as per the drawings provided for each substation. All new panels shall be provided with 19” rack mounting inserts in accordance with standard 19” rack specification dimensions as defined in EIA-310.

4. Instruments, meters, control switches, test switches and protective relays shall be mounted on the front of the panels where shown. Panel cutouts, mounting studs, and support brackets shall be accurately located as indicated on the drawings.

Page 111: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RELAY AND CONTROL PANELS 16290 - 5

5. Mounting brackets, as required, shall be arranged for mounting and wiring auxiliary equipment and devices and terminal blocks. Where required, sub-panel plates may be added for mounting auxiliary devices inside the panels without the need for additional mounting screws showing on the front side of the panels.

6. Panel space not utilized by equipment shall remain clear for addition of possible future equipment or existing equipment relocation. Suitably sized 19” blank panel inserts (filler plates) shall be furnished as required for these areas.

B. Device Mounting 1. Device Listing

a. The devices to be mounted shall be per the materials list shown in Part 4 of this specification.

2. Device Arrangement

a. Panel Fabricator shall prepare fully dimensioned panel arrangement drawings and submit for Engineer’s review and approval. The Engineer may make changes in the panel arrangement at any time prior to panel cutting and punching without incurring extra cost.

b. Auxiliary devices such as fuses, resistors, metering transducers, etc., which will mount internal to the panel shall be arranged for ease of access and so as not to block access to other devices.

c. Overall arrangement shall provide free and unobstructed screwdriver access to all device and terminal block screws.

d. The manufacturer shall make allowances for possible additions of auxiliary relays that may be required during the design phases.

3. Device Identification

a. Every device mounted on the front of the panels shall be identified by an engraved, white core, black surface, laminated plastic nameplate attached with stainless steel screws.

b. All devices, both front-mounted and internally mounted, shall be identified with engraved, white core, black surface, laminated plastic nameplates attached with suitable double-sided tape or adhesive on the inside of the panel which shall bear the same text as the exterior nameplates, plus identifiers which shall correspond to those used on the wiring drawings. All fuses shall have similar type nameplates identifying the protected circuit.

C. Wiring

1. Inter-panel wiring shall originate and terminate on terminal blocks, not on individual devices within the panel. Terminal blocks shall accommodate no more than two cable terminations per terminal point.

2. The installation of the external panel wiring shall be the responsibility of the Owner as it will be performed on site. It shall conform to the three-line drawings,

Page 112: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RELAY AND CONTROL PANELS 16290 - 6

schematic drawings and interconnection drawings which were developed by the Engineer.

3. The Engineer may be required to request wiring changes but will endeavor to keep wiring changes to a minimum; however, wiring changes may be made at any time prior to commencement of panel wiring without incurring extra cost to the contract.

4. The sequence for current transformer secondary series wiring shall conform exactly to the sequence shown on the one-line drawings.

5. Not more than two wires shall be under any one terminal screw.

6. Each wye-connected CT secondary circuit shall have the neutral conductor grounded from the panel wiring side of the terminal block to which the Owner’s external CT wiring will connect.

7. All spare contacts of switches and relays shall be wired to outgoing terminal blocks for future ease of accessibility. The same applies to all digital protective relay spare inputs and outputs.

8. Panel wire shall be 600 volt, switchboard wire, and 19 strands minimum. CT circuits, AC and DC supply circuits shall be minimum #10 AWG. PT and control circuits shall be #10 AWG minimum. Physically-separate heavy-duty terminal blocks shall be provided in each unit to accommodate the DC bus. This bus is to be a minimum of #8 AWG.

D. Physical Arrangements (For Panel Field Installation)

1. Wiring shall be performed in a neat workmanlike fashion such that the wiring is bundled in harnesses.

2. Wiring outside of wire ways shall be trained in bundles and secured with “Ty-raps.” Wires in bundles shall be parallel and not intertwined, twisted nor kinked.

3. Screwdriver access to device and block terminals shall not be hindered by wire ways or wire bundles.

E. Terminations/Terminal Blocks

1. Terminal blocks shall be provided for terminating the field wiring entering the panels plus those needed for internal wiring. Fifteen percent (15%) unused (Spare) terminal points distributed among the active points shall be provided.

2. Terminal blocks shall be installed in vertical channel brackets as indicated on the drawings, and located to facilitate ease of connection for Owner’s wiring.

Page 113: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RELAY AND CONTROL PANELS 16290 - 7

3. All termination lugs shall be of the un-insulated ring tongue type. The following lug types, as manufactured by Burndy, shall be used with no exceptions: YAV10, YAV-10L36, YAV-10T. “Y” or open type terminations are not permitted. If devices require stranded or solid conductors to be terminated without ring tongue lugs, the stranded or solid conductors shall be ferruled prior to termination to protect the conductors from damage.

F. Nameplates

1. Nameplates of laminated construction shall be provided with vertical capital letters. The completed nameplate shall have white letters on a black background. Lettering shall be 1/2” minimum height. All units and circuit components shall be identified with nameplates. Nameplates shall be firmly attached as described in paragraph 2.02, B, 3.

2. All switches, pushbuttons, indicating lamps, etc., shall be identified by nameplates.

3. All fuses, auxiliary relays, and other devices mounted inside the units shall be identified by nameplates.

G. Each new relay panel shall be furnished with the following: 1. (1) 2-Outlet, 120VAC, 20A convenience receptacle

2. 120V, 150W strip heater w/ adjustable thermostat

3. Copper Grounding Bus

4. Interior Panel Light with door switch

2.3 SWITCHBOARD COMPONENTS

A. The major items of equipment to be mounted on the control and relay panels are listed below. Substitution of devices listed shall not be allowed unless approved by the Owner in writing. The Control and Relay Panel Material Lists identify the principal relays and devices to be used in connection with the work for each substation panel. Terminal blocks, fuse blocks, wire, nameplates and miscellaneous items that are not specifically itemized shall be provided as required. 1. All type SB-1 control switches and lockout relays shall be furnished for 1/8th -

inch thick panels.

B. Test Switches: 1. Relay and metering test switches (current short circuiting switches and/or voltage

disconnecting switches) shall be provided, as listed, to permit removing relays, meters or other devices from service for calibration.

Page 114: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RELAY AND CONTROL PANELS 16290 - 8

PART 3 EXECUTION

3.1 GENERAL

A. The general arrangement shall follow as closely as practical to the layout shown on the drawings. Reasons for deviations from the layout shown on the drawings shall be presented to the Engineer for evaluation prior to manufacture. The installation shall be made in a neat and workmanlike manner.

3.2 FACTORY TESTING

A. Factory Test: Each switchboard or control panel shall be completely fabricated, assembled, and wire checked against AC and DC schematics to be provided to the manufacturer.

B. Each switchboard electromechanical relay shall be functionally tested for proper operation prior to shipment. Test reports shall be provided to the Engineer at time of shipment.

C. The Owner shall be notified of any deficiencies found during factory testing. Any deficiencies found during testing shall be corrected by the manufacturer prior to shipment.

3.3 SHIPMENT AND DELIVERY

A. Complete panels and complete panel faces, where indicated, shall be completely assembled, wired and tested at the factory and shipped completely assembled to its destination. All necessary provisions shall be made to insure that equipment is maintained in a dry condition.

B. Components to be field installed shall be furnished and installed by the Contractor, including all wiring to existing panels, new panels, and field devices.

C. The equipment shall be shipped upright and as complete as possible consistent with shipment limitations and protection of the equipment.

D. The Contractor shall advise the Owner’s Project Manager in writing not less than ten days in advance of the method of shipment and anticipated date of arrival.

E. The equipment furnished hereunder shall be delivered to and installed by the Contractor. The Contractor shall furnish any tools required for assembly and installation, and shall furnish touch-up paint to match any painted surfaces.

F. The Contractor shall make all necessary provisions required for the assembly, handling, and transportation of the equipment, and shall coordinate with the Owner for receipt and offloading.

Page 115: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RELAY AND CONTROL PANELS 16290 - 9

3.4 INSTALLATION

A. The switchboard assembly shall be arranged and numbered as shown on the drawings.

B. The panel assemblies shall match and present a neat appearance when assembled as a switchboard unit.

C. Panel stiffeners shall be used to restore the panel stiffness to the original uncut rigidity, where multiple equipment cutouts have reduced panel stiffness.

D. The Contractor shall provide written, bound copies of the installation instructions to the Owner at time of panel shipment.

E. Contractor shall retain the services of a NETA certified independent testing agency to perform final testing of all panel components per the NETA Acceptance Testing Standard (ANSI/NETA ATS-2013). Record the results of all testing and provide a final report to the Owner for review. 1. Correct defects and failures to Engineer’s acceptance.

PART 4 LIST OF PANELS AND DEVICES

4.1 BUTLER SUBSTATION – PANELS 1-4

The following items are to be installed in the 27kV protection panels Control Panels 1 through 4. These items will be installed in the existing panels and will need to be therefore shipped loose. The five (5) SEL-351S relays will be OWNER FURNISHED. All other equipment in this section will be supplied by the contractor.

Qty. Part Number Mfg. Description (5) 0351S7XHD3E5421 SEL Type 351S, Overcurrent Protection Relay, (OWNER FURNISHED) Horizontal Rack Mount, 125DC or 125Vac

Power Supply, five amp current inputs, SafeLock Trip/Close Pushbuttons, two10/100Base-T, 19 form-A contacts, 1 form-B contacts, 14 Inputs, Standard Communications Protocols, three rack units.

Page 116: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RELAY AND CONTROL PANELS 16290 - 10

Qty. Part Number Mfg. Description (1) 3530HB0DX211A0XXXXXX SEL Type 3530, Real-Time Automation

Controller, Horizontal Rack Mount, 125DC or 125Vac Power Supply, Two 10/100BASE-T,125Vdc I/O Board with 8 Outputs and 24 Inputs, Client Protocols: SEL, DNP3, Modbus, IEC 60870-5-101/104, C37.118 Synchrophasors, L&G 8979, CP2179, Server Protocols: SEL, DNP3, Modbus, L&G 8979, SES-92, IEC 60870-5-101/104, C37.118, Synchrophasors, Mirrored Bits (NGVL), 33 EIA-232/EIA-485 Serial Ports, three rack units.

(1) 24070003B SEL Type 2407, Satelite-Synchronized Clock,

Real-Time Automation Controller, 19” Horizontal Rack Mount, Complete Antenna Installation Kit. (Includes, Antenna, Coax, Surge Protector, and Antenna Mounting Kit)

(5) FR3G083001001 ABB Flexitest Switch, Type FT-19R, 3RU, 30

Pole, 8 Current, 22 Potential, Clear Cover

(5) BCM6033SQ Bussman MidgetFuse Block, 3 pole, 30 Ampere, 600V

(15) LP-CC-6 Bussman Fuse Type LP-CC, Cartridge Type, 6 ampere, 600V

(7) BCM6032SQ Bussman MidgetFuse Block, 2 pole, 30 ampere, 600V

(14) LP-CC-10 Bussman Fuse Type LP-CC, Cartridge Type, 10 ampere, 600V

Page 117: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RELAY AND CONTROL PANELS 16290 - 11

4.2 BUTLER SUBSTATION – PANEL 5F

The following items are to be installed in the Control Panel 5F and are to be fabricated as a unit. This material shall be furnished and installed by the contractor. Qty. Part Number Mfg. Description 1 0735BX10944CXXXXXX16101XX SEL SEL-735, Power Quality Meter, 125/250Vdc

or Vac power supply; Vertical Panel Mount, Intermediate PQ and Recording, 2 EIA-232 ports, 1 10/100Base-T Ethernet Port, Form 9 (Four Wire WYE; 3 PT’s, 3 CT’s, Current Class CL2/10/20, Optimized for Low-End Accuracy, 60Hz System Frequency, standard plus DNP3. (AB/803 MTR)

(1) 74207UD ElectroSwitch Breaker Control Switch, Pistol Grip Handle,

Red/Green flag. (52CS/803S) (1) FR3G171001001 ABB Flexitest Type FT-19R, 3RU, 30 Pole, 6

Current, 24 Potential, Clear Cover. (MA/MB/MC)

(3) BCM6032SQ Bussman MidgetFuse Block, 2 pole, 30 ampere, 600V (6) LP-CC-10 Bussman Fuse Type LP-CC, Cartridge Type, 10

ampere, 600V (5) 0116B6708G3 GE Lamp, Type ET-16, 125VDC, 2kΩ. (1) UTL1835-1AG Ledtronics Green LED (1) BB4-CG Data Display Clear Green Cap (2) UTL1835-1UR Ledtronics Red LED (2) BB4-CR Data Display Clear Red Cap (2) UTL1835-1UO Ledtronics Orange LED (2) BB4-CA Data Display Clear Amber Cap

Page 118: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RELAY AND CONTROL PANELS 16290 - 12

4.3 BUTLER SUBSTATION – PANEL 5R

The following items are to be installed in the Control Panel 5R and are to be fabricated as a unit. This material shall be furnished and installed by the contractor.

Qty. Part Number Mfg. Description (2) 04215615XXXX4H78424XX SEL Type 421, Line Protection Relay,

125/250Vdc, five amp current inputs, conventional terminal blocks, 3 hybrid output contacts, 8 fast hybrid output contacts, 15 form-A contacts, 5 form-C contacts, 23 Inputs, DNP 3.00 protocol, enhanced faceplate, five rack units. (CB/421P, DB/421BU)

(2) 250604014X SEL SEL-2506, Rack Mount Remote I/O Module

125/250Vdc, DB-9 Connector EIA-232, 8 standard output contacts, 8 Inputs, (JB/2506P, KB/2506BU)

(2) 252301313A0A0XX SEL SEL-2523, Annunciator, 125/250Vdc or Vac

power supply; horizontal panel mount, 5U, 2 EIA-232 rear ports, 1 EIA-232 front port, 10 form-A contacts, 1 form-C contact, 42 optoisolated Inputs, EIA-232 or EIA-485 serial communication card, standard plus DNP3. (AB/ANNUNCIATOR #1, BB/ANNUNCIATOR #2)

(1) FR3G171171171 ABB Flexitest Switch, Type FT-19R, 3RU, 30

Pole, 18 Current, 12 Potential, Clear Cover. (EA/EB/EC)

(1) FR3G171171001 ABB Flexitest Switch, Type FT-19R, 3RU, 30

Pole, 12 Current, 18 Potential, Clear Cover. (FA/FB/FC)

(2) FR3G001001001 ABB Flexitest Switch, Type FT-19R, 3RU, 30

Pole, All Potential, Clear Cover. (GA/GB/GC, HA/HB/HC)

(6) BCM6032SQ Bussman MidgetFuse Block, 2 pole, 30 ampere, 600V (12) LP-CC-10 Bussman Fuse Type LP-CC, Cartridge Type, 10

ampere, 600V

Page 119: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RELAY AND CONTROL PANELS 16290 - 13

4.4 BUTLER SUBSTATION – MISCELANEOUS

The following items are additional items to be furnished and installed by the contractor for the completion of the project. The control cable length estimates below are for reference only. The contractor shall be responsible for performing their own takeoff of material. Qty. Part Number Mfg. Description (4) 240-1799 SEL BNC Tee, Female, Male, Female (3) 915900036 SEL BNC Wire-lead Terminator, 50 Ohm (3000) PN10-10R-L Panduit #12-#10 Ring Terminal Wire Terminations

Insulated 9000’ By Description Southwire 1/C #12 AWG SIS Control Wire (Gray) for

Panel Interconnections 3200’ FR-XLPE/PVC Southwire 4/C #10 AWG Control Cable Shielded 2500’ FR-XLPE/PVC Southwire 12/C #10 AWG Control Cable Shielded 800’ FR-XLPE/PVC Southwire 3/C #8 AWG Control Cable (For AC

Supply) (6) C273A-025 SEL EIA-232 Serial Cable with IRIG, PVC, Std.

Shield 25’ (4) C273A-015 SEL EIA-232 Serial Cable with IRIG, PVC, Std.

Shield 15’ (2) C273A-005 SEL EIA-232 Serial Cable with IRIG, PVC, Std.

Shield 5’ (2) C953-030 SEL Coaxial Cable for IRIG-B Distribution,

RG58, BNC, 30’ (1) C953-020 SEL Coaxial Cable for IRIG-B Distribution,

RG58, BNC, 15’ (4) C953-050 SEL Coaxial Cable for IRIG-B Distribution,

RG58, BNC, 5’ (2) 2830M SEL SEL-2830M, Single-Mode Fiber-Optic

Transceiver/Modem, Single-Mode Fiber to Male DB-9 Connector

Page 120: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Beaches Energy Services Butler Substation March, 2019

RELAY AND CONTROL PANELS 16290 - 14

Qty. Part Number Mfg. Description (2) C809Z020CSX0040 SEL Single-Mode Fiber-Optic Jumper Cable, 2

Fiber, SC Connector to ST Connector, 40m (3) By Description Any 19” 9RU Panel Spacer (11) By Description Any 19” 1RU Panel Spacer (1) By Description Any 19” 8RU Panel Spacer (3) By Description Any 19” 3RU Panel Spacer

END OF SECTION

Page 121: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Section C: Technical Specifications Page 120 of 146

See ATTACHMENTS for Drawings Appendix A – Proposed Sequence of Construction Appendix B – Cable Schedule Appendix C – Butler Substation Drawings (Bid Set)

Page 122: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

City of Jacksonville Beach Invitation to Bid #: 1819-13 Beaches Energy Services Date: 03-13-2019

General Contract for Expansion of BES Butler Substation

Page 121 of 146 Section D: Bid Tender Forms

SECTION D:

BID TENDER FORMS

Page 123: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 122 of 146 Section D: Bid Tender Forms

FORM 1: BID TENDER FORM

Bidder: DATE:

I/we, have reviewed and examined the Scope of Work, Drawings, Material Specifications, and all Addendums, and fully understand the scope of work, conditions, and requirements for this project. It is understood that the conditions and offers set forth in this proposal shall remain in effect for a period of sixty (60) days, and acceptance of this Bid by the City binds both parties to its contents during the term that it takes to satisfactorily complete the work for Butler Substation. It is understood that the Unit Pricing section of this bid proposal must be completely filled out and accompany the Base Proposal. It is understood that failure to do so, can result in a disqualification of the submitted proposal. I/ We, representing, or as Agent for ______________________________________ Company ______________________________________ Address ________________________________________________________ City, State, Zip Code and hereby known as Contractor, agrees to furnish all equipment, labor, and material as stated in the Scope of Work, Drawings, Material Specifications, and all Addendums for the work for Butler Substation. For this required scope of work the Contract Price for this work is:

Base Bid

Item 1 – Install Owner Furnished Medium Voltage Circuit Breakers $

Item 2 – Relay Panels and Misc. Protection and Control Materials $

Item 3 – Low Voltage Raceways and Conduit $

Item 4 – Low Voltage Control Cable $

Item 5 – Removal of Existing Equipment $

Item 6 – Mobilization/Demobilization $

Item 7 – Breaker & Relay Testing $

Item 8 - Other $

Total $

Page 124: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 123 of 146 Section D: Bid Tender Forms

Unit Prices

Item 9 – Additional CLF of 12/C #10 Control Cable, Installed in Conduit $

Item 10 – Additional CLF of 4/C #10 Control Cable, Installed in Conduit

Item 11 – Additional CLF of 3/C #8 Control Cable, Installed in Conduit

Item 12 – Additional CLF of SIS wire Installed in Control House $

Failure to fully complete and sign this Bid Form may result in rejection of the Bid. All services shall be provided meeting, and in compliance with this BID document and the most current versions of all local, state, and federal laws, rules, regulations, policies, guidelines, (to include, but not limited to, that are applicable to and/or promulgated for each disaster event), etc. NOTE: Bidder is solely responsible for developing / determining / verifying for this project all plans / all methods / all quantities / all measurements and all manufacturers’ requirements / recommendations necessary to provide a satisfactory fully completed project under the provisions of the bid, to the CITY’s satisfaction, to include costs for all labor, all equipment, all materials, all rental / leasing / purchasing of equipment and materials, all preparations, all repairs, all safety work, all quality control work, all disposal work, all mobilization and demobilization work, all sub-contractor work, all taxes, all insurance, all bonding if required, all inspection work, all verification work, all warranty work, all permitting at all levels of government, all contractor overhead, all contractor profit, and any / all other project related work and/or cost/expense that is not listed, and all of which shall be the basis for the bidder’s bid for this bid. I hereby certify that I have read and understand the requirements of Bid No. 1819-13 Items 1 through 9 and as the bidder, will comply with all requirements, and that I am duly authorized to execute this bid. SUBMITTED BY: Printed Name of Authorized Submitter COMPANY NAME: ADDRESS: CITY, STATE & ZIP: EMAIL ADDRESS: By:

Signature of Authorized Submitter Title (typed or neatly printed)

Page 125: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 124 of 146 Section D: Bid Tender Forms

FORM 1: BID TENDER FORM

BID DOCUMENT TURN-IN CHECKLIST

The following documents are to be completed, signed and submitted as part of the Submittal Package in response to this BID. Failure to provide the listed documents may be cause for the CITY to consider rejection of the submitted bid. This consideration will be at the sole discretion of the CITY.

INITIAL Check-Off # SECTION TITLE

[ ] 1. FORM 1: BID TENDER FORM (pages 122 thru 124)

[ ] 2. FORM 2: BID AWARD NOTICE FORM – (page 125)

[ ] 3. FORM 3: REQUIRED DISCLOSURE FORM (page 126)

[ ] 4. FORM 4: DRUG-FREE WORKPLACE COMPLIANCE FORM (page 127)

[ ] 5. FORM 5: NONCOLLUSION AFFIDAVIT (page 128)

[ ] 6. FORM 6:Company Profile (page 129)

[ ] 7. FORM 7: Contractor Resume (page 130 - 132)

[ ] 8. FORM 8: Workforce Profile (page 133)

[ ] 9. FORM 9: Non-Bankruptcy Affidavit (page 134)

[ ] 10. Bid Bond

[ ] 11. W-9 (Attach completed and signed form, which can be obtained from www.irs.gov)

[ ] 12. Information to be Furnished with Bid Form

[ ] 13. Schedule of Prices

NOTE: Please INITIAL Check-Off of each document / activity / requirement that is attached to the Bid Tender Form and/or is required by the BID and/or Addenda.

ADDENDA RECEIPT VERIFICATION

Bidder shall acknowledge receipt of all addenda, if any, to the BID, by filling in Addenda Numbers and dates below.

Addendum #: ____ Dated: _____ Addendum #: ____ Dated: _____

Addendum #: ____ Dated: _____ Addendum #: ____ Dated: _____

Page 126: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 125 of 146 Section D: Bid Tender Forms

FORM 2: BID AWARD NOTICE

City of Jacksonville Beach 1460A Shetter Avenue, Jacksonville Beach, FL 32250, (904) 247-6229

NOTICE: Items 1 to 6 are to be completed by the bidder. The bidder is to submit the form to the CITY along with the Bid Tender Form and other required documents.

1. Company Name: 2. Address: 3. City, State & Zip: 4. Attention: 5. Phone: Fax: 6. E-mail address: PLEASE PRINT CLEARLY

************************************************************************ ITEMS BELOW TO BE COMPLETED BY THE CITY OF JACKSONVILLE BEACH

************************************************************************ Bids were received and evaluated, and the following recommendation will be presented to the City Manager for award of BID No. 1819-13 per the attached Bid Tabulation form(s). A written notice of intent to file a protest must be filed with the Purchasing Administrator within three (3) days after receipt by the bidder of the Bid Award Notice from the Purchasing Administrator in accordance with the procedures set forth in Section XII K., City of Jacksonville Beach Purchasing Manual. If awarded BID or combination of BID Items, please do not proceed with any work prior to receiving an official City of Jacksonville Beach Purchase Order and/or Notice-to-Proceed letter. Thank you for your bid. Sincerely, CITY OF JACKSONVILLE BEACH /s/Luis F. Flores Property & Procurement Division

Page 127: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 126 of 146 Section D: Bid Tender Forms

FORM 3

REQUIRED DISCLOSURE

The following disclosure is of all material facts pertaining to any felony conviction or any pending

felony charges in the last three (3) years in this State or any other state or the United States against

(1) bidder, (2) any business entity related to or affiliated with bidder, or (3) any present or former

owner of bidder or of any such related or affiliated entity. This disclosure shall not apply to any

person or entity which is only a stockholder, which person or entity owns twenty (20) percent or

less of the outstanding shares of a bidder whose stock is publicly owned and traded:

Signed: Title: Contractor:

Page 128: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 127 of 146 Section D: Bid Tender Forms

FORM 4

DRUG-FREE WORKPLACE COMPLIANCE IDENTICAL TIE BIDS - Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids, which are equal with respect to price, quality and service, are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution,

dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.

2) Inform employees about the dangers of drug abuse in the workplace, the business’s policy

of maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations.

3) Give each employee engaged in providing the commodities or contractual services that are

under contract a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employees that, as a condition of

working on the commodities or contractual services that are under contract, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction.

5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or

rehabilitation program if such is available in the employee’s community, by any employee who is so convicted.

6) Make a good faith effort to continue to maintain a drug-free workplace through

implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. ____________________________________ Vendor’s Signature

Page 129: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 128 of 146 Section D: Bid Tender Forms

FORM 5: NON-COLLUSION AFFIDAVIT

, being first duly sworn deposes and says that: 1. He (it) is the , of

the bidder that has submitted the attached bid; 2. He is fully informed respecting the preparation and contents of the attached bid and of all

pertinent circumstances respecting such bid; 3. Such bid is genuine and is not a collusive or sham bid; 4. Neither the said bidder nor any of its officers, partners, owners, agents, representatives,

employees, or parties in interest, including this affidavit, have in any way, colluded, conspired, connived or agreed, directly or indirectly, with any other bidder , firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted; or to refrain from responding in connection with such Contract; or have in any manner, directly or indirectly, sought by agreement or collusion or communication, or conference with any bidder firm, or person to fix the price or prices in the attached bid or of any other bidder or to fix any overhead, profit, or cost elements of the bid price or the bid price of any other bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against other Bidders, or any person interested in the proposed Contract;

5. The price or prices quoted in the attached bid are fair and proper and are not tainted by any

collusion, conspiracy, connivance, or unlawful agreement on the part of the bidder or any other of its agents, representatives, owners, employees or parties in interest, including his affidavit.

By: Sworn and subscribed to before me this day of ,20 , in the State of , County of . Notary Public My Commission Expires:

Page 130: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 129 of 146 Section D: Bid Tender Forms

FORM 6: COMPANY PROFILE

To be submitted in duplicate and to accompany bids. 1. Name of Bidder

2. Business Address

3. Telephone/ Fax Number

4. E-mail

5. When Organized / Where Incorporated ?

6. Financial Statement Attached Y/N

7. Credit Available for this Contract $__________________________

8. Contracts now in hand, Gross Amount $___________________________

9. How many years have you been engaged in the contracting business under the present

firm name?

10. Licenses held by Company, Owner, or Agent

11. Plan of Organization (Proprietorship, Partnership, Corporation)

12. Have you ever refused to sign a contract at your original bid?

13. Have you ever been declared in default on a contract?

14. Remarks regarding #12 or #13 attached (Y/N)

Page 131: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 130 of 146 Section D: Bid Tender Forms

FORM 7: CONTRACTOR RESUME

I. Company Name & Address

II. Telephone/Facsimile Numbers

III. List Previous 5 Projects Completed. Please Include The Following: o Name and Address of the Project o Name and Telephone Number of Project Owner Contact o Name and Telephone Number of Owner’s Builder o Date Installed o Overview of Steel and Materials Furnished o Any special notes

Bidder Resume: PROJECT #1

Page 132: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 131 of 146 Section D: Bid Tender Forms

Bidder Resume: PROJECT #2

Bidder Resume: PROJECT #3

Page 133: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 132 of 146 Section D: Bid Tender Forms

Bidder Resume: PROJECT #4

Bidder Resume: PROJECT #5

________________________________ ____________ Signed Date

Page 134: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 133 of 146 Section D: Bid Tender Forms

FORM 8: WORKFORCE PROFILE

(1) Name of this Job’s Project Manager, and Foreman

(2) Last three similar projects that this Project Manager has administrated representing your company

(3) Anticipated crew size and the number of men in each job scope, i.e., pipe fitters, electrical/controllers, laborers.

Page 135: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 134 of 146 Section D: Bid Tender Forms

FORM 9: NON-BANKRUPTCY AFFIDAVIT BID #: 1819-13 STATE OF ____________________) COUNTY OF ___________________) ______________________________________________________ is an officer and member of the firm of ______________________________________, being first duly sworn, deposes and states that; 1. The subsequent certification statement is a true and accurate statement as of the date shown

below. 2. The affiant understands that the intentional inclusion of false, deceptive or fraudulent

statements on this Non-Bankruptcy Affidavit constitutes fraud; and, that the City of Jacksonville Beach, Florida, considers such action on the part of the affiant to constitute good cause for denial, suspension, revocation, disqualification, or rejection of affiant’s participation in BID No. 1819-13

3. Certification Statement: This is to certify that the aforementioned firm has not filed for

bankruptcy in the past seven (7) years and that no owner/officer or principal of the aforementioned firm has filed for bankruptcy personally in the past seven (7) years or has been an owner/officer or principal of a firm which has filed for bankruptcy in the past seven (7) years.

________________________________ Affiant Signature Sworn to before me this _______ day of ___________, 20_____ by _____________. (Name of affiant) He/She is personally known to me or has produced _______________________as identification. ________________________________ Signature of Notary ________________________________ ____________________________ Notary’s Printed Name Expiration of Notary’s Commission Affix Seal Here:

Page 136: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 135 of 146 Section D: Bid Tender Forms

BID BOND

KNOW ALL PERSONS BY THESE PRESENTS:

That we ____________________________________ as Principal, and________________________________, as Surety, are held and firmly bound unto hereinafter called, in the sum of $ [ ] for payment of which in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.

THE CONDITION OF THE ABOVE OBLIGATION IS SUCH THAT, WHEREAS, Principal has submitted a Bid for the work described as follows: Bid No. 1819-13

NOW, THEREFORE, if Principal shall not withdraw said Bid within the time period specified after the Bid Deadline, as defined in the Bidding Documents, or within days after the Bid Deadline if no time period be specified, and, if selected as the apparent lowest responsible Bidder, Principal shall, within the time period specified in the Bidding Documents, do the following:

(1) Enter into a written agreement, in the prescribed form, in accordance with the Bid.

(2) File two bonds with one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by the Bidding Documents.

(3) Furnish certificates of insurance and all other items as required by the Bidding Documents.

In the event of the withdrawal of said Bid within the time period specified, or within days if no time period be specified, or the disqualification of said Bid due to failure of Principal to enter into such agreement and furnish such bonds, certificates of insurance, and all other items as required by the Bidding Documents, if Principal shall pay to _____________ an amount equal to the difference, not to exceed the amount hereof, between the amount specified in said Bid and such larger amount for which _____________ procure the required work covered by said Bid, if the latter be in excess of the former, then this obligation shall be null and void, otherwise to remain in full force and effect.

Page 137: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 136 of 146 Section D: Bid Tender Forms

In the event suit is brought upon this bond by _____________, Surety shall pay

reasonable attorneys' fees and costs incurred by ________________ in such suit.

IN WITNESS WHEREOF, we have hereunto set our hands this_______ day of

________________, 20__.

Principal: __________________________

Surety: ____________________________

Address for Notices:

_________________________

_________________________

_________________________

_________________________

Page 138: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 137 of 146 Section D: Bid Tender Forms

W-9 Form (Attach completed and signed form, which can be obtained from www.irs.gov)

Page 139: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 138 of 146 Section D: Bid Tender Forms

Information to be Furnished with Bid

Proposed Completion Date, if different than requested

Validity of Bid, if different than 90 days

Name of Bidder

Location of Bidder

Packager’s proposed Subcontractors (if used) are listed below:

Electrical Testing Subcontractor

Other (List):

Page 140: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

Page 139 of 146 Section D: Bid Tender Forms

Contractor’s Schedule of Prices

Category Material Labor/ Equipment Total

Item 1 – Install Owner Furnished Medium Voltage Circuit Breakers N/A Item 2 – Relay Panels and Misc. Protection and Control Materials

Item 3 – Low Voltage Raceways and Conduit

Item 4 – Low Voltage Control Cable

Item 5 – Removal of Existing Equipment

Item 6 – Mobilization/Demobilization

Item 7 – Breaker & Relay Testing

Item 8 – Other

TOTAL BASE BID (Unit Price) Item 9 – Additional CLF of 12/C #10 Control Cable, Installed in Conduit Unit Price) Item 10 – Additional CLF of 4/C #10 Control Cable, Installed in Conduit Unit Price) Item 11 – Additional CLF of 3/C #8 Control Cable, Installed in Conduit (Unit Price) Item 12 – Additional CLF of SIS wire, Installed in Control House

Page 141: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

PAYMENT BOND

PAYMENT BOND Nov. 2017

STATE OF FLORIDA ) ss

COUNTY OF )

KNOW ALL MEN BY THESE PRESENTS that as Principal, hereinafter called CONTRACTOR, and as Surety, hereinafter called Surety, are held and firmly bound unto CITY of Jacksonville Beach, as Obligee, hereinafter called CITY, in the amount of Dollars ($ ) in lawful money of the United States, equal to one hundred percent (100%) of the total Contract price for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, CONTRACTOR has by written agreement dated , 20 ,

entered into a Contract with CITY for:

BID #1819-13 GENERAL CONTRACT FOR EXPANSION OF BES BUTLER SUBSTATION

in accordance with Drawings and Specifications prepared by Fred Wilson & Associates, Inc., which Contract is by reference made a part hereof and is hereinafter referred to as the Contract.

NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that, if the Principal

shall promptly make payments to all claimants, as herein below defined, then this obligation shall be void; otherwise, this Bond shall remain in full force and effect, subject to the following terms and conditions:

A. A claimant is defined as any person supplying the Principal with labor, material and supplies, used

directly or indirectly by the said Principal or any subcontractor in the prosecution of the work provided for in said Contract, and is further defined in Section 713.01 of the Florida Statutes.

B. The above named Principal and Surety hereby jointly and severally agree with the CITY that

every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after performance of the labor or after complete delivery of materials and supplies by such claimant, may sue on this Bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The CITY shall not be liable for the payment of any costs or expenses of any such suit.

C. No suit or action shall be commenced hereunder by any claimant:

1. Unless claimant, other than one having a direct contract with the Principal, shall within

forty-five (45) days after beginning to furnish labor, materials or supplies for the prosecution of the work, furnish the Principal with a notice that he intends to look to this bond for protection.

2. Unless claimant, other than one having a direct contract with the Principal, shall within

ninety (90) days after such claimant's performance of the labor or complete delivery of materials and supplies, deliver to the Principal written notice of the performance of such labor or delivery of such material and supplies and the nonpayment therefor.

3. After the expiration of one (1) year from the performance of the labor or completion of

delivery of the materials and supplies; it being understood, however, that if any limitation embodied in this Bond is prohibited by any law controlling the construction hereof such

Page 142: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

PAYMENT BOND

PAYMENT BOND Nov. 2017

limitations shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law.

4. Other than in a state court of competent jurisdiction in and for the county or other

political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere.

D. The Principal and the Surety jointly and severally, shall repay the CITY any sum which the CITY

may be compelled to pay because of any lien for labor or materials furnished for any work included in or provided by said Contract.

E. The Surety, for value received, hereby stipulates and agrees that no change, extension of time,

alteration of or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications applicable thereto shall in any way affect its obligations on this Bond, and the Surety hereby waives notice of any such change, extension of time, alterations of or addition to the terms of the Contract, or to the work or to the Specifications.

F. The Surety represents and warrants to the CITY that they have a Best's Key Rating Guide General

Policyholder's rating of “A” and Financial Category of "Class IX".

IN WITNESS WHEREOF, the above bounded parties executed this instrument under their several seals, this day of 20 , the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body.

WITNESS: (If Sole CITYship or Partnership, two (2) Witnesses required.)

(If Corporation, Secretary only will attest and affix seal.)

PRINCIPAL:

WITNESSES:

(Affix Signature of Authorized Officer Seal)

Title

Business Address

CITY State

SURETY:

Corporate Surety

Page 143: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

PAYMENT BOND

PAYMENT BOND Nov. 2017

WITNESS:

(Affix Attorney-in-Fact Seal)

Business Address

CITY State

Name of Local Insurance Agency

Page 144: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

PAYMENT BOND

PAYMENT BOND Nov. 2017

CERTIFICATES AS TO CORPORATE PRINCIPAL

I, , certify that I am the Secretary of the Corporation named as Principal

in the within bond; that who signed the said bond on behalf of the Principal, was then

of said Corporation; that I know his signature, and his signature hereto is genuine; and that said

bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body.

Secretary (Corporate Seal)

STATE OF FLORIDA ) ss

COUNTY OF )

Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared

to me well known, who being by me first duly sworn upon oath, says that he is the

Attorney-in-Fact, for the and that he has

been authorized by to execute the foregoing bond on behalf of the

CONTRACTOR named therein in favor of the .

Subscribed and sworn to before me this day of _ 20 , A.D.

(Attach Power of Attorney)

Notary Public State of Florida-at-Large

My Commission Expires:

END OF SECTION

Page 145: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

PERFORMANCE BOND

PERFORMANCE BOND Nov. 2017

STATE OF FLORIDA ) ss

COUNTY OF )

KNOW ALL MEN BY THESE PRESENTS that as Principal, hereinafter called CONTRACTOR, as Surety, hereinafter called Surety, are held and firmly bound unto the CITY of Jacksonville Beach as Obligee, hereinafter called CITY, in the amount of Dollars ($ ) equal to 100% of the total contract price, for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, CONTRACTOR has by written agreement dated , 20 , entered

into a Contract with CITY for:

BID #1819-13 GENERAL CONTRACT FOR EXPANSION OF BES BUTLER SUBSTATION

in accordance with Drawings and Specifications prepared by Fred Wilson & Associates, Inc., which Contract is by reference made a part hereof and is hereinafter referred to as the Contract.

NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that, if the Principal

shall in all respects promptly and faithfully perform and comply with the terms and conditions of said Contract and his obligations thereunder and shall indemnify the CITY and the Consulting Engineer and save either or all of them harmless against and from all costs, expenses and damages arising from the performance of said Contract or the repair of any work thereunder, then this obligation shall be void; otherwise, this Bond shall remain in full force and effect, in accordance with the following terms and conditions:

A. The Principal and Surety jointly and severally agree to pay the CITY any difference between the sum to

which the said Principal would be entitled on the completion of the Contract, and that sum which the CITY may be obliged to pay for the completion of said work by Contract or otherwise, and any damages, direct or indirect or consequential, which the said CITY may sustain on account of such work, or on account of the failure of said CONTRACTOR to properly and in all things, keep and execute all of the provisions of said Contract.

B. And this Bond shall remain in full force and effect for a period of one (1) year from the date of acceptance

of the project by the CITY and shall provide that the CONTRACTOR guarantees to repair or replace for said period of one (1) year all work performed and materials and equipment furnished that were not performed or furnished according to the terms of the Contract, and shall make good, defects thereof which have become apparent before the expiration of said period of one (1) year. If any part of the project, in the judgment of the CITY, for the reasons above stated needs to be replaced, repaired or made good during that time, the CITY shall so notify the CONTRACTOR in writing. If the CONTRACTOR refuses or neglects to do such work within five (5) days from the date of service of such Notice, the CITY shall have the work done by others and the cost thereof shall be paid by the CONTRACTOR or his Surety.

C. And the said Surety, for value received hereby stipulates and agrees that no change, extension of time,

alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive Notice of any change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifications.

Page 146: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

PERFORMANCE BOND

PERFORMANCE BOND Nov. 2017

D. The surety represents and warrants to the CITY that they have a Best's Key Rating Guide General Policyholder's Rating of " " and Financial Category of "Class ".

IN WITNESS WHEREOF, the above bounded parties executed this instrument under their several seals, this day of 20 , A.D., the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body.

WITNESS: (If Sole CITYship or Partnership, two (2) Witnesses required).

(If Corporation, Secretary only will attest and affix seal).

PRINCIPAL:

WITNESSES:

(Affix Signature of Authorized Officer Seal)

Title

Business Address

CITY State

SURETY:

WITNESS:

Corporate Surety

(Affix Attorney-in-Fact Seal)

Business Address

CITY State

Name of Local Insurance Agency

Page 147: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

PERFORMANCE BOND

PERFORMANCE BOND Nov. 2017

CERTIFICATES AS TO CORPORATE PRINCIPAL

I, , certify that I am the Secretary of the Corporation named as Principal

in the within bond; that who signed the said bond on behalf of the Principal, was then

of said Corporation; that I know his signature, and his signature hereto is genuine; and that said

bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body.

Secretary (Corporate Seal)

STATE OF FLORIDA ) ss

COUNTY OF )

Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared

to me well known, who being by me first duly sworn upon oath, says that he is the

Attorney-in-Fact, for the and that he has been authorized by

to execute the foregoing bond on behalf of the CONTRACTOR named

therein in favor of the .

Subscribed and sworn to before me this day of , 20 , A.D.

(Attach Power of Attorney)

Notary Public State of Florida-at-Large My

Commission Expires:

END OF SECTION

Page 148: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

BUTLER SUBSTATION

PROPOSED SEQUENCE OF CONSTRUCTION FOR 803 LINE RELAY PANEL REPLACEMENTS

March 18, 2019

The following is a proposed sequence of construction for the Line 803 Relay replacements with the goal of minimizing the station’s operation without proper protection during the various outages.

Suggested Sequence:

1. PRELIMINARY WORK: Test Fiber Optic cable between Ft. Diego and Butler. Verify that allequipment is present and has been accounted from the BOM.

2. Pull all necessary cables based on the cable schedule and prepare terminations. This includes allcommunication and coax (IRIG-B) cables from the new relays to the RTAC and GPSClock.(Installed under the 27kV Breaker Project)

3. Line 803 Outage: Take an outage on the 803 Line. Open Breakers on both ends of the line. At Ft.Diego open breakers 803E & 80304, then open disconnect switches 8G13, 8G12, 8G14 and8G11. At Butler open breakers 803S and 803T1, and disconnect switches 8G34, 8G33, 8G32 and8G31. Open both ends of the line and follow BES lock-out tag-out procedure.

Disconnect and demo existing panels 5F and 5R. Install new pre-fab relay panels. Finalize wiringto existing terminal blocks. Demo existing 803 Line Meter and turn over to BES. Demoequipment in relay panel 7F (caution live equipment within this relay panel). Finalize wiringconnections between new panels and existing panels.

4. Testing and Commissioning: Load and test new relays with provided settings. Verify distancesettings zones and characteristics. Complete functional testing of all elementary diagrams. Testtripping and close of the line breakers from the control handles as well as from SCADA. Verifyfunctional testing of the Annunciator Panels.

5. Phase-In: Upon completion of the testing, complete the reverse switching order to bring backline 803. Close in the Ft. Diego side of the line first. At Ft. Diego close disconnect switches 8G14,8G13, 8G12 and 8G11, then close breakers 80304 and 803E. At Butler close disconnect switches8G34, 8G33, 8G32 and 8G31. Before closing the breakers, verify that the relay voltages areproperly phased. (Record values). Close breaker 803S. Verify currents within relays and meter.Confirm power flow with readings from the Ft.Diego end of the line. (Record Values) Closebreaker 803T1. Verify currents within relays and meter. Confirm power flow with readings fromthe Ft.Diego end of the line. (Record Values) Open breaker 803S. Verify currents within relaysand meter. Confirm power flow with readings from the Ft.Diego end of the line. (Record Values).Close breaker 803S. Finalize As-builts and as-left settings and turn-over to BES.

lflores
Typewritten Text
Appendix A
Page 149: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

BUTLER SUBSTATION

PROPOSED SEQUENCE OF CONSTRUCTION FOR 27KV BREAKER REPLACEMENTS

March 18, 2019

The following is a proposed sequence of construction for the 27kV Breaker replacements with the goal of minimizing the station’s operation without proper protection during the various breaker replacement phases.

Suggested Sequence:

1. PRELIMINARY WORK: The AC service that feeds 5C2 is routed from Breaker 540. The serviceoriginates in AC2, then Breaker 541, then Breaker 540, and finally to Breaker 5C2. The AC serviceto Breaker 5C2 will need to be maintained during the replacement of Breakers 540 & 541. ThisAC service feds the cabinet heaters, lights and receptacles. It may be possible to live without thisservice for the duration of the outage depending on time of year and weather conditions.

The AC service that feeds breaker 531 is also routed from Breaker 532. The service originates atAC2, then Breaker 5C1, then Breaker 534, then Breaker 532, and finally to Breaker 531. The ACservice to Breaker 531 will need to be maintained during the replacement of Breakers 534 &532. This AC service feeds the cabinet heaters, lights and receptacles. It may be possible to livewithout this service for the duration of the outage depending on time of year and weatherconditions.

Wire jumpers within the Breaker Control Cabinets as shown in the Breaker Interconnection drawings B-IC-532, B-IC-534, B-IC-540, B-IC-541.

2. Install RTAC and satellite-synchronized clock in Panel 4F. (This can be completed at any time.)

3. Replace Breaker 540 & 541 relaying: Take an outage on both breakers and replace the relayequipment in Panels 1F & 1R as indicated on the Color Work Prints. The existing cables to theexisting breakers will be reused at this time. The cables …5C2, …5C3, & …5C4 can remain aslanded on the Panels 1F & 1R. All wiring and jumpers must be complete within Panels 1R and 1F.The existing breakers can then be brought back online.

4. Replace Breakers 540 & 541: Pull new cable to both breaker locations. Take an outage on bothbreakers 540 & 541. Replace breakers on existing foundations. Terminate cables in BreakerCabinet and Panels. Wire jumpers in breaker control cabinet as shown on the color work prints,Test Breakers and Energize Circuits.

5. Replace Breaker 531, 532 & 534 relaying: Take an outage on breakers 531,532 & 534 andreplace the relay equipment in Panels 3F & 3R as indicated on the Color Work Prints. The existingcables to the existing breakers will be reused at this time. The cables …5C2, …5C3, & …5C4 canremain as landed on the Panels 3F &3R. All wiring and jumpers must be complete within Panels1R and 1F. The existing breakers can then be brought back online.

Page 150: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

6. Replace Breakers 532 & 534: Pull new cable to both breaker locations. Take an outage on bothbreakers 534 & 532. Replace breakers on existing foundations. Terminate cables in BreakerCabinet and Panels. Wire jumpers in breaker control cabinet as shown on the color work prints,Test Breakers and Energize Circuits.

7. Replace Breaker 531: The Issue for Construction engineering design package does not call

for the replacement of breaker 531. However, BES has an additional breaker available andintends to replace breaker 531 following the same design as breakers 532, 534, 540 & 541. Theadditional cable necessary to replace breaker 531 has already been accounted for on the cableschedule. Engineering to be coordinated with BES Engineering.

Pull new cable to the breaker location. Take an outage on breaker 531. Replace breaker onexisting foundation. Terminate cables in Breaker Cabinet and Panels. Wire jumpers in breakercontrol cabinet as shown on the color work prints, Test Breaker and Energize Circuit.

Page 151: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

1

CABLE SCHEDULE

FOR

BUTLER SUBSTATION PROTECTION UPGRADE PROJECT LINE 803 & 27KV FEEDERS

NOTES: CABLE LEGEND: 1. ALL CABLE REPLACEMENT LENGTHS ARE APPROXIMATE. FIELD VERIFY REQUIRED LENGTHS BEFORE INSTALLATION. A - THHN INSULATED COPPER CONDUCTOR, RATED 600V B - CONTROL CABLE 2. EXISTING CABLE NUMBERS ARE TO BE RE-USED FOR THE REPLACEMENT BS - SHIELDED CONTROL CABLE CABLES C - RHW, THHW, OR THWN INSULATED COPPER CONDUCTOR, RATED 600V F - INSTRUMENT CABLE FO - FIBER OPTIC CABLE S - SINGLE CONDUCTOR M - MULTIPLE CONDUCTOR

lflores
Typewritten Text
Appendix B
Page 152: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

CABLE SCHEDULE BUTLER SUBSTATION

PROTECTION UPGRADE PROJECT (803 & FEEDERS)

CABLE No. FROM TO VOLT SIZE #C S/M TYPE LEN. FT

COND. No. REMARKS

2

BREAKER 803T1

805C100 BREAKER 803T1 PANEL 5F 600 10 4 M B

355’ EX. COND., TRENCH,

TRAY

CT – LINE 803 BU RELAY

805C101 BREAKER 803T1 PANEL 5R 600 10 4 M B

355’ EX. COND., TRENCH,

TRAY

CT – LINE 803 PRI RELAY

BREAKER 532

532C1 BREAKER 532 CT JB B1 600 10 4 M B

50’ EX. COND., TRENCH,

TRAY CT – BUS #1 DIFF. 87B1

532C2 BREAKER 532 PANEL 3R 600 10 4 M B

300’ EX. COND., TRENCH,

TRAY CT – BKR

RELAY PROT

532C3

BREAKER 532 PANEL 3F 600 10 12 M B

300’ EX. COND., TRENCH,

TRAY CONTROL

532C4

BREAKER 532

PANEL 3F 600 10 12 M B

300’ EX. COND., TRENCH,

TRAY CONTROL

532DC1 BREAKER 532 DC PANEL DC1 600 10 4 M B

300’ EX. COND., TRENCH,

TRAY DC SUPPLY

532AC1 BREAKER 532 BREAKER 534 600 8 3 M B 50’ EX. COND., TRENCH,

TRAY AC SUPPLY

5C004A PANEL 3F PANEL 3R 600 10 4 M B 30’ PANEL WIREWAY

PT LEADS (NEW CBL)

DC006 PANEL 3R DC PANEL DC2 600 10 4 M B 50’ PANEL WIREWAY

DC SUPPLY SCADA

Page 153: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

CABLE SCHEDULE BUTLER SUBSTATION

PROTECTION UPGRADE PROJECT (803 & FEEDERS)

CABLE No. FROM TO VOLT SIZE #C S/M TYPE LEN. FT

COND. No. REMARKS

3

BREAKER 531

531C1 BREAKER 531 CT JB B1 600 10 4 M B

200’ EX. COND., TRENCH,

TRAY CT – BUS #1 DIFF. 87B1

531C2 BREAKER 531 PANEL 3R 600 10 4 M B

450’ EX. COND., TRENCH,

TRAY CT – BKR

RELAY PROT

531C3

BREAKER 531 PANEL 3 600 10 12 M B

450’ EX. COND., TRENCH,

TRAY CONTROL

531C4

BREAKER 531

PANEL 3 600 10 12 M B

450’ EX. COND., TRENCH,

TRAY CONTROL

531DC1 BREAKER 531 DC PANEL DC1 600 10 4 M B

450’ EX. COND., TRENCH,

TRAY DC SUPPLY

531AC1 BREAKER 531 BREAKER 534 600 8 3 M B 150’ EX. COND., TRENCH,

TRAY AC SUPPLY

Page 154: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

CABLE SCHEDULE BUTLER SUBSTATION

PROTECTION UPGRADE PROJECT (803 & FEEDERS)

CABLE No. FROM TO VOLT SIZE #C S/M TYPE LEN. FT

COND. No. REMARKS

4

BREAKER 534

534C1 BREAKER 534 CT JB B1 600 10 4 M B

50’ EX. COND., TRENCH,

TRAY CT – BUS #1 DIFF. 87B1

534C2 BREAKER 534 PANEL 3R 600 10 4 M B

230’ EX. COND., TRENCH,

TRAY CT – BKR

RELAY PROT

534C3

BREAKER 534 PANEL 3F 600 10 12 M B

230’ EX. COND., TRENCH,

TRAY CONTROL

534C4

BREAKER 534

PANEL 3F 600 10 12 M B

230’ EX. COND., TRENCH,

TRAY CONTROL

534DC1 BREAKER 534 DC PANEL DC1 600 10 4 M B

240’ EX. COND., TRENCH,

TRAY DC SUPPLY

534AC1 AC PANEL AC1 BREAKER 534 600 8 3 M B 220’ EX. COND., TRENCH,

TRAY AC SUPPLY

Page 155: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

CABLE SCHEDULE BUTLER SUBSTATION

PROTECTION UPGRADE PROJECT (803 & FEEDERS)

CABLE No. FROM TO VOLT SIZE #C S/M TYPE LEN. FT

COND. No. REMARKS

5

BREAKER 540

540C1 BREAKER 540 CT JB B2 600 10 4 M B 50’ EX. COND., TRENCH,

TRAY CT – BUS #2 DIFF. 87B2

540C2 BREAKER 540 PANEL 1R 600 10 4 M B

160’ EX. COND., TRENCH,

TRAY CT – BKR

RELAY PROT

540C3

BREAKER 540 PANEL 1F 600 10 12 M B

160’ EX. COND., TRENCH,

TRAY CONTROL

540C4

BREAKER 540 PANEL 1F 600 10 12 M B

160’ EX. COND., TRENCH,

TRAY CONTROL

540DC1 BREAKER 540 DC PANEL DC1 600 10 4 M B

160’ EX. COND., TRENCH,

TRAY DC SUPPLY

540AC1 BREAKER 540 BREAKER 541 600 8 3 M B 50’ EX. COND., TRENCH,

TRAY AC SUPPLY

5C2AC1 BREAKER 540 BREAKER 5C2 600 8 2 S C 80’ EX. COND., TRENCH,

TRAY

EXISTING AC SUPPLY TO REMAIN

5C016A PANEL 1F PANEL 1R 600 10 4 M B 30’ PANEL WIREWAY

PT LEADS (NEW CBL)

DC008 PANEL 1R DC PANEL DC2 600 10 4 M B 60’ PANEL WIREWAY

DC SUPPLY SCADA

Page 156: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

CABLE SCHEDULE BUTLER SUBSTATION

PROTECTION UPGRADE PROJECT (803 & FEEDERS)

CABLE No. FROM TO VOLT SIZE #C S/M TYPE LEN. FT

COND. No. REMARKS

6

BREAKER 541

541C1 BREAKER 541 CT JB B2 600 10 4 M B 50’ EX. COND., TRENCH,

TRAY CT – BUS #2 DIFF. 87B2

541C2 BREAKER 541 PANEL 1R 600 10 4 M B

130’ EX. COND., TRENCH,

TRAY CT – BKR

RELAY PROT

541C3

BREAKER 541 PANEL 1F 600 10 12 M B

130’ EX. COND., TRENCH,

TRAY CONTROL

541C4

BREAKER 541 PANEL 1F 600 10 12 M B

130’ EX. COND., TRENCH,

TRAY CONTROL

541DC1 BREAKER 541 DC PANEL DC1 600 10 4 M B

130’ EX. COND., TRENCH,

TRAY DC SUPPLY

541AC1 BREAKER 541 AC PANEL AC2 600 8 3 M B 130’ EX. COND., TRENCH,

TRAY AC SUPPLY

Page 157: Beaches Energy Services City of Jacksonville Beach, FL...City of Jacksonville Beach, FL . GENERAL CONTRACT . BID INSTRUCTIONS . BID FORMS . SPECIFICATIONS . GENERAL CONTRACT FOR .

CABLE SCHEDULE BUTLER SUBSTATION

PROTECTION UPGRADE PROJECT (803 & FEEDERS)

CABLE No. FROM TO VOLT SIZE #C S/M TYPE LEN. FT

COND. No. REMARKS

7

MISC. CIRCUITS

DC010 PANEL 4F DC PANEL DC2 600 10 4 M B 45’ PANEL WIREWAY

DC SUPPLY RTAC/ SAT

CLOCK

5C050 PANEL 3R PANEL 4F 600 10 4 M B 30’ PANEL WIREWAY

RTAC/ BKRS 531-532-534

5C051 PANEL 1R PANEL 4F 600 10 4 M B 50’ PANEL WIREWAY

RTAC/ BKRS 540-541

8C100 PANEL 5R PANEL 7F 600 10 12 M B 30’ PANEL WIREWAY 803T1BF

8C101 PANEL 5R PANEL 7F 600 10 12 M B 30’ PANEL WIREWAY

T1 PT PRI RELAY

8C102 PANEL 5R PANEL 8F 600 10 12 M B 35’ PANEL WIREWAY

802NBF TO 803T1

8C103 PANEL 5R PANEL 7R 600 10 12 M B 25’ PANEL WIREWAY

803T1BF TO 803T1

8C104 PANEL 5R PANEL 8F 600 10 12 M B 35’ PANEL WIREWAY

803T1BF TO 803T1

8C105 NOT USED

8C106 PANEL 5R PANEL 7F 600 10 12 M B 30’ PANEL WIREWAY

533BF TO 803T1

8C107 PANEL 5R PANEL 7F 600 10 12 M B 30’ PANEL WIREWAY

SCADA INPUTS 803T1

8C108 PANEL 5R PANEL 7F 600 10 12 M B 30’ PANEL WIREWAY

803T1 BKR STATUS

8C109 PANEL 5R PANEL 7F 600 10 12 M B 30’ PANEL WIREWAY 803T1 CS

8C110 PANEL 5R PANEL 7F 600 10 12 M B 30’ PANEL WIREWAY 803T1 SIC

8C111 PANEL 6F PANEL 4R 600 10 12 M B 30’ PANEL WIREWAY 803SBFI

8C112 PANEL 7R PANEL 8F 600 10 12 M B 30’ PANEL WIREWAY 803T1BFI