47
TS-1-1 PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item shall consist of furnishing and installing power cables direct buried and furnishing and/or installing power cables within conduit or duct banks in accordance with these specifications at the locations shown on the plans. It includes excavation and backfill of trench for direct-buried cables only. Also included are the installation of counterpoise wires, ground wires, ground rods and connections, cable splicing, cable marking, cable testing, and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation of duct banks or conduit, trenching and backfilling for duct banks or conduit, or furnishing or installation of any cable for FAA facilities. Requirements and payment for trenching and backfilling for the installation of underground conduit and duct banks are covered under Project Item 2 “Installation of Underground Electrical Conduit.” EQUIPMENT AND MATERIALS 1-2.1 General. a. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer’s certification of compliance with the applicable specification, when requested by the Engineer. b. Manufacturer’s certifications shall not relieve the Contractor of the Contractor’s responsibility to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. c. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non-pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Engineer reserves the right to reject any and all equipment, materials or procedures, which, in the Engineer’s opinion, does not meet the system design and the standards and codes, specified herein. e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least 12 months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner’s discretion, with no additional cost to the Owner. The Contractor shall be responsible to maintain an

PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

Embed Size (px)

Citation preview

Page 1: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-1-1

PROJECT ITEM 1

UNDERGROUND POWER CABLES

DESCRIPTION

1-1.1 This item shall consist of furnishing and installing power cables direct buried and furnishingand/or installing power cables within conduit or duct banks in accordance with these specifications at thelocations shown on the plans. It includes excavation and backfill of trench for direct-buried cables only.Also included are the installation of counterpoise wires, ground wires, ground rods and connections, cablesplicing, cable marking, cable testing, and all incidentals necessary to place the cable in operatingcondition as a completed unit to the satisfaction of the Engineer. This item shall not include theinstallation of duct banks or conduit, trenching and backfilling for duct banks or conduit, or furnishing orinstallation of any cable for FAA facilities. Requirements and payment for trenching and backfilling forthe installation of underground conduit and duct banks are covered under Project Item 2 “Installation ofUnderground Electrical Conduit.”

EQUIPMENT AND MATERIALS

1-2.1 General.

a. All other equipment and materials covered by other referenced specifications shall be subject toacceptance through manufacturer’s certification of compliance with the applicable specification,when requested by the Engineer.

b. Manufacturer’s certifications shall not relieve the Contractor of the Contractor’s responsibility toprovide materials in accordance with these specifications and acceptable to the Engineer. Materialssupplied and/or installed that do not materially comply with these specifications shall be removed,when directed by the Engineer and replaced with materials, which do comply with thesespecifications, at the sole cost of the Contractor.

c. All materials and equipment used to construct this item shall be submitted to the Engineer forapproval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shopdrawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner.Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a qualityas the original. Clearly and boldly mark each copy to identify pertinent products or models applicableto this project. Indicate all optional equipment and delete non-pertinent data. Submittals forcomponents of electrical equipment and systems shall identify the equipment for which they apply oneach submittal sheet. Markings shall be boldly and clearly made with arrows or circles (highlightingis not acceptable). Contractor is solely responsible for delays in project accruing directly or indirectlyfrom late submissions or resubmissions of submittals.

d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliancewith the plans and specifications. The Engineer reserves the right to reject any and all equipment,materials or procedures, which, in the Engineer’s opinion, does not meet the system design and thestandards and codes, specified herein.

e. All equipment and materials furnished and installed under this section shall be guaranteed againstdefects in materials and workmanship for a period of at least 12 months from final acceptance by theOwner. The defective materials and/or equipment shall be repaired or replaced, at the Owner’sdiscretion, with no additional cost to the Owner. The Contractor shall be responsible to maintain an

Page 2: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-1-2

insulation resistance of 50 megohms minima, (1000 V megger) with isolation transformers connectedin new circuits and new segments of existing circuits through the end of the contract warranty period.

1-2.2 Cable. Underground cable for airfield lighting facilities (runway and taxiway lights and signs)shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground ElectricalCable for Airport Lighting Circuits. Conductor sizes noted above shall not apply to leads furnished bymanufacturers on airfield lighting transformers and fixtures.

Wire for electrical circuits up to 600 volts shall comply with Specification L-824 and/or FederalSpecification J-C-30 and shall be type THWN-2.

Cable type, size, number of conductors, strand and service voltage shall be as specified on the plans.

1-2.3 Bare Copper Wire (Counterpoise, Bare Copper Wire Ground and Ground Rods). Wire forcounterpoise or ground installations for airfield lighting systems shall be No. 6 AWG solid forcounterpoise and or No. 6 AWG stranded for ground wire conforming to ASTM B 3 and ASTM B 8, andshall be bare copper wire conforming to the requirements of ASTM D 33.

Ground rods shall be copper-clad steel. The ground rods shall be of the length and diameter specified onthe plans, but in no case shall they be less than 10-feet long nor less than 3/4 in in diameter.

1-2.4 Cable Connections. In-line connections of underground primary cables shall be of the typecalled for on the plans, and shall be one of the types listed below. No separate payment will be made forcable connections.

All connections of counterpoise, grounding conductors and ground rods shall be made by the exothermicprocess or approved equivalent, except the base can ground clamp connector shall be used for attachmentto the base can. All exothermic connections shall be made in accordance with the manufacturer’srecommendations and listings.

1-2.5 Cable Identification Tags. Cable identification tags shall be made from a non-corrosive materialwith the circuit identification stamped or etched onto the tag. The tags shall be of the type as detailed onthe plans.

1-2.6 Tape. Electrical tapes shall be Scotch Electrical Tapes – number Scotch 88 (1-1/2” wide) andScotch 130C linerless rubber splicing tape (2” wide), as manufactured by the Minnesota Mining andManufacturing Company, or approved equivalent.

1-2.7 Electrical Coating. Scotchkote™ shall be as manufactured by Minnesota Mining andManufacturing Company, or approved equivalent.

CONSTRUCTION METHODS

1-3.1 General. The Contractor shall install the specified cable at the approximate locations indicated onthe plans. Unless otherwise shown on the plans, all cable required to cross under pavements expected tocarry aircraft loads shall be installed in concrete encased duct banks. Wherever possible, cable shall berun without splices, from connection to connection.

1-3.2 Installation in Conduits. This item includes the installation of the cable in conduit as describedbelow. The maximum number and voltage ratings of cables installed in conduit, and the current-carrying

Page 3: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-1-3

capacity of each cable shall be in accordance with the latest National Electric Code, or the code of thelocal agency or authority having jurisdiction.

The Contractor shall make no connections or splices of any kind in cables installed in conduits.

Duct banks or conduits shall be installed as a separate item in accordance with Project Item 2,“Installation of Underground Electrical Conduit.” The Contractor shall run a mandrel through duct banksor conduit prior to installation of cable to insure that the duct bank or conduit is open, continuous andclear of debris. Mandrel size shall be compatible with conduit size. The Contractor shall swab out allconduits/ducts and clean base can, manhole, etc. interiors IMMEDIATELY prior to pulling cable. Oncecleaned and swabbed all accessible points of entry to the conduit system shall be kept closed except wheninstalling cables. Cleaning of ducts is incidental to the pay item of the item being cleaned. All racewaysystems left open, after initial cleaning, for any reason shall be recleaned at the Contractor’s expense. Allaccessible points shall be kept closed when not installing cable. The cable shall be installed in a manner toprevent harmful stretching of the conductor, injury to the insulation, or damage to the outer protectivecovering. The ends of all cables shall be sealed with moisture-seal tape providing moisture-tightmechanical protection with minimum bulk, or alternately, heat shrinkable tubing before pulling into theconduit and it shall be left sealed until connections are made. Where more than one cable is to be installedin a conduit, all cable shall be pulled in the conduit at the same time. The pulling of a cable through ductbanks or conduits may be accomplished by hand winch or power winch with the use of cable grips orpulling eyes. Maximum pulling tensions shall be governed by cable manufacturer’s recommendations. Anon-hardening lubricant recommended for the type of cable being installed shall be used where pullinglubricant is required.

The manufacturer’s minimum bend radius or the NEC requirements whichever is more restrictive shallapply. Cable installation, handling and storage shall be per manufacturer’s recommendations. During coldweather, particular attention shall be paid to the manufacturer’s minimum installation temperature. Cableshall not be installed when the temperature is at or below the manufacturer’s minimum installationtemperature. At the Contractor’s option, the Contractor may submit a plan, for review by the Engineer, forheated storage of the cable and maintenance of an acceptable cable temperature during installation whentemperatures are below the manufacturer’s minimum cable installation temperature.

Cable shall not be dragged across pavement or earth. When cable must be coiled, lay cable out on acanvas tarp or use other appropriate means to prevent abrasion to the cable jacket.

1-3.3 Exothermic Bonding. Bonding of counterpoise wire shall be by the exothermic welding process.Only personnel experienced in and regularly engaged in this type of work shall make these connections.

Contractor shall demonstrate to the satisfaction of the Engineer, the welding kits, materials andprocedures to be used for welded connections prior to any installations in the field. The installations shallcomply with the manufacturer’s recommendations and the following:

a. All slag shall be removed from welds.

b. For welds at light fixture base cans, all galvanized coated surface areas and “melt” areas, bothinside and outside of base cans, damaged by exothermic bond process shall be restored by coatingwith a liquid cold-galvanizing compound conforming to U.S. Navy galvanized repair coating meetingMil. Spec. MIL-P-21035. Surfaces to be coated shall be prepared and compound applied inaccordance with manufacturer’s recommendations.

Page 4: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-1-4

c. All buried copper and weld material at weld connections shall be thoroughly coated 6 mil of 3M“Scotchkote,” or approved equivalent, or coated with coal tar Bitumastic® material to prevent surfaceexposure to corrosive soil or moisture.

1-3.4 Testing. The Contractor shall furnish all necessary equipment and appliances for testing theairport electrical systems and underground cable circuits before and after installation. The Contractorshall perform all tests in the presence of the Engineer. The Contractor shall demonstrate the electricalcharacteristics to the satisfaction of the Engineer. All costs for testing are incidental to the respective itembeing tested. For phased projects, the tests must be completed by phase and results meeting thespecifications below must be maintained by the Contractor throughout the entire project as well as duringthe ensuing warranty period.

Earth resistance testing methods shall be submitted to the Engineer for approval. Earth resistance testingresults shall be recorded on an approved form and testing shall be performed in the presence of theEngineer. All such testing shall be at the sole expense of the Contractor.

Should the counterpoise or ground grid conductors be damaged or suspected of being damaged byconstruction activities the Contractor shall test the conductors for continuity with a low resistanceohmmeter. The conductors shall be isolated such that no parallel path exists and tested for continuity. TheEngineer shall approve of the test method selected. All such testing shall be at the sole expense of theContractor.

After installation, the Contractor shall test and demonstrate to the satisfaction of the Engineer thefollowing:

a. That all affected lighting power are continuous and free from short circuits.

b. That all affected circuits are free from unspecified grounds.

c. That the insulation resistance to ground of all new non-grounded series circuits or cable segmentsis not less than 50 megohms.

d. That the insulation resistance to ground of all non-grounded conductors of new multiple circuitsor circuit segments is not less than 50 megohms.

e. That all affected circuits are operable. Tests shall be conducted that include operating eachcontrol not less than 10 times and the continuous operation of each lighting and power circuit for notless than 1/2 hour.

f. That the impedance to ground of each ground rod does not exceed 25 ohms prior to establishingconnections to other ground electrodes. The fall-of-potential ground impedance test shall be used, asdescribed by ANSI/IEEE Standard 81, to verify this requirement.

Two copies of tabulated results of all cable tests performed shall be supplied by the Contractor to theEngineer. Where connecting new cable to existing cable, ground resistance tests shall be performed on thenew cable prior to connection to the existing circuit.

There are no approved “repair” procedures for items that have failed testing other than completereplacement.

Page 5: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-1-5

METHOD OF MEASUREMENT

1-4.1 The Contractor shall be compensated for Underground Power Cables on a lump sum basis as partof the BASE BID. This shall consist of all the trenching, cable and bare counterpoise wire installed intrenches, duct bank or conduit, ground rods and grounding connectors, trench marking tape and all othermaterials and equipment furnished, installed, and accepted as a complete system ready for operation.

BASIS OF PAYMENT

1-5.1 Payment will be made at the contract lump sum price as part of the BASE BID for trenching,cable and bare counterpoise wire installed in trench (direct-buried), or cable and equipment groundinstalled in duct bank or conduit, in place by the Contractor and accepted by the Engineer. This price shallbe full compensation for furnishing all materials and for all preparation and installation of these materials,and for all labor, equipment, tools, and incidentals, including ground rods and ground connectors andtrench marking tape, necessary to complete this item.

Payment will be made under:

BASE BID LUMP SUM PRICE

REFERENCE DOCUMENTS

NFPA No. 70 National Electrical Code (NEC)MIL-S-23586C Sealing Compound, Electrical, Silicone RubberNN Building Industry Consulting Service International (BICSI)ANSI/IEEE Std 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth

Surface Potentials of a Ground System

END OF PROJECT ITEM 1

Page 6: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-2-1

PROJECT ITEM 2

INSTALLATION OF UNDERGROUND ELECTRICAL CONDUIT

DESCRIPTION

2-1.1 This item shall consist of underground electrical ducts installed in accordance with this Specification atthe locations and in accordance with the dimensions, designs, and details shown in the Plans. This item shallinclude the installation of all underground conduits. It shall also include all trenching, backfilling, removal, andrestoration; mandreling installation of pull wires, capping, and the testing of the installation as a completed ductsystem ready for installation of cables, to the satisfaction of the Engineer.

This item shall also include furnishing and installing electric and control handholes at the locations shown on theDrawings.

2-1.2 Shop Drawings. Shop Drawings showing equipment to be used shall be submitted to the Engineer forapproval.

EQUIPMENT AND MATERIALS

2-2.1 General. All equipment and materials covered by referenced specifications shall be subject to acceptancethrough manufacturer's certification of compliance with the applicable specification when so requested by theEngineer.

2-2.2 Plastic Conduit. Plastic conduit and fittings shall conform to the requirements of Fed. Spec. W-C-1094and shall be Schedule 80, 100% virgin polyvinyl chloride, 90 degree Celsius VL-rated by Carlon or approvedequal.

2-2.3 PVC Coated Rigid Galvanized Steel Conduit. PVC-Coated rigid galvanized steel conduit, of standardsizes and weights, especially selected with reference to uniformity and freedom from defects; have each lengthstamped with maker’s name and trademark, and bear Underwriter Laboratory’s stamp and comply with NEMARN 1; have inner wall of raceway cadmium plated or electrostatically galvanized; have electrically welded seams,PVC coating thickness of 0.040 minimum

CONSTRUCTION METHODS

2-3.1 General. The Contractor shall install underground ducts at the approximate locations indicated in theairport layout Plans. The Engineer shall indicate specific locations as the work progresses. Ducts shall be of thesize, material, and type indicated in the Plans or Specifications. All duct lines shall be laid so as to grade towardduct ends for drainage. Grades shall be at least 3 inches per 100 feet. On runs where it is not practicable tomaintain the grade all one way, the duct lines shall be graded from the center in both directions toward duct ends.Pockets or traps where moisture may accumulate shall be avoided.

The Contractor shall mandrel each duct. An iron-shod mandrel, not more than 1/4-inch smaller than the bore ofthe duct shall be pulled through each duct by means of jointed conduit rods. The mandrel shall have a leather orrubber gasket slightly larger than the duct hole.

Page 7: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-2-2

Where spare ducts are installed, as indicated on the plans, the open ends shall be plugged with removable taperedplugs, designed by the duct manufacturers, conforming accurately to the shape of the duct and having the largerend of the plug at least 1/4-inch greater in diameter than the duct.

All ducts shall be securely fastened in place during construction and progress of the work and shall be plugged toprevent seepage of grout, water, or dirt. Any duct section having a defective joint shall not be installed.

Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored.

Trenches for conduits may be excavated manually or with mechanical trenching equipment. Walls of trenchesshall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of road patrols or gradersshall not be used to excavate the trench. The Contractor shall ascertain the type of soil or rock to be excavatedbefore bidding. All excavation shall be unclassified.

2-3.2 Backfilling. For direct buried conduits, 8 inches of sand, soft earth, or other fine fill (loose measurement)shall be placed around the ducts and carefully tamped around and over them with hand tampers. The remainingtrench may be filled with regular run of excavated material and thoroughly tamped as specified below. A yellowwarning tape shall be installed along the trench at least 9 inches below grade as indicated on the ContractDrawings.

After the conduits have been properly installed, the trench shall be backfilled in at least two layers with excavatedmaterial not larger than 4 inches in diameter and thoroughly tamped and compacted to at least the density of thesurrounding undisturbed soil. If necessary to obtain the desired compaction, the backfill material shall bemoistened or aerated as required.

Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations.

The trench shall be completely backfilled and tamped level with the adjacent surface: except that, when sod is tobe placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used,with proper allowance for settlement.

Any excess excavated material shall be removed and disposed of in accordance with instructions issued by theEngineer.

2-3.3 Restoration. Where sod has been removed, it shall be replaced as soon as possible after the backfilling iscompleted. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction and other workshall be restored to its original condition. The restoration shall include any necessary topsoiling, fertilizing,liming, seeding, sprigging, or mulching. All such work shall be performed in accordance with The Commonwealthof Massachusetts, Massachusetts Highway Department, Standard Specifications for Highways and Bridges, latestedition for Section 751 “Loam Borrow, Plantable Soil Borrow, Processed Planting Materials, or TopsoilRehandled and Spread” and Section 765 “Seeding”. The Contractor shall be held responsible for maintaining alldisturbed surfaces and replacements until final acceptance.

All crushed aggregate base gravel removed from the employee auto parking lot during conduit installation shall bereplaced as necessary.

METHOD OF MEASUREMENT

Page 8: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-2-3

2-4.1 The Contractor shall be compensated for Underground Conduit on a lump sum basis as part of the BASEBID. This price shall take into effect all conduit installed, completed, and accepted. No separate measurementshall be made for the various types and sizes.

Excavation, backfill, and restoration of sod, reseeding, duct markers, base restoration, required for the installationof conduits will not be measured separately for payment, but will be included as a part of the lump sum bid price.

2-4.2 No separate measurement or payment shall be made for any core drilled holes. Core drilled holes inexisting/new manholes or handholes will be considered incidental to the conduit that is being installed into theexisting/new manhole or handhole.

2-4.3 The Contractor shall be compensated for handholes on a lump sum basis as part of the BASE BID. Thisprice shall take into effect the number of handholes actually installed and accepted by the Engineer, complete, inplace and ready for use.

BASIS OF PAYMENT

2-5.1 Payment will be made at the contract lump sum price as part of the BASE BID for conduit completed andaccepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation,assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary tocomplete this item.

Trenching, backfilling, reseeding and restoration paving which may be required for work under the items of thissection, will not be paid for separately. The costs for these activities will be considered to be included in the lumpsum price for this item.

2-5.2 Payment for “Electric/Control Handhole” will be made at the contract lump sum price as part of theBASE BID. This price shall be full compensation for furnishing all materials; for placing and finishing; for allexcavations; for hauling; for all sheathing, shoring, and pumping; for furnishing and placing all drainage fill; forall backfilling; cleanup; and for furnishing all castings and specials; and for all labor equipment, tools, suppliesand incidentals necessary to complete the work.

Payment will be made under:

BASE BID LUMP SUM PRICE

MATERIAL REQUIREMENTS

Fed. Spec. W-C-571 Conduit and Fittings, Nonmetal, Rigid, (ForElectrical Purposes)

Fed. Spec. W-C-1094 Conduit and Fittings; Nonmetallic, Rigid, (Plastic)

END OF PROJECT ITEM 2

Page 9: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-3-1

PROJECT ITEM 3

AVIATION FUEL FARM AREA FLOODLIGHTING

DESCRIPTION

3-1.1 This work shall consist of furnishing all materials, labor, tools, and equipment, and performing alloperations necessary to complete new aviation fuel farm floodlighting as shown on the Drawings and as hereinspecified.

The work shall include but not be limited to the following items:

a. Furnishing and installing floodlighting luminaires, 5 Amp in-line fuses foundations, ground connection,ground wire, conduits, adjustments of the light beams, the testing of the installation, and all other incidentalsnecessary to place the complete floodlighting system in operation.

b. Excavation, installation and backfill for light pole foundations including reinforcing, concrete, setting ofconduits within foundation, anchor bolts, crushed stone, de-watering, shoring, and all other items associatedwith the foundation installation as shown on the Contract Drawings.

c. Miscellaneous site work necessary to the complete installation of the system, cleanup including minoradjustments to any existing facility damaged by the Contractor’s floodlighting work.

d. Complete grounding system as required by State and National Electric codes and as shown on theDrawings.

3-1.2 Standards – Codes and Regulations. The Contractor shall furnish all materials in accordance with andperform all work required so that the materials and installation shall conform to the following standards, codesand regulations:

A. National Board of Fire Underwriters’ National Electrical Code, latest edition.

B. Underwriters’ Laboratories, Inc., Standards for Cabinets and Boxes, Service Equipment, and Rubber-Covered wires and Cables.

C. National Electrical Manufacturers’ Association Standards

D. All applicable codes and ordinances of the Commonwealth of Massachusetts.

E. Insulated Power Cable Engineers’ Association Standards.

F. American Society for Testing and Materials Standards.

G. Occupational Safety and Health Regulations.

H. Institute of Electronic and Electrical Engineers’ Standards.

Page 10: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-3-2

I. The Massachusetts Electric Code, latest edition.

3-1.3 Illumination. The Contractor shall provide a complete lighting installation for illuminating the aviationfuel farm area using the specified materials and conforming to details and general requirements shown on theDrawings.

The number of fixtures per pole will be found on the Contract Drawings. The Contractor shall provide shopdrawings, catalog cuts, computations, and computer grid showing that the luminaries array proposed will satisfythe requirements herein, including, but not limited to:

1. A horizontal foot-candle grid covering the lighting area with sufficient density of points to allow anaccurate average to be calculated.

2. A statement of the average maintained foot-candle value and uniformity ratios.

3. A candle power distribution data sheet for the type of the luminaries proposed. Louvers and shields mustbe considered in this data.

4. A listing of pole coordinates and drawing showing the assumed coordinate axis.

EQUIPMENT AND MATERIALS

3-2.1 General. Materials and equipment shall comply with all requirements of the contract documents.Materials furnished by the Contractor shall be new, the standard products of manufacturers regularly engaged inthe production of such materials, and of the manufacturer's latest designs that comply with the specificationrequirements. If materials and equipment requirements conflict, the order of precedence for selection shall be asfollows: special contract provision, the Contract Drawings, this Specification, and then in continuing, order ofprecedence, referenced specifications, NFPA publications, IEEE standards, UL standards and NEMA standards.Wherever standards have been established by Underwriters' Laboratories, Inc., the material shall bear the ULlabel.

3-2.2 Approval of Equipment and Materials. As soon as practicable and within 14 calendar days after thedate of award of Contract and before any material is purchased, the Contractor shall submit to the Engineer, forapproval, two copies of a complete list of material to be incorporated in the work, including manufacturer’scatalog numbers. When approved, the Contractor shall provide seven or more copies with changes necessary forapproval, and shall include catalog numbers, cuts, diagrams, detailed dimensioned shop drawings of equipment,brochures of floodlights, wiring diagrams as required, drawings, samples as requested, and such other pertinentdescriptive ratings and data as may be required by the Engineer. No consideration will be given to partial listssubmitted from time to time on items which are interdependent for proper operation. Approval of materials willbe based on manufacturer’s published ratings. Any equipment, floodlights, poles, and materials listed which, inthe opinion of the Engineer, are not in accordance with the specification requirements or requirements shown onthe Drawings, will be rejected and others shall be submitted. Equipment and materials which are installed by theContractor without first having been approved by the Engineer shall be removed from the work site when soinstructed by the Engineer. No payment will be made for unapproved equipment or material or for its installationif the Contractor is ordered to remove such equipment and materials.

3-2.3 Floodlight Poles. Luminaires shall be of height indicated on the Plans. Fiberglass/composite poles shallbe a dark bronze in color. Poles shall be designed for use with underground supply conductors, as indicated.

Page 11: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-3-3

Poles shall be the anchor-base type. Each pole with anchor-base shall be provided with four 1 by 36 , galvanizedsteel anchor bolts, threaded at the top end, and at the bottom as well. Anchor bolts shall be complete withgalvanized nuts, washers, and ornamental cover. Brackets shall correctly position the luminaire. Slip fitter shall bethe single-tennon type and brackets shall be coordinated to the luminaires provided. Poles shall be a single sectionheavy walled round tapered fiberglass/composite.

All poles shall have a handhole with a reinforced frame and cover. The opening shall be approximately 4 inches ×6 inches, located approximately 12 inches from the bottom of the pole and placed 90° to the bracket arm. Shaftcap shall be steel, weatherproof and so arranged to be held securely in place on the shaft.

3-2.4 LED Fixtures. Furnish and install LED lighting fixtures complete with necessary supports, fittings,hangers, etc.

The Contractor shall be responsible for the receiving, storage and safe handling of all lighting fixtures included inthe Contract. The Contractor shall assume all responsibility for fixtures, accessories until final inspection hasbeen made by the Engineer.

The lighting fixtures scheduled on the drawings are indicative of the general type required. Substitutions will beallowed only with an illumination calculation as stated in Section 6-1.4.

Manufacturer’s shop drawings for all lighting fixtures shall be submitted for approval prior to purchase.

Luminaire shall be die cast aluminum with slip-fitter (tenon-arm) mounting. Luminaires shall be internally wiredand shall be rated 600 volts.

Enclosed floodlights shall be heavy-duty class HD having plain tempered-glass covers and beam spread asindicated.

3-2.5 Foundations. Floodlighting foundations shall consist of the following:

a. Concrete. Reinforced concrete shall be 3500 psi. Concrete in accordance with “Structural PortlandCement Concrete” of these specifications.

b. Reinforcement. Steel reinforcement for foundation shall be deformed bars meeting ASTM A-615 Grade60.

c. Anchor Bolts. Anchor bolt assemblies with circle templates shall be furnished by the floodlight polemanufacturer and installed by the Contractor in accordance with the manufacturer’s instruction.

d. Gravel Bedding. Bedding under foundations shall be ¾” crushed stone.

e. Ground Wire. Bare copper wire for grounding the pole shall be stranded wire conforming to ASTMSpecifications B3 and B8 and be No. 2 AWG size wire connected to ground loop around tank pad.

f. Conduit. PVC conduits shall be in accordance with “Installation of Underground Electrical Conduit andHandholes”, of these specifications.

Page 12: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-3-4

CONSTRUCTION METHODS

3-3.1 General. The Contractor shall be responsible for verifying scale dimensions shown on the Drawings.Actual locations, distances, and conduit routing will be governed by actual field conditions. The Contractor shallcoordinate dimensions and fit into the system for all equipment installed.

All equipment, materials, floodlights, 5 Amp in-line fuses, poles, etc., shall be installed in accordance with therequirements of all applicable codes, local ordinances and as shown on the Drawings and/or as herein described ordirected by the Engineer.

Any damages to cables caused by the Contractor shall be repaired promptly by the Contractor and at theContractor’s expense. All such damaged cable shall be repaired with suitable approved materials and in a manneracceptable to the Engineer.

3-3.2 Equipment. All equipment shall be installed in a rigid and satisfactory manner, and all incidentalmaterials required for properly mounting equipment shall be furnished and installed to make completeinstallations satisfactory to the Engineer.

3-3.3 Floodlight Poles. The pole manufacturer shall furnish the anchor bolts and a template for use in settinganchor bolts as soon as shop drawings are approved. Each bolt shall be equipped with double galvanized steelnuts for plumbing the shaft.

The floodlighting poles shall be grounded by means of No. 2 AWG bare copper cable run underground to groundloop around fuel tank pad. A 1-inch conduit shall be provided in the foundation cap for the ground wire.

The pole foundations shall be installed at specific locations shown on the Drawings and as directed by theEngineer.

Lighting poles shall be installed on concrete foundations. Refer to the drawings for concrete base details for thelighting standards. GRS conduit sweeps shall be inserted in the concrete foundation for the entrance of cables.Backfill shall be thoroughly compacted, with compacting arranged to prevent any pressure or damage to thelighting feeders. Lighting poles shall be adjusted as necessary to provide a permanent vertical position with thebracket arm in proper position for luminaire location.

3-3.4 Grounding. The conduit systems and neutral conductors of all wiring systems shall be grounded.Grounding shall be provided for conduits and electrical equipment in accordance with the requirements of theNational and State Electrical Code.

Noncurrent carrying metal parts of electrical equipment shall be effectively bonded together and groundedpermanently. The size of the system or equipment grounding conductor shall be not less than the sizes given inTable 250-122 of the National Electrical Code. In no case shall the equipment-grounding conductor be a systemneutral or current carrying conductor.

3-3.5 Foundations. Foundations for new light poles shall be installed at the places designated on the drawingsand in accordance with applicable details. The existing ground water table at Barnstable Municipal Airport ranges

Page 13: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-3-5

from approximately 12 to 36 inches below grade. De-watering and/or shoring will be required to install the lightpole foundations.

3–3.6 Tests. After the complete electrical system installation is completed, and at such times as the Engineer,may direct, the Contractor shall conduct operating tests for approval. All electrical equipment shall bedemonstrated to operate in accordance with the requirements of this and other Sections of the Specifications.

If the test and inspection data submitted by the Contractor should indicate deficiencies in the operation of thecomponents or in the manufacture thereof, the Contractor shall promptly make the necessary adjustments,corrections, modifications and/or replacements. Upon completion of the remedial work, the Contractor shallrepeat all of the above tests on components previously found deficient on the first test or any additional test ifthey be required.

3–3.7 Fixtures. All fixtures shall be installed in accordance with the manufacturer’s installationinstructions. The installation and method of support for all fixtures is subject to the approval of the Engineer.

3-3.8 Earth Support. The following guidelines shall be followed when providing earth support for floodlightwork. In addition, all applicable OSHA regulations apply.

a. Provide shoring, sheeting, and/or bracing at excavations, as required, to assure complete safety againstthe collapse of earth at side of excavations.

b. If sufficient or proper supports have not been provided, additional support shall be placed at the expenseof the Contractor. Direction by the Engineer to provide additional shoring, sheeting, and/or bracing shall inno way relieve the Contractor of his responsibility for the adequacy and safety of his construction. Care shallbe taken to prevent voids outside of sheeting, but if voids are formed, they shall be immediately filled andrammed.

c. Sheeting shall be driven ahead of the excavation to avoid loss of material from behind the sheeting,except as may otherwise be permitted by the Engineer. Care shall be taken to prevent voids outside of thesheeting, but if voids occur, they shall be filled immediately with sand and compacted.

d. The Contractor shall leave in place all sheeting unless otherwise directed in writing by the Engineer. TheEngineer may direct that sheeting be cut off 3 feet below finishing grade, and the lower portion be left inplace. All voids left or caused by withdrawal of sheeting shall be backfilled immediately using suitablematerials and compacted.

e. All sheeting and bracing not ordered left in place shall be carefully removed in such a manner as not toendanger the construction of other structures utilities, or property, whether public or private. All voids leftafter the withdrawal of sheeting shall be immediately refilled with sand and rammed with tools especiallyadapted to that purpose, or otherwise compacted as directed to achieve the required density.

All earth support required shall be considered incidental to this project item. Prior to placing any earth supportsystems, they shall be designed by a Licensed Professional Structural Engineer in the Commonwealth ofMassachusetts, stamped, and submitted for review.

Page 14: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-3-6

3-3.9 Dewatering. The Contractor shall control the grading in areas under construction of the site so that thesurface of the ground will properly slope to prevent accumulation of water in excavated areas and adjacentproperties.

Should surface, rain, or ground water be encountered during the operations, the Contractor shall furnish andoperate pumps or other equipment, and provide all necessary piping to keep all excavation clear of water at alltimes and shall be responsible for damage to work or adjacent properties from such water. All piping exposedabove surface for this use shall be properly covered to allow foot traffic and vehicles to pass without obstruction.

Presence of ground water in soil will not constitute a condition for which an increase in the Contract price to bemade. Under no circumstances place concrete fill, lay piping, or install appurtenance in excavation containing freewater.

METHOD OF MEASUREMENT

3-4.1 The Contractor shall be compensated for “20’ Lighting Pole” on a lump sum basis as part of the BASEBID. This price shall take into account the number of units installed, complete, tested, ready for operation, andaccepted by the Engineer. The price also includes the light poles, luminaires, in-line fuses, foundations, groundconnection to ground loop as well as ground wire, all conduits and cables, cable within the pole, adjustments ofthe light beams, the testing of the installation, earth supports/shoring, de-watering and all other incidentalsnecessary to complete floodlighting system in operation.

3-4.2 All testing requirements as stated in this specification shall not be measured for separate payment.

All cable and conduit installed underground between the poles shall be included in the lump sum cost as part ofthe BASE BID.

BASIS OF PAYMENT

3-5.1 Payment for “20’ Lighting Pole” will be made at the contract lump sum price as part of the BASE BID.This price shall be full compensation for furnishing all materials and for all preparation, installation, and testingof these materials, and for all labor, equipment, tools, and all incidentals necessary to complete the work.

Payment will be made under:

BASE BID LUMP SUM PRICE

END OF PROJECT ITEM 3

Page 15: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-4-1

PROJECT ITEM 4

ELECTRICAL SERVICE/EQUIPMENT SERVICES

DESCRIPTION

4-1.1 The contractor shall provide a new electrical service and equipment services to the Aviation FuelFarm area as indicated on contract documents and electrical details. Including but not limited to thefollowing items; Nema 4x disconnect switches as indicated on details, meter back box, stainless steelcabinet enclosures, panelboard, new utility pole, leak protection system, data equipment and associateddevices, mounting structures indicated, coordination with local utility company and any associated backcharges, conduit, cabling and wiring between equipment mounting structure and enclosure.

EQUIPMENT AND MATERIALS

4-2.1 General.

a. All other equipment and materials covered by the other referenced specifications shall be subjectto acceptance through manufacturer’s certification of compliance with the applicable specificationwhen requested by the Engineer.

b. In addition to the submissions of as-built contract documents, one set shall be provided for theequipment and associated layouts. This set shall include lamination of each sheet to prevent damageto the documents.

4-2.2 Utility Pole.

a. Pole shall meet the requirements set forth on plans and details, installation shall meet allrequirements of local utility company.

4-2.2 Data Work.

a. Within new data cabinet the following items are to be provided a four (4) port switch and two (2)Cat 6 cables run between existing data cabinet and new data enclosure as indicted on drawings anddetails.

CONSTRUCTION METHODS

4-3.1 General. The Contractor shall furnish, install, and connect all equipment accessories, conduit,cables, wires, grounds, and supports necessary to insure a complete and operable electrical distributioncenter for the airport fuel farm as specified herein and shown in the plans.

a. The electrical installation, as a minimum, shall meet the latest National Electrical Code and alllocal regulations.

b. Stencil all electrical equipment to identify function, circuit voltage and phase. Where theequipment contains fuses, also identify the fuse link ampere rating. Lettering shall be one inch highand shall be white on black background.

Page 16: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-4-2

c. Color code all phasing wiring by the use of colored wire insulation and/or colored tape. Wherethe tape is used, the wire insulation shall be black. Color coding shall comply with the NEC for theappropriate voltage level. Neutral conductors size No. 6 AWG or smaller shall be identified either bya continuous white or gray outer finish along its entire length or by the use of white tape at itsterminations and inside accessible wireways.

d. All branch circuit conductors connected to a particular phase shall be identified with the samecolor. The color coding shall be extended to the point of utilization.

e. Neatly lace wiring in distribution panels, switches, junction/pull boxes, control panels andwireways.

f. Ground all non-current carrying metal parts of electrical equipment by using #8 bare copper wiresto be run inside cabinets and in conduits together with other wires. Where this is not feasible, run theexposed grounding wire parallel or at right angles to the building lines and secure it at least every 24inches and within 6 inches from bend or junction. The exposed wire may be #8 if it is not subject tophysical abuse, otherwise #4 shall be used unless otherwise shown on the Drawings.

g. All ground connections to ground rods shall be cad welded. Ground connections to busses,panels, etc., shall be made with pressure type solderless lugs and ground clamps. Soldered or bolt andwasher type connections are not acceptable. Clean all metal surfaces before making groundconnections.

h. PVC Coated Rigid galvanized steel conduit shall be used throughout the installation unlessotherwise specified, or noted on plans.

i. All steel conduits, fittings, nuts, bolts, etc., shall be galvanized.

j. Use dual lugs where two wires Size No. 6 or larger are to be connected to the same terminal.

k. Use conduit bushings at each conduit termination. Where No. 4 AWG or larger ungrounded wire is installed, use insulated bushings.

l. Use double lock nuts at each conduit termination.

m. Unless otherwise shown all exposed conduits shall be run parallel to or at right angles with thelines of structure.

n. Label both ends of all control conductors to identify terminal number and circuit.

o. Both ends of each control conductor shall be terminated at a terminal block. The terminal blocksshall be of proper rating and size and they shall be located in equipment enclosures or special terminalcabinets.

p. A separate and continuous neutral conductor shall be installed and connected for each circuit inthe main distribution power panel from the neutral bar to each power/control circuit.

q. Splices and junction points shall be permitted only in junction boxes, ducts equipped withremovable covers and at easily accessible locations.

Page 17: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-4-3

r. The resistance to ground of the grounding system with commercial power line neutraldisconnected shall not exceed 5 OHMS.

s. All power and control circuit conductors shall be copper; aluminum shall not be accepted. Thisincludes wire, cable, busses, terminals, switch/panel components, etc.

t. Contractor to supply and install new utility pole in the location shown on the drawings.

4-3.2 Marking and Labeling. All equipment control wires, terminal blocks, etc., shall be tagged,marked, or labeled as specified below:

Wire Identification. The Contractor shall furnish and install self-sticking wire labels or identifying tags onall control wires at the point where they connect to the control equipment or to the terminal blocks. Wirelabels, if used, shall be used of self-sticking preprinted type and of the manufacturer’s recommended sizefor the wire involved. Identification markings designated in the plans shall be followed. Tags, if used,shall be of engraved phenolic not less than ¾-inch diameter and not less than 1/32-inch thick.Identification markings designated in the plans shall be stamped on tags by means of small tool dies.Each tag shall be securely tied to the proper wire by a nonmetallic cord.

Labels. The Contractor shall attach identifying labels on the cases of regulators, breakers, and distributionequipment as designated by the Engineer. The letters and numerals shall be not less than one inch inheight and shall be of proportionate width. The Contractor shall also mark the correct circuit designationsin accordance with the wiring diagram on the terminal marking strips, which are a part of each terminalblock. The laminated plates for labeling all equipment shall be glued in place and mechanically attachedin at least two places with screws or rivets.

4-3.3 Work By NSTAR Electric Company. NSTAR shall be enlisted by the contractor to perform theservices to facilitate the installation of the new utility service:

a. Install new 120/208v – 3 phase, 4 wire utility meter on contractor provided meter socket.

b. Perform final cable connections on new utility pole.

All costs incurred by NSTAR Electric shall be borne by the contractor and shall be included under thisproject. Notify NSTAR at a minimum 30 days prior to anticipated construction dates for above mentionedservices.

4-3.4 Fuel Farm Equipment Services, including but not limited to Leak Protection System,Emergency Shut-down , Data System, enclosure, raceways, wiring, cable and associated support means.Work shall also include equipment located in Main Terminal and Op’s Buildings to support notificationas indicated on plans and detail sheets:

a. Installation of new stainless steel data enclosure, associated devices, and support systemsindicated on plans, along with required connection to existing fiber optic infrastructure system,presently installed in cabinet at security gate “J” shall be included.

b. Contractor shall enlist the services of an outside contractor if not qualified for the associated workrelated to data installation indicated on plans and necessary connections to the existing fiber opticinfrastructure system. Fiber optic splicing/terminating personnel shall have a minimum of three (3)years continuous experience in termination/splicing fiber optic cabling. Any related costs incurred fordata work shall be borne by the contractor and shall be included under this project.

Page 18: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-4-4

METHOD OF MEASUREMENT

4-4.1 The Contractor shall be compensated for “New Electrical Service” and “Equipment Services” ona lump sum basis as part of the BASE BID. This price shall take into account all material, labor,equipment, transportation and all other incidentals associated with the installation of the specified items.

BASIS OF PAYMENT

4-5.1 Payment for “New Electrical Service” and “Equipment Services” will be made at the contractlump sum price as part of the BASE BID. This price shall be full compensation for furnishing items asspecified herein, as well as for all labor, materials, equipment, transportation and associated incidentalsfor the specified items.

Payment shall be made under:

BASE BID LUMP SUM PRICE

END OF PROJECT ITEM 4

Page 19: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-5-1

PROJECT ITEM 5

GROUNDING

DESCRIPTION

5-1.1 Provided labor, materials and equipment necessary to complete the work of this section, includingbut not limited to the following:

The extent of electrical grounding and bonding work is indicated by drawings and schedules and asspecified herein. Grounding and bonding work is defined to encompass systems, circuits, and equipment.

Applications of electrical grounding and bonding work in this section include the following:

a. Above ground fuel tanks

b. Grounding electrodes.

c. Underground Ground Loop

d. Raceways.

e. Service equipment.

f. Enclosures.

g. Equipment.

h. Lighting standards.

i. Chain link fence and fence gates.

j. Concrete pad re-bar.

Refer to other Specification sections herein for wires/cables, electrical raceways, boxes and fittings, andwiring devices which are required in conjunction with electrical grounding and bonding work; not workof this section.

Manufacturer’s data on grounding and bonding products and associated accessories.

Manufacturer’s shall be regularly engaged in manufacture of grounding and bonding products, of types,and ratings required, and ancillary grounding materials, including stranded cable, copper braid and bus,grounding electrodes and plate electrodes, and bonding jumpers whose products have been in satisfactoryuse in similar service for not less than 5 years.

Installer’s qualifications shall be at least 3 years of successful installation experience on projects withelectrical grounding work similar to that required for project.

Comply with applicable local electrical code requirements of the authority having jurisdiction, and NECas applicable to electrical grounding and bonding, pertaining to systems, circuits and equipment.

Page 20: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-5-2

Comply with applicable requirements of UL Standards No. ‘s 467, “Electrical Grounding and BondingEquipment”, and 869 “Electrical Service Equipment”, pertaining to grounding and bonding of systems,circuits and equipment. In addition, comply with UL Std 486A, “Wire Connectors and soldering Lugs forUse with Copper Conductors.” Provide grounding and bonding products which are UL listed and labeledfor their intended usage.

Comply with applicable requirements and recommended installation practices of IEEE Standards 80, 81,141 and 142 pertaining to grounding and bonding of systems, circuits and equipment.

EQUIPMENT AND MATERIALS

5-2.1 Subject to compliance with requirements, provide grounding and bonding products of one of thefollowing (for each type of product):

a. Adalet – PLM DIV; Scoot Fetzer Co.

b. Burndy Corporation

c. Cadweld Div; Erico Products Inc.

d. Crouse-Hinds Div; Cooper Industries.

e. Eagle Electric Mfg Co.

f. Ideal Industries, Inc.

g. Joslyn Corporation.

h. Okonite Company.

i. OZ Gedney Div; General Signal Corp.

j. Thomas and Betts Corp.

Except as otherwise indicated, provide electrical grounding and bonding systems indicated; withassembly of materials, including, but not limited to, cables/wires, connectors, solderless lug terminals,grounding electrodes and, bonding jumper braid, and additional accessories needed for a completeinstallation. Where more than one type component product meets indicated requirements, selection isInstaller’s option. Where materials or components are not indicated, provide products which comply withNEC, UL and IEEE requirements and with established industry standards for those applications indicated.

Unless otherwise indicated, provide electrical grounding conductors for grounding system connectionsthat match power supply wiring materials and are sized according to NEC.

a. Copper cable; strand dia. 0.045”; 0.187#/ft,; 57,400 circular mils.

b. Copper solid strip; 0.051” thick; 1” wide.

c. Copper solid rod; 0.187#/ft.

d. Copper cable; strand dia. 0.045”; 14 strands.

Page 21: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-5-3

e. Copper solid strip; 0.051” thick; ½” wide.

f. Copper solid rod; dia. 0.162”.

g. Bonding Jumper Braid: Copper braided tape, constructed of 30-gauge bare copper wires andproperly sized for indicated applications.

h. Flexible Jumper Strap: Flexible flat conductor, 480 strands of 30-gauge bare copper wire; ¾”wide, 9-½” long; 48,250 CM. Select braid with holes sized for 3/8” diameter bolts, and protectbraid with copper bolt hole ends.

Ground Electrodes

a. Grounding Electrodes: Solid copper, 3/4” dia. by 10 feet.

b. Electrical Grounding Connection Accessories: Provide electrical insulating tape, heat-shrinkableinsulating tubing, welding materials, bonding straps, as recommended by accessories manufacturersfor type service indicated.

c. Field Welding: Comply with AWS Code for procedures, appearance, and quality of welds; andfor methods used in correcting welding work. Provide welded connections where groundingconductors connect to underground grounding electrodes.

CONSTRUCTION REQUIREMENTS

5-3.1 General. Examine areas and conditions under which electrical grounding and bondingconnections are to be made and notify Contractor in writing of conditions detrimental to propercompletion of work. Do not proceed with work until unsatisfactory conditions have been corrected in amanner acceptable to Installer.

Install electrical grounding and bonding systems as indicated, in accordance with manufacturer’sinstructions and applicable portions of NEC, NECA’s “Standard of Installation”, and in accordance withrecognized industry practices to ensure that products comply with requirements.

Coordinate with other electrical work as necessary to interface installation of electrical grounding andbonding system work with other work.

Weld grounding conductors to underground grounding electrodes.

Connector together system neutral, service equipment enclosures, exposed noncurrent carrying metalparts of electrical equipment, metal raceway systems, grounding conductor in raceways and cables andreceptacle ground connectors.

Terminate feeder and branch circuits insulated equipment grounding conductors with grounding lug, bus,or bushing.

Tighten grounding and bonding connectors and terminals, including screws and bolts, in accordance withmanufacturer’s published torque tightening values for connectors and bolts. Where manufacturer’storqueing requirements are not indicated, tighten connections to comply with tightening torque valuesspecified in UL 486A to assure permanent and effective grounding.

Page 22: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-5-4

Route grounding connections and conductors to ground and protective devices in shortest and straightestpaths as possible to minimize transient voltage rises.

Apply corrosion-resistant finish to field-connections, buried metallic grounding and bonding products,and places where factory applied protective coatings have been destroyed, which are subjected tocorrosive action.

Install clamp-on connectors on clean metal contact surfaces, to ensure electrical conductivity and circuitintegrity.

Upon completion of installation of electrical grounding and bonding systems, test ground resistance withground resistance tester. Where tests show resistance-to-ground is over 25 ohms, take appropriate actionto reduce resistance to 25 ohms, or less, by driving additional ground rods or additional lengths of rod toachieve the desired value; then retest to demonstrate compliance.

METHOD OF MEASUREMENT

5-4.1 The Contractor shall be compensated for “Grounding” on a lump sum basis as part of the BASEBID or the ADD ALTERNATIVE #1. This shall consist of the amount of linear feet of cable installed inplace, completed, ready for operation, and acceptable to the Engineer. The cable lengths associated withcutting waste, vertical distance or grade change, slack at equipment indicated shall not be measured forpayment and the cost associated with them shall be considered to be included in the lump sum costs.

5-4.2 All required grounding rods, exothermic welds, and bonding points to fence gate shall beconsidered incidental to the grounding system and shall not be measured for separate payment.

5-4.3 All testing requirements as stated in this specification shall not be measured for separate payment.

BASIS OF PAYMENT

5-5.1 Payment for grounding shall be made at the contract lump sum price as part of the BASE BID orthe ADD ALTERNATIVE #1 for the quantity of cable installed. This price shall be full compensation forfurnishing all materials including indicated ground rods, bonding point, installation, and testing of thesematerials, for all labor, equipment, tools, and all incidentals necessary for a complete grounding system.

BASE BID price includes all costs associated with the overall grounding grid surrounding the fuel tankpad and the individual grounding requirements for the two new 20,000-gallon above ground jet fuelstorage tanks and dispensing/filtering pumping system.

ADD ALTERNATIVE #1 price includes only those costs associated with the individual groundingrequirements of the third 20,000-gallon above ground jet fuel storage tank, if it gets installed.

Payment will be made under:

BASE BID LUMP SUM PRICE

ADD ALTERNATIVE #1 LUMP SUM PRICE

END OF PROJECT ITEM 5

Page 23: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-6-1

PROJECT ITEM 6

FURNISH AND DELIVER JET FUEL TANKS

DESCRIPTION

6.1.1 This specification covers the purchase and delivery of two new above ground 20,000 gallon(BASE BID) and one new above ground 20,000 gallon companion (ADD ALTERNATIVE #1)thermally insulated, projectile and impact resistant, double wall steel above ground storage tanks thatmeet UL-2085 for the storage of jet fuel at the Barnstable Municipal Airport in Hyannis, Massachusetts.

6.1.2 The Contractor shall furnish, deliver, and unload the tanks, complete with all specifiedaccessories, in accordance with this specification. Installation of the tanks is covered under Project Item 8.

APPLICABLE CODES AND STANDARDS

6.2.1 NFPA 1, Uniform Fire Code

6.2.2 NFPA 10, Standard for Portable Fire Extinguishers

6.2.3 NFPA 30, Flammable and Combustible Liquids Code

6.2.4 NFPA 30A, Motor Fuel Dispensing Facilities

6.2.5 NFPA 70, National Electrical Code

6.2.6 NFPA 77, Recommended Practices on Static Electricity

6.2.7 NFPA 327, Standard Procedures for Cleaning or Safeguarding Small Tanks and Containers

6.2.8 NFPA 407, Aircraft Fuel Servicing

6.2.9 527 CMR 9.00, Commonwealth of Massachusetts, Board of Fire Prevention Regulations, Tanksand Containers.

6.2.10 UL 2085, Insulated Secondary Containment Aboveground Tanks

6.2.11 UL 142, Steel Above Ground Tanks for Flammable and Combustible Liquids

6.2.12 STI F941, Thermally Insulated Aboveground Storage Tanks

6.2.13 Air Transport Association of America, Specification 103, Jet Fuel Quality Control at Airports

6.2.14 American Petroleum Institute (API) Standards

6.2.15 Petroleum Equipment Institute (PEI) Standards

6.2.16 FAA Advisory Circular 150/5230-4, Aircraft Fuel Storage, Handling, Training, and Dispensingon Airports

6.2.17 Occupational Safety & Health Administration (OSHA)

Page 24: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-6-2

6.2.18 Town of Barnstable, applicable regulations

6.2.19 All other local, state, and federal codes applicable to above ground aviation fuel storage facilities.

ACCEPTABLE MANUFACTURERS

6.3.1 The tank manufacturer shall be a member of the Steel Tank Institute with at least 5 years ofproven experience in the fabrication of above ground double wall steel tanks similar to those described inthis specification.

6.3.2 The tank manufacturer must demonstrate that (s)he has an established program for fabricating,inspecting, testing, and labeling above ground tanks suitable for installation in the Commonwealth ofMassachusetts.

6.3.3 The tank manufacturer must have a proven track record of not less than five years of designingand manufacturing aviation fuel storage equipment of the types and sizes described in this specification.

SUBMITTALS

6.4.1 The Contractor shall be required to provide all of the following once the contract has been fullyexecuted:

a. Three (3) copies of evidence that the proposed tank manufacturer meets the requirements ofSection 6.3.

b. Three (3) copies of the manufacturer’s shop drawings for the tanks showing all criticaldimensions, the location of all nozzles, manways, fittings, ladders, and specified accessories.

c. Three (3) copies of the manufacturer’s catalog literature describing the tanks and the specifiedaccessories.

d. Three (3) copies of operating and maintenance manuals, parts lists, instruction sheets, factory testresults, and other literature. The manuals shall be in a 3-ring binder and developed into suitable setsof manageable size.

e. Three (3) copies of the manufacturer’s rigging, installation, and operating instructions.

f. Three (3) copies of the manufacturer’s warranty.

LOADING CONDITIONS

6.5.1 The tanks shall meet the following design criteria:

a. Internal pressure: The primary and secondary tanks shall be designed to withstand a 5 PSIGpneumatic pressure test with a safety factor of 5 to 1. The primary and secondary tanks shall be testedat the manufacturing facility before they are delivered. Manufacturer shall submit writtendocumentation of the successful tests.

Page 25: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-6-3

b. Seismic design: The tanks, their supports, and their anchoring system shall be designed inaccordance with the latest edition of the Massachusetts Building Code.

c. Wind loads: The tanks, their supports, and their anchoring system shall be designed in accordancewith the latest edition of the Massachusetts Building Code.

d. The tanks shall be designed to support all specified accessory and equipment including internalfloating suctions, drop tubes, ladders and external piping, walkways, and ladders when installed inaccordance with the manufacturer’s recommendations and limitations.

PRODUCT STORAGE/DESIGN REQUIREMENTS

6.6.1 The tanks shall have a gross capacity of 20,000 gallons each.

6.6.2 The tanks shall be capable of storing liquids with specific gravities up to 1.0.

6.6.3 The tanks shall be capable of storing jet fuel, diesel fuel, or gasoline at ambient temperatures.

6.6.4 The tanks must be above ground tanks with flat heads, butt weld, carbon steel, non-pressure, non-vacuum type, with secondary/containment structure Type II, and shall consist of a secondary tankencompassing the primary tank (double wall).

6.6.5 The primary tank and secondary containment tank shall be constructed in accordance with UL142 Specifications and Steel Tank Institute standards for double-walled tank.

6.6.6 The tank shall be constructed of a minimum of ¼-inch thick steel, butt weld construction. Thetank interior bottom welds at each seem shall be ground smooth 12 inches in each direction from the tankbottom to eliminate any potential collection points for water or debris.

6.6.7 The secondary containment structure shall be UL 142 listed, and shall be capable of providingcontainment for a minimum of 110 percent of the primary tank capacity. The secondary containmentstructure shall be constructed of minimum 3/16-inch thick steel.

NOMINAL CAPACITIES AND DIMENSIONS

6.7.1 Nominal capacity and dimensions of the tanks shall be as follows:

a. Nominal gross capacity shall be 20,000 gallons.

b. Nominal outside diameter of the outer tank shall be 10’-6”.

c. Nominal overall length of the outer tank shall be approximately 34’-7”.

INTERNAL AND EXTERNAL COATINGS

6.8.1 All exterior surfaces of the tank shall be blasted per SSPC-SP6 and painted with one coat of anepoxy primer and two coats of white weather-resistant, acrylic enamel paint. All coatings shall be appliedin strict accordance with the manufacturer’s written application instructions.

Page 26: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-6-4

6.8.2 All interior surfaces of the tank shall be blasted per SSPC-SP10 and finished with an epoxycoating compatible with AvGas and Jet A fuel. The interior liner finish shall consist of a two-cost systemapplied to thickness of 5 mils dry per coat, final coat to be white to off-white in color. All coatings shallbe applied in strict accordance with the manufacturer’s written application instructions.

TANK ACCESSORIES AND TRIM

6.9.1 Drop Tubes. Fill nozzles for each tank shall be equipped with an internal 4” aluminum orstainless steel drop tube terminated with a flow diffuser. Drop tubes shall extend to within 6” of thebottom of the tank.

6.9.2 Floating Suctions. Suction nozzles for each tank shall be equipped with an internal 4” aluminumor stainless steel floating suction designed for jet fuel service. Each floating suction shall be equippedwith a position indicator to permit operating personnel to check the position of the floating suction.Position indicators shall be easily readable by operating personnel from ground level.

6.9.3 Openings. Other than vents for aboveground tanks, the following openings shall be provided:

a. Cam lock fill pipe with hose fitting and dust cap for tank truck hook up.

b. 20-inch mesh removable baskets of Type 316 stainless steel, wire mesh screen. Pressure drop forclean strainer shall not exceed 3 psig at design flow rates.

c. Manual tank valves, fire rated.

d. 150# flanged ductile iron, emergency fire valve.

e. 150# flanged ductile iron, overfill/check valve.

6.9.4 Nozzles. Fill, suction, and vapor return nozzles shall be flanged. All other nozzles may bethreaded or flanged. Flanged nozzles shall be terminated with ANSI Class 150 raised face steel flanges.The vapor return nozzle shall be closed with an ANSI Class 150 blind flange. All flanged and threadednozzles shall be of a material consistent with the requirements of the U.L. label. Sizes and locations of allflanged and threaded nozzles shall be shown on the shop drawings.

6.9.5 Manways. Each tank shall have two 24” I.D. flanged manways. Manway sizes and locations ofmanways shall be shown on the shop drawings. Manways shall be furnished with U.L. listed covers,gaskets, and bolts. Internal surfaces of manway covers shall be coated with the same white coatingspecified for the internal surfaces of the tank.

6.9.6 Ladders. Each tank shall be fitted with at least one internal ladder. Ladder locations shall beshown on the shop drawings. Ladders shall be aluminum or stainless steel. Bolting for ladders shall bestainless steel.

6.9.7 Gauge Plates. Tank manufacturer shall provide gauge plates on the interior of the primary tankunder the openings for all manways, internal ladders, gauging hatches, and the landing points for floatingsuctions. Gauge plate dimensions and locations shall be shown on the shop drawings.

Page 27: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-6-5

6.9.8 Gauging Hatches. Each tank shall be equipped with a separate 3” gauging hatch with a suitableclosure to permit manually gauging the tanks.

6.9.9 Level Gauges. Each tank shall be equipped with a mechanical level gauge designed for jet fuelservice. Level gauges shall be easily readable by operating personnel from ground level.

6.9.10 Calibration Charts. Contractor shall supply three (3) copies of the manufacturer’s tankcalibration chart for each tank. Calibration charts shall be designed to account for gauge nozzle locationsand tank installation slope.

6.9.11 Overfill Prevention System. Each tank shall be equipped with an overfill prevention systemdesigned to activate visual and audible alarms when the tank is 90 percent full and shutdown the pump inthe jet fuel pumping and filtering system when the tank is 95 percent full. Locations of overfill preventionlevel instruments and activation levels shall be shown on the shop drawings.

6.9.12 Pressure/Vacuum Vents. Each primary tank shall be equipped with a pressure/vacuum vent.Pressure/vacuum vents shall be for minimum product fill and withdrawal rates of 250 GPM.

6.9.13 Emergency Vents. Independent emergency vents shall be provided for the primary andsecondary tanks.

6.9.14 Lifting Lugs. Manufacturer shall provide lifting lugs on all tanks. Lifting lugs shall be designedto withstand the shipping weight of the tanks with a safety factor of 3 to 1.

6.9.15 Labels. U.L. labels and all other labels required meeting federal, state, and local regulations forabove ground storage tanks in the Commonwealth of Massachusetts shall be permanently attached to thetanks by the manufacturer. The tanks shall be appropriately marked on all sides, according to the productstored in the tank such as “JET-A”, and marked with all safety decals, the marking shall comply with theState Fire Marshall’s requirements and NFPA as they pertain to the system.

6.9.16 Explosion-Proof Solenoid Valve. The solenoid shall prevent the siphoning of product in theevent of failure of connected piping or components in accordance with NFPA 30A, Part 4.2.4. Thesolenoid valve shall not be energized, except when the fuel pump is on. All soft seal parts of the solenoidvalve shall be of Viton, or approved equal. If the solenoid valve was to fail, it shall fail in a position thatwill prevent the fuel in the tank from being siphoned or pumped from the tank.

6.9.17 Check Valve. Provide check valve in the suction piping.

6.9.18 Operating Vent. An operating vent shall be provided on the top of the aboveground fuel storagetank extending 12 feet above the ground level. The vent shall conform to the requirements of NFPA 30Article 4.2.5 Design of Tank Vents and suitable for the respective fuel type.

6.9.19 Spare Tank Port. Contractor to include a spare tank port, four inch, to accommodate a tankmonitoring system level probe system (Veeder-Root or equal).

6.9.20 Interstitial Monitoring. Provide a gauge to monitor the interstitial. Should a leak occur in theprimary tank, it shall be quickly noted in the non-mechanical sight gauge. Provide an interstitial vacuumtest port located on the top of the tank, conforming to the applicable sections of NFPA 30.

Page 28: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-6-6

6.9.21 Water Colleting Sump. A water collecting sump pumping and piping system with ant-siphonvalve and a lockable ¾-inch valve ¾” aluminum “pick-up pipe” shall be installed in the tank and extend¼” from the bottom of the tank through an outlet above the maximum fill level and down the rear of thetank. A hand operated sump pump shall be positioned to operate from ground level and be capable ofpulling the fuel from the sump pipe bottom of the tank and discharging the sample into a sample bucketplaced on the pavement at the tank rear.

6.9.22 Electric Wiring in Conduit. The systems shall arrive pre-wired with conduit stub-outs forconnection to power supply on site. The system shall have conduits for power and modem/pulsar andwiring to dispensing pump. All electric wiring associated with the system shall be in galvanized rigidsteel conduit in accordance with the Chapter 5, Articles 500, 501, 514, and 515 of the NFPA 70, NEC.System shall have conduits for power and modem/pulsar and wiring to dispensing pump.

6.9.23 Lifting Lugs. Provide for handling and installation.

6.9.24 Ladders and Cat Walk. OSHA compliant, stair and catwalk system as shown on the shopdrawings for access to the tanks and provide access to the tank manual gauge port and floating suction testmechanism.

LEAK DETECTION SYSTEMS

6.10.1 Each tank shall have a continuously monitored leak detection system designed to detect leaks inthe inner tank. The tank manufacturer shall be responsible for the design of the entire system. The systemmust be able to monitor a minimum of five tanks. All components of the system, except for field wiringand conduit, shall be furnished by the tank manufacturer.

6.10.2 The tank manufacturer shall furnish a single local panel to continuously display the status of theleak detection systems in all of the storage tanks. For each tank, the system shall provide clear and easilydiscernable indication of: 1) normal operation, 2) leak detection, and 3) system malfunction. Visual andaudible alarms shall be provided on leak detection and system malfunction. The leak detection systemmust be able to wirelessly transmit information back to the Airport Manager’s office concerning the statusof the system.

6.10.3 The monitoring and control panel shall include provision for testing all system components forproper operation in any of the tanks.

6.10.4 All field mounted components and wiring for the system shall be suitable for outdoors installationin a Class 1, Division 1, Group D hazardous locations.

TANK MANUFACTURER’S FIELD SERVICE TECHNICIAN

6.11.1 Contractor shall include in his bid an allowance for up to three (3) days of onsite service by thetank manufacturer’s field service technician. This item shall include all travel, subsistence, and lodgingexpenses for said technician.

6.11.2 The services of the tank manufacturer’s field service technician are required for the following:

a. Inspection of the tanks following their delivery to the site for possible shipping damage.

Page 29: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-6-7

b. Assure that the tanks are set in accordance with the manufacturer’s instructions andrecommendations.

Assist the installation Contractor with the commissioning of the tank leak detection system, accessories,and instrumentation.

TANK MANUFACTURER’S WARRANTY

6.12.1 The tank manufacturer shall warrant in writing that, when properly installed in accordance withhis instructions:

a. The tanks will meet his published specifications and will be free of defects in materials andworkmanship for a period of one (1) year following the date of the final inspection.

b. The tanks will not fail from external corrosion for a period of ten (10) years following the date ofthe final inspection.

c. The tanks will not fail from internal corrosion for a period of ten (10) years following the date offinal inspection provided the tanks are used solely for the storage of jet fuel, diesel fuel, kerosene,aviation gasoline, gasohol (gasoline containing methanol or ethanol) or oxygenated gasoline (gasolinecontaining MTBE) at ambient temperatures.

PREPARATION FOR SHIPMENT

6.13.1 All tank openings shall be closed prior to shipment from the manufacturer’s fabrication facility.Manhole covers shall be bolted in place. Blind flanges or plastic flange covers will be installed on allflanged nozzles. Threaded steel or plastic plugs shall be installed in all threaded nozzles.

DELIVERY AND UNLOADING

6.14.1 The Contractor shall deliver the tanks to the Barnstable Municipal Airport in Hyannis,Massachusetts. The Contractor shall notify the Airport Manager of the scheduled delivery time at least 48hours in advance of delivery. Delivery shall be made during normal business hours.

6.14.2 The contractor shall be responsible for unloading the tanks. Unloading shall be done in strictaccordance with the tank manufacturer’s rigging and unloading instructions. Contractor shall provide allhoisting equipment, rigging gear, and chocking to unload and temporarily store the tanks.

6.14.3 The Airport Manager will make prior arrangements for a suitable unloading area. Such area shallbe reasonably level, clear, and readily accessible to trucks and heavy equipment.

METHOD OF PAYMENT

6.15.1 Payment for “Furnish and Deliver Jet Fuel Tanks” shall be made at the contract lump sum priceas part of the BASE BID or the ADD ALTERNATIVE #1. This shall include completed work asapproved by the Owner’s Engineer, providing the tank manufacturer’s field service technician, and shallbe full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary tocomplete the item.

Page 30: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-6-8

BASE BID price includes all costs associated with supplying and delivery of two (2) 20,000-gallon aboveground jet fuel storage tanks.

ADD ALTERNATIVE #1 price includes all costs associated with supplying and delivery of one (1)20,000-gallon above ground companion jet fuel storage tank.

Payment will be made under:

Project Item 6A - Supplying and delivery of two (2) 20,000-gallon above ground jet fuel storage tanks -LUMP SUM - BASE BID

Project Item 6B - Supplying and delivery of one (1) 20,000-gallon above ground companion jet fuelstorage tank – LUMP SUM - ADD ALTERNATIVE #1

END OF PROJECT ITEM 6

Page 31: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-7-1

PROJECT ITEM 7

FURNISH AND DELIVER JET FUEL PUMPING AND FILTERING SYSTEM

DESCRIPTION

7.1.1 This specification covers the purchase and delivery of one 300 GPM jet fuel pumping andfiltering system for installation at the Barnstable Municipal Airport in Hyannis, Massachusetts. Thesystem must be designed to operate in cold weather conditions.

7.1.2 The Contractor shall furnish, deliver, and unload the systems, complete with all specifiedaccessories, in accordance with this specification. Installation of the tanks is covered under Project Item 8.

APPLICABLE CODES AND STANDARDS

7.2.1 NFPA 1, Uniform Fire Code

7.2.2 NFPA 10, Standard for Portable Fire Extinguishers

7.2.3 NFPA 30, Flammable and Combustible Liquids Code

7.2.4 NFPA 30A, Motor Fuel Dispensing Facilities

7.2.5 NFPA 70, National Electrical Code

7.2.6 NFPA 77, Recommended Practices on Static Electricity

7.2.7 NFPA 407, Aircraft Fuel Servicing

7.2.8 527 CMR 9.00, Commonwealth of Massachusetts, Board of Fire Prevention Regulations, Tanksand Containers.

7.2.9 API 1529, Aviation Fueling Hose

7.2.10 API 1581, Aviation Jet Fuel Filter/Separators

7.2.11 American Petroleum Institute (API) Standards

7.2.12 Petroleum Equipment Institute (PEI) Standards

7.2.13 FAA Advisory Circular 150/5230-4, Aircraft Fuel Storage, Handling, Training, and Dispensingon Airports

7.2.14 Occupational Safety & Health Administration (OSHA)

7.2.15 Air Transport Association of America, Specification 103, Jet Fuel Quality Control at Airports

7.2.16 Town of Barnstable, applicable regulations

7.2.17 All other local, state, and federal codes applicable to above ground aviation fuel storage facilities.

Page 32: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-7-2

ACCEPTABLE MANUFACTURERS

7.3.1 The system manufacturer shall be a member of the Petroleum Equipment Institute with at least 5years of proven satisfactory experience in the manufacturer of aviation jet fuel pumping and filteringsystems similar to the one described in this specification.

7.3.2 The system manufacturer must have a proven track record of not less than five years of designingand manufacturing aviation fuel pumping/filtering systems of the types and sizes described in thisspecification.

SUBMITTALS

7.4.1 The Contractor shall be required to provide all of the following once the contract has been fullyexecuted:

a. Three (3) copies of evidence that the proposed systems manufacturer meets the requirements ofSection 7.3.

b. Three (3) copies of the manufacturer’s shop drawings for the system showing all criticaldimensions, and the locations of all piping and electrical connections.

c. Three (3) copies of manufacturer’s shop drawings for the pumps, motors, fuel hose, nozzle, hosereel with rewind system and control, lighting, etc.

d. Three (3) copies of manufacturer’s shop drawings for piping schematics.

e. Three (3) copies of the manufacturer’s instrumentation and electrical wiring diagrams andschematics. Confirmation that all electrical components are explosion proof, UL listed, ETL listed,and/or FM approved suitable for use with the respective fuel system hazardous location (Class 1,Division 1, Group D).

f. Three (3) copies of operating and maintenance manuals, parts list. Instruction sheets, factory testresults, and other literature. The manuals shall be in a 3-ring binder and developed into suitable setsof manageable size.

g. Three (3) copies of the manufacturer’s rigging, installation, and operating instructions.

h. Three (3) copies of the manufacturer’s warranty.

SYSTEM REQUIREMENTS

7.5.1 The jet fuel pumping and filtering system as a factory assembled and tested modular unitcomplete with pump, filter, meter, piping, valves, wiring, and all other specified components andaccessories. The system must be designed to operate in cold weather conditions.

7.5.2 The system shall be designed to unload tank trucks into storage through the filter separator at 300GPM, recirculate fuel from storage through the filter separator at 300 GPM, and load aircraft refuelingvehicles through the filter separator at 300 GPM.

Page 33: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-7-3

7.5.3 As per NFPA 407, piping valves and fittings shall be of metal suitable for aviation fuel service, anddesigned for the working pressure and mechanically and thermally produced structural stresses to which theycould be subjected and shall comply with ANSI B31.3. Cast-iron, copper, copper alloy, and galvanized steelpiping, valves, and fittings shall not be permitted. Fuel control/operating valves shall be ¼ turn butterfly stylerated at 250 psi Valve bodies and lugs shall be constructed of ductile iron with stainless steel stems (ASTMA-582, Type 416), copper bushings, and Viton seals.

7.5.4 The unit shall have three 4” flanged storage tank suction connections. Two of these connectionsshall be provided with a 4” Class 150, flanged ball valve and a 4” Class 150 check valve. The thirdconnection, to be used for the future installation of a third storage tank, shall be closed with a 4” Class150, blind flange.

7.5.5 The unit shall have three 4” flanged storage tank fill connections. Two of these connections shallbe provided with a 4” Class 150, flanged ball valve and a 4” Class 150 check valve. The third connection,to be used for the future installation of a third storage tank, shall be closed with a 4” Class 150, blindflange.

7.5.6 All valves shall be mounted between ANSI Class 150 flanges with rated working pressure of thevalve to be not less than 275 PSI, or threaded with 2000# rating. Butterfly valves shall have a ductile iron,full lug body, with drilled and tapped lugs, 316 ASTM stainless steel disc, stainless steel stem and 316ASTM stainless steel trim.

7.5.7 The pump shall be a sliding vane positive displacement type with mechanical seals and a built inrelief valve. The pump shall be a Blackmer GX or approved equal. A pump suction strainer shall beprovided. Pump motor shall be 208/230 volt, rated and labeled for installation in a Class 1, Division 1,Group D, hazardous location. The motor must be capable of operating the pumps from zero (0) to 120percent of design conditions with a combined pump and motor efficiency of not less than 60 percent.Exterior surfaces of pumps and base-plates shall be primed and surface cleaning must adhere torequirements of SSPC SP-5. Metal primer shall be zinc-rich paint conforming to specification MIL-P-24441 Type 1, Class 3, dry film thickness shall be two (2) to four (4) mils. Exterior topcoat shall befactory-applied and white in color.

7.5.8 The jet filter/separation shall meet the requirements of API 1581 with a minimum rated capacityof 300 GPM. Filter vessel shall be ASME code construction with a minimum design pressure of 150PSIG. Vessel shall be epoxy lined. Filter separator shall be equipped with a relief valve, drain sump andvalve, air eliminator, and a differential pressure gauge. Fuel inlet and outlet connections shall have aGammon Technical Products (GTP) Kit #5 (or approved equal) filter membrane (Millipore-type) test tapson the side, located upstream and downstream of the filter vessel. Filter sump shall be fitted with a sumpheater and controls suitable for winter operations in freezing weather.

7.5.9 The system shall include a positive displacement meter rated for a minimum of 300 GPMcomplete with a large numeral resettable register, present counter with a stop valve, a non-resettabletotalizer, and a calibrator for adjustment of accuracy.

7.5.10 The system shall include a 2.5” nominal diameter, 10’ long flexible hose with a dry break quickdisconnect coupling to match the bottom loading connections on the airport’s existing jet refueling trucks.Appropriate swivels shall be provided at each of the hose. Hose shall meet the requirements of API 1529.

Page 34: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-7-4

7.5.11 The system shall be equipped with an intrinsically safe deadman control handle with a 50’ longcord and spring rewind reel.

7.5.12 The system shall be equipped with a 50’ long plastic coated grounding cable and spring rewindreel.

7.5.13 The system shall be enclosed in an aluminum or stainless steel cabinet with lockable access doorsand appropriate provisions for maintenance access to the enclosed equipment.

7.5.14 The system shall be suitable for outdoor installation in a Class 1, Division 1, Group D, hazardouslocation.

7.5.15 The system shall include a starter for the pump, contactor for the sump heater on the filterseparator, and all required controls including pump shutdown on high level on any storage tank asdetected by the high level cutoff float switches in any storage tank. A bypass pushbutton shall be providedto allow operating personnel to bypass the float switches and run the pump while holding the buttondown. Control circuits shall be 120 volt, 1 phase, 60 Hz.

7.5.16 The system shall be equipped with an externally-mounted 75-gallon aviation sump Jet-A fuelrecovery device. This device shall be connected to the pumping/filtering system to allowed fuel removedfor testing to be pumped/filtered back into the tanks. The device will allow for the removal ofwater/debris from the fuel sample placed inside.

LABELS

7.6.1 Labels. U.L. labels and all other labels required meeting federal, state, and local regulations forfuel dispensing systems in the Commonwealth of Massachusetts shall be permanently attached to thecabinet by the manufacturer.

SYSTEM MANUFACTURER’S FIELD SERVICE TECHNICIAN

7.7.1 Contractor shall include in his bid an allowance for up to three (3) days of onsite service by thesystem manufacturer’s field service technician. This item shall include all travel, subsistence, and lodgingexpenses for said technician.

7.7.2 The services of the system manufacturer’s field service technician are required to assist theinstallation Contractor with the commissioning, startup, and testing of the system.

SYSTEM MANUFACTURER’S WARRANTY

7.8.1 The system manufacturer shall warrant in writing that, when properly installed and operated inaccordance with his instructions, that the system will meet his published specifications and will be free ofdefects in materials and workmanship for a period of one (1) year following the date of the finalinspection.

PREPARATION FOR SHIPMENT

7.9.1 All piping connections and openings shall be securely closed and protected prior to shipmentfrom the manufacturer’s fabrication facility. Flanged openings shall be closed with properly secured

Page 35: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-7-5

metal, plastic, or plywood covers. Threaded metal or plastic plugs shall be installed in all threadedopenings.

DELIVERY AND UNLOADING

7.10.1 The Contractor shall deliver the system to the Barnstable Municipal Airport in Hyannis,Massachusetts. The Contractor shall notify the Airport Manager of the scheduled delivery time at least 48hours in advance of delivery. Delivery shall be made during normal business hours.

7.10.2 The contractor shall be responsible for unloading the system. Unloading shall be done in strictaccordance with the tank manufacturer’s rigging and unloading instructions. Contractor shall provide allhoisting equipment, rigging gear, and chocking to unload and temporarily store the system.

7.10.3 The Airport Manager will make prior arrangements for a suitable unloading area. Such area shallbe reasonably level, clear, and readily accessible to trucks and heavy equipment.

METHOD OF PAYMENT

7.11.1 Payment for “Furnish and Deliver Jet Fuel Pumping and Filtering System” shall be made at thecontract lump sum price as part of the BASE BID. This shall include completed work as approved by theOwner’s Engineer, providing the system manufacturer’s field service technician, and shall be fullcompensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to completethe item.

Payment will be made under:

BASE BID LUMP SUM PRICE

END OF PROJECT ITEM 7

Page 36: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-8-1

PROJECT ITEM 8

INSTALLATION OF TANKS AND EQUIPMENT

DESCRIPTION

8.1.1 This specification covers the installation of two new above ground 20,000 gallon jet fuel storagetanks and the one new 300 GPM jet fuel pumping and filtering system (BASE BID) and the installation ofone new above ground 20,000 gallon companion jet fuel storage tank (ADD ALTERNATIVE #1) at theBarnstable Municipal Airport in Hyannis, Massachusetts. The new tanks and the new pumping andfiltering system will be furnished and delivered to the site under Project Items 6 and 7.

8.1.2 The Contractor shall coordinate his activities with the Airport Manager, or his designatedrepresentative, so as to minimize the impact of his work on the operations of the existing fuel farmimmediately adjacent to the site. The existing fuel farm, including the truck loading rack, must remain inoperation during the installation of the new tanks and equipment.

8.1.3 At least 60 days prior to the installation of the new fuel farm, the Contractor must prepare andsubmit the Application for Construction and Installation – Form FP-101 – from the Office of the StateFire Marshal. The completed application must include all required supporting documentation anddrawings. The Owner will assist the Contractor with the necessary coordination from representatives ofthe Barnstable Fire Department. The Contractor must certify to the Barnstable Fire Department thefollowing before they will approve the application:

They are a Massachusetts-licensed fuel tank installer – provide documentation.The proposed design complies with 502 CMR 5, 527 CMR 9, 780 CMR 8th edition, and NFPA 30(2003).

After the Barnstable Fire Department has approved the application, the Contractor will submit theapplication and associated supporting documents/drawings to the Office of the State Fire Marshal for theirreview and approval. The Contractor must pay all filing fees and provide the Owner with two copies ofthe completed application that was submitted to the State Fire Marshal. Upon receipt of the permit fromthe State Fire Marshal, the Contractor must provide the original to the Owner and keep a copy for the jobsite.

APPLICABLE CODES AND STANDARDS

8.2.1 NFPA 1, Uniform Fire Code

8.2.2 NFPA 10, Standard for Portable Fire Extinguishers

8.2.3 NFPA 30, Flammable and Combustible Liquids Code

8.2.4 NFPA 70, National Electrical Code

8.2.5 NFPA 77, Recommended Practices on Static Electricity

8.2.6 NFPA 407, Aircraft Fuel Servicing

Page 37: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-8-2

8.2.7 527 CMR 9.00, Commonwealth of Massachusetts, Board of Fire Prevention Regulations, Tanksand Containers.

8.2.8 Air Transport Association of America, Specification 103, Jet Fuel Quality Control at Airports

8.2.9 American Petroleum Institute (API) Standards

8.2.10 Petroleum Equipment Institute (PEI) Standards

8.2.11 FAA Advisory Circular 150/5230-4, Aircraft Fuel Storage, Handling, Training, and Dispensingon Airports

8.2.12 Occupational Safety & Health Administration (OSHA)

8.2.13 ASME B31.3, Process Piping

8.2.14 Town of Barnstable, applicable regulations

8.2.15 All other local, state, and federal codes applicable to above ground aviation fuel storage facilities.

SUBMITTALS

8.3.1 The Contractor shall furnish written proof that his onsite field supervisor has been trained in theproper installation of aboveground storage tanks and that the tank manufacturer’s warrantee will remainin full force if the installation is done under his supervision.

MANUFACTURER’S FIELD SERVICE TECHNICIAN

8.4.1 Contractor shall be responsible for coordinating the schedule of the tank manufacturer’s fieldservice technician to inspect the tanks following their delivery to the site for possible shipping damage,assure that they are properly set, and assist the Contractor in pressure testing and commissioning thetanks. Payment for these services will be made under Project Item 6.

8.4.2 The Contractor shall be responsible for coordinating the schedule of the pumping and filteringsystem manufacturer’s field service technician to assist in the commissioning, startup, and testing of thejet fuel pumping and filtering system. Payment for these services will be made under Project Item 7.

INSTALLATION CONTRACTOR’S SCOPE OF WORK

8.5.1 The installation Contractor shall provide all necessary materials, labor, equipment, tools, services,and other incidentals required to complete the work described in this specification to the satisfaction ofthe Owner’s Engineer. The Contractor’s scope of work includes, but is not limited to, the following:

a. Preparing and submitting the Application for Construction and Installation (Form FP-101) to theOffice of the State Fire Marshal at least 60 days before the start of construction.

b. Removal of existing fencing if and as required to permit access to the site.

c. Excavation required for installation of the single foundation for the new tanks and equipment, andthe new truck loading slab.

Page 38: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-8-3

d. Installation of the new reinforced concrete foundation for the new tanks and equipment, and thenew reinforced concrete truck loading slab.

e. Setting and pressure testing the new tanks.

f. Setting the new jet fuel pumping and filtering system.

g. Installation and testing of the piping and accessories for the new tanks.

h. Installation of the leak detection system for the new tanks.

i. Installation of new conduits and wiring for all power, instrumentation, and control wiring.

j. Installation of supports for new above ground piping.

k. Installation of new 4” schedule 40 welded steel aboveground fill lines from the pumping andfiltering system to each tank.

l. Installation of new 4” schedule 40 welded steel aboveground suction lines from each tank to thepumping and filtering system.

m. Pressure testing of all field fabricated piping.

n. Prime and finish painting of all field fabricated piping and structural steel.

o. Labeling of all tanks and field fabricated piping.

p. Installation of new fencing and gate and concrete-filled pipe bollards around the new tanks andthe new pumping and filtering unit.

q. Installation of new area lighting around the new tanks and the new pumping and filtering unit.

r. Commissioning and testing the tanks and the pumping and filtering unit.

INSTALLATION OF TANKS

8.6.1 Tank installation and testing shall be done in strict accordance with the tank manufacturer’sinstallation instructions and the plans and specifications.

8.6.2 The tanks shall be inspected for shipping damage by the Owner’s Engineer and tankmanufacturer’s field service representative, or his designated representative, prior to installation.

8.6.3 Contractor shall assure that all cranes and rigging are capable of safely handling the weight of thetanks. All rigging and hoisting shall be in done in strict accordance with the tank manufacturer’s rigginginstructions.

8.6.4 The Contractor shall pneumatically pressure test the inner and outer tanks. All pressure testingshall be done in strict accordance with the tank manufacturer’s written pressure testing procedures. Tankpressure tests shall be witnessed by the Owner’s Engineer.

Page 39: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-8-4

8.6.5 The tanks are to be installed with a slope of 1” in 10’ toward the thief pump end of the tanks.

INSTALLATION PUMPING AND FILTERING SYSTEM

8.7.1 The pumping and filtering system installation and testing shall be done in strict accordance withthe system manufacturer’s installation instructions and the plans and specifications.

8.7.2 The pumping and filtering system shall be inspected for shipping damage by the Owner’sEngineer and system manufacturer’s field service representative, or his designated representative, prior toinstallation.

8.7.3 Contractor shall assure that all cranes and rigging are capable of safely handling the pumping andfiltering system. All rigging and hoisting shall be done in strict accordance with the systemmanufacturer’s rigging instructions.

PIPING FABRICATION AND INSTALLATION

8.8.1 All field fabricated piping shall be in accordance with ASME B31.3.

8.8.2 All field fabricated piping shall be installed level or with a uniform slope towards the tanks unlessotherwise indicated on the drawings.

8.8.3 All field fabricated piping shall be pneumatically pressure tested. Test procedure shall be inaccordance with ASME B31.3. All piping to be pressure tested shall be isolated from the tanks during thetest. All welds and threaded connections shall be coated with soap solution visually inspected for leaks.All pressure tests shall be witnessed by the Owner’s Engineer.

8.8.4 All welding shall be in accordance with ASME B31.3. Contractor shall develop appropriate hotwork and welding safety procedures and submit same to the Owner’s Engineer for approval before anywelding will be permitted on or near the site.

PIPING MATERIALS

8.9.1 All carbon steel pipe shall be ASTM A53, Grade B, ERW or seamless. All welded pipe shall beSchedule 40. All threaded pipe shall be Schedule 80.

8.9.2 All carbon steel buttweld fittings shall be ASTM A234, Grade WPB.

8.9.3 All carbon steel socket weld or threaded fittings shall be forged steel per ASTM A105.

8.9.4 All carbon steel flanges shall be ASTM A105, Class 150, raised face, unless otherwise indicatedon the drawings. Flanges shall be weld neck, slip-on, socket weld, or threaded as indicated on thedrawings.

8.9.5 Bolts for carbon steel flanges shall be ASTM A193. Nuts shall be ASTM A563 heavy hex.

8.9.6 Flange gaskets shall be 1/16” or 1/8” thick material recommended by the manufacturer for jet fueland gasoline service.

Page 40: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-8-5

8.9.7 Thread compound shall be Rectorseal No. 5.

FIRE EXTINGUISHERS

8.10.1 As part of the commissioning of the new fueling system the contractor must provide two (2) ClassB fire extinguishers, providing a minimum rating of 40-B each. The extinguishers are to be mounted suchthat they are accessible within a maximum travel distance of 30 feet from the dispensing location. Fireextinguishers shall be UL-listed with UL listing mark for type, rating, and classification of extinguisher.

COMMISSIONING AND ACCEPTANCE TESTING

8.11.1 Contractor shall be responsible for commissioning and testing the completed installation. TheContractor shall notify the Airport Manager and the Owner’s Engineer at least 72 hours in advance of allcommissioning activities and acceptance tests.

8.11.2 All commissioning activities and acceptance tests shall be witnessed by the Owner’s Engineer.

8.11.3 The Contractor shall be responsible for assuring that the pumping and filtering systemmanufacturer’s field service technician is onsite during the commissioning, startup, and testing of thepumping and filtering system.

8.11.4 The Owner shall be responsible for supplying jet fuel in sufficient quantity to complete allspecified acceptance tests. The Contractor shall advise the Airport Manager of the approximate quantityof jet fuel required for acceptance testing.

8.11.5 Commissioning activities for tanks shall include, but are not necessarily limited to, the following:

a. Internal visual inspection of the tanks for cleanliness and the integrity of the internal epoxycoating. Contractor shall be responsible for cleaning the inside of the tank and repair of any and alldamage to or defects in the epoxy coating.

b. Final inspection of all floating suction assemblies for proper installation and operation.

c. Final inspection of all thief pump hardware located inside of the tanks for proper installation andoperation.

d. Final inspection of all tank level gauge hardware located inside of the tanks for proper installationand operation.

e. Final inspection of all high level float switch hardware located inside of the tanks for properinstallation and operations.

8.11.6 Commissioning activities for the pumping and filtering system shall include, but are notnecessarily limited to, the following:

a. Internal visual inspection of the filter/separator for cleanliness and the integrity of the internalepoxy coating. Contractor shall be responsible for the repair of any and all damage to or defects in theepoxy coating.

Page 41: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-8-6

b. Final inspection the filter/separator cartridges for proper installation.

c. Checking of pump motor for proper rotation.

8.11.7 Acceptance tests for the completed installation shall include, but are not necessarily limited to,the following:

a. Unload tank truck into storage through the filter/separator at 300 GPM.

b. Recirculate fuel from storage through the filter/separator at 300 GPM.

c. Load aircraft refueling vehicles through the filter/separator at 300 GPM.

d. Transfer fuel between tanks through the filter/separator at 300 GPM.

e. Proper operation of the high level alarms and high level shutdown switches while unloading tanktrucks or transferring fuel between tanks.

f. Proper operations of all local and remote emergency shutdown buttons and stations.

METHOD OF PAYMENT

8.12.1 Payment for “Installation of Tanks and Equipment” shall be made at the contract lump sum priceas part of the BASE BID or the ADD ALTERNATIVE #1. This shall include for completed work asapproved and accepted by the Owner’s Engineer, and shall be full compensation for furnishing allmaterials, labor, equipment, tools, and incidentals necessary to complete item.

BASE BID price includes all costs associated with supplying the required materials, parts, tools,equipment, labor, and incidentals necessary for installing, testing, and commissioning two (2) 20,000-gallon above ground jet fuel storage tanks and the one (1) jet fuel pumping and filtering system.

ADD ALTERNATIVE #1 price includes all costs associated with supplying the required materials,parts, tools, equipment, labor, and incidentals necessary for installing, testing, and commissioning one (1)20,000-gallon above ground companion jet fuel storage tank.

Payment will be made under:

Project Item 8A - Installing, testing, and commissioning two (2) 20,000-gallon above ground jet fuelstorage tanks and the one (1) jet fuel pumping and filtering system - LUMP SUM - BASE BID

Project Item 8B - Installing, testing, and commissioning one (1) 20,000-gallon above ground companionjet fuel storage tank - LUMP SUM - ADD ALTERNATIVE #1

END OF PROJECT ITEM 8

Page 42: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-9-1

PROJECT ITEM 9

REMOVAL AND DISPOSAL OF UNDERGROUNDAVIATION FUEL STORAGE TANK AND ASSOCIATED ITEMS

ADD BID ALTERNATIVE #2

9-0.1 The General Provisions of the Contract, including any supplementary conditions and projectrequirements, apply to the work specified in this Section.

DESCRIPTION

9-1.1 Description. This item of work shall include the removal and legal off-site disposal of one (1) –20,000 gallon fiberglass underground aviation Jet-A fuel storage tank with associated piping andappurtenances; pumping cabinet and concrete pad; observation well; excavation and disposal ofcontaminated soil as required; sheeting for protection of existing utilities and buildings; backfill; clean upand Massachusetts DEP permanent tank closure compliance requirements.

NOTE: The removal of the existing underground fuel storage tank and associated items will not bestarted until the new fuel farm is completely operational and accepted by the Owner. The ContractorMUST receive written authorization from the Owner prior to starting any work under this Item.

9-1.2 References. The publications listed below form a part of this specification to the extent referenced.The publications are referred to within the text by the basic designation only.

Massachusetts 527 CMR 9.00, Tanks and Containers

National Fire Protection Association (NFPA) 407, Standard for Aircraft Fuel Servicing

The Commonwealth of Massachusetts, Massachusetts Highway Department, Standard Specifications forHighways and Bridges, latest edition.

9-1.3 Meeting. The Contractor shall meet with the Owner and a representative from the Barnstable FireDepartment not less than fourteen (14) calendar days prior to the start of work under this specification.

9-1.4 Coordination. The Contractor must schedule and coordinate the removal of the existing fuel farmso that it doesn’t impact the operations at the new fuel farm.

MATERIALS

9-2.1 Backfill. Backfill shall meet the material specification of Massachusetts Highway DOTspecification Item M1.03.1, Processed Gravel for Subbase.

9-2.2 Concrete. Cement concrete shall meet the material specifications of Massachusetts Highway DOTspecifications Item M4.02.00, Cement Concrete, 3,000 psi 28-day compressive strength, ¾” maximumaggregate size.

9-2.3 Reinforcing Steel Bars. Reinforcing steel bars shall meet the material specifications ofMassachusetts Highway DOT specifications Item M8.01.0, Reinforcing Bars, strength and size as notedon the plans.

Page 43: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-9-2

CONSTRUCTION METHODS

9-3.1 Regulated Substance Transfer. Regulated substance transfer shall be performed in accordancewith applicable Massachusetts DEP regulations. The Contractor shall transfer the Jet-A aviation fuel inthe existing tank to the new Jet-A fuel tanks. This transfer shall occur when the new Jet-A fuel tanks arefully operational and the Contractor, on behalf of the Owner, has secured the necessary permits.

All sludge and waste in the existing Jet-A fuel tank shall be legally disposed of in accordance with stateand federal rules off-site by the Contractor.

9-3.2 Massachusetts DEP Advance Notification. The Contractor, on behalf of the Owner, shall notifythe Massachusetts DEP and the Barnstable Fire Department prior to existing tanks, dispensers andancillary piping removal in accordance with Massachusetts DEP’s Form UST FP-290R.

9-3.3 Certification. The Contractor shall be certified in underground storage tank decommissioning inaccordance with all applicable Massachusetts DEP regulations.

9-3.4 Safety and Testing Requirements. In addition to the safety plan requirements of the ContractGeneral Conditions, the Contractor shall also comply with the safety and testing requirements of allapplicable Massachusetts DEP regulations.

9-3.5 Permanent Closure. Permanent closure shall include removal of one (1) existing fiberglassunderground storage tank, dispenser, observation well, and ancillary piping. The Contractor shall complywith removal, assessment, screening and closure reporting requirements to the Owner as required inapplicable Massachusetts DEP regulations.

9-3.6 Department Notification. The Contractor shall coordinate all required notifications in accordancewith Massachusetts DEP’s and Barnstable Fire Department’s regulations.

9-3.7 Massachusetts DEP & Barnstable Fire Department Inspection. The Contractor shall coordinatethe inspection by Massachusetts DEP and representatives from the Barnstable Fire Department of the tankremoval site.

9-3.8 Documentation. The Contractor shall submit to the Owner in duplicate, documentation required byMassachusetts DEP and the Barnstable Fire Department. Documentation shall be submitted in a labeled3-ring binder.

9-3.9 Disposal. All contaminated soils, contaminated groundwater and components of the existingunderground storage tanks, dispenser, observation well, and ancillary piping shall be legally disposed ofoff-site in accordance with state and federal regulations.

9-3.11 Backfill. Backfill material shall be placed in the excavation and compacted in accordance withMassachusetts Highway DOT Specifications, Section 150 Embankment.

9-3.12 Protection. The Contractor shall provide all necessary sheeting and sheeting in order to protectand prevent the undermining of adjacent roadways, utilities, and buildings.

9-3.13 Installation of Reinforced Concrete Pavement. The Contractor shall install the new reinforcedconcrete pavement on top of the compacted backfill to the dimensions shown on the plans.

Page 44: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

TS-9-3

9-3.13 Clean Up. The Contractor shall remove all debris from and restore the site to pre-constructionconditions in a manner acceptable to the Owner.

METHOD OF MEASUREMENT

9-4.1 The work under this section shall be measured on the basis of the complete removal of the existingfuel system and the installation of the new reinforced concrete pavement in accordance with thespecifications as part of the ADD ALTERNATIVE #2. This shall include completed work as approvedby the Owner’s Engineer, and shall be full compensation for furnishing all materials, labor, equipment,tools, and incidentals necessary to complete the item.

BASIS OF PAYMENT

9-5.1 Payment shall be made at a contract lump sum price, as measured above, which price and thepayment thereof shall constitute full compensation for all labor, materials, equipment, incidentals andexpenses necessary.

Payment shall be made under:

Project Item 9 – Removal and Disposal of Underground Aviation Fuel Storage Tank and AssociatedItems – LUMP SUM – ADD ALTERNATIVE #2

END OF PROJECT ITEM 9

Page 45: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

Barnstable Municipal Airport 1 Construction of New Fuel Farm Facility

Technical Specifications

Most of the technical specifications for this project are based on the following:

The Commonwealth of Massachusetts, Massachusetts Highway Department, StandardSpecifications for Highways and Bridges, latest edition. The following sections within thesespecifications apply to this project:

Section Title120 Excavation140 Excavation for Structures150 Embankments170 Grading201 Basins, Manholes and Inlets230 Culverts, Storm Drains and Sewer Pipes401 Gravel Subbase405 Gravel Base Course420 Class I Bituminous Concrete Base Course, Type I-1476 Cement Concrete Pavement644 Chain Link Fence and Gates751 Loam Borrow, Plantable Soil Borrow, Processed Planting Materials, or Topsoil Rehandled

and Spread765 Seeding860 Reflectorized Pavement Markings901 Cement Concrete Masonry

In addition to these specifications, the following special project-specific specifications apply:

Project Item # Title1 Underground Power Cables2 Installation of Underground Electrical Conduit3 Aviation Fuel Farm Area Floodlighting4 Electrical Service5 Grounding6 Furnish and Deliver Jet Fuel Tanks7 Furnish and Delivery Jet Fuel Pumping and Filtering System8 Installation of Tanks and Equipment9 Removal and Disposal of Underground Aviation Fuel Storage Tank and Associated

Items

Page 46: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

Barnstable Municipal Airport 2 Construction of New Fuel Farm Facility

Structure of Bid Proposal:

The Barnstable Municipal Airport Commission (the Owner) wishes to structure the bids received for thisproject in a Lump Sum format with a Base Bid and two (2) Bid Add Alternatives. Therefore, the bidderneeds to understand that they must develop and submit a single Base Bid Lump Sum cost and an AddAlternative Lump Sum Bid #1 and an Add Alternative Lump Sum Bid #2 cost. These costs are to furnishall labor, materials, tools, equipment, transportation, permits, and incidentals necessary to complete theconstruction of the new fuel farm facility and the removal of the existing underground Jet-A fuel tankand associated pumping and piping equipment.

In general terms, the Base Bid and Add Alternative Bids contains the following scope of work:

Base Bid

Install new chain link fence and swing gate.Remove existing flood lights and poles.Re-stripe a portion of the existing auto parking lot.Supply and install new riser pole and electrical service to site.Supply and install new reinforced concrete pad to support new fuel storage tanks and providesecondary containment.Supply and install new reinforced concrete pad for truck offloading.Supply and install new catch basins and drainage pipe and connect into existing catch basin.Supply and install new concrete-filled steel bollards around new fuel storage tank pad.Supply and install additional new pavement to connect new fuel farm to surrounding pavedareas.Supply and install grounding grid around the perimeter of the new fuel storage tanks’ concretepad.Supply and install new LED pole mounted flood lights.Supply and install new electrical service to new fuel pumping and filtering system.Supply and install two (2) 20,000-gallons above ground double-wall jet fuel storage tanks.Supply and install one (1) jet fuel pumping and filtering system.Supply and install leak detection system within new tanks.Supply and install emergency shut-down system.Commission new tanks and dispensing/filtering pumping system.Remove portion of existing chain link security fencing.

Add Alternative Bid #1

Supply and install one 20,000-gallon above ground double-wall jet fuel storage tank.Connect new tank into the new fueling facility including the pumping/filtering system, groundinggrid, leak detection system, emergency shut-down system.

Page 47: PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1 … ATTACHMENT B Pro… · PROJECT ITEM 1 UNDERGROUND POWER CABLES DESCRIPTION 1-1.1 This item ... 1-2.3 Bare Copper Wire

Barnstable Municipal Airport 3 Construction of New Fuel Farm Facility

Add Alternative Bid #2

Installation of temporary construction fencing.Removal and offsite disposal of one existing 20,000-gallon underground aviation fueltank. Backfill area up to existing grade.Removal and offsite disposal of existing above ground fuel lines and associated piping.Removal and offsite disposal of existing fuel pump equipment and associated concretepad.Removal of existing electrical circuitry associated with the existing underground fueltank system.Removal and offsite disposal of existing chain link fence surrounding the existingunderground fuel tank system.Installation of a new reinforced concrete pad for refueler equipment parking.

Basis of Award:

The Owner has four possible options when awarding the contract for this project. The optionsare:

Award only the work covered under the Base Bid.Award the work covered under the Base Bid plus the work covered under AddAlternative #1.Award the work covered under the Base Bid plus the work covered under AddAlternative #1 and the work covered under Add Alternative #2.Reject all the bids submitted and not award any contracts.