Loading...
HomeMy WebLinkAboutContract 34844 CITY SECRETARY IQLJQLIJ CONTRACT NO. -3-48�4 The City of Fort Worth, Texas Physical Protection Systems Phase II Water Project No: P163-060163015140 Sewer Project No: P173-070173013142 January 9,2007 Presented by SIEMENS 8600 N. Royal Lane, Suite 100 Irving, Texas 75063011 �U rid N TV 8,l�t' 11rcU Contacts: David Althaus �, �' U� , f .. Chris Cabianca —�-- CMIGINAL We dont drive your business. We secure it. This proposal includes data that shall-riot be disclosed outside the City of Forth Worth,Texas and shall not be duplicated,used or disclosed in whole or in or any purpose other than to evaluate this proposal. CITY SECRETARY CONTRACT NO. SPECIFICATIONS AND CONTRACT DOCUMENTS FOR PHYSICAL PROTECTION SYSTEMS PHASE II Water Project No.:,P 1.63 - 060.163015140 Sewer Project No.:P173 - 070173013142 FOR THE CITY OF FORTH WORTH, TEXAS 2006 PSE pF F T 5� ► •• xqs s�E OF * •�' • *• C2 * ir• * .................S..IRRINKI• 84348 •:•a ....:........................ •••��••••••••••••••••:• 11MGtfAEL F.GRAVES V.K.GUPTA 90%I/c>:r�ss°'IQ .......................... ."9733 X106 f -••,�C,�+�c��0 Prepared By: CH2MHILL REV al ��EV c CH2MHII,I... V2Eli � 309 W. 7th Street, R Suite 1020 f�� ti1 �:� f �LG+�e Fort Worth,Tx 76102 � ORIGINAL (817) 870-1129 182239.T2.DP RJLY, 2006 M&C Request Review Page 1 of 3 VW TW VWs", F' Home I Council Agenda I M&C ! Employee Directory I Morning RepDrt I Ad5 I PRS J IT Online I Departments Print M&C COUNCIL ACTION: Approved on 12/19/2006 - Ordinance No. 17330-12-2006 & 17331-12-2006 & 17332- 12-2006 DATE: 12/19/2006 REFERENCE NO.: **C-21904 LOG NAME: 60SIEMENS CODE: C TYPE: CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of Contract to Siemens Building Technologies, Inc., for the Construction of the Phase II Security Improvements at Water Department Facilities and Adoption of Related Appropriation Ordinances RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of$209,350.00 from the Lake Worth Infrastructure Escrow Account to the Water and Sewer Operating Fund; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water & Sewer Operating Fund in the amount of$209,350.00; 3. Authorize the transfer of$209,350.00 from the Water & Sewer Operating Fund to the Water Capital Projects Fund; 4. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Project Fund in the amount of$209,350.00; 5. Authorize the transfer of$1,501,159.00 from the Water and Sewer Operating Fund to the Water Capital Projects Fund; 6. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of$1,501,159.00, from.available funds; and 7. Authorize the City Manager to execute a contract with Siemens Building Technologies, Inc. in the amount of$2,029,249.00 for the construction of the Phase If Security Improvements at Water Department Facilities. DISCUSSION: In November 2002, the Fort Worth Water Department completed a Vulnerability Assessment of its facilities in conformance with requirements set out in the Public Health, Security, and Bioterrorism Preparedness and Response Act of 2002. The Vulnerability Assessment identified areas where security measures should be enhanced at various Fort Worth Water Department facilities. These security mitigation and enhancement programs were then prioritized based on their risk reduction capabilities and organized into a multi-year improvement program. On January 4, 2005, CH2M Hill was awarded an engineering contract to develop plans and specifications for improvements identified as Priority 2 and 3 in the Vulnerability Assessment. These improvements are designed to increase security by providing a closed circuit camera (CCTV) system around the perimeter of Water Department facilities, card access controls at critical buildings and IT equipment rooms, and an intelligent video management system to better manage video data. http://www.cfwnet.org/council_packet/mc review.asp?ID=7065&councildate=12/19/2006 1/31/2007 M&C Request Review Page 2 of 3 In 2005 the Water Department was successful in securing a Law Enforcement Terrorism Prevention Program (LETPP) grant through the Department of Homeland Security in the amount of$318,740 to cover the cost of equipment and installation of an intelligent video management system at the North and South Holly Water Treatment Plants. The bid package for the Phase II Security Improvement Program included a base bid for improvements at North and South Holly, improvements at the Lake Worth Dam, and an equipment shelter to house the electronic equipment required for the CCTV and intelligent video management systems. Alternate bids included similar improvements at the remaining treatment plants and critical pump stations. In reviewing the bids, the decision was made to only award the base bid and delete the equipment shelter. Since the equipment shelter was sized to accommodate all of the electronic equipment necessary to operate the security systems at all of the Water Department facilities, it is not necessary to install it as part of this project. Electronic equipment required to support the base bid will be installed at existing Water Department facilities. Due to the security nature of this project, bidding was done in two phases. The first phase involved an invitation to pre-qualify. This notice went out on January 19 and January 26, 2006. On February 23, 2006 the pre-qualification forms were received and opened. Seven contractors' submitted forms and all seven were pre-qualified. On August 2, 2006 the pre-qualified contractors were mailed copies of plans and specifications. On September 7, 2006 the following bids were received: BIDDERS BASE BID EQUIPMENT SHELTER NET BID Siemens $3,258,546.00 $1,229,297.00 $2,029,249.00 ADT Security $3,656,182.00 $1,187,030.00 $2,469,152.00 Johnson Controls $3,666,719.00 $1,152,538.00 $2,514,181.00 The proposed contract with Siemens Building Technologies, Inc., will include the installation of a closed circuit TV system, card access at key buildings, and an intelligent video management system at the North and South Holly Water Treatment Facilities. It also includes a closed circuit TV system and an automated gate and card access system for the Lake Worth Dam. Siemens, Inc., is in compliance with the City's M/WBE Ordinance by committing to 82 percent M/WBE participation. The City's goal on this project is 30 percent. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval and completion of the above recommendations, and the adoption of the attached appropriation ordinances, funds will be available in the current capital budgets, as appropriated, of the Water Capital Projects Fund and the Grants Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1&2)PE45 444192 0601000 $209,350.00 1)PE45 240015 00000000 $209,350.00 2)PE45 538070 0609020 $209,350.00 3)PE45 538070 0609020 $209,350.00 3&41 5)PE45 538070 0609020 $1,501,159.00 P264 472045 601530023387 $209,350.00 5&6) 7)P264 541200 601530023387 $1,710,509.00 P264 472045 601530023387 $1,501,159.00 7)GR76 539120 002442071080 $318,740.00 4)P264 541200 601530023387 $209,350.00 http://www.cfwnet.org/council_packet/mc_review.asp?ID=7065&councildate=12/19/2006 1/31/2007 M&C Request Review Page 3 of 3 6)P264 541200 601530023387 $1,501,159.00 Submitted for City Manager's Office by. Marc Ott (8476) Originating Department Head: S. Frank Crumb (8207) Additional Information Contact: Paul Bounds (8567) ATTACHMENTS 60Siemens Rec 2.doc 60Siemens Rec 4.doc 60Siemens Rec 6.doc 60Siemens.Ord.pdf http://www.cfwnet.org/council_packet/mc_review.asp?ID=7065&councildate=l 2/19/2006 1/31/2007 ,. ADDENDUM NO. I Date: August 18,2006 TO THE CONTRACT DOCUNMENTS for the construction of Physical Protection Systems Phase II The City of Fort Worth,Texas To All Planholders and/or Prospective Bidders: The following changes,additions, andior deletions are hereby made a part of the Contract Documents for the construction of Physical Protection Systems Phase 11,dated July,2006,as fully and completely as if the same were fully set forth therein: SPECIFICATIONS 1. Part A-Invitation to Bid: Change bid opening date from"2:00 p.m.,on Thursday, August 24, 2006,°'to "2:00 p.m.,on Thursday,September 7,2406." 2. Part B-Bid Proposal: Replace the entire bid proposal with revised bid proposal (See Attachment-1). 3. Section 011108 I.O.D.2.: Delete existing paragraph and replace with" Intelligent Video Motion Detection System shop drawings shall be approved by the Engineer, the Contractor .�r shall purchase the equipment and submit the invoice to the Owner for payment by December 31, 2006." 4. Section 13320: Replace paragraph 2.05 with the following: 2.05 FIBER ENCLOSURES, PATCH PANELS A Manufacturers 1. CommSeope 2. No Approved Equal B. Enclosures: Suitable for rack andior wall mounting, comprised of internal mounting plate, cable holders, slack cable take up/organizer blocks.patch panels with connectors, and ground lugs as indicated. 1. Rack mounted fiber enclosure,4U shelf for fiber termination,panels ordered separately, 96 ST capacity: CommScope Part Number RFE- I,XD-EMT-BK/4U 2. hack mounted fiber enclosure, 1 U shelf for fiber termination. 24 multimode ST: CommScope Part Number RFF.-FXD-024-MFA-ST06 it l 182239.T2.BP August 18,2006 1 OF 8 ADDENDUM NO.1 I Rack mounted fiber enclosure, 1 U shelf for fiber termination,24 singlc-modc ST: CommScope Part Number RFE-FXD-024-SFA- ST06 4. Wall mounted fiber enclosure,top and bottom cable entry, four panel unit(panels ordered separately),24 ST capacity: CommScope Part Number WFE-EMT-BK/4P C. Patch Panels: Patch panels shall be suitable for multimode or single mode fiber. Patch panels shall be suitable for ST connectors. The patch panels shall be sized to handle the number of fibers indicated on the Drawings. All fibers shall be terminated in the patch panel and fully tested. No more than six connectors per panel so that there is room to grasp a connector without disturbing surrounding connectors. 1. Rack Mounted Fiber Enclosure(4U Shelf) a. For multimode fiber terminationtconnection use: Con=Scope Part Number RFE-PNL-006-MFA-ST06-BK/4U b, For single-mode fiber tcrmination/connection use: CommScope Part Number RFE-PNL-006-SFA-ST06-BK/4U PI) 2. Wall Mounted Fiber Enclosure a. For multimode fiber termination/connection use: CommScopc Part Number WFE-PNL-006-MFA-STU06-BK-BG b. For single-mode fiber termination/connection use: CommScopc Part Number WFE-PNL-006-SFA-STU06-BK- BL 5. Section 13311: Table 1331 IA—Change PowerWare 9125 part number 05146001-6501 to PW9125- 2000-2EBMS with Ethernet card. 6. Section 08710: Door hardware schedule for the following doors shall be revised as follows: Door Number: SH-W 1 2 EA DOOR CORD W/WIRE 788C-18 LOC I EA FIRE EXIT EL-RX CONVERSION KIT 626 VON ;,,k HARDWARE 7 182239.T2.BP AUGUST 18,2006 2 or.8 ADDENDUM NO.1 I EA FIRE EXIT RX CONVERSION KIT 626 VON HARDWARE 2 EA DOOR SWEEP C627A - LENGTH AS REQUIRED AL NGP I EA POWER SUPPLY PS873-2 GRY VON I CARD READER BY SECURITY UNK CONTRACTOR 2 EA DOOR POSITION DOOR POSITION SWITCH BY SECURITY 628 UNK SWITCH CONTRACTOR I POWER SUPPLY/TRANSFORMER BY UNK SECURITY CONTRACTOR 1 REUSE REMAINDER OF EXISTING UNK. HARDWARE Door Number:NH-W12,RH-W17,SH-W2, VC-W 1, VC-W2 I EA DOOR CORD W/WIRE 788C-18 LOC I EA FIRE EXIT EL-RX CONVERSION KIT 626 VON HARDWARE 1 EA POWER SUPPLY PS873-2 GRY VON 1 CART) READER BY SECURITY UNK CONTRACTOR 1 EA DOOR POSITION DOOR POSITION SWITCH BY SECURITY 628 UNK SWITCH CONTRACTOR 1 POWER SUPPLYri RANSFORMER BY UNK rt SECURITY CONTRACTOR 1 REUSE REMAINDER OF EXISTING UNK HARDWARE 7. Section 13120: Add paragraph 1.05 I. The roof system shall be reinforced EPDM membrane(60 mils thickness)applied per product recommendations. 2.03: The tornado raters door hardware shall be: 2 EA CONTINUOUS HINGE CFM—HD-SIZE&LABEL AS REQUIRED 628 PEM 2 EA EXIT DEVICE PEDS 361 -TYPE AS REQUIRED 626 SEC 2 EA IC CORE IC CORE EVEREST C145 626 SCH 2 EA IC CYL, SFIC IC CYLINDER -TYPE AS REQUIRED 626 SCH WITH CONST. CORE I SET ASTRAGAL 9605A-LENGTH AS REQUIRED AL NGP 2 EA SURFACE CLOSER 4111 SLUSH X MGT BRKT AS REQUIRED 689 LCN I SET SEALS 700SA(HEAD&JAMBS) AL NGP 2 EA DOOR SWEEP C627A-LENGTH AS REQUIRED AL NGP 1 EA THRESHOLD 613 -LENGTH AS REQUIRED AL NOP 2.07 B. Delete paragraph. Interior paint is not required. t 182239.T2.BP AUGUST 18,2006 3 of 8 ADDENDUM NO.l 2.08 A&B. Delete both paragraphs. 8_ Section 13700: Add paragraph 1.3 C. Existing Software House C-Cure 800 server is Model 20.This system can handle current expansion and no modifications are required as part of this contract. Add paragraph 1.3 D: Existing access control system panels at various sites are listed below: Village Creek: VC-S 1 —apCIL w/2 readers&18 VC-S2—apC/L w/2 readers&I8 VC-S3—iStar-8 w/2 readers North Holly: NH-S4—apC/L w/2 readers&I8 South Holly: SH-S3—apC/L w/2 readers&18 Eagle Mountain: EM-S 1 —iStar-8 w/2 readers Rolling Hills: RH-S3—apC/8X I wcigandtprox board with 4 readers All existing apOL access control panels at the treatment plants that are being modified shall be replaced with a new iStar-8 access control panel and the existing apCIL panels at the treatment plants shall be reused at the remote pump station sites. 9. Section 13701: 2. 2. Modify existing paragraph: All PTZ Cameras shall be Pelco Model: SD53CBW-PG-EO. All exterior fixed cameras shall be 03512-2LJAV5AK.All interior fixed cameras shall be ICS09B-CW-V39. 2.5.A.1. Modify existing paragraph: Remote site DVRs shall be Pelco DX8008-500 (8-channel,500 GB storage,rack mounted). Treatment plant site DVRs shall be DX8016-1000(16-input channel and 1-TB storage, rack mounted). 2.5.A.3. Add pragraph: Provide rack mounted tray for keyboard and mouse that comes with each DVR. 182239.T2.BP AUGUST 18,2006 4 of 8 ADDENDUM NO.I 2.5 AA. Add paragraph: Provide Pelco 17"LCD Monitor(PMCL317)with rack mount for the DVRs, 2.7 VIDEO DISTRIBUTION AMPLIFIER B. In addition to GE model specified,video distribution amplifier by Pelco Model CM9760-MDA is also acceptable. 2.12 UNINTERRUPTIBLE POWER SUPPLY(UPS) Replace with"C. Acceptable product:Eaton Powerware PW9125-2000 2EBMS and an Ethernet connection card." 10. SECTION 13702 2.3 Computer Server and workstations will be provided by the Owner.The Contractor shall provide the required software to make the system functional. Also, delete workstations and servers where shown on drawings CEM 18,FEM-5000, FRH-5000, FSH-5000 and FVC-5000. 11. The following specifications are added to the bid documents(Attachment-4): Section 16442:Motor Control Center 1 Section 16121:Medium Voltage Cable ^) Section 16275:Distribution Transformer Section 16441:Panel Boards Section 16340:Medium Voltage Metal-Enclosed Switch Gear Section 16135: Electrical—Exterior Underground Section 16130: Raceways and Boxes Section 16491: Low Voltage Surge Protective Devices Section 16490: Overcurrent and Short Circuit Protective Devices DRAWINGS I. FWS1000:4 pair cat 5e cable(plenum) Belden part number is 1585A. 2. EFWS 1001:Note 6: REFER TO DETAIL 8,EFWS-1002 FOR DUCT BANK DETAIL. FIowable concrete shall also have red dye. 3. FWS 5000: TI service will be ordered by the Owner. 4. EFCO-5000: Delete reference to detail 041FWS 9009 and any references to.drawing FWS-9008. 5. CEMO1:An additional sheet for Area 4 is not required. Paving and drainage work in Area 4 is being performed as part of the Eagle Mountain WTP Phase III improvements project, 182239.'1'2.BP AUGUST 18,2006 5 OF 8 ADDENDLN NO.1 which is currently under construction. For reference purposes,a portion of Area 4 is shown as hatched in the bottom right portion of the Site Plan shown on Sheet CEMOL 6. Paving and grading work is not required under this contract in the hatched area marked "By Others,"The paving and grading work in the hatched area is currently being performed as part of a separate Eagle Mountain Phase Ill improvements contract,which is currently under construction.The chain link fencing and double swing gate shown south of the new Eagle Mountain Main Entrance is not included in this work. This fence and gate is to be installed as part of the Eagle Mountain Phase III improvements,which is currently under construction.The Bidder is responsible for modifying the ends of the chain link fencing to tic into the ornamental fencing that shall be provided as part of this work.The Bidder shall also repair or replace any fencing that is damaged or must be removed as part of this work. 7.CEM 11: Notes: • Add note # 4, `Contractor shall relocate the guard station from its existing location at the current main plant entrance and install it at the location shown on the drawing. Contractor shall install the guard station in accordance with manufacturer's shop drawings and applicable regulatory codes. S.CEM 12: Nates: + Add note # 4, `Contractor shall relocate the guard station from its existing location at the current main plant entrance and install it at the location shown on the drawing. Contractor shall install the guard station in accordance with manufacturer's shop drawings and applicable regulatory codes. 9. FEM 7006: Provide card reader, door status switch,motion detector and electric strike on the door for EM Info Tech Room 309. 10. EFRH-5001:Delete reference to Detail 06,FWS-9003. 11. EFRH-5001 &EFRH 9001: RH-1.3 is a PTZ camera. 12. EFRH-9002: RH-L10 is a PTZ camera. 13. FSH 5001: Delete SH-E1 and replace with SH-Zl. 14: FSH-5002: Notes: • Add Note#6.Fiber patch panel SH-FDU2 shall be located next to the SH-Sl SCP shown on Drawing FSH-7001. 182239.T2.BP AUGUST 18,2006 6 of 8 ADDENDUM NO. I Add Note#7.Demarcation for Tl lines will be in Holly House.The 100 pair copper from demarcation point in Holly House to the Equipment shelter shall be terminated on a block in a rack. Coordinate with FWWD for the location of the rack in the Equipment Shelter.The 100 pair copper form the Equipment Shelter to the SCADA Building shall be terminated on a block next to the existing block in SCADA Equipment Room. 15. FSH 7002:Note 2:The fiber optic receivers for the cameras located in the Network room along with DVRs and Ethernet Switch located in the SCADA equipment room in the SCADA Building,need to be relocated to the new Equipment Shelter and reconnect the system to be functional. Coordinate with the FWWD for downtime. 16. EFSH-5002,EFSH-5005,EFSH-7043: Camera SH-L3 is a PTZ camera(ceiling mount) located in the new Equipment Shelter. 17. EFSH 5004: Add two more 2"conduits in the duct bank from the Equipment Shelter to the SCADA Building. 18. EFSH-5045: a. Provide two extra smoke detectors in the New Equipment Shelter room. b. Provide door status switches "DS"and electric lock"EL'to the equipment shelter room. c. Provide 120V power for fire suppression system. 19. EFNH-5005:Replace existing drawing with the attached new drawing(Attachment-3). 20. EFSH-5004: Replace existing drawing with the attached new drawing(Attachment-3). 21. EFSH-5006: Replace existing drawing with the attached new drawing(Attachment-a'). 22. EFSH-7004: Replace existing drawing with the attached new drawing(Attachment-3). 23. EFSH-5007:Mote 2: Approximate quantity of 1"SCH 84 PVC:to provide water for dehumidifiers from the nearest water source is 1000 feet. All the exposed pipe shall be insulated. 24. EFSH 5008: Add Note 1: Contractor shall provide a Modic:on PLC(Momentum with 16 D1)to monitor and provide status of the following alarms: Utility power failure. Generator status, HVAC units status and smoke detector alarms.This PLC: shall be integrated with FWWD's existing SCADA system and all the alarms shall be displayed in the SCADA building. 182239.T2.BP Aucius7r 18,2006 7 OF 8 ADDENDUM NO.1 25. EFSH-7000: Note 1 refers to camera SH-L2.For further explanation see Notes 6&7 on Drawing FSH 7000. 26. EFSH-7002: Replace Note 1:Contractor shall relocate the existing rack with DVRs and Ethernet Switch to the new Equipment Shelter. 27. EFVC-7008: Add 12 strand multimode fiber in a 2"conduit between the new fiber patch panel and the existing fiber patch panel in the supervisor's office.Approximate quantity 200 feet. 28. EFSH-7003: Delete SH-El, 29. FST-7000: Note 6: Scope in this contract includes only adding status switches on the existing gates. Contract does not include replacing the gates. 30. FWS 9006 Detail 4: Cameras shall be mounted on new 4"fence posts that are rated for camera mounting,the chain link fence fabric shall be tied to the new posts.The existing fence posts and concrete shall be removed and new fence post with 10"diameter concrete base shall be installed. GENERAL 1. See Attachment-2 for the prebid meeting attendee list. 2. Half-size drawings can be ordered from CH2M HILL for 5200/set. Half-Sire drawings are not to scale. Only full size drawings shall be used for quantity take off. 3. The Contractor is only responsible for providing a hard copy of as-built drawings with redlines indicating field changes. 4. Part C-General Conditions:C5-5.6: Field office for the Engineer is not required. C7-7.1 is not applicable on this Contract. 5. Oscar Renda has a concrete plant on site at the Eagle Mountain WTP and their contact information is: Oscar Renda Contracting;Attn: Frank Renda,Vice President 522 Benson LaneRoanoke,TX 76262;Phone: 817491-2703;Fax: 817-491-1627 All Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 in the Proposal or by submitting the Addendum with the bid package. Proposals submitted without acknowledgment or without this Addendum will be considered informal. C112M HILL S. IRW4WI Sam Irrinki,P.E. �t.....9434s. .....=�• Project Manager '°� �!e�,�s0111 END OF SECTION J � 182239.T2.BP AL;Gus-r 18,2006 8 of 8 ADDENDUM No. E ADDENDUM NO.2 Date: August 25,2006 TO THE CONTRACT DOCUMENTS for the construction of Physical Protection Systems Phase II The City of Fort Worth,Texas i To All Planholders and/or Prospective Bidders: The following changes,additions,and/or deletions are hereby made a part of the Contract Documents for the construction of Physical Protection Systems Phase II,dated July, 2006,as fully and completely as if the same were fully set forth therein: SPECIFICATIONS 1. Part C-General Conditions: C5-5.6: The contractor shall have a separate electric meter and responsible for temporary power if the contractor wants to have their construction trailer on site. Contractor's staging area is available on the North Holly WTP site and there is a TXU power pole available for temporary power connection. 2. The Contractor shall refer to Part C-General Conditions-05-5.11 for substitute materials or equipment.After reviewing the shop drawings submitted by the Contractor,if the substitute materials or equipment is not accepted by the Engineer and the Owner,the Contractor is responsible for providing the specified product at the bid price without ^ ) additional compensation from the Owner. 3. Section 13320:Provide two rack mounted enclosures and patch panels for 24 multimode fiber one at North Holly Caustic Building and second at South Holly Chemical Building. 4. The following specification is added to the bid documents(Attachment-1): Section 16750: Fire Alarm and Releasing System DRAWINGS 5. FNH 7000: The North Holly Caustic Flouride Building is located between the High Service Pump Station and the Department of Engineering Building.The door status switches NH-W15 and NH-W16 are for the front and backdoors of the North Holly Caustic Flouride Building. 6. EFNH5005: • Modify conduit tag number"1100"from 12 strand multi mode fiber to 24 strand multi mode fiber from the North Holly Caustic Flouride Building to the North Holly Administration Building. • Modify conduit tag number"601"from(2)2"conduit to(4)4"conduit. i The tag number for 12 multi mode fiber between the existing Patch Panel NHPLC-6 in the North Holly High Service Pump Station and the existing patch panel in the North Holly Caustic Flouride Building shall be"1101". 182239.T2.BP August 25,2006 1 OF 2 ADDENDUM NO.2 i ,. • There is no existing fiber or conduit between the North Holly Chlorine Building and the North Holly Administration Building. 7. EFSH 7004: • Refer to partial site plan drawing scale 1"=50' - 0". Since full size drawings were not provided,the approximate length from the new switch section to the 750 kva pad mount transformer is 850 ft. 8. EFVC 7010: • Add/modify wire tag number table: 999A: 60 strand multi mode(MM)and 12 strand single mode(SM)and 980A:60 strand multi mode(MM)and 12 strand single mode (SM) GENERAL 9. Addendum No.I Item 17:Replace with the following"Provide four(4)4"conduits between the New Equipment Shelter and the SCADA Building as shown in the revised Drawing EFSH-5004. 10.Electronic files of the Engineer's AuotCAD drawings will not be provided to the Contractors. All Bidders shall acknowledge receipt and acceptance of this Addendum No. 2 in the � ) Proposal or by submitting the Addendum with the bid package. Proposals submitted without acknowledgment or without this Addendum will be considered informal. CH2M HILL Sam Irrinki,P.E. Project Manager END OF SECTION y��tB OF T�x9s **r � •.,fir* S�IRRINKI• ..:.. .............I... q: 84348 �SS�ONAL ti 'V i } i i 182239.T2.BP AUGUST 25,2006 2 OF 2 ADDENDUM NO.2 i r APPENDIX A 'O 0 . c v c ~ v � h r-a a z 44 .'' 0 v SECTION 00020—CONTRACT DOCUMENTS TABLE OF CONTENTS Pages Part A Noticeto Bidders .......................................................................................................... I Special Instructions to Bidders............................. .......................................................... 6 Part B Proposal .......... ............................................................................................... 4 MWBE Section MWBESpecifications.......................................................................................... 1 MWBEUtilization Form ............ .......................................................................... 4 MWBE Prime Contractor Waiver Form................ ............................................... 1 MWBE Good Faith Effort Form................. .......................................................... 3 MWBE Joint Venture Eligibility Form................................................................... 3 MWBE Enterprise Ordinance Attachment 1....................................................... 19 Part C General Conditions ........................................................................................... 58 Part CS Supplementary Conditions ................................................................................ 12 Part D SpecialConditions ............ ............................................................................... 17 WageRates ........................................................................................................ 1 Part E TECHNICAL SPECIFICATIONS DIVISION 01 —GENERAL REQUIREMENTS 01000 General Technical Requirements...................01000-1 01000-10 01001 General Construction Requirements...............01001-1 01001-21 01110 Summary of Work.......................................01110-1 01110-1 DIVISION 02— SITEWORK 02200 Earthwork....................................... ......02200-1 02200-8 02270 Sedimentation.............................................02270-1 02270-3 02271 Riprap......................... ........02271-1 02271-3 02535 Pavement...................................................02535-1 02535-3 02820 Fences and Gates................................... ....02820-1 02820-10 02931 Seeding........................ .......................................02931-1 02931-4 DIVISION 03 —CONCRETE 03100 Concrete formwork....................... ......... .........03100-1 - 03100-5 03200 Concrete Reinforcement...................................03200-1 - 03200-5 182239.T2.DP CONTRACT DOCUMENTS TABLE OF CONTENTS Physical Protection Systems Phase 11 PAGE 00020-1 SECTION 00020 — CONTRACT DOCUMENTS TABLE OF CONTENTS 03250 Concrete Joints and embedded items....................03250-1 - 03250-3 03300 Concrete.....................................................................03300-1 - 03300-13 03450 Precast Concrete Traffic Barriers...............................03450-1 - 03450-3 DIVISION 04 THROUGH 7 — NOT USED DIVISION 08 — DOORS AND WINDOWS 08710 Door Hardware.............................................08710-1 - 08710-12 DIVISION 09— FINISHES— NOT USED DIVISIONS 10 THROUGH 12 — NOT USED DIVISION 13 13120 Precast Concrete Building ................................13120-1. - 13120- 6 13311 Network Equipment.........................................13311-1 . - 13311-6 13320 Fiber Optic Communications Systems.................13320-1 . - 13320-17 13700 Access Control System....................................13700-1 - 13700-12 13701 CCTV Surveillance System.............................. 13700-1 - 13701-9 13702 Intelligent Video Management System.................13702-1 - 13702-22 DIVISION 16— ELECTRICAL 16011 Basic Electrical Construction Materials $ Methods 16011-1 - 16011-17 16230 Standby Generator Set....................................16230-1 - 16230-14 16496 Low Voltage Automatic Transfer Switch.......... ... 16496-1 - 16496-6 16730 Uninterruptible Power Switch System..................16730-1 - 16730-11 DIVISION 17 — INSTRUMENTATION — NOT USED Part F InsuranceForm .................................................................................................... 1 WorkersComp Form............................................................................................. 1 PerformanceBond ................................................................................................ 2 PaymentBond....................................................................................................... 2 Maintenance Bond ....................................................... .. 2 Part G Contract ............................................................................................................ 2 Part H Construction Drawings (Bound Separately) .......................................................... Appendix A Project Sign 182239.T2.DP CONTRACT DOCUMENTS TABLE OF CONTENTS Physical Protection Systems Phase 11 PAGE 00020-2 PART A NOTICE. TO BIDDERS PART A—INVITATION TO BID Sealed proposals for the furnishing of all labor, materials, equipment and all necessary for construction of the Physical Protection Systems Phase II,Water Department Project Number P163 — 0601 6301 51 40 and sewer project number P173 - 070173013142, addressed to Purchasing Manager of City of Fort Worth,Texas,will be received until 1:30 p.m. on the date of the bid opening, at the Office of the Purchasing Manager, City of Fort Worth, located in the lower level of the Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. The bids will be publicly opened and read aloud in the City Council Chambers at: 2:00 PM, August 24, 2006 The project includes access control and CCTV surveillance systems at 13 sites. Special Contract Documents, including plans and detailed specifications, have been prepared for this project and may be obtained from the office of CH2M HILL 309 W. 7th Street, Suite 1020, Fort Worth, Texas 76102, Phone number(817) 870-1129. One set of documents will be provided to prospective bidders for one hundred dollars ($100). The bid documents (drawings and specifications) shall be returned to CH2M HILL after bid opening. General Contract Documents and Specifications for the Water Department projects, dated January 1, 1978, with the latest revisions, also comprise a part of the Special Contract Documents for this project. A pre-bid conference will be held at 1:30 p.m., August 10, 2006,at the South Holly Water Treatment Plant Field.Operations Conference Room, 1608 11th Avenue, Fort Worth, Texas 76102. The City reserves the right to reject any and all Bids and waive any and all irregularities. No bid may be withdrawn until the expiration of ninety (90) days from the date the Bids are received. For additional information, please contact Sam Irrinki at CH2M HILL, Inc., at(972) 898-6512. Charles Boswell City Manager Martha Hendrix City Secretary A-1 SPECIAL INSTRUCTIONS TO BIDDERS (August 4,2003) 1. PREQUALlf'ICATION REQUIREMENTS. All contractors submitting bids, are required to be pre-qualified by the Fort Worth Water Department prior to submitting bids. This pre-qualification process will establish a bid limit based on technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable equipment schedule, names and addresses of each individual or business entity owning 10%, or more of the bidding entity,.and any other documents the Department may deem necessary, to the Director of the Water Department or his designated representative, at least seven (7) calendar days prior to the date of the opening of bids. a) COVER LETTER. The cover letter provided by the prospective bidder with the pre-qualification information must include the following information: • Contact person (for additional information) if other than individual who signed the cover letter • If the bidder intends to submit a bid within thirty (30) days from the date that the pre-qualification request is submitted to the City, a statement as to the project to be bid and the date that the bids are scheduled to be opened. b) FINANCIAL STATEMENT. The financial statement required shall have •�► been prepared by an independent certified public accountant or independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. C) EXPERIENCE RECORD. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in the work of both the same nature and technical level as that of the project for which bids are to be received. Experience must be on projects that were completed no more than 5 years prior to the date on which bids will be received. A minimum of three references must be included. References must include a contact person name, telephone number, project name and total cost, and type of work done (Utility contractor shall list pipe size and pipe linear footage). d) EQUIPMENT SCHEDULE. The prospective bidder shall list the equipment that the Contractor has available for the project and list the equipment that Contractor will rent as may be required to complete the project on which the Contractor submits a bid. A-2 The Water Department will review each pre-qualification submittal. From the financial statement, the maximum bid limit will be based on amount of liquid assets times 10. The expiration date for pre-qualification will be established as 15 months after the date-of the financial statement. The experience record will be reviewed and verified at the same time. -` The following conditions will apply: a) The Director of the Water Department shall be the sole judge as to the acceptability for financial and experience qualification to bid on any Fort Worth Water Department project, b) Bids received in excess of the bid limit shall.be considered non-responsive and will be rejected as such. C) The City, in its sole discretion, may reject a bid for failure to demonstrate experience and/or expertise. d) Any proposals submitted by a non pre-qualified bidder shall be returned unopened, and if inadvertently opened,shall not be considered. e) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a wavier of any necessary pre-qualification. For additional information contact John Kasavich, Fort Worth Water Department at (817) 871- 8480 (FAX 817-871-8195). Pre-qualification submittal should be sent to: Jolm Kasavich Fort Worth Water Department 100) Throckmorton Fort Worth, TX 76102-6212 2. BID SECURITY. A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in the amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awz_rded. To be an acceptable surety on the bid bond, the surety must be licensed to do business in the State of Texas. In addition, the surety must (1) hold a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on :rbligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and adir.itted as a reinsurer in the State of Texas and is the holder of a certificate of authority from the Untied States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. A-3 3. BONDS. A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required. Reference C3-3.7. 4. WAGE RATES. Not less that the prevailing wage rates established by the City of Fort .� Worth, Texas, and as set forth in the Contract Documents. must be paid on this project. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Prior to the award of contract to an out-of-state bidder, the bidder shall be licensed to do business in the State of Texas. For licensing procedures, contact the Texas Secretary of State Offices (Telephone Number 1-512-463-5555 or 1-900-263-0060) 7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statues, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower that the lowest bid submitted by a Texas resident bidder by the same amount that a Texas resident would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident `s principal place of business is located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has a place of business in the State of Texas. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the contract amount is $25,000 or less, the contract amount shall be paid within forty-five (45) days after the completion and acceptance by the City. 9. AGE: In accordance with the policy("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents, employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this A-4 contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against the City arising out of the Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of the contract. 10. DISABILITY: In accordance with provisions of the; Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on; the basis of disability in the provision of services to the general public, nor in the availability, terns and/or conditions of employment for applicants for employment with, or employees of the Contractor or any of its subcontractors. Contract warrants it will fully comply with ADA's provision and any other applicable Federal, State, and local laws concerning disability and will defend, indemnify and hold harmless against any claims or allegations asserted by third parties or subcontractors against the City arising out of the Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning disability discrimination in the performance of this contract. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE :iUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m, five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepr-.septation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible A-5 and barred from participating in City work for a period of time of not less that three (3) years. 12. ADDENDA: Bidders wanting further information, interpretation or clarification of the contract documents must make their request in writing to the Fort Worth Water Department Engineering Services, at least 96 hours prior to bid opening. Answers to all such requests will be bound and made a part of the Contract Documents. No other explanation or interpretation will be considered official or binding. Should a bidder find discrepancies in, or omissions from, the Contract Documents, or should the .bidder be in doubt as to their meaning, the bidder should at once notify the Fon Worth Water Department Engineering Services, in order that a written addendum may be sent to all bidders. Any addenda issued will be mailed or be delivered to each prospective bidder. The bid proposal as submitted by the bidder must be so constructed as to include any addenda issued by the Fort Worth Water Department, prior to 24 hours of the opening of bids with appropriate recognition of addenda so noted in the bid proposal. A-6 PART S PROPOSAL 1Tti7 C:1RIMA P,V � �yri(i�✓�J�U 11 y � `\(q I�u Io PART B - PROPOSAL �i TO: Charles Boswell Fort Worth,Texas City Manager Fort worth,Texas PROPOSAL FOR: furnishing of all materials and equipment and labor and all necessary appurtenances and incidental work to provide a complete and operable project designated as: City of Fort Worth Water Department Physical Protection Systems Project Number Water No.P163—060163015140 Sewer No.P173-070173013142 Pursuant to the foregoing Notice to Bidders, the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents and the General Specifications for Water Department Projects, sites of the project and understanding the amount of work to be done, and the prevailing conditions hereby proposes to do all the work, furnish all the labor, equipment and material, except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the plans and contract Documents and subject to the inspection and approval of the Director of the City Water Department of the City of Fort Worth, Texas; and binds himself upon acceptance of this proposal to execute a contract,and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: ITEM ESTIMATED NAME OF PAY ITEM WITH AMOUNT NO. QUANTITY BID PRICE IN WORDS BID 1. 1 L.S. Item Description, Furnish and install a fully functional Security Access Control. CCTV surveillance. and Intelligent Video Motion Detection systems for the North and South Holly WTPs as shown on drawings and specification for the lump sum lice of: One million,seven hundred sixty-eight thousand, one hundred eighty-three Dollars and $ 1,768,183 zero Cents 2. 1 L.S. Item Description, Furnish and install a fully functional Security Access Control.CCTV surveillance,for Lake Worth RWI as shown on drawings and specification for the lump sum price of: Two hundred nine thousand,three hundred fifty Dollars and $ 209,350 zero Cents B-1 of 4 Attachment 1 ITEM ESTIMATED NAME OF PAY ITEM WITH AMOUNT NO. QUANTITY BID PRICE IN WORDS BID 3. 1 L.S. Item Description, Furnish and install an eauipment shelter includina building foundation slab,generator. UPS and all associated HVAC, Civil,and Electrical work as shown on drawings and specification for the lump sum price of: One million,two hundred twenty-nine thousand,two hundred ninety-seven Dollars and $ 1,229,297 warn Cents 4. 1 L.S. Item Description, Mobilization,bonds, insurance, contractor's field office,and demobilization for the IumD sum price of: Thirty thousand,seven hundred sixteen Dollars and zero Cents 30,716 5. 1 L.S. Item Description, All other direct, indirect,consequential and/or miscellaneous costs not included in above bid itemsbut required for completion of the project ^� for the lump sum price of: Twenty-one thousand Dollars and $ 21,000 zero Cents Total Base Bid Three million,two hundred fifty-eight thousand, five hundred forty-six Dollars and $ 3,258,546 zero Cents Add Alternate Bid Items Owner will evaluate the bids based upon the total base bid amount above plus the bid price(s) of none,one or more of the Add Alternate items presented below.Owner intends to select Add Alternate items in any order until the available budget for the project is reached.Add alternate bid items shall be valid for six months.The Owner, in its sole discretion,will award the contract based on the base bid alone;or the base bid plus any combination of Add Alternates listed below. B-2 of 4 Attachment 1 Add Alternate L.S. Item Description, No. 1 Furnish and install a fully functional Security Access Control,CCTV surveillance. and Intelligent Video Motion Detection systems for the Rolling Hills WTP as shown on drawings and specification for the lump sum price of: One million,one hundred forty-three thousand,four hundred twenty Dollars and $ 1,143,420 zero Cents Add 1 L.S. Item Description, Alternate No.2 Furnish and install a fully functional Security Access control,CCN surveillance. Intelligent Video Motion Detection systems and plant entrance road for the Eagle Mountain WTP as shown on drawings and specification for the lump sum price of: One million,three hundred ninety-four thousand five hundred,sixty-one Dollars and $ 1,394,561 zero Cents Add Item Description, Alternate 1 L.S. No.3 Furnish and install a fully functional Security Access Control and CCTV surveillance systems j for the remote sites(Alta Mesa,Como, Eagle Mountain RW PS, Edwards Ranch, North Beach, Stagecoach and Westland)as shown on drawings and specifications for the lump sum price of: One million,five hundred eleven thousand, five hundred forty-seven Dollars and 1,511,547 zero Cents Alternate Item Description, No.4 1 L.S. Furnish and install a fully functional Security Access Control, CCTV surveillance, and Intelligent Video Motion Detection systems for the Village Creek WTP as shown on drawings and specifications for the lump sum price of: One million,five hundred ninety-two thousand $ 1,592,374 three hundred seventy-four Dollars and Cents Within ten days after acceptance of this Proposal,the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents,for the faithful performance of the Contract. The attached bid security in the amount of 5% of the total amount bid is to become the property of the City of Fort Amok Worth,Texas,in the event the contract and bond or bonds are not executed and delivered within the time set forth,as liquidated damages for ethically and additional work caused thereby. If the total bid is less than$25,000,the bid bond is waived. B-3 of 4 Attachment 1 The undersigned bidder certifies that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978 and all addendum thereto,and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the Specific Contract Documents and appurtenant plans.The undersigned assures that its employees and applicants for employment and those of any labor organization,subcontractors,and employment agency in either furnishing of referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No 7278 as amended by City Ordinance No 7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 485 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. State of Residency: (Complete A or B below,as applicable:) A. The principal place of business of our company is in the State of Texas Non resident bidders in the State of our principal place of business,are required to be_percent lower than resident bidders by state law. A copy of the statute is attached. Non resident bidders in the State of ,our principal place of business,are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority holder is in the State of Texas. I(We),acknowledge receipt of the following addenda to the plans and specifications,all of the provisions and Amok requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No.1 (Initials) X - Addendum No.2(Initials)-, Addendum No.3(initials)— Signature—of initials) Signatureof Principal Dave Fladda, Gen. Mgr. Operations Title or Position Siemens Building Technologies, Inc. Contractor 8600 N. Royal Lane, Suite 100 Street Irving, Texas 75063 City,State Zip Seal If Bidder is Corporation 972.550.8488 Date: Telephone Number B-4 of 4 Attachment 1 MWBE SECTION AM„_ FO RT WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the to hdolt�r.vafue�.aE; ie.gQdtisact;ls.4r25j=or.more,tfil0111 USE goal is apEFlicable: If the:tilil dgNacif' .:ofitti�; . iedfleles$'then;.$;?5(##331T@ ;1tte-1xi1/fAl@E ticatlli3. POLICY STATEMENT It is the policy of the.City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises(M/WBE)in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's M/WBE goal on this project is____3Q_%of the total bid(Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal,or 2. Good Faith Effort documentation,or; 3. Waiver documentation,or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department,within the foil ina times allocated,in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form,if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form,if participation is less than opening date,exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form,if no M/WBE participation: opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form,if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date exclusive of the bid opening date. S. Joint Venture Form,if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date,exclusive of the bid opening date. �i�dL�itlrE TD C IGiPt`1f ililtTH'_THE Golf':f ;�it��NBE:: dl�lkp�,�;��LL l�C�llI.T:IN`f'HE Bn-BEING CdNSWERED, illixfSll!>fs1AMftk i APICF'l.Cflf[9P Any questions,please contact the M/WBE Office at(817)392-6104. Rev.11/11/05 ATTACHMENT IA Page i of 4 .�. FOR�TWURTH_ City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime Siemens Building Technologies, Inc. PROJECT NAME: MNV/DBE X NON-MNV/DBE BID DATE Physical Protection Systems Phase II September 7, 2006 City's MANSE Project Goal: Prime's MANSE Project Utilization: PROJECT NUMBER P163-060163015140 30% 75 % PI 73-070173013142 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in Its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m.five(5)City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firms) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. ' The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (S) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson,Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered Vt tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency(NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise(DBE)is synonymous with Minority/Women Business Enterprise(M/WBE). If hauling services are utilized, the prime will be given credit as long-as the MIWBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The MMVBE may lease trucks from non-MMIBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev.5130103 i ATTACHMENT to FORT WORTH Page 2 of 4 Primes are required to identify ALL subcontractorstsuppliers,regardless of status;i.e.,Minority.Women and non-MNVBEs. Please list M/WBE firms first,use additional sheets if necessary. Certification N SUBCONTRACTOR/SUPPLIER. T (check one) n Company Name i N T Detail Detail Address e M W G X. M Subcontracting Work Supplies Purchased Dollar Amount TelephonelPax r B 0 T D W E E R 0 B C T 19 A ABLe Communications, Inc. 1 X X X Fiber Optics Fiber Optics BASE: 753 Port America Place Cable and Cable and $390,000 Suite 104 Installation Labor Grapevine, TX 76051 ALTS: 817-488-2253 $930,000 S &J Electric 1 X X X X Electrical Power Electrical BASE: P.O. Box 121516 and Conduit Equipment, $1,270,000 Fort Worth, TX 76121 Security Cable and Labor 817-560-0000 Installation ALTS: $3,800,000 Phillips May 1 X X X Crane work, Concrete BASE: 4861 Sharp Street Concrete and Road Material $0 Dallas, TX 75247 Road Material 214-631-3331 ALTS: $10,000 Southwestern Bell Corporatior 1 X Network Cabling IT Components BASE: 1116 Houston Street and Installation $100,000 Fort Worth, TX 76102 817-884-9462 ALTS: $60,000 VistaScape 1 X Intelligent Video Video Software BASE: 5901-B Peachtree Management and Hardware $250,000 Dunwoody Road, Suite 550 System Atlanta, GA 30328 ALTS: $270,000 Pelco/Crockett Sales 1 X CCTV Equipment Cameras and BASE: 4303 W. Lovers Ln. Video Equipment $50,000 Dallas, TX 75209 214-350-3377 ALTS: $400,000 Rev.5/30/03 ATTACHMENT IA FORT WORTH Page 3 of 4 Primes are required to identify ALL subcontractorsisuppliers,regardless of status;i.e.,Minority,Women and non-MNVBEs. Please list MNVBE firms first,use additional sheets if necessary. Certification N (check one) o SUBCONTRACTOWSUPPLIER T Company Name i N T Detail Detail Address I M WC X M Subcontracting Work Supplies Purchased Dollar Amount TelephonelFax r B T 9 B E E R O i3 C T E A Software House 1 X Access Control Access Control BASE: 18923 Westwood Place Equipment Equipment $12,000 Dallas, TX 75287 972-248-4229 ALTS: $85,000 Old Castle 1 X Provide and Security Shelter BASE: 255 Jackson Circle Install Security $0 Louisville, CO 80027 Shelter 720-635.6423 ALTS: $0 Anchor Fence 1 X Provide and Fence and BASE: 9765 Harry Hines Install fence and Gate Materials $0 Dallas, TX 75220 Gate Materials 214-350-1900 ALTS: $55,000 Aook Rev.5/30/03 ATTACHMENTIB FORT 'WORTH Page 1 of 1 City of Fort Worth Prime Contractor.Waiver Form PRIME COMPANY NAME: Check applicable block to describe Siemens Building Technologies, Inc. "me PROJECT NAME: MNYlDBE I X NON-M/WlDSE BID DATE Physical Protection Systems Phase II September 7, 2006 City's MIWBE Project Boal: PROJECT NUMBER 30% 1 P163-060163015140 and P173-070173013142 If both answers to this form are YES, do nqS complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you mus complete ATTACHMENT 1C. This form is only applicable if heath answers are yes. FtiMnt 5t' before5:onts ef 00 p.In.+�v 5``C y s1" t s i1y a Ceo tiid o i" tm`ar;eiCc[�Sive of#F a c� ittn :'ddt�iru�aii tti�5ltlt1n the bid .. -I -T beingnidered: ce>pattsl ► bid".sjaifcitions :;' Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, X No this is your normal business practice and provide an o tional rofile of our business. At", Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. X NO The bidder further agrees_to provide, .directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors,including MNVBE(s)on this contract,the payment therefore and any proposed changes to the original MNVBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and tiles held by their company that will substantiate the actual work performed by the MNVBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terrninating the contract or debarment from City work for a period of not less than three(3)years and for Initiating action under Federal, State or local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one(1)year, Dave Fladda A riz Signature' Printed Signature _General Manager, District Operations - Tide Contact Name-(if different) Siemens Building Technologies, Inc. 972-550-8488 972-751-1194 Company Name Phone Number Fax Number 8600 N. Royal Lane, Suite 100 dave.fladda@siemens.com Address Email Address Irving, Texas 75048 August 30, 2006 city/Statemp Date Rev.5130/03 ATTACHMENT 1C Page 1 of 3 FORTWORTH City of Fort worth Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe. Siemens Building Technologies, Inc. M1w/DBE X rime NON-MM/DBE NAME: Physical Protection Systems Phase II BID DATE September 7 2006 rr7BE.Proiect Goal: PROJECT NUMBER 30% P163-060163015140 and P173-070173013142 If you have failed to secure MNVBE participation and you have subcontracting andfor supplier opportunities or if your DHE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m.five(5)City business days after bid opening,exclusive of bid -opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity) for the completion of this project, regardless of whether it Is to be provided by a MM/BE or non-M/WBE.(DO NOT LIST NAMES OF F� On Combined Projects, list each subcontracting and or supplier opportunity through the 2 tier. (Use additional sheets,if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Fiber Optics Installation and Labor Fiber Optics Electrical Conduit Installation and Labor Electrical Equipment Crane Operation, Concrete Installation Concrete Road Material Network Cabling Installation IT Components Video Management System Installation Video Software/Hardware,Cameras, Video Equipment Access Control Equipment Installation Access Control Equipment Security Shelter Installation Security Shelter Fence and Gate Installation Security Fence and Gate Materials Rev.05/30/03 ATTACHMENT 7C Page 2 of 3 2.) Obtain a current(not more than three(3)months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. Yes Date of Listing ! 1 X_No. 3.) Did you solicit bids from MNVBE firms,within the subcontracting and/or supplier areas previously listed,at least ten calendar days prior to bid opening by mail,exclusive of the.day the bids are opened? X_Yes (if yes,attach M/WBE mail listing to include name of fine and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas.previously listed, at least ten'calendar days prior'to bid opening by telephone,exclusive of the day the bids are opened? X Yes (B yes,attach list to Include IIS!=of MIWBE flint,person contacted,.phone number and datoand_time.of.conWipt.) No NOTE: A facsimile maty be used to comply with either 3 or 4, but may not be used for both.. If a facsimile Isused., attach the fax confirmation, which Is to provide M/WBE name,. date, time, fax number and documantatian faxed. '.. NOTE. if.the list of M/WBEs for a articular subcontractingisupplier opportuni ty is ten (1.0) orless, the: bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10)or more, the bidder must contact at leastwo; thirds (213) of;the Iist within such area of opportunity; but not less than ten to be In compliance with questions 3 and.4. 8_) Did you provide plans and specifications to potential M/WBEs or Information regarding the location.of plans and specifications in.order to assist the M/WBEs? _ _Yes No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms, of an affidavit, Include a detailed explanation of why the M/WBE was rejected. and any supporting documentation the bidder wishes to be considered by the City. in the event of a bona fide dispute concerning quotes,the bidder will provide for confidential !n-camera access to and inspection of any relevant documentation by City personnel. PJeaso use additional sheets if necessa . and attach. Company Name Telephone Contact Person . Scope of Work Reason for Rejection IF91.E Rev.05/30!03 ATTACHMENT IC .•� Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional Information you feel will further explain your good and honest efforts to obtain MIWBE participation on this project. With respect to this project, Siemens has applied its policies for affirmative action and diversity to interview, qualify and select subcontractors to achieve the highest level of participation for minority, women-owned, and disadvantaged business enterprises. Further, Siemens has long-term relationships with local, Dallas area M/WBE firms that are reflected in the program for M/WBE participation. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, -the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract'may. result In a determination of an Irresponsible offeror and -barred from participating In City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted In good faith. It Is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City,s /WBE Office. — 1001 Dave Fladda Aut or zed Signature Printed Signature General Manager, District Operations - Title Contact Name and Title(If different) Siemens Building Technologies, Inc. 972-550-8488 972-751-1194 Company Name Phone Number Fax Number 8600 N. Royal Lane, Suite 100 dave.fladda@siemens.com Address Email Address Irving, Texas 75063 August 30, 2006 City/StateRip Date Rev.09/30/03 Joint Venture Page 1 of 3 �-. FORT WORTH CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered;use"NA"ijapplicabla Name of City project: Physical Protection Systems Phase II A joint vendee forth mead be completed on sah project P163-060163015140 UP/Bid/Purchasing Number: P173-0701730]3142 1.Joint venture information: Joint Venture Name: Joint Venture Address: (llapplicable) Telephone: Faesimil NOT APPLICABLE Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets!t addiffonal speoe is requked to provide d otalled explanathns of work to be performed by each firm comprising the Joint venture M/WBE firm Non-M/WBE name: firm name.- Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency:, 2.Scope of work performed by the Joint Venture: Describe the scope of work of the N/WBE: Describe the scope of work of the non-MMM. NOT APPLICABLE Rev.srsoros Joint Venture Pa e3of3 .•. AFFIDAVIT" The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books,records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local lawslordinances concerning false statements or willful misrepresentation of facts. Name of M/WBE firm Name of non-WWBE fine Printed Name of Owner Printed Name of Owner Signature of Owner NO T APPLI CABLE Printed Name of Owner Printed Name of Owner Signature of Owner signative of Owner 'title lrtle Date Date Notarization State of County of On this day of .20 ,before me appeared and to me personally(mown and who,being duly sworn,did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Prim Name Notary Public Signature .an► Commission Expires :tap Rev.5/30103 ATTACHMENT 1 TABLE OF CONTENTS SuNecf Mage'No. 1. DEFINITIONS ....................................................................... 1 II. PURPOSE ........................................................................... 4 Ill. CERTIFICATION ................................................................... 4 IV. PROGRAM GOAL SETTING ................................................... 4 V. APPLICABLE CONTRACTS 1. CONSTRUCTION ............................................................... 5 M/WBE UTILIZATION REQUIREMENTS COUNTING PARTICIPATION PAYMENTS RETAINAGE 2. PROFESSIONAL SERVICES ................................................. 8 M1WBE UTILIZATION REQUIREMENTS COUNTING PARTICIPATION PAYMENTS 3. PURCHASES ...................................................................... 10 M/WBE UTILIZATION REQUIREMENTS COUNTING PARTICIPATION PAYMENTS BEST VALUE CRITERIA VI. POST AWARD COMPLIANCE .................................................... 13 VII. CONTRACT MONITORING AND REPORTING .............................. 15 VIII. EXCEPTIONS AND WAIVERS .................................................... 16 IX. PROGRAM ADMINISTRATION ................................................... 16 X. SANCTIONS ............................................................................ 18 XI. SEVERABILITY ........................................................................ 19 rviu EUi uy <211U VVUI i ICS i UU341CJJ t.4 4Ul Ni+ac vi Un ICE]IUc nuaU1 u f to$It + ATTACHMENT I I. DEFINITIONS: I. Applicable Contract means any contract of $25,000 or more for construction projects and professional services and $25,000 or more for purchase agreements, as well as any other contracts that the City Council or City Manager deem appropriate. 2. Certified means those firms, located or doing business at the time of,bid/proposal opening within the Marketplace, that have been determined to be a�bariafide —de women business enterprise Ely either the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TxDOT), highway division. 3. City means the City of Fort Worth, Texas. 4. City business day means Monday through Friday, inclusive, excluding legal holidays. Legal holidays shall be observed as prescribed by the City Council for observance as follows: New Year's Day January 1 M. L. King, Jr.Birthday Third Monday in January Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Thanksgiving Friday Fourth Friday in November Christmas Day December 25 When one of the above named holidays falls on a Saturday, the holiday shall be observed on the preceding Friday. When one of the above named holidays falls on a Sunday, the holiday shall be observed on the following Monday. 5. Combined Projects means a construction contract, which includes paving and/or drainage elements of construction and water and/or sanitary sewer construction elements, but does not include a standard water and/or sanitary sewer contract where the pavement is temporarily or permanently repaired and that repair is not a separate unit. 6. Construction means the erection, rehabilitation, alteration, conversion, extension, demolition, improvement, remodeling or repair to any real property, including streets, storm drains and facilities providing utility service owned by the City. 7. Contract means a binding agreement whereby the City either grants a privilege or is committed to expend or does expend its funds or other resources for or in connection with a) construction of any public improvement, and b) purchase of any services(including professional services). The term includes "purchase order". 8. Contract Officer means the person employed by the City to oversee the performance of the contract. 9. Contracting Department means the department responsible for payment of contract obligations. 10. Contractor means the business entity with whom the City has entered into an agreement. Includes the terms "Vendor", "Prime Contractor"and "Prime Consultant". 11. Goal means the percentage of minority business enterprise and/or women business enterprise participation on an applicable project as determined by the City, based on the availability of such businesses in the marketplace and the subcontracting/supplier opportunities of the project. l minurny ano vvomen tsusmess tnterpnse Urdmance Attachment 1 12. Good Faith Effort means an honest and conscientious effort by the Offeror to meet the City's goal for M/WBE participation. Compliance with each of the following steps shall satisfy the Good Faith Effort requirement absent proof of fraud, misrepresentation, or intentional discrimination by the Offeror: loom. 12.1. List each and every subcontracting and/or supplier opportunity for the completion of this project. On combined projects list each subcontracting and/or supplying opportunity through the 2nd tier. 12.2. Obtain a current (not more than three (3) months old from the bid open date) list of MNVBE subcontractors and/or suppliers from the City's MNVBE Office, 12.3. Solicit bids from M1WBEs, within the subcontracting ancil'or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened. 12.4. Solicit bids from M/WBEs, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened. Note: A facsimile may be used to comply with either 12.3 or 12.4, but may no:be used for both. Note: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten or less, the Contractor must contact the entire list within such area of opportunity to be in compliance with 12.3 and 12.4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten or more, the Contractor must contact at least two-thirds of the list within such area of opportunity, but not less than ten, to be in compliance with 12.3 and 12.4. 12.5. Provide plans and specifications or information regarding the location of plans and specification to M/WBEs. 12.6. Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the form of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the Offeror wishes to be considered by the City In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to a*� inspection of any relevant documentation by City personnel. 13. Horizontal Construction means construction of highways, road% streets, bridges, utilities, water supply projects, water plans, wastewater plants, water and wastewater distribution or conveyance facilities, wharves, docks, airport runways and taxiways, drainage projects, or related types of projects associated with civil engineering construction as referenced in this ordinance. 14. Joint Venture means an association of two or more businesses, one of which must be a certified M/WBE firm. The M/WBE firm must be responsible for a clearly defined portion of the work to be performed, equal to a share in the ownership, control, knowledge, management, responsibility, risks, and profits of the joint venture. 15. Lease Agreement means a written agreement to transfer control and use of truck(s) from one business entity to another, which outlines fees and/or commissions. 16. Lease Trucks means trucks that are leased from another M/WBE: firm, including MNVBE owner-operators. Trucks leased from non-M/WBE firms will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. 17. Manager means the administrator of the M/WBE Office of the City of Fort Worth. 18. Managing Department means the department responsible for overseeing the day-to-stay completion of the contract. 19. Manufacturer means one that manufactures a product by hand or rriachinery suitable for uses; the process of making wares. 20. Marketplace means the geographic market area as defined in the Availability and Disparity Study represented by the counties of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall. 2 minority ana vvomen tsusiness cnterpnse uruinanue Nuaunrnurn I 21. Minority means a citizen of the United States or lawfully admitted permanent resident that is Asian American, American Indian, Black or Hispanic. 22. Minority Business Enterprise is defined as a qualified business concern located in the Marketplace or providing proof of doing business in the Marketplace at the time of bid opening or the opening of responses to requests for proposals, meeting the following criteria: a. is at least 51 percent owned by one or more minority persons, or, in the case of any publicly owned puffiness, at.least 51 percent of the stock:is owned by one or more minority persons; and b. management and daily business operations are controlled by one or more minority persons who own it. 23. MWBEAC means the Minority and Women Business Enterprise Advisory Committee appointed by the City Council to review the findings of Availability and Disparity Studies conducted for the City and present recommendations, in concurrence with the City Manager, on any amendments to the MIWBE Ordinance. 24. Mediation means an alternate dispute resolution method as authorized by the state law 25. Nepotism means the state or fact of showing favoritism to a relative on the basis of a relationship. 26. Non-compliance means failure of a prime contractor to comply with the Ordinance's requirements during the contract and/or at completion of the contract. 27. Non-responsive means failure of an Offeror to respond to the Ordinance's requirements upon submission of a bid or proposal; herein specifically defined by either 1) meet or exceed the stated project goal, or 2) make a good and honest faith effort to meet the project goal or 3) submit the prime contractor waiver or 4) submit the joint venture form. 28. Offeror means any person, firm, corporation, or partnership that submits a bid or proposal to provide labor, goods or services to the City where funds are expended. The term includes bidder and proposer. 29. Payment Dispute means a bonafide disagreement of payment. 30. Procurement means the buying, renting, leasing or otherwise obtaining or acquiring any supplies, materials, equipment or services. 31. Professional Services means services, which require predominantly mental or intellectual labor and skills, includes, but is not necessarily limited to, architects, engineers, surveyors, doctors, attorneys, and accountants. 32. Project Manager see Contract Officer. 33. Purchasing means the buying, renting, leasing or otherwise obtaining or acquiring any supplies, materials, equipment or services excluding construction and professional services previously defined. 34. Qualified means an individual or business entity having previously performed or received training in the work, industry or profession required. 35. Regular Dealer is defined as a firm that owns, operates, or maintains a store, a warehouse, or other establishments in which the materials or supplies required for the contract are bought, kept in stock, and are regularly sold retail or wholesale. ,ow, 36. Subcontract means an agreement between the contractor and another business entity for the performance of work. 37. Subcontract/Supplier Opportunity means an area where there is more than one M/WBE subcontractor/subconsultant/supplier in the market place. 3 Minority and Women Business Enterprise Ordinance Attachment 1 38. Tier means the level of subcontracting below the prime contractor/consultant, i.e., a direct payment from the prime contractor to a subcontractor is considered 15t tier, a payment by a subcontractor to its supplier is considered 2"d tier. 39. Vertical Construction means construction of a facility. Facility means buildings the design and construction of which are governed by accepted building codes. The term does not include: (A) highways, roads, streets, bridges, utilities, water supply projects, water plans, wastewater plants, water and wastewater distribution or conveyance facilities, wharves, docks, airport runways and taxiways, drainage projects, or related types of projects associated with civil engineering construction or (t3) builds or structures that are incidental to proiects that are primarily civil engineering construction projects. 40. Women Business Enterprise is defined as a qualified business concern located in the Marketplace or provide proof of doing business in the Marketplace at the time of bid opening or the opening of responses to requests for proposals, meeting the following criteria: a. is at least 51 percent owned by one or more women, or, in the case of any publicly owned business, at least 51 percent of the stock is owned by one or more wo-nen; and b. management and daily business operations are controlled by one or more women who own it. II. PURPOSE: The ultimate goal of this ordinance is to remedy the effects of past unde°utilization in the Marketplace by increasing the utilization of minority and women business enterprises above the present low level to one more comparable to their availability in the Fort Worth Marketplace. Specific goals shall be established in the areas of construction, professional services, and purchases of other goods and services. A goal may be set on individual projects based on the type of work or services to '� performed, or goods to be acquired and the availability of minority and women businesses in the City Marketplace. The City Manager shall recommend an annual goal for M/WBE participation in City procurement activities, based upon the availability within the Marketplace. The provisions of this ordinance shall apply to all contracts awarded by the City, except as may be hereafter specifically exempted. Where contracts involve the expenditure of federal or state funds, the state or federal policy related to M/WBE or DBE participation may take precedence over this ordinance. Award of a contract shall be recommended when the Offeror has complied with the requirements of this ordinance via meeting the goal, demonstrating a Good Faith Effort to meet the goal or meeting the requirements for a Prime Contractor Waiver. Failure to comply with the Ordinance by any of the -equired methods shall result in an Offeror being deemed non-responsive. 111. CERTIFICATION: The City will recognize M/WBE firms that are certified by the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TX DOT), highway division. The firms shall be located in or doing business in the Marketplace at the time of bid/proposal opening. IV. PROGRAM GOAL: A. A Citywide goal for the utilization of minority business enterprises (MBE) and women business enterpria (WBE) shall be reviewed and approved annually by the City Council. 1. The City Manager shall conduct an analysis of the availability of MIWBEs and present to the City Council an annual report on M/WBE availability and utilization by the end,Y the first quarter of the new fiscal year. 4 )VIMUHLY WW V V U111t111 oubtt tt:aa CS RG1 P11sC vi wt tai wt:nuat,t u t tct a t 2. Based on the availability of MNVBEs in the Marketplace and the City's most recent goal attainment and with the advice and counsel of the, the City Manager shall recommend to the City Council a reasonable goal for the remainder of the current fiscal year. 3. The goal shall be expressed in terms of a percentage of the total dollar value of all applicable contracts awarded by the City. Goals shall be established separately for categories of construction, professional services, and purchasing, as well as,, any other categories that the City Council or City Manager deems appropriate. B. An individual project goal shall be set by the M1WBE Office in coliaboration with the Cbntract Officer and Risk- Management (where appropriate) prior to solicitation. The project goal shall be reasonable and shall be based upon: 1. Specific subcontracting and/or materials opportunities required to complete the project, and 2. The availability of MNVBE in the identified subcontracting and/or materials opportunities in the Marketplace. V. APPLICABLE CONTRACTS: A. CONSTRUCTION PROJECTS 1. M/WBE UTILIZATION REQUIREMENTS a. In addition to the requirements set forth elsewhere, bid conditions shall include a statement of the MNVBE goal established for the project. The requirements below also apply to circumstances where change orders or extra work give rise to new trade or vendor opportunities outside the original scope of work .. b. Bid conditions and all other specifications for applicable contracts to be awarded by the City shall require that Offerors make a good faith effort (GFE) to subcontract with or purchase supplies from MNVBE firms. Such specifications shall require the Offeror to meet or exceed the stated goal or submit documentation of GFE for all applicable contracts to permit a determination of compliance with the specifications. C. Construction contracts (estimated cost of $25,000 or more) shall be awarded and administered in accordance with the following standards and procedures: 01. Competitive bids for applicable contracts shall include the M/WBE requirements and documentation in the bid specifications. M/WBE documentation consists of the SPECIAL INSTRUCTIONS TO BIDDERS, the SUBCONTRACTOR UTILIZATION FORM, the PRIME CONTRACTOR WAIVER FORM,the GOOD FAITH EFFORT FORM, and the JOINT VENTURE FORM. a) Competitive bids where the Offeror equals or exceeds the project goal must submit the SUBCONTRACTOR UTILIZATION FORM or the JOINT VENTURE FORM. b) Competitive bids where the Offeror does not have subcontracting and/or supplier opportunities must submit the PRIME CONTRACTOR WAIVER FORM. c) Competitive bids where the Offeror has subcontracting and/or supplier opportunities but does not include M/WBE participation in an amount which equals or exceeds the project goal, must submit the SUBCONTRACTOR UTILIZATION FORM and the GOOD FAITH EFFORT FORM (GFE)and documentation. d) Competitive bids where the Offeror has subcontracting and/or supplier opportunities but do not include any MNVBE participation must submit the SUBCONTRACTOR UTILIZATION FORM and the GOOD FAITH EFFORT FORM and documentation. 5 Minority and Women Business Enterprise Ordinance Attachment 1 02. The Offeror shall submit the SUBCONTRACTOR UTILIZATION FORM and/or the GOOD FAITH EFFORT FORM or the PRIME CONTRACTOR WAIVER FORM, or the. JOINT VENTURE FORM ("and documentation") as appropriate. The Managing Department mmak receive the documentation no later than 5:00 p.m., five (5) City business days after the opening date, exclusive of the bid opening date. The Offeror shall obtain a receipt from tree appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the City received the documentation. The submission of the applicable completed form(s) within the allotted time will be considered when determining the responsiveness of the bid. Failure to comply with tho bid specifications, inclusive of the M/WBE requieements and_documeritation, shaft render the Offeror r)on-responsive. 03. The GFE documentation shall demonstrate the Offeror's commitment and honest efforts to utilize M/WBE(s). The burden of preparing and submitting the GFE information is on the Offeror and will be evaluated as part of the responsiveness to the bid/proposal. An Offeror who intentionally andlor knowingly misrepresents facts on the documentation submitted will constitute a basis for classification as non-responsive and possible debarment. 04. The contracting department may request the M/WI3E Office to waive the goal requirements of this subsection, or to reduce the amount of the goal, in accordance with the provisions of the Exceptions and Waivers section. 2. COUNTING NUWBE PARTICIPATION M/WBE participation shall be counted toward meeting the goal 'n accordance with the following provisions: a. For the purpose of determining compliance with the goal requirements established in this ordinance, businesses will be counted as M/WBE only when they have been certified as such prior to a recommendation for award being made to the City Council. 01. Any business listed by an Offeror that is not certified at the time of bid opening must file application for certification to a city authorized certification agency within a reasonable time ,. . the City to consider the business and dollar amount towards meeting the.goal. 02. If a business described in the subparagraph immediately above fails to submit an application for certification within a reasonable time, or if the business is denied certification, the Offeror shall be afforded five (5) City business days to secure additional certified/certifiable M/WBE participation, starting the next City business day following the day the written notification was received from the Managing Department. 03. Evidence of the additional certified/certifiable MIWEE participation shall be delivered to and received by the Managing Department within five(5) City business days after the notification was received by the Offeror, exclusive of the date that the notification was received. b. Except as provided for in paragraph C below, if the Offeror is ruled non-responsive to for failure to comply with the requirements of this ordinance, the N anaging Department will provide written notification to the Offeror stating the specific basis for the ruling. The Offeror may then submit documentation that it will either meet or exceed the stated goal and if the documentation satisfies this ordinance, the Offeror may then be considered for an award of contract. C. If the Offeror is ruled non-responsive solely for its failure to identify a subcontractisupplier opportunity and that opportunity is less than three (3%) percent of the total bid, the Offeror may submit documentation that an M/WBE will be utilized for that subcontract/supplier opportunity, and may be considered for an award of contract. d. Documentation required under either paragraph 2 or 3 above must be received by the Managi5g" Department within five(5) City business days, exclusive of the date that the Offeror was notified the was non-responsive. If the documentation is not received within the stated time, the Offeror shall b,,- deemed to have withdrawn its bid. The City will not communicate with another Offeror regarding award of the contract until five (5) City business days after the original Offeror has been notified that it is non-responsive. 6 e. The Offeror may count toward the goat any tier of M/WBE subcontractors and/or suppliers f. The Offeror will be given credit toward the goal only when the MNVBE subcontractor performs a commercially useful function. A M/WBE subcontractor is considered to have performed a commercially useful function when. 01. It is responsible for the execution of a distinct element of the work by actually performing, managing and supervising the work involved in accordance with normal business practice; and 02. Whewthe firm receives due compensation as-agreed upon for the work performed. g. The Offeror will be given credit toward the MNVBE goal only when the MNVBE supplier performs a commercially useful function. A MNVBE supplier is considered to have performed a commercially useful function when the MNVBE supplier is a manufacturer or a regular dealer. h. The Offeror will be given credit for utilizing a M/WBE hauling firm as long as the MNVBE owns and operates at least one fully licensed and operational truck used on the contract. The MNVBE may lease trucks from another MNVBE firm, including MNVBE owner-operators and receive full MNVBE credit. The MNVBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. i. Regardless of whether an arrangement between the contractor and the M/WBE represents standard industry practice, if the arrangement erodes the ownership, control or independence of the M/WBE or does not meet the commercially useful function requirement, the Offeror shall receive no credit toward the goal. j. An Offeror may count toward its goal a portion of the total dollar value of a contract with a joint venture equal to the percentage of M/WBE participation in the joint venture_ 01. The Managing Department must receive the documentation no later than 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. The Offeror shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the City received the documentation. The submission of the applicable completed form(s) within the allotted time will be considered when determining the responsiveness of the bid. Failure to comply with the bid specifications, inclusive of the M/WBE requirements and documentation, shall render the Offeror non-responsive. 02. The M/WBE involved in the joint venture must be responsible for a clearly defined portion of the work to be performed, equal to a share in the ownership, control, knowledge, management, responsibility, risks, and profits of the joint venture. k. Except for joint ventures, the prime contractor (regardless of their MNVBE status) and any work performed by the prime contractor is not counted toward meeting the MNVBE contract goal and is not considered when determining compliance with this ordinance. I. An Offeror may not count toward its goal any arrangement with an M/WBE that is nepotism or where a M/WBE has been a recent employee (less than one year)of the Offeror. m. The Offeror may not count toward the goal any agreement with a MNVBE that does not meet the requirements of this ordinance. PAYMENTS The City Manager shall implement procedures to comply with the following: �,' U�'U �L a iviinomy ana vvomen tsusiness tnterpnse urainance Attachment 1 a. For vertical construction contracts, procedures will be established to ensure that the prime shall submit an invoice at least monthly and the City will pay the invoice as required by the Texas Prompt Payment Act (Tex. Gov't. Code , chap. 2251) or any successor statute. The prime shall port subcontractors as required by the Texas Prompt Payment Act or any successor statute. The pi contractor's failure to make payments as provided by state law shall, in addition to any other remedies provided by law, authorize the City to withhol J future payments and/or reject future bids from the contractor until compliance with this ordinance is attained. b. For horizontal construction contracts, procedures will Je established to ensure that all progress prayments are made twice a month and that"subcontractors are paid in accprdance with the provisions of the Texas Prompt Payment Act or any successor statue . A contractor's failure to make payments as required by state law shall, in addition to any other remedies provided by state law, authorize the City to withhold future payments and/or reject future bids from the contractor until compliance with this ordinance is attained. C. Whenever there is a dispute over payment due between the prime and subcontractor and/or supplier, the City shall strongly encourage the parties to seek mediation before the City takes any action under this ordinance. 4. RETAINAGE a. If the prime withholds additional monies or a fee in excess of the retainage amount required by the City, and if there is no dispute about payment to the subcontractor, the prime shall release the additional monies after the completion of the subcontractors scope of work, or as otherwise required by law, but may retain the required retainage monies until project completion, acceptance and final payment by the City. b. Where contracts involve the expenditure of federal or state:funds, the state or federal policy related to MNVBE or DBE retainage may take precedence over this ordinance. rffik- B. PROFESSIONAL SERVICES 1. . M/WBE UTILIZATION REQUIREMENTS a. In addition to the requirements set forth elsewhere, requests for proposals shall include a statement of the MNVBE goal established for the project. The requirements below shall also apply to circumstances where amendments or extra work dives rise to new subconsulting/supplier opportunities. b. Requests for proposals and all other specifications for applicable contracts to be awarded by the City shall require that Offeror make a good faith effort(GFE)to sub-consult with or purchase supplies from MNVBE firms. Such specifications shall require the Offe-ror to meet or exceed the stated goal or submit documentation of GFE for all applicable contracts to permit a determination of compliance with the specifications. C. Professional Services contracts and such other contracts which may be competed for under sealed proposal procedures (estimated cost of $25,000 or more) shall be awarded and administered in accordance with the following standards and procedures: 01. Other than responses to Requests for Proposals for those professional services defined in Chapter 2254 of the Texas Government Code, responses to Request for Proposals shall be submitted by the proposal deadline date and include a section, which identifies the particular M/WBE utilization plan in performing the contract. a) The proposal shall specify the estimated percentage of the M/WBE participation, the type of work to be performed by the M/WBE, and such other information as may reasonably ''*, required to determine the responsiveness to the Request for Proposal. 8 W1111WRY d11U VVVf1Jt1t1 DUWIMZ:J G1Lt:!JP11JC VIU111dilUd MWaum1itun I b) Proposals that do not meet or exceed the utilization goal, as required by the Request for Proposal, must submit a GFE explanation. Failure to include such GFE explanation shall render the proposal non-responsive. 02. Initial responses to requests for proposals for those professional services defined in Chapter 2254 of the Texas Government Code shall not include a response to the requirements of this ordinance. The City shall comply with the requirements of said Chapter and rank the professional on the basis of demonstrated competence and qualifications. During negotiations, the proposer shall respond to this ordinance in the manner specified in paragraph 01(a) above. 03: The GFE documentation shall demonstrate the Offeror's commitment and honest efforts to utilize M/WBEs. The burden of preparing and submitting the GFE information is on the Offeror and will be evaluated as part of the responsiveness to the proposal. An Offeror who intentionally and/or knowingly misrepresents facts on the documentation submitted may be classified as non- responsive and be subject to possible debarment. 04. The contracting department may request the M/WBE Office to waive the goal requirements of this subsection, or to reduce the amount of the goal, in accordance with the provisions of the Exceptions and Waivers section. 2. COUNTING M/WBE PARTICIPATION M/WBE participation shall be counted toward meeting the goal in accordance with the following provisions: a. For the purpose of determining compliance with the goal requirements established in this ordinance, businesses will be counted as M/WBEs only when they have been certified as such prior to a recommendation for award being made to the City Council. 01. Any business listed by an Offeror that is not certified at the time of response opening must file an application for certification to a city authorized certification agency within a reasonable time for the City to consider the business and dollar amount towards meeting the goal. 02. If a business described in the subparagraph immediately above fails to submit an application for certification within a reasonable time, or if the business is denied certification, the Offeror shall be afforded five (5) City business days to secure additional certified/certifiable M/WBE participation, starting the next City business day following the day the written notification was received from the Managing Department. 03. Evidence of the additional certified/certifiable M/WBE participation shall be delivered to and received by the Managing Department within five (5) City business days after the notification was received by the Offeror, exclusive of the date that the notification was received. b. The Offeror may count toward the goal any tier of M/WBE sub-consultants and/or suppliers. C. The Offeror will be given credit toward the goal only when the M/WBE sub-consultant performs a commercially useful function. A M/WBE sub-consultant is considered to have performed a commercially useful function when: 01. It is responsible for the execution of a distinct element of the work by actually performing, managing and supervising the work involved in accordance with normal business practice; and 02. When the firm receives due compensation as agreed upon for the work performed. d. The Offeror will be given credit toward the M/WBE contract goal only when the M/WBE supplier performs a commercially useful function. A MNVBE supplier is considered to have performed a commercially useful function when the M/WBE supplier is a manufacturer or a regular dealer. e. Regardless of whether an arrangement between the consultant and the M/WBE represents standard industry practice, if the arrangement erodes the ownership, control or independence of the M/WBE or 9 mmunty ano women tsusiness r.nterpnse Urainance Attachment 1 does not meet the commercially useful function requirement, the Offeror shall receive no credit toward the goal. f. An Offeror may count toward its goal a portion of the :otal dollar value of a contract with a j venture equal to the percentage of M/WBE participation in the joint venture. 01. The Joint Venture Form must be submitted to the Kanaging Department with the proposal when determining the responsiveness of the proposal by the M/WBE Office. Failure to comply with the proposal scope of services, inclusive of the M/WBE requirements, shall render the Offeror non- -responsive.: - 02. The MNVBE involved in the joint venture must be responsible for a clearly defined portion of the work to be performed, equal to a share in the owiership, control, knowledge, management, responsibility, risks, and profits of the joint venture. g. Except for joint ventures, the prime consultant (regardless of their MNVBE status) and any work performed by the prime consultant is not counted toward meeting the M/WBE contract goal and is not considered when determining compliance with this ordinance. In. An Offeror may not count toward its goal any arrangement with an M/WBE that is nepotism or where an M/WBE has been a recent employee (less than one year)of the Offeror. i. The Offeror may not count toward the goal any agreement with a M/WBE that does not meet the requirements of this ordinance. 3. PAYMENTS The City Manager shall implement procedures to comply with the:following: .-. a. The prime shall submit an invoice at least monthly or as designated by the contract documents and the City will pay the invoice as required by the Texas Prompt Payment Act or any successor statute. _ The prime shall pay sub-consultants as required by the Texas Prompt Payment Act or any successor statute A consultant's failure to make payments in accordance with state law shall, in addition to any other remedies provided by law, authorize the City to withhold future payments and/or reject future proposals from the consultant until compliance with this ordinance is attained. b. Whenever there is a dispute over payment due between the prime and sub-consultant and/or supplier, the City shall strongly encourage the parties to seek mediation before the City initiates a stop payment order. C. PURCHASES 1, M/WBE UTILIZATION REQUIREMENTS a. In addition to the requirements set forth elsewhere, bid conditions shall include a statement of the M/WBE goal established for the project. The requirements below also apply to circumstances where purchase orders or extra work cause new subcontracting/supplier opportunities. b. Bid conditions and all other specifications for applicable contracts to be awarded by the City shall require that Offeror make a good faith effort (GFE) to subcontract with or purchase supplies from M/WBE firms. Such specifications shall require the Offe-or to meet or exceed the stated goal or submit documentation of GFE for all applicable contracts to permit a determination of compliance with the specifications. C. Purchase contracts and such other contracts which may be competed for under sealed propo•'n*", procedures (estimated cost of $25,000 or more) shall be awarded and administered in accordan.- with the following standards and procedures: I0 IVIIIIUrny anu VVUIn1[I DUSIIIeSS C1ILUIRIISU VIUI(IdIlUti^LLOU If IICI Il I 01. Competitive bids for applicable contracts shall include the M/WBE requirements and documentation in the bid specifications. M/WBE documentation consists of the SPECIAL INSTRUCTIONS TO BIDDERS, the SUBCONTRACTOR UTILIZATION FORM, the PRIME CONTRACTOR WAIVER FORM, the GOOD FAITH EFFORT FORM, and, the JOINT VENTURE FORM. a) Competitive bids where the Offeror equals or exceeds the project goal must submit the SUBCONTRACTOR UTILIZATION FORM. b) Competitive bids where the Offeror does not have subcontracting and/or supplier opportunities must submit the PRIME CONTRACTOR WAIVER FORM. c) Competitive bids where the Offeror has subcontracting and/or supplier opportunities but does not include M/WBE participation in an amount which equals or exceeds the project goal, must submit the SUBCONTRACTOR UTILIZATION FORM and the GOOD FAITH EFFORT FORM and documentation. d) Competitive bids where the Offeror has subcontracting and/or supplier opportunities but do not include any M/WBE participation must submit the GOOD FAITH EFFORT FORM and documentation. 02. The Offeror shall submit the SUBCONTRACTOR UTILIZATION FORM and/or the GOOD FAITH EFFORT FORM or the PRIME CONTRACTOR WAIVER FORM, or the JOINT VENTURE FORM ("and documentation") as appropriate. The Managing Department must receive the documentation no later than 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. The Offeror shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the City received the documentation. The submission of the applicable completed form(s) within the allotted time will be considered when determining the responsiveness of the bid. Failure to comply with the bid specifications, inclusive of the M/WBE requirements and documentation, shall render the Offeror non-responsive. 03. The GFE documentation shall demonstrate the Offeror's commitment and honest efforts to utilize M/WBE(s). The burden of preparing and submitting the GFE information is on the Offeror and will be evaluated as part of the responsiveness to the bid/proposal. An Offeror who intentionally and/or knowingly misrepresents facts on the documentation submitted will constitute a basis for classification as non-responsive and possible debarment. 04. The contracting department may request the M/WBE Office to waive the goat requirements of this subsection, or to reduce the amount of the goal, in accordance with the provisions of the Exceptions and Waivers section. 2. COUNTING M/WBE PARTICIPATION M/WBE participation shall be counted toward meeting Goal in accordance with the following provisions: a. For the purpose of determining compliance with the goal requirements established in this ordinance, businesses will be counted as MIWBEs only when they have been certified as such prior to a recommendation for award being made to the City Council. 01. Any business listed by an Offeror that is not certified at the time of bid/response opening must file an application for certification within a reasonable time for the City to consider the business towards meeting the goal. •� 02. If a business described in the subparagraph immediately above fails to submit an application for certification within a reasonable time, or if the business is denied certification, the Offeror shall be afforded five (5) City business days to secure additional certified/certifiable M/WBE participation, starting the next City business day following the day the written notification was received from the Managing Department 11 Minority ana women Business Enterprise Ordinance Attachment 1 03. Evidence of the additional certified/certifiable MM'BE participation shall be delivered to and received by the Managing Department within five (5) City business days after the notification was received by the Offeror, exclusive of the date that they notification was received. .-Ow% b. Except as provided for in paragraph c below, if the Offeror is ruled non-responsive for failure to comply with the requirements of this ordinance, the Managing Department will provide written notification to the Offeror stating the specific basis for the ruling. The Offeror may submit documentation that it will either meet or exceed the stated goal, and if the documentation satisfies this ordinance, the Offeror may then be considered for an award of contract'. C, If the Offeror is ruled non-responsive solely for its failure to identify a subcontractisupplier opportunity and that opportunity is less than three (3%) percent of the total bid, the Offeror may submit documentation that an M/WBE will be utilized for that subcontract/supplier opportunity, and may be considered for an award of contract. d. Documentation required under either paragraph b or c above must be received by the Managing Department within five (5) City business days, exclusive of the date that the Offeror was notified that it was non-responsive. If the documentation is not received within the stated time, the Offeror shall be deemed to have withdrawn its bid. The City will not communicate with another Offeror regarding award of the contract until five(5) City business days after the original Offeror has been notified that it is non-responsive. e. The Offeror may count toward the goal any tier of M/WBE subcontractors and/or suppliers. It is the sole responsibility of the Offeror to report and doaiment all subcontracting and/or supplier participation dollars counted towards the goal, irrespective of tier level. Failure to submit documentation as required in this subparagraph, shall entitle the City to withhold payments and/or reject future purchasing orders until compliance is attained. f. The Offeror will be given credit toward the goal only when the MNVBE subcontractor perform4^ commercially useful function. A M/WBE subcontractor is considered to have performed commercially useful function when: 01. it is responsible for the execution of a distinct element of the work by actually performing, managing and supervising the work involved in accordance with normal business practice; and 02. When the firm receives due compensation as agreed upon for the work performed. g. The Offeror will be given credit toward the MNVBE contract goal only when the MNVBE supplier performs a commercially useful function. A M/WBE supplier is considered to have performed a commercially useful function when the M/WBE supplier is a manufacturer or a regular dealer. h. The Offeror will be given credit for utilizing a MNVBE hauling firm as long as the MIWBE own and operate at least one fully licensed, insured and operationz I truck used on the contract. The MNVBE may lease trucks from another M/WBE firm, including M,'WBE owner-operators and receive 100% MNVBE credit. The M/WBE may lease trucks from non-M,MiBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the MNVBE as outlined in the lease agreement. L Regardless of whether an arrangement between the contractor and the M/WBE represents standard industry practice, if the arrangement erodes the ownership, control or independence of the M/WBE or does not meet the commercially useful function requirement, the Offeror shall receive no credit toward the goal. j. An Offeror may count toward its goal a portion of the total dollar value of a contract with a joint venture equal to the percentage of MNVBE participation in the joint venture. 01. .The Managing Department must receive the Joint Venture form from the Offeror within five (5) City business days after the date of bid opening, exclusive of the day of the bid opening, for certification by the MNVBE Office. 12 IVIUMIIy 'dFlU VVUMU11 DU5111CSS C111VIP11SC lJ1UJ11d11UU MUM,11111MI1 I 02. The M/WBE involved in the joint venture must be responsible for a clearly defined portion of the work to be performed, equal to a share in the ownership, control, knowledge, management, responsibility, risks, and profits of the joint venture. k. Except for joint ventures, the prime contractor (regardless of their M/WBE status) and any work performed by the prime contractor is not counted toward meeting the M/WBE contract goal and is not considered when determining compliance with this ordinance. 1. An,Offeror may npt count toward its goal any arrangement with an M_/WBE that is nepotism or where an M/WBE has been a recent employee(less than one year) of the Offeror. m. The Offeror may not count toward the goal any agreement with an M/WBE that does not meet the requirements of this ordinance. 3. PAYMENTS The City Manager shall implement procedures to comply with the following: a. Establish procedures to ensure that purchase orders for all vendors' invoices be paid as required by the Texas Prompt Payment Act or any successor statute and that subcontractors are also paid as required by state law . A vendor's failure to make payments as required by law shall, in addition to any other remedies provided by law, authorize the City to withhold future payments from the vendor until compliance with this ordinance is attained. b. Whenever there is a dispute concerning payment due between the prime and subcontractor and/or supplier, the City shall strongly encourage the parties to seek mediation before the City initiates a stop payment order. 4. BEST VALUE CRITERIA a. In order to increase M/WBE primes in direct purchases, the City will apply the best value criteria codified in State law(Tex. Local Gov't Code, sec. 252.043 or any successor statute)to all purchasing activities as outlined in the state legislation. b. The City Manager, with the advice and counsel of the MWBEAC in accord with City of Fort Worth Resolution No. 1148, shall implement procedures the purchase of goods and services under the formal bid amount to emphasize the inclusion of M/WBEs. Vl. POST-AWARD COMPLIANCE: A. In addition to such other requirements as may be set forth elsewhere, the following shall apply to applicable contracts awarded by the City: 1. Contracts shall incorporate this ordinance by reference, and shall provide that the contractor's violation of this ordinance shall constitute a breach of such contract and may result in debarment in accord with the procedures outlined in this ordinance. 2. Following the date and time of bid/proposal opening, any proposed change or deletion in M/WBE participation identified in the bid, proposal or contract shall be reviewed by the M/WBE Office to determine whether such change or deletion is justified in accord with paragraphs 3 and 4 immediately below. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in this ordinance. 3. Following the date and time of bid/proposal opening, the contractor shall: a. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with the bid, proposal or during negotiation, without prior submission of the proper documentation for review and approval by the M/WBE Office. 13 Minonty and Women Business Enterprise Ordinance Attachment 1 b. Shall submit a detailed explanation of how the requested change or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determinatioD-. c. If substantial subcontracting and/or supplier opportunities arise during the term of any contract when the contractor represented in its bid to the City that it alone would perform the subcontracting/supplier opportunity work, the contractor shall notify the City before subcontracts for work and/or supplies are awarded and shall be required to comply with subsections 12.3 and 12.4 of this Attachment 1, exclusive of the time requirements stated in such subsections; d. Maintain records reasonably necessary for monitoring their compliance with the provisions of this ordinance; e. After the first payment and beginning with the second a,3plication for payment, submit the required M/WBE Periodic Payment Reports, including copies of M/WBE subcontractor's/subconsultant's/supplier applications for payment / invoices (as appropriate) and proof of payment documentation, to the MNVBE Office. Additionally, upon request of the MNVBE.Office, the contractor shall submit such other documentation as may be reasonably required to verify proof of payments. Failure to submit these reports and other requested information, if any, as required shall authorize the City to withhold payment and/or reject future bids from the contractor until compliance with this ordinance is attained. 4. The contractor shall submit to the M/WBE Office for approval a M/WBE REQUEST FOR APPROVAL OF CHANGE FORM if, during the term of any contract, a contractor wishes to change or delete one or more MNVBE subcontractor(s), subconsultant(s)or supplier(s). a. Within three (3) City business days after receipt by the MNVBE Office, exclusive of the date of receipt, the Request shall be reviewed. The Request shall be aparoved if the change or deletion is justified. The following shall constitute justification for the requested change or deletion: -^ 01. A M/WBE's failure to provide workers' compensation insurance evidence as required by state law; or 02. A MNVBE's failure to provide evidence of general liability or other insurance under the same or similar terms as contained in the contract documents with limits of coverage no greater than the lower of 1) the limits required of the contractor by the City; or 2) the limits contained in the contractor's standard subcontract or supply agreements used on other projects of similar size and scope and within the contractor's normal business practice with non-M/WBE subcontractor's/subconsultant's or suppliers; or 03. A MNVBE's failure to execute the contractor's standard subcontract form, if entering a subcontract is required by the contractor in its normal course of business, unless such failure is due to: a) A change in the amount of the previously agreed to bid or scope of work; or b) The contract presented provides for payment once a month or longer and the contractor is receiving payment from the City twice a month; or c) Any limitation being placed on the ability of the hANVBE to report violations of this Ordinance or any other ordinance or violations of any state or federal law or other improprieties to the City or to provide notice of any claim to the contractor's surety company or insurance company. d) Mediation shall be a consideration before the request for change is approved. ^ 04. A MNVBE defaults in the performance of the executed subcontract. In this event, the contractor shall: 14 winonry anu vvornen t3usiness nmerprise uruinance r+uacnmeni s a) Request bids from all MNVBE subcontractors previously submitting bids for the worts, b) If reasonably practicable, request bids from previously non-bidding M/WBEs, and c) Provide to the M/WBE office documentation of compliance with (a) and (b)above. 05. Any other reason found to be acceptable by the M/WBE Office in its sole discretion. NOTE: The contractor shall submit such documentation as may reasonably be requested by the MIWBE.Office to support the.contractor's request. The time between_the request by the MIWBE Office for additional"documentation and thi defivery of s'tilich dod—urnentation"shalf not be included within the time period that the M/WBE Office is required to respond as stated in subparagraph (a) above. b. If the M/WBE Office approves the deletion of a M/WBE and replacement by a non-M/WBE, such approval shall constitute a post award waiver to the extent of the value of the deleted subcontract. c. If the M/WBE Office denies the request for change or deletion, the contractor may appeal the denial to the City Manager whose decision will be final. 5. Whenever contract amendments, change orders, purchase orders or extra work orders are made individually or in the aggregate, the contractor shall comply with the provisions of this ordinance with respect,to the alternates, amendments, change orders, or extra work orders. a. If the amendment, change order, purchase order or extra work affects the subcontract of a MNVBE, such M/WBE shall be given the opportunity to perform such amendment, change order, purchase order or extra work. AOM. b. If the amendment, change order, purchase order or extra work is or is not covered by any subcontractor performing like or similar work, and the amount of such amendment, change order, purchase order or extra work is $50,000.00 or more, of the original contract amount, the contractor shall comply with Article 1, subsections 12.3 and 12.4 of this Attachment 1 (exclusive of the time requirements stated therein) with respect to such amendment, change order purchase order or extra work. 6. If the contractor/consultant in its bid/proposal included any second or lower tier subcontractor/subconsultant/supplier towards meeting the goal, it is the sole responsibility of the Offeror to report and document all subcontracting/subconsulting and/or supplier participation dollars counted towards the goal, irrespective of tier level. Failure to comply with the City's request to provide the required documentation shall entitle the City to withhold payments and/or to reject future bids/proposals from the Offeror until compliance with this ordinance is attained. 7. Upon completion of the contract and within ten (10) City business days after receipt of final payment from the City, exclusive of the date the contractor receives payment, the contractor shall provide the M/WBE Office with the MNVBE FINAL SUMMARY PAYMENT REPORT FORM to reflect the final participation of each subcontractor/subconsultant and/or supplier (including non-M/WBEs) used on the project. Failure to comply with the City's request to provide the required documentation shall entitle the City to reject future bids from the contractor until compliance with this ordinance is attained. 8. In the event a contractor is in non-compliance and is a subcontractor/subconsultant on a new quote; the contractor will be required to comply with this ordinance prior to a recommendation for award being made to the City Council. VII. CONTRACT MONITORING, AND REPORTING: 15 Minority and Women Business Enterprise Ordinance Attachment 1 A. The M/WBE Office shall monitor compliance with these requirements during the term of the contract. If it is determined that there is cause to believe that a contractor or subcontractor has failed to comply with any of the requirements of this ordinance, or the contract provisions pertaining to M/WBE utilization, the MNVBE Offer shall notify the contracting department and the contractor. The MPNBE Office shall attempt to resolve the r compliance through conciliation. If the non-compliance cannot be; resolved, the Manager and the contracting department shall submit written recommendations to the City Manager or designee, and if the City Manager concurs with the findings, sanctions shall be imposed as stated in ordinance. B. Whenever the M/WBE Office finds, after investigation, that a contracting department has failed to comply with the provisions of this ordinance, a written finding- specifying the -nature of the- non-compliance shal!- b- transmitted to the contracting department, and the M/WBE Office shall attempt to resolve any non-compliance through conference and conciliation. Should such attempt fail to resolve the non-compliance, the Manager shall transmit a copy of the findings of non-compliance, with a statement that conciliation was attempted and failed, to the City Manager who shall take appropriate action to secure compliance. C. The M/WBE Office may require such reports, information, and documentation from contractors, Offerors, contracting agencies, and the head of any department, division, or office of the City of Fort Worth, as are reasonably necessary to determine compliance with the requirements of this ordinance. D. Contracting departments shall maintain accurate records for each contract awarded, including the names of contractors providing quotes, dollar value, the nature of the goods or services to be provided, the name of the contractor awarded the contract, the efforts it employed to solicit cluotes from M/WBEs, identifying for each its dollar value, the nature of the goods or services provided, and the name of the subcontractors/suppliers. E. The City Manager, with the advice and counsel of the MWBEAC in accord with City of Fort Worth Resolution No. 1148, shall submit an annual report to the City Council on the progress of the City toward the utilization goal established by this ordinance, together with an identification of problems and specific recommendations for improving the City's performance. VIII. EXCEPTIONS AND WAIVERS: A. If an Offeror is unable to comply with the M/WBE goal requirements established in the Program Goal section of this ordinance, such Offeror shall submit one of the two forms listed below within the allotted time. 1. A Prime Contractor Waiver Form (Attachment 1 B) is submitted if the Offeror will perform the entire contract without subcontractors or suppliers. 2. A Good Faith Effort Form (Attachment 1 C) is submitted if the Offeror has a subcontracting and/or supplier opportunity but was unable to meet or exceed the project goal. The Offeror will submit requested documentation that demonstrates a good faith effort to comply with the goal requirements as described in the Program Goal section above. B. A contracting department may request the M/WBE Office to waive ar modify the goal requirements for MNVBEs by submitting a Departmental Waiver Form, in writing, prior to solicitation of bids or proposals. The M/WBE Office may grant such a waiver or reduction upon determination that: 1. The reasonable and necessary requirements of the contract render subcontracting or other participation of business other than the Offeror infeasible; or 2. A public or administrative emergency exists which requires the goods or services to be provided with unusual immediacy; or 3. Lack of sufficient M/WBE subcontracting/subconsulting/suppliers providing the services required by thhe contract are unavailable in the marketplace of the project, despite attempts to locate them; or 4. The application of the provisions of this ordinance will impose an unwarranted risk on the City or unduly delay acquisition of the goods or services. 16 N1 11 ty U- •i I VUOIIIGOO LSiLVIIJ7 IOU VI U117P1 WQ flliQl..l 11110!I 1 1 C. Whenever the M/WBE Office denies a request to waive a goal; the contracting department may appeal that denial: to the City Manager whose decision on the request shall be final. IX. PROGRAM ADMINISTRATION: A. The City Manager, with the advice and counsel of the MWBEAC in accord with City of Fort Worth Resolution No. 1148, is authorized to establish and implement the regulations set forth in this ordinance. The M/WBE Office shall be responsible for the overall administration of the City's M/WBE Program, and its duties and responsibilities shall include: 1. Recommending rules and regulations to effectuate this ordinance; 2. Maintaining a current listing of certified M/WBE firms for distribution internally and externally on contracts; 3. Providing information, outreach (to include workshops, seminars, etc.) and needed assistance to M/WBEs to increase their ability to compete effectively for the award of City contracts; 4. Investigating alleged violations of this ordinance and making written recommendations to appropriate City authorities for remedial action when appropriate; 5. Developing and distributing all necessary forms, applications, and documents necessary to comply with this ordinance; 6. Reviewing, on a regular basis, the progress of departments toward achieving the category goals for the utilization of minority and women business enterprises; 7. Making recommendations to appropriate City staff regarding methods to further the policies and goals of this ordinance; 8. Determining M/WBE compliance on bids and proposals before they are submitted to the City Council for award; 9. Maintaining an accurate contract performance reporting system; and 10. Compiling a report reflecting the progress in attaining the City's annual goal, quarterly and annually. B. It shall be the responsibility of the contracting department to ensure that bids or proposals for the department's projects adhere to the procedures and provisions set forth in this ordinance. 1. The department director or designee shall assume primary responsibility for achieving the goals of this program and shall review, on a continuing basis, all aspects of the program's operations to assure that the purpose is being attained. 2. The contracting department shall take the following action to ensure that M/WBEs have the maximum opportunity to participate on City contracts: a. A written notification shall be sent to minority and women trade associations, contractor's associations, and minority and women chambers of commerce about the availability of formally advertised contracting.opportunities no less than 28 days before bids are due; b. All applicable contract solicitations shall include the requirements contained in this ordinance; c. All contracting opportunities shall be evaluated in an effort to divide the total requirements of a contract to provide reasonable opportunities for M/WBE; d. Establish procedures to ensure that all contractors' invoices are paid on construction, professional services and purchases as follows: 01. Vertical and horizontal construction shall be paid twice monthly, 17 minority and women business tnterpnse Ordinance Attachment 1 02. Professional Services shall be paid within ten City business days after receipt of and approved invoice and 03. Purchases shall be paid within ten City business days after receipt of an approved invoice. 04. Subcontractors shall be paid within five (5) City business days after receipt of payment of prime contractor by one of the methods stated above. e. Establish guidelines to ensure that a notice to proceed is not issued until signed letters of intent evidencing receipt by the MNVBE or executed agreements with the M/WBE have been submitted along with the project work schedule, if applicable; f. Ensure that all required statistics and documentation are submitted to the M/WBE Office as requested; and g. If circumstances prevent the contracting department from meeting the 28-day advertising and notification requirements, the contracting department shall perform extensive outreach to MNVBE associations or other relevant organizations to inform them of the contracting opportunity. X. SANCTIONS: A. The GFE documentation shall demonstrate the Offeror's commitment and honest efforts to utilize M/WBE. The burden of preparing and submitting the GFE information is on the Offeror and will be evaluated as part of the responsiveness to the bid/proposal. An Offeror who intentionally and/or knowingly misrepresents facts in the documentation submitted will be cJassified as non-responsive and be subject to possible debarment. B. A contractor's failure to make payments within five (5) City lousiness days shall authorize the City to withhold payment from the contractor until compliance with this ordinance is attained. C. Debarment: 1. An Offeror who intentionally and/or knowingly misrepresents material facts shall be determined to be an irresponsible Offeror and barred from participating in City work for a period of time of not less than three (3) years. 2. The failure of an Offeror to comply with this ordinance where such non-compliance constitutes a material breach of contract as stated herein, may result in the Offeror being determined to be an irresponsible Offeror and barred from participating in City work for a period of time of not less than one(1) year. 3. The M/WBE Office will send a written statement of facts and a recommendation for debarment to the City Manager. The City Manager, after consultation with the Department of Law, will make the decision regarding debarment and send a certified notice to the Offeror. 4. An Offeror that receives notification of debarment may appea to an Appeal Board, hereinafter created, by giving written notice within ten (10) days from the date of nsceipt of the debarment notice, to the City Manager of its request for appeal. 5. An Appeal Board, consisting of not less than three member-s appointed by the City Manager with the approval of the City Council, will meet within thirty (30) days from the date of receipt of the request for appeal of debarment, unless Offeror requests an extension of time. The Offeror will be notified of the meeting time and location. 6. The Offeror will be afforded an opportunity to appear with Counsel if they so desire, submit documentary evidence, and confront any witness that the City presents. 7. The Appeal Board will render its decision not more than thirty (30) days of the hearing and send certified notice to the Offeror. 18 minority ana women tsusmess tnierpnse uruinance muacnmenL i 6. If the Appeal Board upholds the original debarment, the Offeror may appeal to the City Council within ten (10) days from the date of receipt of the Appeal Board's decision by giving written notice to the City Manager. 9. The appeal will be placed on the City Council agenda within thirty(30)days from receipt of written notice, unless Offeror requests an extension in writing. 10. From the date of notification of debarment and during the pendency of any appeal, the City will not consider offers from, award contracts to, renew or otherwise extend contracts with, or contract directly or indirectly through subcontracts wi)h the Offeror pending the Appeal Board's-decision. 11. Any M/WBE subcontractor or supplier who intentionally and/or knowingly misrepresents facts or otherwise violates the provisions of this ordinance may be determined to be irresponsible for a period not to exceed one (1) year, and if deemed irresponsible,. such MNVBE shall not be included in calculating an Offeror's responsiveness and barred from bidding on City work. XI. SEVERABILITY: If any provision of this attachment or ordinance, the application thereof to any person or circumstance is held invalid for any reason in a court of competent jurisdiction, such invalidity shall not affect the other provisions of any other application of this attachment or ordinance which can be given effect without the invalid provision or application, and to this end, all the provisions of this attachment or ordinance are hereby declared to be severable. 19 PART C GENERAL CONDITIONS PART C- GENERAL CONDITIONS TABLE OF CONTENTS r. NOVEMBER 1, 1987 TABLE OF CONTENTS C1-1 DEFINITIONS CI-I (1) = C 1-1.1 . __ Definition of Terms .- C1-1 (1) _ C1-1.2 Contract Documents Cl.-1 (2) C1-1.3 Notice to Bidders CI-I (2) CI-1.4 Proposal Cl-1 (2) C1-1.5 Bidder CIA (2) CI-1.6 General Conditions CI-1 (2) CI-1.7 Special Conditions CI-1 (2) CI-1.8 Specifications CIA (2) C1-1.9 Bonds CIA (2) CI-1.10 Contract CIA (3) C1-1.11 Plans CIA (3) C1-1.12 City C1-1 (3) C1-1.13 City Council C1-1 (3) C1-1.14 Mayor C1-1 (3) C1-1.15 City Manager Cl-1 (3) C1-1.16 City Attorney C1-1 (3) CI-1.17 Director of Public Works CI-1 (3) C1-1.18 Director, City Water Department C I-1 (3) CI-1.19 Engineer CI-1 (3) CI-1.20 Contractor CI-1 (3) CI-1.21 Sureties CI-1 (4) CI-1.22 The Work or Project C l-l (4) C1-1.23 Working Day C1-1 (4) C1-1.24 Calendar Days C1-1 (4) CI-1.25 Legal Holidays Cl-1 (4) Cl-1.26 Abbreviations CIA (4) C 1-1.27 Change Order C 1-I (5) C1-1.28 Paved Streets and Alleys C1-1 (5) Cl-1.29 Unpaved Streets or Alleys CI-1 (6) C1-1.30 City Street C1-1 (6) Cl-1.31 Roadway CI-1 (6) C1-1.32 Gravel Street CI-I (6) C2-2 INTERPRETATION AND PREPARATION OFPROPOSAL r. C2-2.1 Proposal Form C2-2 (1) C2-2.2 Interpretation of Quantities C2-2 (1) C2-2.3 Examination of Contract Documents and Site of Project C2-2 (2) C2-2.4 Submitting of Proposal C2-2 (2) (1) C2-2.5 Rejection of Proposals C2-2 (3) C2-2.6 Bid Security C2-2 (3) C2-2.7 Delivery of Proposal C2-2 (3) C2-2.8 Withdrawing Proposals C2-2 (3) C2-2.9 Telegraphic Modifications of Proposals C2-2 (3) C2-2.10 Public Opening of Proposal C2-2 (4) C2-2.11 Irregular Proposals C2-2 (4) C2-2.12 Disqualification of Bidders' - C2-2 (4), C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3.1 Consideration of Proposals C3-3 (1) C3-3.2 Minority Business Enterprise/Women Business C3-3 (1) Enterprise Compliance C3-3.3 Equal Employment Provisions C3-3 (1) C3-3.4 Withdrawal of Proposals C3-3 (1) C3-3.5 Award of Contract C3-3 (2) C3-3.6 Return of Proposal Securities C3-3 (2) C3-3.7 Bonds C3-3 (2) C3-3.8 Execution of Contract C3-3 (3) C3-3.9 Failure to Execute Contract C3-3 (3) C-3-3.10 Beginning Work C3-3 (4) C3-3.11 Insurance C3-3 (4) C3-3.12 Contractor's Obligations C3-3 (6) C3-3.13 Weekly Payrolls C3-3 (6) C3-3.14 Contractor's Contract Administration C3-3 (6) C3-3.15 Venue C3-3 (7) C44 SCOPE OF WORK C44.1 Intent of Contract Documents C44(1) C44.2 Special Provisions C44 (1) C44.3 Increased or Decreased Quantities C44 (1) C44.4 Alteration of Contract Documents C44(2) C44.5 Extra Work C44 (2) C4-4.6 Schedule of Operation C44(3) C44.7 Progress Schedules for Water and Sewer Plant Facilities C44(4) C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engineer C5-5 (1) C5-5.2 Conformity with Plans C5-5 (1) C5-5.3 Coordination of Contract Documents C5-5 (1) C5-5.4 Cooperation of Contractor C5-5 (2) C5-5.5 Emergency and/or Rectification Work C5-5 (2) C5-5.6 Field Office C5-5 (3) C5-5.7 Construction Stakes C5-5 (3) (2) C5-5.8 Authority and Duties of City Inspector C5-5 (3) C5-5.9 Inspection C5-5 (4) C5-5.10 Removal of Defective and Unauthorized Work C5-5 (4) C5-5.11 Substitute Materials or Equipment C5-5 (4) C5-5.12 Samples and Tests of Materials C5-5 (5) C5-5.13 Storage of Materials C5-5 (5) C5-5.14 Existing Structures and Utilities C5-5 (5) C5-5._15 Interruption of Service; C5-5(6)- - 05-5.16 Mutual Responsibility of Contractors C5-5 (7) C5-5.17 Clean-Up C5-5 (7) C5-5.18 Final Inspection C5-5 (8) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 Laws to be Observed C6-6 (1) C6-6.2 Permits and Licenses C6-6 (1) C6-6.3 Patented Devices, Materials, and Processes C6-6 (1) C6-6.4 Sanitary Provisions C6-6 (1) C6-6.5 Public Safety and Convenience C6-6 (2) C6-6.6 Privileges f Contractor in Streets,Alleys, C6-6 (3) and Right-of-Way C6-6.7 Railway Crossings C6-6(3) C6-6.8 Barricades, Warnings and Flagmen C6-6 (3) C6-6.9 Use of Explosives, Drop Weight, Etc. C6-6 (4) C6-6.10 Work Within Easements C6-6 (5) C6.6.11 Independent Contractor C6-6 (6) C6-6.12 Contractor's Responsibility for Damage Claims C6-6 (6) C6-6.13 Contractor's Claim for Damages C6-6 (8) C6-6.14 Adjustment or Relocation of Public Utilities, Etc. C6-6 (8) C6-6.15 Temporary Sewer and Drain Connections C6-6 (8) C6-6.16 Arrangement and Charges for Water Furnished by the City C6-6 (9) C6-6.17 Use of a Section or Portion of the Work C6-6 (9) C6-6.18 Contractor's Responsibility for the Work C6-6 (9) C6-6.19 No Waiver of Legal Rights C6-6 (9) C6-6.20 Personal Liability of Public Officials C6-6 (10) C6-6.21 State Sales Tax C6-6 (10) C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 (1) C7-7.2 Assignment of Contract C7-7 (1) C7-7.3 Prosecution of The Work C7-7 (1) C7-7.4 Limitation of Operations C7-7 (2) �r C7-7.5 Character of Workmen and Equipment C7-7 (2) C7-7.6 Work Schedule C7-7 (3) C7-7.7 Time of Commencement and Completion C7-7 (3) C7-7.8 Extension of Time Completion C7-7 (3) (3) C7-7.9 Delays C7-7 (4) C7-7.10 Time of Completion C7-7 (4) lomwkk C7-7.11 Suspension by Court Order C7-7 (5) C7-7.12 Temporary Suspension C7-7 (5) C7-7.13 Termination of Contract due to .National Emergency C7-7 (6) C7-7.14 Suspension or Abandonment of the Work C7-7 (6) and Annulment of the Contract: C7-7:15,- Fulfillment of Contract - C7-7 (S). C7-7.16 Termination for Convenience of the Owner C7-7 (8) C7-7.17 Safety Methods and Practices C7-7 (11) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement Of Quantities C8-8 (1) C8-8.2 Unit Prices C8-8 (1) C8-8.3 Lump Sum C8-8 (1) C8-8.4 Scope of Payment C8-8 (1) C8-8.5 Partial Estimates and Retainage C8-8 (2) C8-8.6 Withholding Payment C8-8 (3) C8-8.7 Final Acceptance C8-8 (3) C8-8.8 Final Payment C8-8 (3) C8-8.9 Adequacy of Design C8-8 (4) C8-8.10 General Guaranty C8-8 (4) C8-8.11 Subsidiary Work C8-8 (4) C8-8.12 Miscellaneous Placement of Material C8-8 (4) C8-8.13 Record Documents C8-8 (4) (4) PART C - GENERAL CONDITIONS Cl-I DEFINITIONS SECTION C1-1 DEFINITIONS C1-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or prgouns_in glace,of them are_used, the intent and,meaning shall be understood and interpreted as follows: C1-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained on the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and Include the following Items PART A - NOTICE TO BIDDERS (Sample) White PART B - PROPOSAL (Sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown PART D- SPECIAL CONDITIONS Green PART E - SPECIFICATIONS E1-White E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White PART G - CONTRACT (Sample) White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A -NOTICE TO BIDDERS (Advertisement) same as above PART B - PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PARTF - BONDS PART G - CONTRACT PART H - PLANS (Usually bound separately) C1-1 (1) C1-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Propo§al, which Becomes binding upon the Bidder when itis officially received by the Owner,has been publicly opened and read and not rejected by the Owner. C1-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. C1-1.b GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Whenever there may be a conflict between the General Conditions and the Special Conditions, the latter shall take precedence. . C1-1.7 SPECIAL CONDITIONS: Special conditions Sure the specific requirements which are necessary for the particular project covered by they Contract Documents and not specifically covered in the General Conditions. When c*nsidered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C1-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which set forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed an useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. C1-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include the following: a. Performance Bond(see paragraph C3-3.7) b. Payment Bond (see paragraph C3-3.7) C. Maintenance Bond(see paragraph C3-3.7) d. Proposal or Bid Security(see Special Instructions to Bidders, Part A and C2-2.b) CI-1 (2) C1-1.10 CONTRACT: - The Contract is a formal signed agreement between the owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. CI-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the _ various_ elements of the prdject, inc(udind such profiles,_ typical cross-sections.- layout diagrams, working drawings, preliminary drawings'and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from the other parts of the Contract Documents, but they are part of the Contract Documents just as though they were bound therein. CI-1.12-CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. CI-1-13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. C 1-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tem of the City of Fort Worth, Texas. C1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. C1-1.16 CITY ATTORNEY: The officially appointed City Attorney of the.City of Fort Worth, Texas, or his duly authorized representative. C1-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City of Fort Worth, Texas, referred to in the charter as the City Engineer, or his duly authorized representative. CI-1.18 DIRECTOR CITY WATER DEPARTMENT: The officially appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. C 1-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. C1-1.20 CONTRACTOR: The person,person's,partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of work, acting C1-1 (3) directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, supplying labor and materials or only labor, i.or the work at the site of the pro}ect. C1-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and fcir any and all requl eluents as set forth in the Contract Documents and approved changes therein. CI-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not li;nited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. C1-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. znd 6:00 p.m., with exceptions as permitted in paragraph C7-7.6 C1-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. C1-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: 1. New Year's day Janu;iry 1 2. M.L. King, Jr. Birthday Third Monday in January 3. Memorial Day Last Monday in May 4. Independence Day July 4 5. Labor Day First Monday in September 6. Thanksgiving Day Fourth Thursday in November 7. Thanksgiving Friday Forth Friday in November 8. Christmas Day December 25 9. Such other days in lieu of holidays as the City Council may determine When one of the above named holidays or a special holiday is declared by the City Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday, it shall be observed on the following ;Monday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar as the holiday. C1-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the Contract Documents, the intent and meaning shall be as follows: C1-1 (4) AASHTO - American Association of State MGD - Million Gallons Highway Transportation Officials per Day ASCE - .American Society of Civil CFS - Cubic Foot per Engineers Second IAW In Accordance With Min. - Minimum ASTM - American Society qf Testing Mono:.-_ - Monolithic Materials % - Percentum AWWA - American Water Works R - Radius Association I.D. - Inside Diameter ASA - American Standards Association O.D. - Outside Diameter HI - Hydraulic Institute Elev. - Elevation Asph. - Asphalt F - Fahrenheit Ave. - Avenue C - Centigrade Blvd. - Boulevard In. - Inch Cl - Cast Iron Ft. - Foot CL - Center Line St. - Street GI - Galvanized Iron CY - Cubic Yard Lin. - Linear or Lineal Yd. - Yard Ib. - Pound SY - Square yard MH - Manhole L.F. - Linear Foot Max. - Maximum D.I. - Ductile Iron C1-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. C1-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. Brick, with or without separate base material. �r 4. Concrete, with or without separate base material. 5. Any combination of the above. C1-1 (5) C1-1.29 UNPAVED STREE,'TS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined for"Paved Streets and Alleys." C 1-1.30 CITY STREET: A city street is defined as that area between the right-of-way lines as the street is dedicated. CI-1.31 ROeOWAY: 'The roadway is defined as the area between parallel !fries two (2') back of the curb lines or four (`4) feet back of the average edge of pavement where no curb exists. C1-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. CIA (6) SECTION C - GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 ^PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and.state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and no more than one(1)year old. In the case that bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten(10) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the. project for which bids are to be received, and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as aRnroximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way '! invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2 (1) C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: �. Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the Owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into-the original Contract Documents. Bidders are required, prior to filing of proposal, to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full slid complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL.: The Bidder shill submit his Proposal on the form fumished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member of the firm, association, or partnership, or by person duly authorized. If a proposal is submitted by a company or corporation, the company or corporation name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power C2-2 (2) of Attorney authorizing agents or others to sign,proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, erasures, or irregularities of any kind, or contain unbalanced value of any items. Proposal tendered or delivered after the official time designated for.reccit proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders." It is .�. the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marker with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration must be made in writing, addressed to the City Manager, and filed with him prior to the time set for opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non- consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2.2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2 (3) C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly tiled and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time, and place indicated in the "Notice to Bidders."All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their,authorized representatives are invited'to be present for the opening of bids. C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing; hour is an irregularity which can not be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reasons: a) Reasons for believing that collusion exists arnong bidders. b) Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. c) The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. .-. d) The bidder being in arrears on any existing contract or having defaulted on a previous contract. e) The bidder having performed a prior contract:in an unsatisfactory manner. f) Lack of competency as revealed by financial statement, experience statement, equipment schedule, and such inquiries as the Owner may see fit to make. g) Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h) The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: I. Financial Statement showing the financial condition of the bidder as specified in Part "A" - Special Instructions 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. .0. C2-2 (4) PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3.1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of the unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the ward of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as may be considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by the Owner, to allow and audit and/or an examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6)months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinances prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. C3-3 (1) C 3-3.5 AWARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award-of the 'contract, if award is made, will be to fine lowest and best responsive - bidder. �. - - . _ The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the owner in the amounts herein required, the following bonds: a. PERFORMANCE .BOND: A good and sufficient performance bond in the amount of not less than 100 percent of'che amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10. C. PAYMENT BOND: A good and sufficient payment bond, in the amount of not less than 100 percent of the amount of the contract, as .•� evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article C3-3 (2) 5160, Revised Civil Statutes of Texas, 1925, as amended by House -Bill 344, Acts 56`x' Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS: Such other bonds as may be required by these. Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the Owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner, the Contract and such bonds as may be required in the Contract Documents. No Contract shall be binding upon the Owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the owner as an abandonment of his proposal, and the owner may annual the Award. By reason of the .uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the owner by reason of said awardee's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will C3-3 (3) suffer by reason of such failure on the part of the Awardee and shall thereupon immediately by forfeited to the Owner. The filing of a proposal will be considered as acceptance of this provision by the Bidder. C-3-3.10 BEGINNING WORK: The Contractor shall not commence wort` until - n authorized in writing to do so by the Owner. Should the Contractor fail to comme ce work at the site of the project within the time stipulated in the written authorization usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3.11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-contractor's certificate of insurance for approval. The prime Contractor shall indicate on the certHicate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. COMPENSATION INSURANCE: The Contractor shall maintain, �. during the life of this contract, Worker's Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with$2,000,000 umbrella policy coverage. C. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as a separate policies or by additional endorsement to one of the above-mentioned policies, and in the arnount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). C3-3 (4) 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation Cif excavation are performed adjacent to same). 4. Qainage_to undergroga utilities f- r$500,000. 5. Builder's risk (where above-ground structures are involved). 6. Contractual Liability (covers all indemnification requirements of Contract). d. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automobile Liability Insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than$100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub-contractors, should the Prime Contractor's insurance not cover the sub-contractor's work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and C3-3 (5) performance, payment, maintenance and all such other bonds are written, shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth. Tarrant County, Texas. Each such agent shall be a duly qualified, one upon wLom authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, and claims that the City -of Fort Worth or other claimant or any property owner who tins been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth- Dallas area. The name of the agent, or agents shall be set forth on all such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLLS: A certified copy of each payroll covering payment of wages to.all persons engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project .� at all times during the course of the Contract. Copies of the wage rates will be famished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRA` 1ON: Any Contractor, whether a person, persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other wise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the; Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth- ,.1 Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all C3-3 (5) appropriately signed and sealed, as applicable, by the Contractor's responsible offices with the understanding that this written assignment of authority to the local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and " surety. coverage:. Should _the. Cbritractor's local representative fail :to perform ico the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be allowed for periods in which work stoppages are in effect for this reason. C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3-3 (7) PART C - GENERAL CONDITIONS C4-4 SCOPE OF WORK SECTION C44 SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these . Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and furnished to the Bidder in the form of Addenda. •� All such "Special Provisions" shall be considered to be part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter. the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than twenty-five (25) percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits not shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4 (1) C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any, condition or provision of the Contract Documents. - C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided however, that before any extra work is begun a "Change order" shall be executed or written order issued by the; Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. C. The actual reasonable cost of(1) labor, (2) rental of equipment used on the .-. extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and (4) actual cost of insurance, bonds, and social security as determined by the Owner, plus a fixed fey- to be agreed upon but not to exceed 10 percent of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owner by him and used for extra work. The fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense nct included in (1), (2), (3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting Parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. C4-4 (2) Should a difference arise as to what does or dose not constitute Extra Work, or as to the .� payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five(5) days before the time for making the first estimate after such work is :done :and unless-the.claim is,supported by satisfactory vouchers and ccrtifie� payrolls. covering all labor and materials expended upon said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "Extra Work" whether or not initiated by a "Change Order" shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4.6 SCHEDULE OF OPERATION: Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner's approval thereof, a "Schedule of Operations," showing by a straight line method the date of commencing and finishing each of the major elements of the Contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and percentage of completion plotted vertically. The progress charts shall be prepared on 8-1/2" x 11" sheets and at least five black or blue line prints shall be furnished to the Owner. C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within ten (14) days prior to submission of the first .monthly progress payment, the Contractor shall prepare and submit to the owner for approval six copies of the schedule in which the Contractor proposes to carry on activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Engineer. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. C4-4 (3) Prior to the final drafting of the detailed construction schedule, the Contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and anal project completiari dates shall be developed to conform to the time constraints, sequencing, requirements and completion time. b. The construction progress shall be divided into activities with time durations of approximately fourteen days (14) days and construction values not to exceed $50,000. Fabrication, delivery and submittal activities are exceptions to this guideline. C. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. One critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall as a minimum, be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve; activities of approximately fourteen(14) days duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts, the construction. schedule shall indicate the following procurements, construction and preacceptance activities and events in their logical sequence for equipment and materials. 1. Preparation and transmittal of submittals ..., 2. Submittal review periods. C4-4 (4) 3. Shop fabrication and delivery. 4. Erection or installation. 5. Transmittal of manufacturer's operation and maintenance instructions. 6. Installed equipment and materials testing. 7. Owner's operator instruction (if applicable). 8. Final inspection. 9. Operational testing. If, in the opinion of the Owner, work accomplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress. In addition, the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract time. If the owner finds the proposed plan not acceptable, he may require the Contractor to increase the work force, the construction plant and equipment, the number of work shifts or overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these requirements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with diligence as will insure its completion within the time specified. C4-4 (5) PART C - GENERAL CONDITIONS ~ C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5. CONTROL OF WORK AND MATERIALS C5-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. The Engineer shall decide all questions which arise as to the quality and acceptability of the materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the Contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequence or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. The Engineer shall determine the amount and quality of the work completed and low** materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the owner and Contractor, a written decision on the matter in controversy. C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements other wise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern .•�r over specifications, special conditions shall govern over general conditions and standard specification, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the C5-5 (1) Contract Documents, and the owner shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have _ quoted the most expensive resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have available on the site of the project at all times, one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the; Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in`writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent- shall be a resident of Tarrant County, Texas, and shall be subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of the property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. CS-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the .� project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the C5-5 (2) discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not shoe just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 14 x 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather proof, so that documents will not be damaged by the elements. C5-5.7 CONTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines, grades, and measurements necessary to the proper prosecution and control of the work contracted under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and decided by the Engineer. .r, The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary tot he requirement s of the C5-5 (3) Contract Documents. The City Inspector will in no case act as superintendent or foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents of the Contract .Documents, provided. however, should- the Contractor' object to tiny orders or instructions or the City Iti"pector, the Contractor may within six days make written appeal to they Engineer for his decision on the matter in Controversy. C5-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or'not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, thy,- uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. C5-5.10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK:All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at this expense. Work done beyond the lines and grades given or as shown on the plans, exceptas herein specially provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. C5-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conference, make written application to ENGINEER for approval of such substitute certifying in writing that the ,04. proposed substitute will perform adequately the function called for by the general design, be similar and of equal substance to that specified and be suited to the same use and C5-5 (4) capable of performing the same function as that specified ; and identifying all variations of the proposed substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which. shall be furnished at Contmetbr'.s expense. Contractor s 11_ihderilnify and. hold , harmless Owner and Engineer and anyone directly or indirectly employees by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. C5-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless other wise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the contractor of his responsibility'of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified,.will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of new materials. C5-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction contract shall be stored so as to insure the preservation of quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. C5-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the plans relative to the existing utilities are based on the best information available. Omission from, the inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for C5-5 (5) all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obsi:ruction encountered is such as to necessitate changes in the lines-and Frades of.considerable magpitude or requires. the, building of s cial` 5rks; pfi5visi6n o wYCich is riot made in these Cont`r`act Doc&tints, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractor's responsibility to verify locations of the adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances.* The Contractor shall take all necessary precautions in order to protect all existing utilities, structures, and service lines. Verification :of existing utilities, structures, and service lines shall include notification of all utility companies at least forty-eight (48) hours in advance of construction including exploratory excavation if necessary. All verification of utilities and their adjustment shall be considered subsidiary work. C5-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the Water Department's Distribution Division as to location, time, and schedule of service interruption., 2. Notify each customer personally through responsible personnel as to the time and schedule of the intem:ption of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob. The tag shall be durable in composition, and in large bold letters shall say: C5-5 (6) ^ "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted on _ between the hours of and This inconvenience will he as short as possible, r Thank You, Contractor Address Phone b: Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above, but immediate. C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall suffer loss or damage of the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub-. contractor shall assert any claim against the owner on account of damage alleged to have been sustained, the owner will notify the Contractor, who shall indemnify and save harmless the owner against any such claim. C5-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is given the Contractor that the clean-up on the job site is proceeding in a mariner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and ^ new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5 (7) C5-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that a Final Inspection be made. Such inspection will be made within 10 days after such notification. After such final inspection. .if the work and materials and equipment are fond satisfactory, the Contractor will be notified in writing;of the acceptance of the'same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. C5-5 (8) .�. PART C - GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Cf-6.1_ L.AV S T� Blr O SEIZ_VE�:The. GQntractor shall- _at:; ,11 -times .observe and . ---- comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea or misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by.himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES MATERIALS AND PROCESSES: If the Contractor Almk is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall providefor such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract price shall include all royalties or cost arising from patents, trademarks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such trade-mark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put .� into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by C6-6(1) the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanit t y laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be placed and used, and the work shall at all times be so conducted, as to cause no grdater obstruction or inconvenience to the public t'naii is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to the property contiguous tot he work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings. Such provisions may include bridging, placement or crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic, with specific approval by the Engineer, If diversion of traffic is approved by the Engineer at any location, the Contractor may make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work or materials furnished by the Owner or by the City shall be deducted from the monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in rm%, connection with such crossings shall include the roadway approaches as well as the structures of such crossings. C6-6(2) The Contractor shall at all times conduct his operation and use of construction machinery so as not to damage or destroy trees and scrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement. showing all such claims adjusted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS ALLEYS AND RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in. the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or staked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks, the work shall be carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall'be provided by him at his own cost and expense. C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work. Where the railroad tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railroad company as to the methods of performing the work and take all precautions for the safety of property and the public. Negotiations with the railway companies for the permits shall be done by and through the City. The Contractor shall give the City Notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fences, lights, and danger signals, shall provide such watchman, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset .� to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under C6-6(3) construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. All installations and procedures shall be consistent with provisions set forth in the "1980 Texas Manual on Uniform Traffic Control. Devieek for Streets and. Highways" issued- under the aiuthority of the "State of Tekas UiiifornlLLAct regulating traffic on�iighways'', codified as Article 6701d Veron's Civil Statues, pertinent section being Section Nos. 27, 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-8075), to remove the sign. In case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referred manual and such temporary sign must be installed prior to the remova of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re- installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is ` completed. The Contractor will be held responsible foe all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately-removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the Work and materials involved :in the constructing, providing, and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES DROP WEIGHT ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or propert i-. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in advance of the use of any C6-6(4) activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Conditions Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that lie has insurance coverage to protect. against.any�d�mages_-_a4d/or-iniuries arising out of such use of explosives. C6-6.14 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges, as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work. area considered necessary by the Contractor shall be provided by him at his expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified its writing as -to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to, all tress, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the work. The Contractor shall notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of non-execution thereof on the part of the Contractor, he shall restore or ,=%k have restored as his cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise C6-6(5) replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either,wire mesh or barbed wire is to-be crrassed, the Contractor shall set cross brace posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits,before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost For fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no separate payment shall be allowed :For any service associated with this work. In ease of failure on the part of the Contractor to restore such property or to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due to or to become due to the Contractor under this contract. C6.6.11 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the Owner. Contractor shall have exclusive control of and exclusive right to control the details of all work and services performed hereunder, and all persons performing the same, and shall be solely responsible for the acts and omissions of is officers, agents, servants, employees, contractor, subcontractors, licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor,its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its officers, agents, servants, and employees from and against any and all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or �►. invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of officers, agents, employees, contractors, subcontractors, licensees or invitees of the C6-6(6) Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers, agents, servants, and employees for property damage or loss, and/or personal injuries, including death, to any and all person of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by_alleged ,negligence of officers;, agents. employees: contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended to the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory tot he Director that: I. The claim has been settled and a release has been obtained from the claimant involved, or Z. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration of the six month period, the C6-6(7) Director may recommend that final payment be made if all other work has been OWN%, performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against w:-iom a claim for damages is outstanding as a result of work'performed'und`er a City Contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation foe any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which giant such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and the amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, voucht.rs, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shall be.waived, and he shall not be entitled o payment on account of such damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered wii:h until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to the property that may be necessary by the performance of this Contract. C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or divisions. The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be � adequately protected. C6-6(8) C6-6.16 ARRANGEMENT AND CHARGES -FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a -connection on an existing, City_main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be made at the regular established rates. When meters are not used, the charges, if any, will be as prescribed by the City ordinance, or where no ordinances applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written notice of the Engineer, and such usage .ok shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or deficient operations on the part of the Contractor, shall be performed by the Contractor at his expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. .�. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6(9) C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a conttact"awarded by the City of Fort Worth, and organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owner improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. �•, Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained from: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX C6-6(10) PART C - GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7.1. SUBLETTINQ: The Contractor shall perform with his.own; organization;- and with the assistance of workmen under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced on the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents- All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject tot he same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of .� the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any states, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operations, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the .�► time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. C7-7(1) The sequence requested of all construction operations shalt, be at all times as specified in the Special Contract Documents. Any Deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the_.Contractor from full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor when it is available. The Contractor may bring from outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties and tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or to be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglect or refuses to comply with or carry out the direction of the owner, and such person or persons shall not be employed ,again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any, equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. #auk, Equipment on any portion of the work shall be such that no injury to the work. Workmen or adjacent property will result from its use. C7-7(2) C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in C 1-1.23 "WORKING DAYS" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from _working or, Saturday, Sunday or..Legal Holidays, providing that, the.-follo Jing requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later that the preceding Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C 1-1.24 and the Contractor may work as he so desires. C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized. C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time for completion of work, consideration will be given to unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, embargoes, or delays of sub-contractors due to such causes. C7-7(3) When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule. This shall include efforts to obtain the- supplies and materials from alternate sources in case the first source cannot make; delivery. y If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time mat be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by the Engineer found correct, shall be approved and referred by the Engineer to the City Council for final approval or disapproval; and the action thereon by the C.ty Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for shall, however, be subject to the approval of the City Council: and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the Contract. Each bidder shall indicate in the appropriate place on the Iast page of the proposal, the number of working days or calendar days that he will require to fully complete this contract or the time of completion will -)e specified by the City in the proposal section of the Contract Documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from the monies due the Contractor, not as a .� penalty,but as liquidated damages suffered by the Owner. C7-7(4) AMOUNT OF CONTRACT AMOUNT OF 000k. LIQUIDATED DAMAGES PER DAY Less than $ 5,000 inclusive $ 35.00 5,001 to $ 15,000. _ inclusive $ v_ 45.00 $ 15,001 to $ 25,000 inclusive $ 63.00 $ 25,001 to $ 50,000 inclusive $ 105.00 $ 50,001 to $ 100,000 inclusive $ 154.00 $ 100,001 to $ 500,000 inclusive $ 210.00 $ 500,001 to . $ 1,000,000 inclusive $ 315.00 $ 1,000,001 to $ 2,000,000 inclusive $ 420.00 $ 2,000,000 and over $ 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult to calculate due to lack of accurate information, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. Aawk C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the vent the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unsuitable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of the work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes .r beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7.8 EXTENSION OF THETIME OF COMPLETION, and should it be C7-7(5) determined by mutual consent of the Contractor and the Engineer that a solution to allow �%, construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall '�_)e based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the president of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigations, the owner finds that such conditions existing and that the inability of the .-k. Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, than if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials, and equipment within thirty days, the Contractor my request the owner to terminate the contract and the owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include. But not be limited to the payment for all work executed but not anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE 'WORK AND ANNULMENT OF THE CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared canceled by the City Council for any good and sufficient cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Oviner. b. Substantial evidence that progress of th.e work operations by the Contractor is insufficient to complete the work within the specified time. C7-7(b) C. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise firiancially'unable the to.QaTy_on e wort` satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. g. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. i. A substantial indication that the Contractor has made an unauthorized .� assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. j. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A Copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties. When work is suspended for any cause or causes, or when the contract is canceled, the Contractor shall discontinue the work or such part thereof as the owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with written consent of the owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents, The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all.work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to .� all of the terms of the Contract Documents. C7-7(7) In case the Sureties do not, within the hereinabove specified time, exercise their right and .�-. option to assume the contract responsibilities, or that portion thereof which the Owner has ordered the Contractor to discontinue, then the Oviner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such work thereof as it may deem necessary, and the Contractor hereto agrees that the Owner_shall have the right to take possession. of and use any materials, plants, tools. equipment, supplies;and ptoperty of any bind providedby the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contract, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with the performance of the work by the Owner. C7-7.15 FULFILLMENT OF CONTRACT:The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. A. NOTICE OF TERMINATION: Any Termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any C7-7(8) claim, demand or suit shall be required of the Owner regarding such discretionary action B. CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: Stop, work under the contract on the date_aro to the exten, specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by notice of termination; 4, transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: a. the fabricated or unfabricated parts, work in progress, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of the termination; and b. The completed, or partially completed pians, drawings, information and other property which, if the contract had been completed, would have been required to be furnished to the Owner. 5. complete performance of such work as shall not have been terminated by the notice of termination; and 6. Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the d' 4K, which has been directed or authorized by Engineer, Not later than 15 days thereafter, the owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to.final settlement. C. TERMINATION CLAIM: Within 60 days after the notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. D. AMOUNTS: Subject to the provisior.s of Item C7-7.1(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits> Nothing in C7-7.16(E) hereafter, prescribing the amount to be paid to the Contractor by reason of the termination of work pursuant to this sec don, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7.16(D) upon the whole amount to be paid to the Contractor by reason of the termination of the work pursuant to this section, the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. F. DEDUCTIONS: In arriving at the amount due the Contractor under this section there shall be deducted; 1. all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; la-. C7-7(10) 2. any claim which the Owner may have against the Contractor in connection with this contract; and 3. the agreed price for, or the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otrier ise regio"vered by car credited to the Owner. G. ADJUSTMENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; noting contained herein, however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. V H. NO LIMITATION OF RIGHTS: Noting contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT" or any other right which the Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. C7-7(11) PART C - GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT _ C8-8.1 MEASUREMENT OF QUANTi,TIS.: _ Th;,_determirttior�, of quantities of = work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and item installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. 'Me "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finishing costs, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other clauses, delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "'Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, C8-8(1) and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations gf:the ,_ ., Contractor 6 Tepliir, correct; &hew;or eeplate"at h1s-6W-ftacid propeAeilse'dny defi cts'' r or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the eonstruc-ion of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the one year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1"` and the 5" day of each month, the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later than the I& da;y of the month, the Engineer shall verify such estimate, and if it is found to be acceptable and the value of the work performed since the last partial payment was made exceeds one hundred dollars ($100.00) inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract -- amount is less than $400,000.00, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000.00 or greater, within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimates may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time of the es:imate have not been installed (such payment will be allowed on a basis of 85% of the net invoice value thereof). The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates. It is understood that partial estimates from month to month will be approximate only, all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quantity of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the Contractor fails to" perform the work strictly in accordance with the specifications or provisions of this Contract. C8-8(2) C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents sbaai have been fulfilled on the part of.the. Co traetor, the -Cor f�actor,s}iall notify the Engineer in writing that the improvements are ready for final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment thereof as outlines in paragraph C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the.improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after the final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; A. all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, B. that the wage scale established by the City Council in the City of Fort Worth has been paid, and C. that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of said City relating to or connected with the Contract. C8-8(3) The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent.engineers and designers to prepare the.Contract Documents and all -modifications of the approved Contract Documents. It-is, therefore, agreed tlat'the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereof approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the Contract Documents, approved modifications thereof, and all alterations thereof. C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of the work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to the other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8.12 MISCELLANEOUS PLACEMENT OF MATERLAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used,, measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the Project. e-r C8-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the C8-8(4) site, in good order and annotated to show all changes made during the construction process. These shall be delivered to the Engineer.upon completion of the work. C8-8(S) ..� PART CS SUPPLEMENTARY CONDITIONS SUPPLEMENTARY CONDITIONS FORT WORTH, WATER DEPARTMENT WATER AND WASTEWATER TREATMENT PLANT PROJECTS September 2,2003 1. CONTRACT DOCUMENTS: In Section C1-1.2 CONTRACT DOCUMENTS, delete Paragraph C1-1.2b SPECIAL CONTRACT DOCUMENTS and add the following: "b. SPECIAL CONTRACT DOCUMENTS: Them Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A - NOTICE TO BIDDERS (Advertisement) White SPECIAL INSTRUCTION TO BIDDERS White PART B - PROPOSAL (Bid) White M/WBE BID SPECIFICATIONS Golden Rod PART C - GENERAL CONDITIONS Canary Yellow PART CS- SUPPLEMENTARY CONDITIONS Green PART D - SPECIAL CONDITIONS Green PART E - TECHNICAL SPECIFICATIONS White PERMITS/EASEMENTS (Some Permits are Multicolored) White PART F - BONDS AND INSURANCE White PART G - CONTRACT White PART H - PLANS/FIGURES (may be bound separately) White" 2. DIRECTOR OF TRANSPORATION AND PUBLIC WORKS: Delete entire Paragraph C1-1.17, and replace with the following: C1-1.17 DIRECTOR OF TRANSPORATION AND PUBLIC WORKS: The officially appointed Director of the Transportation and Public Works Department of the City of Fort Worth, or his duly authorized representative, assistant, or agents. 3. DIRECTOR OF ENGINEERING: Add the following paragraph after Cl-1.17 and before C1-1.18: C1-1.17A DIRECTOR OF ENGINEERING: The officially appointed Director of the Department of Engineering of the City of Fort Worth, referred to in the charter as the City Engineer, or his duly authorized representative assistant, or agents. 4. ENGINEER: Delete entire Paragraph C1-1.19, and replace with the following: The Director of the Fort Worth Department of Engineering, the Director of Fort Worth Transportation and Public Works Department, the Director of the Fort Worth Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. CS-1 5. PROPOSAL FORM: In Section C2-2.1, Paragraph 1, revise last sentence to read as follows: "The Bidder shall furnish a Financial Statement, Equipment Schedule,- and Experience Record, all of which must be properly executed and filed with the Director of the Water Department one week prior to the hour for opening of bids. Information shall be on forms provided by the Bidder and acceptable to the City. 6. EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: in Section C2-2,3, Paragraph 2,-add the following to the last s�ntenc�: "except for changes-..i_ in tie site conditions �cdUsed by factors outside of`tlie control of wt e Contractor which occur after the Contractor's inspection and prior to installation. 7. INTERPRETATION AND PREPARATION OF PROPOSAL: Part C - General Conditions, Section C2-2, exchange paragraphs C2-2.7, C2-2.8, and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security and other required material, to the Purchasing Manager or his representative at the official location and stated time set forth in the proposal at the proper time to the prop.-T place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL" and the name or description of the project designated in the "Notice To Bidders". The envelope shall be addres&::d to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth,Texas 76102." ` C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for the opening of proposals. A request for non consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior- to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner,be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at a:-ry time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. CS-2 8. MINORITY BUSINESS ENTERPRISE/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Delete entire Paragraph C3-3.2, and replace with the following: C3-3.2 MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City .Secretary_._ The bidder shall-submit the MBE/WBE SUBCONTRACTOR/SUPPLIER UTI€,IZAfiI0f3 FFO)tNf 'pRIIvII✓ CONTkAETow WAIVER FbRIv� -andlo tYi =. . GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m, five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less that three (3) years. 9. C3-3.5 AWARD OF CONTRACT is modified to read as follows: "The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed the period stated for the duration of the Bid Security stated in the Notice to Bidders or 90 days, whichever is shorter." 10. C3-3.7 BONDS. For the Paragraph after Paragraph C3-3.7d OTHER BONDS, which begins with "No sureties", change the entire paragraph to read as follows: "In order for a surety to be acceptable to the City, the surety must (1)hold a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance CS-3 shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein.. Each bond shall be properly executed by both the Contractor and the Bonding Company." 11.0 INSURANCE. Delete entire Paragraph C3-3.11 INSURANCE, and replace with the following:: - . C3 3,11 INSU GE: The Contractor- shall of commence work under_ xhis- - SRN-3--: - __ -_ . _ - - -- contract �irittl die has obfa3nid all#risurance required"under tie ontract ovum nts; and such insurance has been approved by the Owner and certificates of Insurance shall be delivered to the Owner (City of Fort Worth, Contract Administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, Texas 76102) prior to commencement of work on the contract project. The prime Contractor shall be responsible for delivering to the Owner the sub- contractor's certificate of insurance for approval. The prime Contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. The General Contractor may require all subeontracrors to be insured and submit documentation ensuring that the requirements CC C3-3.11 are met for all subcontractors. Failure of the Owner to request req aired documentation, shall not constitute a waiver of the insurance requirements specified herein. The Contractor's liability shall not be limited to the specified amounts of insurance required herein. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker's Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is-not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. Worker's compensation insurance covering employees in the project site shall be indorsed with a waiver of subrogation providing rights of recovery in favor of the OWNER. b. COMMERICAL GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during t-►e life of this contract, General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence/aggregate on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence/aggregate on account of property damage with $2,000,000 umbrella po dcy coverage. Certificates of insurance shall state that Insurance is on an "occurrence" basis. Certificate shall also contain a statement that no exclusions by endorsement have been made to the Commercial General Liability Policy. -� CS-4 C. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as a separate policies or by additional endorsement to one of the .� above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). 2_ Blasting,'prior to any blasting being done. - 3. Collapse of buildings or structures adjacent to excavation fif excavation are performed adjacent to same). 4. Damage to underground utilities for$500,000. 5. Builder's risk (where above-ground structures are involved). b. Contractual Liability (covers all indemnification requirements of Contract). The City, its offices, employees servants, and City's Engineer shall be endorsed as additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's worker's compensation insurance policy. Contractor's insurance policies shall be indorsed to provide �• that such insurance is primary protection and any self-funded or commercial coverage maintained by the OWNER shall not be called upon to contribute to loss recovery. 7. When required by the Contract Documents, Environmental Impairment Liability Coverage must be provided in the limits of $1,000,000 per occurrence and $2,000,000 annual aggregate. The Environmental Impairment Liability (EIL) must contain coverage for sudden and accidental contamination or pollution, liability for gradual emissions, and clean-up costs. The EIL coverage shall include two year completed operations coverage on a per Project basis. A separate insurance policy may be needed to fulfill this requirement. EIL for damages incurred in the course of transporting sludge shall be covered under the contractor's insurance policy(s). d. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automobile Liability Insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount .� not less than $500,000 aggregate on account of one accident, and automobile property damage insurance in an amount not less than $100,000 aggregate. CS-5 e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection. for ^ the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached.) Other than Worker's Compensation Insurance, in lieu of specified insurance, the: City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. All insurance requirements made upon the Contractor shall apply to the sub-contractors, should the Prime Contractor's insurance not cover the sub-contractor's work operations. g. DEDUCTIBLE LIMITS. The deductible limits or self-funded retention limits, on each policy must not exceed $10,000 per occurrence unless otherwise approved by the City. h. INSURANCE COMPANY: The insurance company with whom the Contractor's insurance is written shall be authorized to do business in the State of Texas and shall have a current A.M. Best Rating of"A:VII" or equivalent measure of financial strength and solvency. i. NOTIFICATION. During the lifetime of this contract, the Contractor shall notify the ENGINEER in writing, of any known loss occurrence that could give rise to a liability claim or lawsuit or which could result in a property loss. j. CANCELLATION: Insurance shall be endorsed to provide the City with a minimum of thirty days notice of cancellation, non-renewal and/or material change in insurance policy terms or coverage. A minimum 10 day notice shall be acceptable in the event of non-payment of insurance premium to insurance company_ CITY RESPONSIBILITIES. The City shall not be responsible for direct payment of insurance premium costs for Contractor's Insurance. 12. LIMITATION OF INCIDENTAL CHARGES (Reference C4-4.5c): The Contractor agrees that should any change in the work. of extra-work be ordered, the following applicable percentage shall be added to Material and Labor Costs to cover overhead and profit: CS-6 1. Allowance to the Contractor for overhead and profit for extra work performed by .-� the Contractor's own forces shall not exceed 1.5%. 2. Allowance to the Contractor for overhead and profit for extra work performed by a subcontractor and supervised by the Contractor shall not exceed 10%. Contractor shall be reimbursed for direct field overhead when the change requires an extension of the Contract"period. Contractor shall 'riot be-reimbursed fur, ndirtct overhead or indirect costs related to changes to this contract. 13. TESTING COSTS: Section 5-5.12, revise the first sentence to read as follows: "Where, as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for by the Contractor unless otherwise specifically provided for in the Technical Specifications." 14. LAWS TO BE OBSERVED: Section C6-6.1, delete "or which may be enacted later". After the word "exist," add "at the time of the Contract or may be hereafter exist during the performance of the Contract." 15. BUILDING PERMITS: Paragraph C6-6.2 Insert the following at the end of the paragraph; "Contractors are responsible for obtaining all construction permits from the governing agencies. Contractor shall schedule all code inspections with the Code Inspection Department in accordance with the permit requirements and submit copy of updated schedule to the Engineer weekly. Building, plumbing, electrical and mechanical building permits are issued without charge. Water and sewer access fees will be paid by the Water Department. Any other permit fees are the responsibility of the Contractor." 16. BARRICADES, WARNINGS AND FLAGMEN: In Paragraph C6-6.8, replace the word "watchmen" wherever in appears with the word "flagmen". In the first paragraph, lines five (5) and six (6), replace "take all such other precautionary measures" with "take all reasonable necessary measures". 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Delete entire Paragraph C6-6.12, and replace with the following: "C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to indemnify the City' Engineer and Architect, and their personnel at the project site for the Contractor's sole negligence. In addition, the Contractor covenants and agrees to indemnify, hold harmless and defend at its own expense, the Owner, its officers, agents, servants, and employees, from and against all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise of, the work and services to be performed hereunder by the Contractor, its officers, agents, employees subcontractors, licensees or invitees, CS-7 whether or not any such iniury, damage or death is caused, in whole or in part, by the neelisrence or alleged negligence of the Owner, it,► off cers, agents, servants, or employees Contractor likewise covenants and agrees to indemnify and hold harmless ^ Owner from and against any and all injuries to the Owner's officers, agents, servants, and employees, loss or destruction of property of the Owner arising form the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused, in whole or in part, by the negligence or alleged negligence of the he Owner, its_oaers, a eats: semgats, nr employees y In the event the Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until the Contractor either (a) submits to the Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides the Owner with a letter from the Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract." 18. STATE SALES TAX: A. Delete Paragraph C6-6.21 STATE SALES TAX in its entirety. B. This contract is issued by an organization, which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise, and Use Tax Act. All equipment and materials not consumed by or incorporated into the project construction are subject to State Sales Tax under House Bill 11, enacted August 15, 1991. all such taxes shall be included in the various amounts on the Proposal Form. The successful Bidder shall be required to submit a breakdown between costs of labor, consumable material and other construction costs and frosts of material incorporated into the project construction prior to execution of this contract. B. At the time of execution of the Contract Documents by the Contractor, the Contractor shall complete the "Statement of Materials and Other Charges" which identifies the project costs anticipated in the Project into "Materials Incorporated into the Project" and "All Other Charges". The Contract shall be a "Separated Contract". C. The City of Fort Worth will issue appropriate Certificates of Resale to the Contractor. D. All Change Orders to the Contract will separate charges for materials and labor and will contain the following statement: "For purposes of complying with Texas Tax Code, the Contractor agrees that the charges for material incorporated into the project in excess.of the estimated quantity ^ provided for herein will be no less than the invoice price for such material to the Contractor." CS-8 19 AIR POLLUTION WATCH DAYS: Add the following to Section C7-7: +. C7-7.18 AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. - 10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. : _ The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than i hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. 20 C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4 SCOPE OF PAYMENT in its entirety and replace with the following: "The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph CS-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and CS-9 proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfectior.s, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct,the same as provided herein." , 21. PARTIAL PAYMENTS: Change.Paragraph C8-8.5 to read as follows: "Partial pay estimates shall be submitted by the Contractor 5th day and the 20th day of the month that work has been is in progress. The estimate shall be processed by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into :he work as a permanent part thereof, but which at the time of pay estimate have :not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net invoice value thereof. The Contractor will furnish the engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000.00 at the execution; retainage shall be ten percent 001• (10%). For contracts of$400,000.00 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with subcontract agreement, within five (5) business days after receipt by the Contractor of the payment by the City. Contractor's failure to make the required payment to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of the same will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate. Payment of any partial pay estimate shall not, in any respect,be taken as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accord&ice with the specifications or ,other provisions of this Contract." 22. GENERAL GUARANTY. Delete C8-8.10 GENERAL GUARANTY in its entirety and replace with the following: CS-10 Neither the final certificate of payment nor any provision in the Contract Documents .�. nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of the work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to the other work resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance -of the work unless a longer period^is specified and shall furnish a'good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specification, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. 23. RIGHT TO AUDIT: Add the following to Section C8-8: C-8-8.14 RIGHT TO AUDIT: "(a) The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits•in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c) hereof. The City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse contractor for the cost of the copies as follows: 1. 50 Copies and Under- 10 cents per page. 2. More than 50 copies - 85 cents for the first page plus fifteen cents for each page CS-11 thereafter." (5/25/93) 24. SCHEDULE OF COSTS: Add the following to Section C8-8: C8-8.15 SCHEDULE OF COSTS: Following the completion of all work on the Project and prior to submittal of a request for final payment, the Contractor shall provide a Schedule of Costs to City for approval which lists all equipment systems, structures, building electrical and,FIVAC systems, overhead and project related costs. The items will be grouped into categories using the Owner's list of category codes` which will be provided by the Owner at the Preconstruction Conference. The Schedule of Costs will be used by the City as input to the Capital Assets System, and will not be considered in preparation of modifications to the Contract. Costs associated with the preparation and processing of this schedule of costs shall be subsidiary to the price bid. The Contractor will also provide a projected payment schedule tied to the project schedule and the schedule of values which projects the monthly payments through the end of the Project. The Payment schedule must be submitted along with the first request for payment. This information is necessary to arrange financing of the Project by the City. END OF SECTION Awftl1 CS-12 PART D SPECIAL CONDITIONS D-1 GENERAL: Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications. effective July 1, 1978, are made part of the Contract Documents for this Project. The Plans, Special conditions and Provisions Documents, and the rules, regulations, requirements, instructions, drawings and details referred to by manufacturer's name, number or identification. included therein as saecifving; referring or_. plyirig product control, performance, quality, or qth,-r sham be binding upon the Contractor. The Specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Special Contract Documents 3. General Contract Documents and General Specifications The following Special Conditions shall be applicable to this project and shall govern any conflicts with the General Contract documents under the provisions stated above. D-2 PROJECT DESIGNATION: r. Construction under these Special Documents shall be performed under the Fort Worth Water Department Project Designations: Water Project Number P163 - 060163015140, Sewer Project Number P173 - 070173013142 D-4 PROJECT SIGNS: Project Signs are required at all locations which will be under construction for more than thirty (30) calendar days as indicated in Part B Proposal. Project Signs shown in Appendix A shall be in accordance with Figure 30 (dated 8-28-89) of the General Contract Documents. The signs may be mounted on skids or on posts. The exact locations and methods of mounting shall be approved by the engineer. Any and all costs for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-5 CITY FURNISHED MATERIALS: For water projects, the City will furnish "pipe cleaning pigs," chlorine gas or chlorinated lime (HTH) and all water for initial cleaning and sterilization of water lines. All other materials for construction of the project, including water for compaction, shall be ^ furnished by the Contractor. D-6 WAGE RATES: The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas, in accordance with loomkk statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any subcontractor on the site of the project covered by these Contract Documents. In no event shall less that the following rates be paid. (see attached wage rates) When two or more wage rate scales are shown and wage rates shown in specif c classifications are ib confiict. the hiDher wage will be used. D-8 DEWATERING: The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall beconducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the linear foot bid price of the pipe. D-10 EXISTING UTILTIES: The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property crossed or exposed by his construction operations. Contractor shall make all necessary provisions for the support, protection, relocation, and or temporary relocation of all utility poles„ gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. The Contractor is liable for all damages done to such existing; facilities as a result of his operations and any and all cost incurred for the protection and or temporary relocation of such facilities shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged, the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the owners of all. utilities to locate existing underground facilities and notify the Engineer at once of any conflicts in grades and alignment. r� In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs, of their property that may be made necessary by performance of this contract. D-12 TEST HOLES:'._, _ The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under the condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determinations by the use of test holes or other means, shall be left to the discretion of such prospective bidders. The cost of the rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. D-13 SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material which has been specified. Where the term "or equal," or " or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the proposed substitute is procured by the Contractor. Where the term "or equal," or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "Substitutions" shall be applicable to all sections of these specifications. D-19 TRENCH SAFETY: 1. GENERAL: This specification covers the trench safety requirements for all trench excavations in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances. 2. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Subpart P- .� Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. 3. DEFINITIONS: A. TRENCHES: A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. If forms or other structures are installed or constructed in an excavation so as to reduce the dimensionr Measured from the forms Q- structure-to the side of,the excavation. to fifteen (15) feet or less at the bottom of the excavation, the excavation is also considered to be a trench. B. BENCHING SYSTEM: Benching means excavating the sides of a trench to form one or a series of horizontal levels or steps, usually with vertical or near- vertical surfaces between levels. C. SLOPING SYSTEM: Sloping means excavating to form sides of a trench that are inclined away from the excavation. D. SHIELD SYSTEM: Shields used in trenches are generally referred to as "trench boxes" or "trench shields." Shield means a structure- that is able to withstand the forces imposed on it by a cave-in and protect worker:, within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either premanufactured or job-built in. accordance with OSHA standards. E. SHORING SYSTEM: Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave-ins. Shoring systems are generally comprised of crossbraces, vertical rails (uprights),horizontal rails (wales) and/or sheeting. 4. MEASUREMENT: Trench depth is the vertical measurement from the top of the existing ground to the bottom of the pipe or structures. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. 5. PAYMENT: Separate payment will be made only when trench excavations exceed a depth of five (5) feet and shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. D-24 VALVE BLOCKING: NOT USED D-25 DUCTILE IRON PIPE AND GRAY-IRON FITTING'.;: NOT USED D-26 DETECTABLE WARNING TAPES: NOT USED D-27 CONCRETE CYLINDER PIPE AND FITTINGS: NOT USED D-30 VALVE CUT-INz : NOT-USED- D-37 OT USEDD-37 CONCRETE ENCASEMENT: NOT USED D-39 BID ALTERNATIVES: NOT USED D-41 SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to Paragraph Cb-6.10 Work Within Easements, Page 6-6(4), Part C - General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be included in the Unit Price. D-48 TEMPORARY PAVEMENT REPAIR: The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 1-inch cold mix asphalt. This temporary repair shall be rolled to provide a smooth transition between the existing pavement and the temporary repair. The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing temporary pavement repair for all streets cuts prior to street reconstruction. D-55 TEMPORARY SOIL EROSION SEDIMENT AND WATER POLLUTION CONTROL: 1. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. 2. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way, clearing and grubbing;, the surface area of erodible- earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of tl✓mnora_n, berms. dikes, dams,.sediment basins, slope drains and use of temporary mulches, mats seeding or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution-control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right of way, clearing and grubbing, excavation and borrow to be proportional to the CON'TRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary goil-erosion-control measures shall be performed as directed by the Engineer. The amount of surface area of erodible-earth material exposed at one time shall not exceed 750,000 square feet for each excavation operation, 750,000 square feet for each material source operation (other than from commercially operated sources), 750,000 square feet for each preparing of right-of-way operation or 750,000 square feet for each clearing and grubbing operation, unless otherwise shown on the plans or with prior approval by the Engineer in writing. The CONTRACTOR shall also conform to the following practices and controls. All labor, tools, equipment and incidentals to complete the work will not be paid for directly but shall be considered as subsidiary work to the various items included in the contract. (a). Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. (b). Frequent fording of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. (c). When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a (like or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. (d). All waterways shall be cleared as soon as practicable of falsework, piling, debris or other obstructions placed during construction operations that are not a part of the .-. finished work. (e). The CONTRACTOR shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. 3. SUBMITTAL: Prior to the start of the applicable construction, the CONTRACTOR shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum. He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials. No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the Engineer. 4. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-86 WORKER'S COMPENSATION INSURANCE: A. Contractor's Worker's Compensation Insurance. •� Contractor agrees to provide the Owner (City) a certificate showing that it has obtained a policy of worker's compensation insurance covering each of its employees employed on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section. B. Subcontractor's Worker's Compensation Insurance. Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of worker's compensation insurance covering each employee on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all such certificates to the Owner (City). C. Worker's Compensation Insurance Coverage. 1. Definitions: Certificate of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the Texas Workers' Compensation Commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory worker's compensation insurance coverage for person's or entity's employees providing services on a project, for the duration of the project. (g) contractually require each person with whom it cc)ntracts, to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, _(he cgntracJor is_ rebresenting to the .Ciity that all employee; of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on the proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the Texas Workers' Compensation Commission's Division of Self-Insurance Regulation. providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. 11. The Contractor's failure to comply.with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. D. Posting of Required Worker's Compensation Coverage. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 10 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling,, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. D-91 SHOP DRAWINGS: .�. 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents, Indicated,,actions by- the Engineer, which may result-. from his review,shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. 2. Shop drawings shall be submitted for the following items prior to installation: See Division 1 Specifications. Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals - The submittals shall be addressed to the Project Manager: CH2M HILL 12377 Merit Drive, Suite 1000 Dallas, TX 75251 D-101 TESTING: a. The Contractor shall furnish, at his own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's certifications for all 'PA a G _ 3��o be U-9nd im t*—_Pro jec � d_-Wil bear 4ny. ex ec] = l ted = thereto. b. Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. c. Quality control testing of in-place material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of his responsibility to furnish materials and equipment conforming to the requirements of the contract. d. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. e. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D-102 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal for each bid item. Surface restoration and cleanup are general items of work which fall in the category of subsidiary work. D-103 ADDENDA: Bidders wanting further information, interpretation or clarification of the contract documents must make their request in writing to the Fort Worth Water Department Engineering Services, at least 96 hours prior to bid opening. Answers to all such requests will be bound and made a part of the Contract Documents. No other explanation or interpretation will be considered official or binding. Should a bidder find discrepancies in, or omissions from, the Contract Documents, or should the bidder be in doubt as to their meaning, the- bidder should at once notify the Fort Worth Water Department .-. Engineering Services, in order that a written addendum may be sent to all bidders. Any addenda issued will be mailed or be delivered to each prospective bidder. The bid proposal as submitted by the bidder must be so constructed as to include anyaddenda issued by the Fort Worth Water Department, prior to 24 hours of the opening of bids with appropriate recognition of addenda so noted in the bid proposal. D-104 OSHA STANDARDS: All work performed under this contract shall meet the requirements of the Occupational Safety and Health Administration (OSHA),It is the responsibility of the Contractor to become familiar with the provisions of the regulations published by the OSHA in the Federal Register and to perform all the responsibilities thereunder. It is the Contractor's responsibility to see that the project is constructed in accordance with OSHA regulations and to indemnify and save harmless the City from any penalties resulting from the Contractor's failure to so perform. D-105 PROJECT SUPERINTENDENTS: The Contractor shall keep a competent resident superintendent at the project site at all times during the progress of the work. A resume listing the qualifications and experience record of the proposed resident superintendent, as well as references from similar projects shall be submitted to the Owner prior to award of contract. This resident superintendent, if found to be acceptable, shall not be replaced without written notice to and consent from the Owner except under extraordinary circumstances, Qualifications of a proposed replacement shall be submitted when a request is made for replacement of the superintendent and shall be approved by the Owner prior to withdrawing the superintendent. During the construction of the project, the resident superintendent shall demonstrate an ability to properly execute the work outlined in the contract documents in a timely manner and shalt consistently produce work of an acceptable quality and in accordance with the contract documents. If the Owner shall have a reasonable objection to the performance of the resident superintendent, the Contractor shall replace the resident superintendent upon written notice from the Owner. The resident superintendent is to be replaced with a superintendent acceptable to the Owner. No extension of time will be allowed for delays caused by the replacement of a resident representative. D-106 RESIDENT ENGINEER: The General Conditions, Section C1-1.19 ENGINEER, defines various persons who may be designated as the Engineer. For the prosecution of this contract, the Term Engineer shall mean the Resident Engineer as designated by the Director of the Fort Worth Water Department together with members of the staff of the Engineer who are assigned to the Project. Any contacts the contractor may wish to make with any City personnel, including the Water Production Supervisor, members of the plant operating staff, members of the City Administration, or Consulting Engineers, shall be arranged through the Engineer. The Contractor shall not act upon requests or instructions he may receive from any City failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. D-112 DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it any and all of its subcontractors.will not unlawfully discriminate Qn thebasisof.clisability in tb,- provisiop of sc,rviccs to to: ge'eral public. nor in the availability, terms and/or conditions of employment for applicants 'for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractor's alleged failure to comply with the above-referenced law concerning disability discrimination in the performance of this agreement. D-113 INDEMNIFICATION: To clarify Section C6-6.12 of the General Conditions of the Contract, it is the intent of the Owner that the Contractor indemnify, hold harmless and defend the Owner, and the Owner's officers, agents, servants, and employees from and against any and all claims as listed herein, even though causes by the Owner's sole negligence. With respect to the last sentence of the first paragraph of Section C6-6.12, it is the Owner's intent that the language be site specific to the general area where the work to be performed under the Contract is being performed. It is not the Owner's intent that the Contractor be required to indemnify the Owner for damages to property other than that caused to property located in close proximity to this project, unless such damage is caused wholly or in part by the Contractor's negligence. D-114 CONSTRUCTION ADMINISTRATION A. CONTRACTOR MODIFICATION REQUEST(CMR)/PROPOSED CONTRACT MODIFICATION(PCM): Any Change in the Contract Documents will be initiated either by the Contractor issuing a Contractor's Modification request (CMR) or by the Owner issuing a Proposed Contract Modification (PCM) on forms provided by the Owner. Proposals will be reviewed by the Owner and if found acceptable, will be incorporated in a Change Order or a Field Order in accordance with Section C44 of the Contract Documents. The Contractor's Modification request (CMR) shall fully identify and describe the deviations and associated costs, time factors and impacts, and state the reason the change is requested. Any savings in costs related to the substitution/repalcement or change is to be stated in th erequest for consideration. Cost of the Engineer's evaluation of any substitution or deviation requested by the Contractor shall be charged to the Contractor by the Owner. B.PROJECT INFORMATION REQUEST When necessary, the Contractor shall request additional information, clarification or interpretation of the contract documents or when the Contractor believes there is a conflict between the contract dz'awing!,and specification, the Contractor shall_idme irfv . the conflict and/or request clarification/additional information using the Project Information Request (PIR) form provided by the Owner. Sufficient information shall be attached to permit a written response without further information. The Owner will log each request and will review the request. If review of the Project information request (PIR) indicates that a change to the contract documents is required, the Owner will issue either a Field Order(FO) or Proposed Contract Modification (PCM). C. RECORD DRAWINGS The Contractor shall keep on record at the site a copy of all Contract Specifications, Plans, Addenda, modifications, record and shop drawings and samples, in good condition and annotated in erasable red pencil to show all changes made during the construction process. These shall be delivered to the Engineer upon completion of the work and before final payment is made. The Contractor shall retain for record purposes only, all designs and plans prepared for construction which are prepared and sealed by a State of Texas Registered Professional Engineer. Said design and plans shall include, but not be limited to. paving, buildings, mechanical and electrical systems, foundation, etc. CITY OF FORT WORTH BUILDING & CONSTRUCTION TRADE PREVAILING WAGE RATES FOR 2000 � HOURLY HOURLY CLASSIFICATION RATE CLASSIFICATION RATE AIR CONDITIONING MECHANIC $15.98 LABORER-COMMON $7.85 AIR CONDITIONING MECHANIC $10.75 LABORER-SKILLED $10.35 HELPER LATHER $14.00 ACOUSTIC CEILING INSTALLER $14.02 LATHER HELPER $11.00 ACOUSTIC CEILING—INSTALLER 610.88 METAL BUILDING ASSEMBLER $10.00 _ - = HELPi✓R METAL BLDG ASSEMBLER IIELPEF._` 88.70 ASBESTOS WORKER $10.50 PAINTER $12.83 BRICKLAYERISTONE MASON $17.21 PAINTER HELPER $8.35 BRICKLAYER/STONEMASON $10.16 PIPEFITTER $17.60 HELPER PIPEFITTER HEI.PE.R $10.18 CARPENTER $13.92 PLASTERER $16.00 CARPENTER HELPER $10.38 PLASTERER HELPER $11.00 CONCRETE FINISHER $12.68 PLUMBER $16.91 CONCRETE FINISHER HELPER $9.73 PLUMBER HELPER $9.75 CONCRETE FORM BUILDER $11.97 REINFORCING STEEL SETTER $10.40 CONCRETE FORM BUILDER HELPER $9.42 ROOFER $11.87 DRYWALL TAPER $11.33 ROOFER HELPER $8.33 DRYWALL TAPER HELPER $8.00 SHEET METAL WORKER $14.45 ELECTRICIAN JOURNEYMAN $17.46 SHEET METAL WORKER HELPER $9.57 ELECTRICIAN HELPER $11.30 SHEETROCK HANGER $12.45 ELECTRONIC TECHNICIAN $12.50 SHEETROCK HANGER HELPER $9.64 ELECTRONIC TECHNICIAN HELPER $8.50 SPRINKLER SYSTEM INSTALLER $16.87 FLOOR LAYER(CARPET) $17.00 SPRINKLER SYSTEM INSTALLER $10.13 FLOOR LAYER(RESILIENT) $16.00 HELPER FLOOR LAYER HELPER $13.50 STEEL WORKER STRUCTURAL $11.36 GLAZIER $15.02 STEEL WORKER STRUCTURAL $8.80 GLAZIER HELPER $1090 HELPER INSULATOR $12.04 WELDER $14.70 INSULATOR HELPER $9.40 WELDER HELPER $11.74 HEAVY EQUIPMENT OPERATORS CRANE,CLAMSHELL,BACKHOE, $12.50 FOUNDATION DRILL OPERATOR $13.00 DERRICK,DRAGLINE,SHOVEL FRONT END LOADER OPERATOR $11.22 FORKLIFT OPERATOR $9.63 TRUCK DRIVER $10.31 CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 HOURLY HOURLY CLASSIFICATION RATE CLASSIFICATION RATE ASPHALT RAKER $10.32 OPERATOR(Continued) ASPHALT SHOVELER $9.75 FRONT END LOADER(2-112 CY&Less) $9.94 BATCHING PLANT WEIGHER $9.65 FRONT END LOADER(Over 2-112 CY) $9.32 CARPENTER(ROUGH) $13.64 MILLING MACHINE $8.00 CONCkETE FINISHER-PAVTN(; CONCRETE FINISHER-PAVING $9.70 MOTOR GRADER, FINE GRADE $12.31 HEPLER MOTOR GRADER, OTHER $13.75 CONCRETE FINISHER- $13.44 PAVEMENT MARKING MACHINE $11.00 STRUCTURES ROLLER, STEEL WHEEL PLANT- $9.88 FLAGGER $7.00 MIX PAVEMENTS FORM BUILDER-STRUCTURES $13.44 ROLLER, STEEL WHEEL,OTHER $12.12 FORM LINER-PAVING&CURB $10.25 FLATWHEEL OR TAMPING FORM SETTER-PAVING&CURB $9.24 TRAVELING MIXER $10.00 FORM SETTING-STRUCTURES $9.75 SETTER,REINFORCING STEEL, $9.75 LABORER-COMMON $7.64 TRUCK DRIVER LABORER-UTILITY $8.64 LOWBOY-FLOAT $10.54 MECHANIC $13.25 SINGLE AXLE. LIGHT $8.00 SEVICER $10.13 TANDEM AXLE SEMI-TRAILER $10.22 OPERATOR TRANSIT MIX $10.63 ASPHALT DISTRIBUTOR $11.45 WINCH $9.80 ASPHALT PAVING MACHINE $11.09 CONCRETE PAVING SAW $10.53 CRANE,CLAMSHELL, $10.00 BACKHOE,DERRICK, DRAGLINE, SHOVEL (< 1-1/2 CY) CRANE, CLAMSHELL, $11.52 BACKHOE,DERRICK, DRAGLTNE,SHOVEL (> 1-1/2 CY) �., PART E TECHNICAL SPECIFICATIONS .�. SECTION 01000 GENERAL TECHNICAL REQUIREMENTS - 1.0 CONTENTS Paragraph A. Definitions: 1.0 I. Owner. 2. CH2M HILL 3. Vendor. 4. Changes. 5. Hazardous Materials. B. Correspondence: Communications. 2.0 C. Manufacturer's Representative Requirements. 3.0 D. Conflicts With or Within Contract Documents. 4.0 E. Submittals: 5.0 1. General. 2. Operating and Maintenance Manuals. 3. Cost of Submittals. 4. General Submittal Requirements. F. Codes and Standards. 6.0 G. Product Requirements: 8.0 I. General. 2. Product Options. 3. Substitutions. 4. Alternates. 5. Delivery, Storage, and Handling. H. Supports from Building Structure. 9.0 1. Warranty. 10.0 J. Submittal Schedule. 11.0 182239.T2.DP March 30, 2006 1 SECTION 01000 GENERAL TECHNICAL REQUIREMENTS Rev. 0 2.0 DEFINITIONS ^ A. Owner: City of Fort Worth, Texas Water Denartment 1000 Throckmoton Street Fort Worth, Texas 76102 Contact: Mr. Paul Bounds, Project Manager B. Engineer: CH2M HILL Contact: Mr. Sam Irrinki, Project Manager Phone: (972) 898-6512 Fax: (915) 545-2859 C. Vendor: the authorized distributor or agent of the manufacturer to make direct sale of the specified products and entering into an agreement with Owner. Wherever the word "Contractor" appears in Division 1 through Division 16 of the Specifications as it relates to the furnishing of items summarized in Section 01110, Summary of Work, it shall be synonymous with "Vendor" unless otherwise defined. D. Changes: Modifications to the Contract. 1. Change Orders: Changes to the scope of work which impact the Contract sum or Contract time require a fully executed change order. 2. Construction Change Directive: written order prepared by CH2M HILL and signed by the Owner directing Contractor to make changes to the scope of work which may or may not impact Contract sum or Contract time, but is evidence that the parties expect that the construction change directive will be incorporated into a subsequently issued change order. 3. Field Orders: Changes to the scope of work not requiring change in Contract sum or Contract time will be made by a field order. If Contractor believes a field order impacts Contract sum or Contract time, Contractor shall notify Owner in writing within 3 calendar days and before starting the field order change, except in an emergency. E. Hazardous materials shall mean hazardous substances as defined in the Comprehensive Environmental Response, Compensation, and Liability Act, hazardous waste as defined in the Resource Conservation and Recovery Act, and similar terms as used in applicable federal, state, and local statutes, rules, and regulations to include carcinogenic, acutely toxic, flammable, or explosive materials in any form. 182239.T2.DP March 30, 2006 2 SECTION 0I000 GENERAL TECHNICAL REQUIREMENTS Rev. 0 •-. 3.0 CORRESPONDENCE A. Communications: 1. Direct communications, correspondence, and submittals for the project to the Owner at the address above. 2. Maintain log of communications and correspondence. 3. Limit letters or faxes to a single subieci and identify by a transmittal•number correlated to the correspondence log. 4. Confirm telephone conversations in writing. 5. Progress Reports: Provide monthly report to include, as a minimum, the following. a. Activity during past month. b. Confirmation of schedule. 4.0 MANUFACTURER'S REPRESENTATIVE REQUIREMENTS A. Specifications may require a manufacturer's representative be provided for specified functions on site for a stated period of time. The daily rate to be charged for providing the manufacturer's representative beyond the stated period of time as may be required to complete the specified activities is shown in the Contract. The daily rate for the additional services shall be the same rate that will be used to reduce the ''` Contract sum to account for fewer days spent than the number stated in the Specifications. B. During subsequent work activities by the installing workers, the manufacturer's representative shall provide periodic; timely inspection and counseling to ensure system complies with factory requirements and the specifications and that it will operate at the specified level of performance. C. The manufacturer's representative shall submit a written report listing tasks performed, observations, and finished results. 5.0 CONFLICTS WITH OR WITHIN THE CONTRACT DOCUMENTS A. If, during the performance of the work, the Contractor discovers conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and provisions of laws or regulations applicable to the performance of the work,or of standards, specifications,manuals, codes, or of instructions of manufacturers or vendors, notify CH2M HILL in writing immediately. Do not proceed with the work affected by the conflict (except in an emergency) until an amendment or supplement to the Contract Documents has been issued. .■r 182239.T2.DP March 30, 2006 3 SECTION 01000 GENERAL TECHNICAL REQUIREMENTS Rev. 0 6.0 SUBMITTALS A. General: 1. Submittals shall be accompanied by a transmittal that lists attachments. 2. Review of submittals by CH2M HILL will be for the purpose of checking for conformance with information given.and the design concept expressed in the Contract Documents, and shall not relieve Contractor from responsibility for errors or omissions.contained in the submittals. CH2M HILL may make changes or corrections to the submittals, reproduce copies for its own use and return a marked up copy to the Contractor. If major revisions are required, the submittal will be returned to the Contractor to correct and resubmit. If Contractor proceeds with ordering materials or equipment without a completed CH2M HILL review, it does so at its sole risk. 3. Submittals will be acted upon by CH2M HILL. as promptly as possible and returned to the Contractor no later than 15 working days after receipt. 4. Mark submittals with the following, as a minimum: a. Specification section number. b. Project identification. C. Intended use or location for submittal items. d. Purchase order number, if issued. e. Owner's tag or identification number for products, instruments, and equipment. f Line number(s) on piping drawings. g. Date of issue. h. When submitting product data sheets where multiple items are listed, indicate the specific items being submitted with an arrow. 5. Revisions to documents previously submitted shall be clearly identified as to which items specifically were revised. 6. The quantity of submittals required, at a minimum, is: a. Product Data(Submittals That can be Duplicated on a Copy Machine, Usually 8-1/2-Inch by 1 I-Inch Size): six copies. b. Shop Drawings: one reproducible set and six black line sets. C. Samples: three sets. 7. The practice of submitting incomplete or unchecked submittals is not acceptable. Submittals which, in the opinion of CH2M HILL, clearly indicate that they have not been stamped, dated, and checked by Contractor will be considered as not complying with the intent of the Contract Documents and will be returned to Contractor for resubmission in the proper form. B. Operating and Maintenance Manuals: 1. When the individual specifications require operating and maintenance manuals provide one copy with shipment and six copies of the manuals within sufficient 182239.T2.DP March 30, 2006 4 SECTION 01000 GENERAL TECHNICAL REQUIREMENTS Rev. 0 time to allow for training of Owner's personnel. Provide a electronic copy of the operating and maintenance manual on CD and DVD format. Provide in three-ring, side-entry binders with durable plastic covers containing a detailed table of contents with tab dividers for major sections and special equipment and including: a. Descripti(�11 of the system provided: b. Handling,'storage, and installation instructions. C. Detailed description of the function of each principal component of the system or equipment. d. Operating Procedures: 1) Prestartup activities required. 2) Startup. 3) Normal operation. 4) Emergency shutdown. 5) Normal shutdown. 6) Troubleshooting guide. e. Maintenance: 1) Complete Lubrication Requirements: type and source of lubricant, interval between lubrication, etc. 2) Preventative and repair maintenance procedures. 3) Complete spare parts list with cross-reference to original equipment manufacturer's part numbers. f. Control and Alarm Features: 1) A schematic of control systems. 2) Control loop electric ladder diagrams. 3) A listing of controller operating set points. 4) A listing of settings for alarms and shutdown systems. g. Safety and environmental considerations. 2. Executed warranty documents. C. Cost of Submittals: 1. Preparation, assembly, review, and acceptance of substitutions, schedules, shop drawings, lists of materials, samples, mock-ups, and procedures submitted by Contractor shall be included in the Contract sum. 2. Additional costs, which may result from providing submittals, shall be solely the obligation of Contractor. D. General submittal requirements are provided in Part 12 of this Section. 182239.T2.DP March 30, 2006 5 SECTION 01000 GENERAL TECHNICAL REQUIREMENTS Rev. 0 7.0 CODES AND STANDARDS A. Comply with the latest codes and other legal requirements applicable to the materials, equipment, and services provided in accordance with the Contract, even if an applicable code or legal requirement is not referenced in the project specifications. B. ' Promptly submit written notice to C1-12M HILL of observed variances between the Contract Documents and legal requirements. C. Materials, fasteners, piping systems, and equipment shall conform to ANSI and other U.S. standard dimensional requirements unless otherwise specifically required by the Specifications. 8.0 PRODUCT REQUIREMENTS A. General: 1. Products shall comply with the project specifications, referenced standards, and applicable regulatory requirements. 2. Like items of equipment and distinct materials provided shall be from one manufacturer in order to achieve standardization for appearance, maintenance, and replacement. 3. Provide manufacturer's standard finish and color unless specified otherwise. 4. Products shall be new and suitable for the intended use. 5. Do not install previously used products, except as specifically required or allowed by Contract Documents. 6. The use of asbestos or other hazardous substances in any product is prohibited unless specifically approved by Owner. B. Product Options: 1. Products specified by referenced standards or by description only shall meet the standards and applicable requirements of the Contract Documents. 2. Where products are specified by brand name or model number with one or more listed acceptable manufacturers but is not classified as sole source, products from other manufacturers may be considered for substitution. Submit requests for substitution in accordance with the requirements specified below. C. Substitutions: I. Provide each request in writing to CH2M HILL with complete data substantiating compliance of proposed substitution with the Contract Documents. 2. Substitution requests may be submitted any time during construction. Prebid approval of substitute products is not required. Requests for substitutes during 182239.T2.DP March 30, 2006 6 SECTION 01000 GENERAL TECHNICAL, REQUIREMENTS Rev. 0 the Bid period will not be acted upon by CH2M HILL prior to Bid. Submit Bid prices based only on approved products. 3. Request for substitution constitutes a representation that Contractor: a. Has investigated proposed product and determined that it meets or exceeds the specified product. _ b_.. Shalt provide the same warranty for the substitution as for.the'specified product. C. Shall coordinate installation and make other changes that may be required for work to be complete. d. Waives claims for additional costs that may subsequently become apparent due to the substitution. 4. C142M HILL will determine acceptability of proposed substitution and, except for requests submitted prior to Bid, will notify Contractor of acceptance or rejection in writing within 10 working days of receipt of the written request. 5. The use of substitute materials is not allowed without prior written approval by CH2M HILL. D. Alternates: 1. Alternates are defined as alternate products, materials, equipment, or systems for work that may, at the Owner's option and under the terms established by the Instructions to Bidders,be selected and recorded in this Contract to either low%* supplement or displace corresponding basic requirements of the project specifications. Alternates may or may not substantially change the scope and general character of work and shall not be confused with allowances, prices, change orders, substitutions, and other similar provisions. 2. Coordinate alternate work with related work to ensure that each accepted alternate is completely integrated and interfaced with related work. 3. Within 2 weeks of award of Contract, the Owner will prepare and distribute to contractor to be involved in the project a notification of status of each alternate. This notice will indicate which alternates have been accepted, rejected, and deferred for consideration at a later date. The notice will also include a full description of negotiated modifications to alternates, if any. E. Delivery, Storage, and Handling: 1. Package and transport products by methods to avoid damage during shipment and storage prior to installation. Deliver in undamaged condition in manufacturer's unopened containers or packaging, unload and store in a dry and clean condition. Take special care to protect products that may become pitted, rusted, corroded, or which may deteriorate during shipment or storage. Machinery shall have a wrapping of heavy-duty weatherproof plastic. Protect sealed interiors from moisture damage through the use of silica gel or similar desiccants. Fragile components, instruments, controls, and other delicate parts 182239.T2.DP March 30, 2006 7 SECTION 01000 GENERAL TECHNICAL REQUIREMENTS Rev. 0 shall be packaged separately to reduce the possibility of damage during shipment and shall be conspicuously marked FRAGILE. Handling and storage instructions shall accompany the shipment. 2. Handle products as recommended by the manufacturer with approved equipment and in a manner that will prevent damage. Clearly mark sling posts, li,ffing Jugs, or suirabl crated, skidded,boxed, sealed, or otherwise protected and shall be properly braced against movement during shipment. Instructions for removal of bracing shall accompany the shipment. 3. Provide adequate weather protection such as waterproof tarpaulins, dunnage, or platforms above ground level and housings as required to protect the equipment and materials from weather. Provide temporary heating as necessary to protect covered equipment such as electrical gear from condensation where such could cause damage. 4. Inspect shipments promptly to ensure that products comply with requirements, quantities are correct, and products are undamaged. Notify the Owner of evident discrepancies or damage. 9.0 SUPPORTING FROM BUILDING STRUCTURE A. The following are guidelines for supporting mechanical, electrical, plumbing, or architectural items from the building structure. Coordinate load requirements so no combination of loads exceeds the limitations. B. At both the floor and the roof, attachments may be at the upper or the lower truss chord(horizontal members at top and bottom of truss). Do not hang loads from web members (the diagonal and vertical members between.chords), including the end diagonal member where the lower chord is discontinuous. C. Make the point of attachment at a panel point of the truss girders or joists. Panel points are the intersections of the horizontal chords with the diagonal or vertical web members. D. Attachments to metal decking require written approval from CH2M HILL. If requested,provide inserts where concrete fill occurs or stiffeners welded where roof insulation occurs. E. Do not weld on trusses. Use bolted or clamped-type connections. F. Comply with the Specifications for support and load requirements and restrictions. Coordinate and confirm support and load requirements with CH2M HILL. CH2M HILL will coordinate load requirements submitted by contractors so combination loads do not exceed project structural design criteria limitations. 182239.T2.DP March 30, 2006 8 SECTION 01000 GENERAL TECHNICAL REQUIREMENTS Rev. 0 G. Support loads hung from concrete structure with cast-in-place inserts unless drilled-in anchors are specifically shown or approved by CH2M HILL in writing. H. The above load restrictions and limitations shall apply to the substructure as well. 10.0 WARRANTY A. Warrant to the Owner that materials and equipment furnished will be of good quality and new unless otherwise required or permitted by the Contract Documents, that the work will be free from defects not inherent in quality required or permitted, and that the work-will conform with the requirements of the Contract Documents. Work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. The warranty excludes remedy for damage or defect caused by abuse, modifications not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear under normal usage. B. The warranty period shall be for a minimum of 24 months from the date of Substantial Completion of the work or designated portion thereof. C. Make repairs and replacements promptly upon receipt of written notification of .� defect from CH2M HILL or Owner. If, within a reasonable time, the Contractor has not made the necessary corrections, Owner may make the corrections or order the work to be done by a third party, and the cost of the corrections shall be paid by the Contractor. '•. 182239.T2.DP March 30, 2006 9 SECTION 01000 GENERAL TECHNICAL REQUIREMENTS Rev. 0 11.0 SUBMITTAL SCHEDULE A ITIE.M NO. SUBMITTAL REQUIREMENT 3 z 3J AS INDICATED 01000-001 Exceptions to the Bid document requirements 01000-002 Preliminary project schedule showing 2 Notice to proceed equipment delivery and work completion times, starting with execution of agreement 01000-003 Specific condition or delivery time period _ 2 Notice to proceed for equipment or special material that may adversely affect the stated project completion and equipment delivery time period 01000-004 product handling, storage, assembly, 2 Notice to proceed installation, or adjustments required that impact design or installation of other work 01000-005 Executed warranty documents Before Substantial Completion 01000-006 Manufacturer's representative statement of Before Substantial system compliance with factory and Completion specification requirements END OF SECTION 182239.T2.DP March 30, 2006 10 SECTION 01000 GENERAL TECHNICAL REQUIREMENTS Rev. 0 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS 1.0 CONTENTS Paragraph A. Administrative Requirements: 2.0 1. Cost Controls. 2. Pre-construction Meeting. 3. Weekly Construction Meetings. 4: Project Documentation. 5. Work Limitations. B. Construction Environment, Health, and Safety(EHS): 3.0 1. Construction.Safety Program. 2. Project Specific Safety Plan. 3. Hazardous Materials Control Plan. 4. Project EHS Requirements. C. Work Site Security. 4.0 D. Quality Control. 5.0 E. Coordination: 6.0 1. Coordination. 2. Cutting and Patching. F. Temporary Facilities and Control: 7.0 1. Temporary Construction Facilities. 2. Temporary Utilities. 3. Protection of Property and Risk of Loss. 4. Water and Erosion Control. 5. Pollution and Dust Control. G. Execution Requirements: 8.0 1. Site Investigations and Representations. 2. Contractors Responsibilities for Utility Locations. 3. Layout Data. 4. Preservation, Restoration, and Cleanup. H. Closeout Procedures: 9.0 1. General. r. 2. Semifinal and Final Inspections. 182239.T2.DP March 30, 2006 1 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS Rev. 0 3. Contract Closeout. 2.0 ADMINISTRATIVE REQUIREMENTS A. Cost Controls: Within 5 working days after award of the Contract, submit a ;resource-loaded or cost-loaded (as requested by the.Owner), time-scaled CPM schedule that is to�a level of detail that permits the accurate assessment of progress. The schedule shall take into account the coordination of scheduling requirements of other contractors working on the project. This schedule is subject to the approval of the Owner and shall be the project schedule upon approval. Adjustments must be made in a timely manner so as not to impact the project coordination. Include a program for updating and reporting progress against the approved schedule. B. Preconstruction Meeting: 1. Within 5 days after the notice to commence construction or the start date specified in the Contract, the Owner will schedule and administer a preconstruction meeting with the Contractor and other contractors as Owner deems appropriate. 2. The preconstruction meeting shall include representatives from the Owner, CH2M HILL, Contractor's project manager and field superintendents, and such other contractors, subcontractors, major suppliers, and others as Owner deems appropriate. �-• 3. The following items shall be included in the meeting agenda: a. Designation of representatives for each party and their authority. b. Scope of work review. C. Construction schedule review, including;delivery/storage of Owner- furnished equipment/material. d. Facilities and equipment review, including specific items to be provided by the Owner, CH2M HILL, or another contractor. e. Paperwork requirements, including proof of workers' compensation insurance and certificates of liability insurance. f. Design drawing transmittal and review process. g. Shop drawing submittal process and schedule. h. Proposal submittal process. i. Extra work process. j. Design clarifications and information requests process. k. Progress billing process, including lien waivers. 1. Connections to construction utilities. M. Special construction procedures requirements. n. Parking and access requirements. o. Safety and security requirements, including accident reporting. p. Working hours of crews, including procedures for overtime. 182239.T2.DP March 30, 2006 2 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS Rev. 0 q. Work site work rules. r. QA/QC discussion. S. Use of client's facilities. t. Maintaining as-built documents. U. Hazardous materials control procedures. C. Weekly Construction Meetings: - 1. Provide an authorized representative to attend Owner's weekly construction progress meeting for the purpose of coordinating all phases of the work with other contractors and material suppliers, discussion of safety issues, and for preparation of detailed weekly work schedules including expediting requirements. To the extent commitments and schedules developed in these meetings do not constitute a change, they shall be binding upon the Contractor to the same degree as the approved scope and schedule. 2. Attendance by a Contractor's representative is mandatory when work is in progress. D. Project Documents - Maintain at the work site one copy of the following Contract Documents available at all times for inspection by Owner: I. The Contract, including addenda, amendments, field orders, change orders, and other modifications to the Contract. 2. Project specifications. 3. Project drawings provided by C142M HILL, including additional drawings that may have been provided as a result of addenda, amendments, requests for information, clarifications, field orders, or change orders. 4. Reviewed shop drawings,product data, and samples. 5. Manufacturer's certificates, operation and maintenance manuals, warranties, inspection certificates and reports, field test records, permits, licenses, and other documents required by individual specification sections. E. Work Limitations: 1. Perform work during normal working hours unless otherwise mutually agreed upon with the Owner. 2. Provide as little inconvenience as possible to Owner occupants of existing structures. 3. Schedule work in existing facilities and buildings with the Owner sufficiently in advance to enable Owner to make arrangements as may be required. 4. Perform overtime work when defective work would result if deferred until the next regular-time work period and when emergency circumstances involving public welfare and safety or protection of property arise. 5. Cameras or use of cameras on the property without permission of Owner is prohibited. 182239.T2.DP March 30, 2006 3 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS Rev. 0 6. Public Right-of-Way: a. No roadway, street, alley, emergency fire lane,or public passageway shall be closed or obstructed except as; required by the work and then only after approval of those having jurisdiction over same. b. Use.of streets and passageways shall be in accordance with directives from the Owner; C. Private rights-of way(e.g., Owner traffic patterns) shall not be interrupted without authorization from the Owner. 3.0 CONSTRUCTION ENVIRONMENT, HEALTH, AND SAFETY A. Construction Safety Program: 1. Provide Contractor's Construction Safety and. Health Program including Contractor's policies, procedures, and practices that demonstrates: a. Management commitment and leadership. b. Assignment of safety responsibility. C. Identification and control of hazards. d. Employee education and training. e. Incident analysis and record keeping. E Emergency planning and procedures. g. Conformance with applicable OSHA regulations (29 CFR Part 1926 or State program.equivalent) including: 1) Subpart A--General. 2) Subpart B—General Interpretations. 3) Subpart C—General Safety and Health Provisions. 4) Subpart D —Occupational Health and Environmental Controls. 5) Subpart E—Personal Protective and Lifesaving Equipment. 6) Subpart F—Fire Protection and Prevention. 7) Subpart G—Signs, Signals and Barricades. 8) Subpart H—Materials Handling, Storage, Use, and Disposal. 9) Subpart I—Tools—Hand and Power. 10) Subpart J— Welding and Cutting. 11) Subpart K—Electrical. 12) Subpart L--Scaffolds. l 3) Subpart M —Fall Protection. 14) Subpart N—Cranes, Derricks, Heists, Elevators, and Conveyors. l 5) Subpart O—Motor Vehicles, Mechanized Equipment, and Marine Operations. 16) Subpart P— Excavations. 17) Subpart Q—Concrete and Masonry Construction, 18) Subpart R— Steel Erection. 182239.T2.DP March 30, 2006 4 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS Rev. 0 19) Subpart S —Tunnels and Shafts, Caissons, Cofferdams, and Compressed Air. 20) Subpart T—Demolition. 21) Subpart U— Blasting and Use of Explosives. 22) Subpart V —Power Transmission and Distribution. 23), Subpart. W —Rollover Protective Structures; Overhi�ad Protective.. .. 24) Subpart X— Stairways and Ladders. 25) Subpart Y —Commercial Diving Operations. 26) Subpart Z —Toxic and Hazardous Substances. B. Project-Specific Safety Plan - Submit to Owner 10 days prior to beginning work, the Contractor's project-specific health and safety plan based on the preceding criteria in paragraphs La through l.g which coordinates with Owner's safety program, if any, addresses the safety criteria applicable to Contractor's work, and includes provisions for the following: I. Contractor's designated, qualified, and authorized safety representative to supervise and enforce Contractor's compliance with the program. 2. Contractor's Hazard Communication Program, which conforms to OSHA regulation (29 CFR Part 1910.1200 or State program equivalent). 3. Contractor's Project Field Instructions including: Auk a. Project information and description of major work phases. b. Project site description. C. Key personnel and emergency response contact information. d. Emergency response arrangements. e. Job hazard identification and control measures. f. Personal protective equipment use specifications. g. Health hazard identification and control. h. Safe work procedures. i. Safe work practices. j. Employee safety education and training. k. Employee review and acknowledgement of the health and safety plan. C. Hazardous Materials Control Plan: 1. Submit to Owner, prior to bringing hazardous materials on the work site but no later than 30 days after the notice to proceed, Contractor's Hazardous Materials Control Plan. This plan shall coordinate with Owner's environmental program, if any, address the criteria applicable to Contractor's work, and include provisions for the following: a. List of hazardous materials and material safety data sheet for each item listed. b. Personnel safety procedures to be instituted for handling hazardous materials. 182239.T2.DP March 30, 2006 5 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS Rev. 0 C. Measures to be instituted for material storage, labeling, dispensing, accidental discharge, spill prevention, aid containment. d. Disposal methods for such materials. e. Cleanup measures, materials, or structures, necessary to prevent environmental contamination by such material in the event of a spill or. ~f. Name and contact information for Contractor's resources responsible for responding to an emergency involving hazardous materials. 2. Hazardous materials include any substances or mixtures which are: a. Carcinogenic. b. Toxic. C. Corrosive. d. An irritant. e. Strong sensitizer. f. Radioactive. g. Explosive. h. Pyrophoric. i. Flammable. j. Combustible. k. Reactive. 1. Generate pressure through decomposition or heat. D. Project Safety, Health, and Environment Requirements: 1. Contractor shall: a. Perform work in a safe manner, comply with safety, health, and environmental requirements of the Contract Documents as issued by the Owner and comply with applicable laws, codes, ordinances,rules, regulations, and lawful orders of public authorities. b. Attend,prior to beginning work, a project safety orientation conducted by Owner. C. Have and exercise, full legal responsibility for compliance to safety, health, and environmental rules and regulations by itself, its agents, employees, material suppliers, vendors, and subcontractors with respect to its portion of the work on the project; and directly receive and respond to, defend, and be responsible for any citation, fine, or penalty by reason of Contractor's failure or failure of Contractor's agents, employees, material suppliers,vendors, and subcontractors to so comply. d. Have a representative on the work site when a lower tier subcontractor is performing any work, even if no work is being performed by Contractor's direct work forces. This representative shall be responsible for assuring that applicable safety, health, and environmental rules and regulations are observed and in addition shall be responsible for 182239.T2.DP March 30, 2006 6 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS Rev. 0 responding to medical emergencies related to subcontractor's employees or sub-subcontractors. e. Uniformly enforce a policy that states the disciplinary action to be applied when employees violate safety and environmental rules. This policy will be consistent with Owner's safety and environmental enforcement policy, if any. f. Provide first aid and medical treatment for its employees. g. Provide safety and environmental training for its employees at its own expense, and document such training and provide copies to the Owner. Safety training shall include,but not be limited to: l) Orientation to the safety and environmental policies and rules stipulated by the Owner, if any, prior to each employee's initial work assignment on the project. 2) Orientation of supervisors to the safety and environmental policies and rules and their responsibility to enforce them. 3) Weekly toolbox talks on an appropriate safety and environment subject for all employees. 4) Hazardous materials training. 5) Special safety training for those affected; such training shall include but not be limited to confined space entry, control of hazardous energy sources (electrical lockout/tagout), welding and cutting permit procedures, excavation and shoring, fall protection, scaffolding, etc. 6) Specific instructions to its employees regarding the use of personal protective equipment, personal safe work practices, employee's obligations and rights under the Contractor's safety and environmental policies. The Contractor will provide at its own expense, required personal protective equipment for its employees and required safety equipment and supplies as needed. h. Conduct safety meetings with its employees and or supervision as necessary to ensure that safety and environment is adequately addressed in its work planning and execution. The Contractor will provide prior written notification of the time, place, and subject of the meetings and provide the Owner the opportunity to observe it. The Owner reserves the right to require changes necessary to comply with the project's safety rules and regulations. i. Provide to the Owner copies of material safety data sheets (MSDS) for hazardous materials that Contractor brings on the work site, prior to the arrival of the materials on the work site. When requested by Owner, provide training to the Owner's employees and employees of other parties who may be routinely exposed to the materials used by Contractor. Such training will be at.no additional cost to the Owner. l 82239.T2.DP March 30, 2006 7 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS Rev. 0 j. Provide a job safety analysis QSA) identifying hazards before commencing each major phase or activity at the work site. The analysis will describe the plans and assign respc nsibility for hazard prevention or control of identified hazards. k. Provide Contractor's safety representatuve to accompany Owner's safety rNreNiltativ dur#"i�g, er�gdic,in"spect grxs`of C_ortt'4ctor _Vs q;k and �� - :h = . safety activities and take prompt action to correct identified deficiencies. Satisfactory compliance shall be made within a specified time. If Contractor refuses to correct deficiencies, the Owner shall initiate appropriate actions in accordance with the Contract provisions and may take one or more of the following steps: 1) Cease the operation or a portion thereof(particularly in the case of an imminent danger). 2) Correct the situation and back charge the Contractor. 3) Stop or hold up payment for the work being performed. 4) Invoke Contract penalties and/or terminate the Contract. 1. Attend a weekly site safety coordination meeting that will address results of periodic inspections,the safety or environmental related incidents, or injuries of the previous week, if any, and the necessary corrective measures including a plan for upcoming work and the related safety or environmental considerations. m. Provide notification to the Owner as follows: 1) Promptly report injuries or illnesses recorded on its OSHA 200 log, accidents resulting in property damage and environmental incidents, and follow up in writing within 24 hours. Within 2 working days,provide a written report documenting the identified cause(s) of the accident or incident and action(s) taken, or planned to preclude recurrence. A copy of each first report of injury shall be provided. 2) A weekly summary of occupational injuries, illnesses and environmental incidents including man-hours. 3) Immediately report fatal or serious occupational injuries or illnesses. Notify the Owner in writing if an injury or illness results in lost work time and the Contrac tor desires not to provide continued employment, on a modified basis, for its employees who sustain an on-the-job partially disabling injury or illness. This notification must be provided a minimum of 24 hours prior to the discontinuance of employment. This reporting is in addition to any reporting responsibilities that the ,.:ontractor may have to OSHA or any other agency. The Owner reserves the right to conduct an independent investigation at no additional cost to the Owner. 182239.T2.DP March 30, 2006 8 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS Rev. 0 4) Immediately report OSHA inspections and provide the Owner an opportunity to observe the inspection. Provide a copy of citations received and Contractor responses issued as a result of such inspections within two working days of receipt or issuance. n. Protect the safety and convenience of the general public including residents adj4cent to the.work. 1) Perform work as necessary to protect the general public from hazards. 2) Construct and maintain satisfactory and substantial barriers with warning lights, lanterns, and proper signs as necessary or required for safety. o. Ensure that these Contractor safety, health, and environment requirements are passed on to its subcontractors. The Contractor shall hold the subcontractor responsible for compliance with these requirements. p. Appoint an employee who is qualified and authorized to supervise and enforce compliance with the safety program. 2. The duties of the Owner or CH2M HILL do not include a review or approval of the adequacy of the Contractor's safety supervisor, the safety program, or safety measures taken in, on, or near the construction site. 4.0 WORK SITE SECURITY A. Security is the responsibility of the Contractor until acceptance of work by the Owner. The Owner and CH2M HILL do not assume responsibility at any time for the protection of the building and premises or for the loss of materials and/or equipment from the time that Contractor's operations have commenced until final acceptance of the work.. Provide necessary security program and facilities to protect work from unauthorized entry, vandalism, and theft. B. No employee of Contractor, nor of its subcontractors, shall go to or be present in an area where the employee is not actively engaged in work, except when traveling between work location. Such travel shall be by a direct route. Use of any Owner facilities such as cafeteria, office space, restrooms is prohibited. Contractor's employees will not be permitted to use Owner's parking facilities and shall park in areas designated by the Owner. C. Do not drive privately owned or]eased vehicles inside the work site fenced area. Work site access passes for authorized vehicles will be limited and will be restricted to company vehicles. Passes will be issued by Owner and will be subject to applicable rules and regulations. .r 182239.T2.DP March 30, 2006 9 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS Rev. 0 D. Workers or visitor identification badges must be prominently displayed by all personnel when entering, working on, or leaving Owner's premises. Issue a badge to every employee or visitor when entering the site and collect the badge upon departure. Badges for workers will be picture identification badges issued by Owner designating the employer's name and the employee's identification number. Provide = current'index shoring each authet=ized einpl'oy� _when requested 6yvype � - Advise Owner when an employee is terminated from the project and no longer have access to the work site. E. Ensure that employee hard hats clearly identify the employer's company. 5.0 QUALITY CONTROL A. Develop and maintain a quality control (QC)manual to support compliance with the Contract Documents. Maintain quality control over suppliers, manufacturers, products, services, work site conditions, and workmanship to produce work of specified quality. 6.0 COORDINATION A. Coordination: 1. Cooperate with the Owner, other contractors, and utility companies on site in scheduling and coordination of activities in a manner that will provide the least interference of others'work and cooperate in the interfacing and connection of the separate elements of the overall project. The Owner and other contractors have the same obligation to cooperate and Coordinate their work with Contractor. The Owner will issue such instruction as necessary. Abide and support the Ownees decision. 2. Coordinate the planned interruption of any services including,but not limited to, water, gas, oxygen, electric lights or power, and drainage systems, with the Owner. Advise Owner of the time, duration, extent, and type of any planned interruptions. Provide detailed plan in accordance with Owner's safety and operation and maintenance procedures. Make such interruption only after Owner has approved the plan. 3. Coordinate work of the various sections of the Specifications and Drawings to ensure efficient and orderly sequence of instali,.ation of construction elements with provisions for accommodating items installed later. 4. Locations of existing utility mains, trees, etc. are shown diagrammatically on the Drawings. Accuracy and completeness of this information is not guaranteed. Verify the size and location of utility lines, conduit, surface, or subsurface structures, etc., that may affect the work. 5. Coordinate work with other contractors and subcontractors and share information with the other contractors to enable you and them to coordinate . 182239.T2.DP March 30, 2006 10 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS Rev. 0 openings, relationship to structure, ducts, pipe, conduit, and other items as required. 6. Coordination meetings are mandatory in laying out pipe and duct runs and equipment locations. Review these layouts with other contractors, CH2M HILL, and the Owner prior to installation. 7. .._.:Subzx� t pronosLd method of support for review by CH2M HILL prior to fabrication of hanging or other support systems not specifically detailed`on the Drawings. 8. Verify that characteristics of elements of interrelated operating equipment are compatible; coordinate work with other contractors having interdependent responsibilities for installing, connecting to, and placing in service such equipment. 9. Do not endanger the work of other contractors by cutting, excavating, or otherwise altering their work. Prior to penetrating load-bearing walls or structural members not detailed in the Contract Documents, submit written notice thereof and obtain pent ission from the Owner and CH2M HILL before such work can proceed. 10. Coordinate.space requirements and installation of mechanical and electrical work that is indicated on the Drawings. Follow routing shown for pipes, ducts, and conduit as closely as practicable; make runs parallel with lines of building. AOM%k Utilize spaces efficiently to maximize accessibility for other installations, maintenance, and repairs. 11. Provide clear access to equipment spaces. Do not obstruct placement or removal of equipment with conduit, ducts, utilities, or other facilities. 12. In finished areas, except as otherwise shown, conceal pipes, ducts, and wiring in the construction. Coordinate locations of fixtures and outlets with finish elements. 13. During the progress of construction, it is expected that minor field relocations of the work will be necessary. Such relocations shall be made only by direction of the Owner. If the Contractor shall fail to so notify the Owner and proceed without such direction, Contractor shall do so at its own risk. B. Cutting and Patching: 1. Cut, fit, or patch work as required to make its several parts fit together properly, to uncover work, to provide for installation of ill-timed work, to remove samples of work as specified for inspection and testing, and to install work in existing construction. 2. Except as specifically permitted in the Contract Documents, do not cut or alter the work of another contractor except with the written consent of the Owner. 3. Coordinate requirements of openings for ducts, piping, conduit, and other penetrations required by construction with the Owner. Unless otherwise specified, such openings shall be provided by the contractor that performs the 182239.T2.DP March 30, 2006 11 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS Rev. 0 initial construction. In the event of the Contractor`s failure to supply the Owner with information regarding the size and location of openings it requires in advance, cutting and patching that may be required shall be done at the expense of the negligent party. 4. Unless otherwise specified by the Owner, each contractor shall do cutting, " - f1ttifig,_or RatPhjhg.qf it _wark tho _iZay lie nye fo make said coordinate with the work of other contractors, as shown or reasonably implied -.from the Contract Documents: In cases where the completion of the work of the Contractor is dependent upon work of vanous contractors, the timing of the work of each contractor will be determined by the Owner. 5. Seal penetrations through nonfire-rated construction with permanently flexible material. Oversized openings in nonrated construction, where the annular space around penetrants exceeds 1 foot, shall be closed by the contractor responsible for the initial construction, at the expense of tAe responsible party. 6. Close penetrations through or between fire rated walls, floors, and roofs. Provide sleeving, coring, or cutting of fire-rated construction as described in the approved, UL-listed firestop assembly. Sleeving, cutting, or coring not provided as so described shall be corrected at no cost to the Owner. Installation of firestopping material shall be performed using an approved method or system and by personnel approved by the manufacturer. 7. Permission to patch or repair damaged areas or items of work shall not _ constitute a waiver of the Owner's right to require complete removal and replacement of work if, in the Owner's opinion, the patching or repairing does not satisfactorily restore the quality or appear<<nce of the work. 7.0 TEMPORARY FACILITIES AND CONTROLS A. Temporary Construction Facilities: 1. Before moving onto the work site, submit for approval a layout of the site showing location of security fencing, office areas, storage areas, workshops, and other temporary facilities consistent with ()caner guidelines. 2. Confine operations at the work site to areas permitted by law, ordinances, permits, and the Contract Documents. Provide and locate or erect temporary buildings (change houses, trailers, plan rooms,offices, etc.,but not major storage yards, layout and fabrication yards, equipment repair facilities, or Contractor personnel parking) within the indicated limits of construction with the approval of the Owner. Such temporary buildings,together with the necessary utilities, shall remain the property of the Contractor. 3. Do not unreasonably encumber the work site with materials or equipment. Operations of the Contractor(including storage of materials and equipment upon the work site) shall be confined to the area shown on the Drawings or where otherwise approved in writing by the Owner. No unauthorized or 182239.T2.DP March 30, 2006 12 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS Rev. 0 +.> unwarranted entry, passage through, or storage or disposal of materials shall be made upon the premises. Move stored products that interfere with the operations of other subcontractors. 4. Confine traffic to the rights-of-way of the work site and repair damage resulting from Contractor traffic to the satisfaction of the Owner. Road.usage -- r4ust b_t shared_,and coDrdinated among-all users... Use assigned gates oTnly. Always maintain Owner's access to its property. Maintain your temporary laydown areas. Keep work areas, walkways, roadways, and laydown areas that are under your control free from snow and ice. 5. Locate major storage yards, layout and fabrication yards, equipment repair facilities, etc.,in space assigned by the Owner. Provide temporary improvements including,but not limited to, site drainage, fencing, lighting, electric power, etc., as required. Obtain and pay for the use of additional offsite storage or work areas needed for the Contractor's construction activities. 6. Provide break area for Contractor's personnel including adequate waste containers for food waste and garbage. Instruct personnel and subcontractor personnel that Owner's vending machines are not to be used, and take other necessary action to ensure that instructions are followed. Provide vending machines near break area as desired. B. Temporary Utilities: 1. Electricity and Lighting: a. Provide electricity necessary for construction activities. Provide distribution of temporary electrical power from the source to the point of use including necessary extension cards, transformers, and protective devices. b. Owner will provide and pay for temporary electrical power from those sources described in paragraph La above, except those requirements beyond the capability of Owner's permanent system and the sources described above. Electrical requirements such as welders and requirements too far removed from the source will be Contractor's responsibility. C. Temporary installations shall meet applicable OSHA, state, and local codes, regulations and other requirements. Do not plug into permanent receptacles without specific permission or instruction from Owner. Any unplanned service interruption on Owner's facility is unacceptable. d. If the permanent electrical power system is not available for use at the time of Contractor's mobilization, provide electrical power required by its operations until such time that Owner authorizes connection and use of the permanent electrical power system. For this purpose, provide an „WIft, alternative mobilization cost for establishing the means to provide 182239.T2.DP March 30, 2006 13 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS Rev. 0 temporary electrical power and an alternative daily cost for providing and maintaining temporary electrical power until such power is available from the permanent system. C. Provide lighting necessary for construction activities and to satisfy safety and security requirements. Heat Bpd Veg ntilta -�- _ a. Provide as required to maintain specified conditions for construction operations, worker comfort, and to protect materials and finishes from damage due to temperature or humidity. Provide power to temporary units in a safe and efficient manner until an acceptable power source is available from others. b. Provide ventilation of enclosed areas to cure materials, to disperse humidity, and to prevent accumulations of dust, fumes, vapors, or gases. C. Associated costs shall be paid by the Cc ntractor. 3. Water: Water service does exist on site. a. Construction Water: Provide service required for construction operations. Limited amounts of water for construction use and for washup will be available without charge onsite at a designated point. Provide temporary connections as requi;-ed including hoses, nozzles, buckets,etc. Observe good housekeeping practices in the area of the connection point at all times. , b. Potable Water: Furnish containers, ice,distribution system, etc., for potable water as required for Contractor's personnel and its field office. No Contractor personnel (or any of its subcontractors' employees) are permitted to use permanent wash rooms,drinking fountains, or locker rooms of the Owner. C. Waste Management: Provide for disposal of garbage and debris in accordance with regulatory and Owner requirements. Provide and enforce the use of proper receptacles for disposal of food wrappers and containers, empty daily. Segregate food related trash from construction- related trash and debris. 4. Telephone Services: Arrange and pay for individual telephone and fax service, if desired, at the field office. 5. Gases: Provide compressed air, oxygen, welding gases, and other expendables required in the performance of work. C. Protection of Property and Risk of Loss: 1. Until final acceptance of work, the Contractor shall be responsible for the care, custody, control, safekeeping, and preservation of work and materials, equipment, supplies, and other things relating to work furnished by the Owner. Promptly repair or replace such if damaged or lost. 182239.T2.DP March 30, 2006 14 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS Rev. 0 2. Provide temporary protection for installed products. Continuously maintain adequate protection of work and work in progress from loss and damage in a manner satisfactory to the Owner. Work and work in progress includes goods, materials, and equipment furnished by others, whether in storage on or off the work site or otherwise handled in a way that is under the care, custody, or r. centtol of the Cohtractox or its gubcontTactprs.. 3. Place and operate construction equipment, tools, and facilities in`such a manner that new and existing work will not be damaged by vibration, smoke, dust, water, falling debris, concrete, or any other cause. Protect sidewalks, steps, and ramps from heavy equipment traffic. Repair damage to roads, walks, and structures caused by your equipment.or personnel. 4. Adequately protect adjacent private and public property as provided by terms of permits, applicable laws, rules and regulations, and the Contract Documents. Provide temporary protection of occupied and operating areas of Owner's existing plant or facilities. Protect other property at the work site or adjacent thereto, including, but not limited to, trees, shrubs, lawns, walks,pavements, roadways, structures, and utilities from damages caused by work. 5. Provide barriers around trees and plants designated to remain. Protect against vehicular traffic, stored materials, dumping, chemically injurious materials, and puddling or continuous running water. b. Provide protection of work from freezing, rain, wind, and other elements of the weather that would be harmful to it. Furnish fuel, protective shelters, or temporary buildings and temporary heating as required for the.prosecution and protection of work and keep work areas free of water. Coal and kerosene-type salamander stoves, pots, and open fires will not be permitted. 7. Provide protection coverings at walls,projections,jambs, sills, and soffits of openings. Protect finished floors and stairs from traffic,movement of heavy objects, and storage. 8. Prohibit traffic and storage on waterproofed and roofed surfaces, lawn, and landscaped areas. When unavoidable,protect surfaces from puncture, burn, or other damage when working above or on such surfaces. Pick up screws, nails, metal scraps, and other objects that may damage the surface. 9. Provide shoring, bracing, and supports as necessary to maintain the structural integrity of the project to the extent threatened or potentially threatened by work. Excavating required shall be performed by methods that will prevent damage to other work. Provide and maintain adequate temporary supports, shores, and bracing as necessary to maintain the structural integrity of the project and to keep work safe from failure or damage due to loads that may be imposed on structures during construction. Excavating required shall be performed by methods that prevent damage to other work or existing facilities. 10. Do not load structures with weight that will endanger it. 182239.T2.DP March 30, 2006 15 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS Rev. 0 11. Provide barriers as required to prevent public entry to construction areas and to protect existing facilities and adjacent properties from damage from construction operations. Control traffic in immediate area to minimize damage. 12. Provide temporary, weathertight closures of openings in exterior surfaces to nrovide:acceptable Working ooriditiow OW Oro-togtion fof-m4tenals .to, 119,w,for- _ '- temporary heating and to prevent entry of unauthorized persons. The temporary closures shall be maintained until permanent doors and windows are in place and operational. D. Water and Erosion Control: 1. Provide methods to control surface water to prevent damage to the project, the site, or adjoining properties. Control fill, grading, and ditching to direct surface drainage away.from excavations, other construction areas, and to direct drainage to proper drainage facilities. 2. Provide, operate, and maintain equipment of adequate capacity to control surface water and groundwater as necessary. 3. Dispose of drainage water in a manner to prevent flooding, erosion, or other damage the site or to adjoining areas. 4. :Plan and execute construction earthwork methods to control surface drainage from cuts and fills and prevent erosion and sedimentation. a. Rough grade site to prevent standing water and to direct surface drainage away from excavations, adjoining properties, and public right of way. b. Hold the areas of bare soil exposed at one time to a minimum. 5. Construct fill areas by selective placement to eliminate surfaces which will erode. E. Pollution and Dust Control: 1. Provide methods, means, and facilities required to prevent contamination of soil, water, or the atmosphere by the discharge of noxious substances from Contractor's construction operations. 2. :Provide equipment and personnel and perform emergency measures required to contain spillage and to remove contaminated soils or liquids. Excavate and dispose of contaminated earth off site and repj'.ace with suitable compacted fill and topsoil. 3. '"rake special measures to prevent harmful substances from entering public 'waters. Prevent disposal of wastes, effluents, chemicals, or other such substances adjacent to ponds or in sanitary or storm sewers. 4. Equipment or material used for the construction of the project that produces toxic fumes may be used at times specified by the Owner. 5. Screen noisy equipment with temporary enclosures to shield adjacent areas as much as possible. 182239.T2.DP March 30, 2006 16 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS Rev. 0 6. Provide scrubber devices on the exhaust of gas driven equipment used inside a building or other enclosed space. 7. Provide positive methods and apply dust control materials to minimize raising dust from construction operations and provide positive means to prevent airborne dust from dispersing into the atmosphere. 8. . Burning or burvinb of waste materials on th:.work site-is prghibitQd. 8.0 EXECUTION REQUIREMENTS A. Site Investigation and Representation: 1. Contractor acknowledges satisfaction as to the nature and location of work; the general and local conditions, particularly those bearing upon availability of transportation, access to the work site, disposal, handling, and storage of materials, availability of labor, water, electric power, and roads, telephone communications waste and sewage disposal and uncertainties of weather or similar physical conditions at the work site; the conformation and conditions of the ground; the character of equipment and facilities needed preliminary to and during the prosecution of work; and other matters that can affect work or the cost thereof under this Contract. 2. Contractor further acknowledges satisfaction as to character, quality, and quantity of surface and subsurface materials to be encountered from its ^ inspection of the work site and from reviewing available records of exploratory work furnished by the Owner or included in the Contract Documents. Failure by Contractor to become acquainted with the physical conditions of the work site and the available information will not relieve the Contractor from responsibility for properly estimating the difficulty or cost of successfully performing work. B. Contractor's Responsibility for Utility Location: 1. Known utilities and structures adjacent to or within the limits of work are shown on the Drawings. The locations shown are taken from existing records and the best information available from existing utility plans; however, it is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. 2. Where Contractor's operations could cause damage or inconvenience to telegraph, telephone, television, power, oil, gas, water, sewer, or irrigation systems, suspend operations until Contractor has made arrangements necessary for the protection of these utilities and services. Employ or secure services as necessary to locate or verify the location of utilities. 3. Notify utility offices that could be affected by work at least 48 hours in advance. Do not expose utilities without first obtaining permission from the 182239.T2.DP March 30, 2006 17 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS Rev. 0 appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for existing underground utilities. 4. Neither the Owner nor its officers or agents shall be responsible to Contractor for damages as a result of Contractor's failure to locate and protect utilities encountered in work. Tag-stutfouts f`dr;dndergroifmd"usuch as pluml ink ech4ical automatic fire sprinkler, and water with weatherproof identification tags. C. Layout Data: 1. Baselines: a. The Owner will provide two reference baselines and a single permanent benchmark to be used by the Contractors for layout work. Verify and agree to the accuracy of this data prior to commencing any layout work. b. Notify Owner, in writing,if an apparent. error in survey locations furnished by Owner is discovered. Request resolution. In no case shall the Contractor claim delay due to an apparent error to Owner-furnished locations except for instances in which the Owner failed to provide prompt direction upon receipt of Contractor's notice of an apparent error. C. The responsibility for the accuracy of the layout of work obtained from these baselines and benchmarks is solely that of the Contractor. d. Furnish, at Contractor's expense, stakes, spikes, steel pins, templates, platforms, equipment, tools, and materials and labor required to lay out the work from the benchmark and baselines established by Owner. e. Maintain and preserve stakes and other markers established by Contractor until no longer required. f. Replace, at Contractor's expense, the cc atrol points established at the site by Owner, if destroyed by or through Contractor's negligence prior to their authorized removal. Owner may require work to be suspended when horizontal or vertical control points established at the work site by Contractor are not adequate to permit checking the work. Such suspension will be withdrawn upon proper replacement of the control points. 2. ]Record Contractor's survey data in accordance with standard and approved methods. Make available field notes, sketches,recordings, and computations made by the Contractor in establishing horizontal and vertical control points during the progress of work for ready examination by the Owner. 3. ]Dimension Verification: a. Before ordering material or doing work, take or verify measurements as may be required for the proper fitting of Contractor's work or other adjoining work. The Contractor is responsible for the.correctness of its figures and shall satisfactorily correct work that does not fit,and furnish new work, if necessary, without charge to the Owner. Extra charges will 182239.T2.DP March 30, 2006 18 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS Rev. 0 not be allowed on account of differences between actual dimensions and the measurements indicated on the Drawings. b. In case of a discrepancy or conflict with given data, notify Owner in writing prior to proceeding with the affected work. D. Preservation, Restoration, and Cleanup: I: Keep the work site orderly and neat on a daily basis. Maintain a level of- cleanliness f cleanliness acceptable to Owner. Rubbish shall not be allowed to accumulate anywhere on the work site. 2. Provide for regular maintenance of temporary toilets and replacement of waste containers when full. 3. Keep the paved streets bordering the work site clean from material tracked off site. Wash and/or sweep the streets daily if material begins to accumulate. 4. Smoking and eating will be allowed on the work site only in designated areas. Owner will identify the areas after award of the Contract. 5. Remove temporary materials, equipment, services, and construction prior to substantial completion inspection. Clear areas used by the Contractor for temporary structures, rubbish, and waste materials and properly grade to drain. and blend in with the abutting property. Finish areas used for the deposit of waste materials to properly drain and blend with the surrounding terrain. Clear and restore staging areas to the original condition when the Contractor moved onto the work site. Correct damage, changes, or alterations, made by the Contractor to storage or laydown areas during construction prior to demobilization. Areas shall be returned to the condition that existed prior to arrival at the work site. 6. Clean and repair damage caused by installation or use of temporary facilities. Remove temporary underground installations. Grade site to drain. 7. Replace filters and clean system internals if permanent air-handling support equipment is used prior to acceptance by the Owner. 8. Thoroughly clean parts of the installation at the completion of work. Clean up and remove from the premises refuse material, crates, and rubbish arising from work. 9. Remove temporary drainage and erosion protection systems when no longer required. r 182239.T2.DP March 30, 2006 19 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS Rev. 0 9.0 CLOSEOITI' PROCEDURES A. General: I. This Section contains requirements and procedures for submittal of pertinent data relating to closing out work upon completion of work. Detailed K tnSrructions elsewhere in these nevi cgatiuns may require that certaip items listed herein be submitted prior to the Substantial Completion date. Receipt and review of items specified in this Section are prerequisites for final payment. 2. At the completion of work, the site occupied by the Contractor shall be brought back to its original condition. With the written consent of the Owner, improvements made by the Contractor may be; abandoned and not removed and will then become the property of the Owner. B. Semifinal and Final Inspections: I. When the Contractor is of the opinion that the project is substantially complete, request inspections as required by the Contract terms. Such notice shall be given at least 3 working days before the requested inspection date. 2. If because of acts or omissions of the Contractor, CH2M HILL is required to conduct more than one final inspection of the project, CH2M HILL may charge -the Owner for the additional services required, and such costs will be deducted from the money still due the Contractor. ^ 3. Submit the following project documents to the Owner. for review by CH2M HILL prior to completing the punch list of incomplete or uncorrected items: a. Required operation and maintenance manuals. b. Warranties and bonds. C. As-built drawings. 4. When all items on the punch list are completed and corrected, send to the Owner a statement that the project is complete: and request a final inspection. An acceptable final inspection by Owner is required before acceptance and final payment. S. Schedule and conduct the final inspection at a time arrived at with the Owner. The final inspection shall include a complete checkout and test of mechanical and electrical systems, architectural and structural devices, etc. For this purpose, each trade concerned shall provide a skilled operating engineer or technician for a period of at least 1-day. Test all systems and devices and demonstrate the complete operation and required maintenance of each. 6. Make changes to the Contract Documents identified by the Owner and CH2M HILL and resubmit the final documents. ^ 182239.T2.DP March 30, 2006 20 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS Rev. 0 C. Contract Closeout: 1. At the conclusion of work, turn over to Owner and obtain signed receipts for keys to lockable doors, panels, gates, controls, etc., properly identified and tagged. 2. Submit final, application for payment in accordance with the Contract. 3. Complete ad,deliv_er to the Owner t o folkiwin;T items (as app/ cabie) friar to final payment. a. Verification of completion of the punch list. b. Fully executed certificate of Substantial Completion. C. Local, state, or federal inspections and/or certifications. d. 2-year workmanship and materials guarantee. e. Wood door guarantee. f. Operation and maintenance manuals (six sets). g. Project as-built documents. h. Contractor lien release. i. Consent of surety. j. Response to field orders. k. Change orders fully executed. 1. Approval of final pay application. M. Spare parts and maintenance materials. END OF SECTION 182239.T2.DP March 30, 2006 21 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS Rev. 0 SECTION 01110 SUMMARY OF WORK 1.0 GENERAL A. The project consists of tit'construction of: 1. Access control, intrusion detection, CCTV surveillance, and intelligent video motion detection system. The project also includes the integration of the existing access control system and CCTV surveillance system with the proposed system. 2. The property is located at several City of Fort Worth Water Department facilities as shown on drawings index. B. Basis of Design: 1. Access Control System: Software House. — CCTV System: Pelco 3. Intelligent Video Motion Protection System: Vistascape Security Systems. C. This package consists of the construction of electronic security improvements for the following Fort Worth Water Department facilities: 1. South Holly Water Treatment Plant ~ 2. North Holly Water Treatment Plant 3. Rolling Hills Water Treatment Plant 4. Eagle Mountain Raw Water Intake/Pump Station 5. Como Pump Station 6. Village Creek Wastewater Treatment Facility 7. Alta Mesa Pump Station 8. Stagecoach Pump Station 9. Westland Pump Station. 10. Edward's Ranch Pump Station 11. Lake Worth Raw Water Intake/Spillway 12. North Beach Pump Station 13. Eagle Mountain Water Treatment Plant (Including plant entrance road) D. The construction sequence shown below shall be followed: 1. Security improvements at Como PS and Eagle Mountain Pump Station shall be started Spring 2007 since the City has the pump station upgrades under construction. Security improvements for Eagle Mountain WTP shall be started Summer 2007. 2. Intelligent video management system at Holly Plants shall be completed by November 30, 2006 to meet DHS grant requirements. END OF SECTION 182239.T2.DP March 30, 2006 1 SECTION 0111OB nT r3 rA IF A"v /lT` iT Fr-%"Tl SECTION 02200 EARTHWORK PART1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required, and perform all operations in connection with the clearing, grubbing and stripping_of topsoil and rock; excavation and grading for all striactutes aril roadways aria other drainage wo'is as necessary for construction; place and compact backfill around completed structures and beneath roadways; all fill required for completion of the work; and dispose of unsuitable, waste, and surplus excavated materials complete as shown on the drawings and as specified herein. B. Furnish and install temporary excavation support and safety systems, including sheeting, shoring and bracing, to ensure the safety of personnel and protect adjacent structures, piping, etc., and meet appropriate requirements established in the latest Occupational Safety and Health Administration (OSHA) Safety and other applicable regulations. C. Dewatering shall include installing, maintaining, operating, and removing pump systems, culverts, channels, and other necessary devices for removal of standing water, surface drainage, and seepage from excavation or other work. D. Waste material disposal consists of trees, stumps, logs, brush, roots, grass, vegetation, humus, rubbish, large rocks exceeding a dimension of 6" in any direction, demolished equipment not retained by the Owner, and other objectionable matter from operations such as clearing and grubbing, demolition, excavation, and grading. 1.02 REFERENCED STANDARDS A. American National Standards Institute/American Society for Testing and Materials (ANSI/ASTM) latest version. 1. ASTM C136 -- Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregate. 2. ASTM D75--Sampling Aggregates. 3. ASTM D698-- Standard Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 5.5 ib (2.49 kg) Rammer and 305 mm (12") Drop. 4. ASTM D1557 — Standard Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10 Ib (4.54 kg) Rammer and 457 mm (18") Drop. 5. ASTM D2922 — Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). 6. ASTM D4318 -- Standard Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. 1.03 SUBMITTALS A. Submit testing laboratory reports, as specified or required, to show compliance with .. specifications for material from off-site locations. The specified tests shall be performed by a certified independent testing laboratory retained and paid by the Contractor. 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE It 02200 - 1 July 20,2006 MGG EARTHWORK 1.04 QUALITY ASSURANCE A. All field testing and inspection services will be provided by the Contractor's independent testing laboratory. The cost of such work, unless specifically stated otherwise, will be paid by the Contractor. Testing methods shall comply with the latest applicable ASTM Standards. B. Materials shall be tested and observed as described in the following paragraphs. Cooperate by -allowing free access to the work for selection of materials and observation. 1. At all structures and roadways, prior to placement of bedding material, concrete working mats, crushed stone base, or concrete fill, the Owner's geotechnical engineer shall observe the prepared subgrade to confirm its suitability for supporting the work to be placed thereon. Such observation shall include visual review, and in-place soil density tests as required. 2. Before and during placement of fill and backfill, the soils testing laboratory shall provide at least one density and moisture content test for each 500 ft2 of surface area fir each compacted lift of fill. C. Test pits for the purpose of locating underground utilities or structures in advance of the construction excavated by the Contractor shall b+-, backfilled immediately after the desired information has been obtained and shall be performed in a manner consistent with trench backfill requirements. The backfilled surface shall be restored and maintained in a manner consistent with the original conditions. 1.05 PROTECTION OF FACILITIES A. Before the start of earthwork operations, adequately protect trees, shrubs, and other objects. B. Provide surface drainage during the period of construction to protect the work and to avoid nuisance to adjoining property. C. The Contractor shall conduct his operations in such fashion that trucks and other vehicles do not create a dirt nuisance in the streets. The truck beds shall be sufficiently tight, and shall be loaded in such a manner that objectionable materials will not be spilled onto the streets. Any dirt, mud, or other materials that are spilled onto the streets or deposited onto the streets by the tires of vehicles shall be promptly cleared away by the Contractor. 1.06 DEFINITIONS A. Common Fill: Refer to backfill placed outside the com,aacted select fill zone. B. Compaction (or Relative Compaction): Refer to inpllace dry density of soil expressed as a percentage of the maximum dry density of the same material. C. Embankment: Refer to fill surrounding structures, which is placed during mass earthwork operations. D. In-the Dry: No freestanding water or seepage shall enter the excavation. Soil conditions shall be such that the in-place moistu,e content of the soil shall be sufficiently dry for fill placement on firm material as approved by the Engineer. 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE 11 02200 - 2 July 20,2006 MGG EARTHVVORK E. Maximum Dry Density (or Density): Refer to the maximum density defined by ASTM D698, unless otherwise specified. Determination of the density of backfill in-place shall be in accordance with the requirements of ASTM D2922. Density test intervals are defined in paragraph 3.07 of this specification. F. Optimum Moisture Content: The moisture density relationship appropriate to the specified level of compaction. It is determined by laboratory tests in accordance with the procedures specified in ASTM D698. G. Select Fill: Refer to compacted fill'p.Ja0,pc �d r slabs or placed as backfill [mmediptely . outside the exterior of structure walls. H. Structure: Refer to all buildings, manholes, and below grade vaults. i. Trench: Refer to any excavation whose bottom width is less than twice the total depth of the excavation or whose depth is greater than 5' for any structures and/or underground pipes. PART 2 PRODUCTS 2.01 CRUSHED ROCK A. Crushed rock shall consist of sound and durable particles free from injurious amounts of salt, alkali, vegetable matter, or other material either free or as adherent coating. Its quality shall be reasonably uniform throughout. B. Gradation shall meet the following requirements for percentage by weight when tested .�. in accordance with ASTM C136: 1. Standard Crushed Rock Passing 1-1/2" sieve 100% Passing 1" sieve 95-100% Passing 1/2"sieve 25-60% Passing No. 4 sieve 0-10% Passing No. 8 sieve 0-5% 2. Fine Crushed Rock Passing 1/2" sieve 100% Passing 3/8" sieve 95-100% Passing No. 4 sieve 40-65% Passing No. 8 sieve 0-10% 3. Coarse Crushed Rock Amok Passing 1-1/2" sieve 100% Retained on 3/4"sieve 100% 162239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE II 02200 - 3 July 20,2006 MGG EARTHWORK 2.02 GRAVEL. A. Gravel shall consist of uncrushed stones and shall not have by weight more than one percent organic matter, clays, or loam and not more than five percent by weight of any, one or combination of slate, shale, schist, or soft particles of sandstone. B. Gradation shall meet the following requirements for percentage by weight when tested in accordance with ASTM C136, Retained on 3/4" sieve 95% 2.03 SAND FOR EMBEDMENT A. Sand shall consist of clean, hard, durable, uncoated grains, free from lumps, and organic material. B. Gradation shall meet the following requirements for percentage by weight when tested in accordance with ASTM C136: Passing No. 4 sieve 80-100% Passing No. 8 sieve 65-10C% Passing No. 16 sieve 40-80% Passing No. 50 sieve 7-40% .-. Passing No. 100 sieve 2-20% Passing No. 200 sieve 0-10% 2.04 GRANULAR MATERIAL A. Granular material shall be free flowing, such as sand or hydraulically graded crushed stone fines, or mixed sand and gravel. Material shall have no more than 10 percent fines and shall be free from lumps, stones over two inches in diameter, and organic matter. 2.05 SELECT MATERIAL A. Where select material is shown or specified, use an approved material, free of organic matter and foreign substances, obtained from an approved source. The material shall be gravel, fine rock cuttings, sand, or loam free from excessive clay. Rock cuttings shall have no dimension greater than 2 inches. This material shall have a plasticity index (PI) between four and twelve and a maximum liquid limit of less than 35 as determined by ASTM D431 B. The material shall retain a minimum of 50 percent on the No. 200 sieve. Prior to bringing any of the proposed material to the site, submit, for review by the Engineer, an analysis of the proposed material, including a moisture- density relationship curve prepared in accordance with ASTM D698 by a certified independent testing laboratory employed and paid by the Contractor. B. Roadway: Backfill material beneath the roadway malerials as specified in Paragraphs 2.04 or 2.05, or as indicated on the drawings or as specified elsewhere. 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE If 02200 -4 July 20,2006 MGG EARTHWORK 2.06 STOCKPILES TOPSOIL FOR FINISH GRADING A. Natural friable soil of region, free from lumps, clay, toxic substances, roots, debris, vegetation, stones over 1" in maximum dimension, and containing no salt or alkali. PART 3 EXECUTION 3.01 PREPARATION A. Clearing and Grubbing: �. 1. Cut, grub, remove, and dispose of trees, stumps, brush, shrubs, roots, and other objectionable material from areas needed to construct structures, roads, pipelines, and any other areas to be stripped. Remove tree stumps to a depth of 4 feet below grade. 2. Protect trees or groups of trees, designated by the Owner to remain, from damage by construction operations by erecting suitable barriers, or by other approved means. Conduct clearing operations .in a manner to prevent falling trees from damaging trees designated to remain. 3. Protect areas outside the easements or limits of clearing from damage. No equipment or materials shall be stored in these areas. 4. No stumps, trees, limbs, or brush shall be buried on the site. B. Stripping: Strip topsoil and grass a minimum of 6" over all areas to be excavated or flied. Avoid mixing topsoil with subsoil. Topsoil consisting of friable material free of vegetation, clay lumps, large stones, trash, toxic substances, or other extraneous material shall be stockpiled in areas at the site for use in finish grading. Dispose of remaining topsoil 3.02 EXCAVATION A. General: 1. Excavation work shall be unclassified and includes removal of all types of materials encountered without exception. Make excavations to lines and grades indicated on the drawings. Complete excavations within the tolerances specked. 2. Excavations for structures shall be suitably wide for construction of the structures, including excavation supports, dewatering and drainage systems, and working clearances. 3. Excavation shall be performed in-the-dry, and shall be accomplished by methods which preserve the undisturbed state of subgrade soils. Drainage and dewatering systems shall be in place and operational prior to beginning excavation work. In no case shall the earth be plowed, scraped, or excavated by any means that would disturb the finished subgrade. Hand excavation of the final 3" to 6" inches may be required to obtain a satisfactory, undisturbed subgrade. Subgrade soils which become soft, loose, "quick", or otherwise unsatisfactory for support of structures as a result of inadequate excavation, dewatering, or other construction methods shall be removed and replaced with lean concrete fill at no additional cost to the Owner. 3.03 SLABS ON GRADE A. Slabs at Grade: 1. Subgrade. Scarify to a depth of 6" below the cleared depth. Adjust moisture content within a range of optimum to optimum +4 percentage points and recompact within a range of 95% to 100% maximum density as determined by 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE 11 02200 - 5 July 20,2006 MGG EARTHWORK ASTM D698. The recompacted subgrade shall be proof-rolled with a pneumatic tired roller in order to detect any soft areas. Soft or wet areas will require removal and replacement with select material of at least '12" compacted thickness (2 lifts). Depressions from stump removal shall be cleaned of all organic matter and filled with select material. 2. Fill. Upon completion of subgrade preparation, place select material in uniform layers of loose material, 6" in depth, within the moisture and density range specified in paragraph 1 above. Previous lifts and/or subgrade should be protected from moisture loss. 3-' Fina Grade: Conform to lines and grades shown on the drawings. B. Compaction: 1. The subgrade and fill material shall be compacted to a minimum of 95 percent and maximum of 100 percent of maximum density at 0% to 4% above optimum moisture as determined by ASTM D698. The methods used to secure the specified compaction and moisture content shall be the Contractor's responsibility. Wet soils shall be worked by plowing, disking, or scarifying and air-drying as required to reduce the moisture content to optimum levels. 2. The compacting equipment and method of compaction shall be such that uniform density will be obtained over the entire area. and depth of material being compacted. All fill materials deposited in place by scrapers, dump trucks, drag lines or similar equipment shall be thoroughly broken up before being spread into uniform layers. 3. Moisten layers between lifts to achieve bonding. 4. Field density tests shall be performed at a minimum of one (1) test per lift for structure foundations. C. Mud slabs (lean concrete seal slabs) shall be placed after final grading or within 4 hours of the removal of the last 12" of an excavation, while the base material is at its optimum moisture content, at locations indicated on the drawings. 3.04 FINAL BACKFILL PROCEDURES A. Backfill at Structures and Roadways: 1. Complete backfill to the surface of natural ground or to the lines and grades shown on the drawings. Use select material except where special materials are shown on the drawings or specified for all structural excavation. Deposit backfill in uniform layers and compact each layer as specked. 2. Backfill below the subgrade of pavement shall be compacted to at least 95 percent dry density at I% to 6% above optimum moisture as determined by ASTM D698. 3. The in-place field density shall be determined by using a nuclear gage in accordance with ASTM D2922. One test shall be taken on every compacted lift at intervals not to exceed 100 feet of roadway. B. Compacting Backfill: Place material in uniform layers of prescribed maximum thickness and wet or dry the material to 0% to 6% above optimum moisture content. Compact with power-driven hand tampers to the prescribed density. C. Regular and Select Material. Place in 6" maximum layers, loose measure. Compact to at least 95 percent of maximum soil density as determined by ASTM D698. D. Protection: Guard rails, curbing, signs, lighting, and fencing etc., in the vicinity of the Contractor's operations shall be adequately protected, and if necessary removed and 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE it 02200 - 6 July 20,2006 MGG EARTHWORK restored after backfilling. Curbing, fencing, or guardrails which are damaged during construction shall be replaced with material fully equal to that existing prior to ^ construction. 3.05 EXCAVATED MATERIALS A. Excavated material to be used for backfilling and finish grading shall be placed adjacent to the work, without excessive surcharge on the excavation bank and separate from stockpiled topsoil and grass. Material shall not obstruct the operation of oth-er contractors working at the--site:, Obstructing traffic with-excavated 'material will not be allowed. B. Excess material and material which is unsuitable for backfilling shall be removed from the site by the Contractor. C. Should conditions make it impracticable or unsafe to stack material adjacent to the excavation, the material shall be hauled and stored at a location provided by the Contractor at no additional cost to the Owner. 3.06 DISPOSAL OF EXCESS MATERIAL A. Tree trunks, limbs, roots, stumps, brush, foliage, other vegetation, and objectionable material shall be disposed of in accordance with applicable regulations. B. Off-Site Disposal Area: Waste material which must be removed from the work site shall be disposed of in accordance with applicable regulations and laws, and in a manner as not to damage the Owner or other persons. C. On-Site Temporary Stockpile Area: Material may be temporarily stockpiled at a designated area approved by Owner. Grade and slope stockpile for drainage with a maximum 4:1 slope (horizontal to vertical). D. No burning is permitted. E. Equipment Fluids: The Contractor's equipment fluids shall be collected during servicing and removed from the site and disposed off-site and in accordance with environmental regulations. Flammable or toxic waste shall be contained and not allowed to be spilled on the ground. Used filters, batteries, machine parts, tires, and other waste material shall also be removed from the site and disposed off-site in accordance with environmental regulations. 3.07 GRADING A. Finish Grading: 1. Rough grade compacted fill allowing for a maximum amount of natural settlement and compact. Eliminate uneven areas and low spots. Remove debris, roots, branches, stones, etc., in excess of three inches in size. Remove fill material which has been contaminated with petroleum products. 2. Compact areas which are to receive paving or stabilizing base to sub-grade elevation, and to at least 95 percent and not more than 98 percent maximum dry density. Moisture shall be between optimum and 4 percent above optimum. ^ 3. Bring compacted fill to required levels, profiles, and contours. Make changes in grade gradually. Blend slopes into level areas. 4. Slope grade away from structures minimum 6" in 6' unless otherwise indicated on the drawings. 162239,T2.DP ISSUE:0 SECURITY SYSTEMS PHASE II 02200 -7 July 20,2006 MGG EARTHWORK 5. Where: fill to required subgrade elevation is less than 6", scarify to a depth of 6" and compact. 6. Cultivate subgrade to a depth of 6" where tc psoi) is to be placed. Repeat cultivation in areas where equipment, used for hauling and spreading topsoil, has compacted subgrades. B. Placing Topsoil: 1. Place topsoil where area to be seeded or sodded. 2. Place in minimum 14" depth up to_finished grade elevations. 3: Use topsoil in relatively dry state. 4. Import topsoil if necessary. 5. Fine grade topsoil eliminating rough and low areas to ensure positive drainage. Maintain levels, profiles, and contours of subgrades. 6. Remove stone, roots, grass, weeds, debris, and other foreign material while spreading. 7. Lightly compact, 90% minimum of maximum dry density as defined by ASTM D698, (Standard Proctor) 0 to 4% above optimum moisture, topsoil after placing. C. Protection: 1. Protect newly graded areas from traffic and erosion; keep free of trash and rubbish. 2. Repair settled, eroded or rutted areas, using additional topsoil upon final acceptance of the facilities. PART 4 MEASUREMENT AND PAYMENT 4.01 GENERAL .•. A. The cost of earthwork in accordance with the drawings and specifications shall be included in the lump sum base bid. No separate bid will be allowed for this work. END OF SECTION t 82239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE II 02200 - 8 July 20,2006 MGG EARTHWORK SECTION 02270 SEDIMENTATION AND EROSION CONTROL PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals necessary to perform all installation, maintenance, removal, and area cleanup related to sedimentation control work-as shown on the drawings and as specified herein._._The work shall include-, but not necessarily be limited to, installation of temporary access ways and staging areas, sift fences, sediment protection at storm drain inlets, sediment removal and disposal, device maintenance, removal of temporary devices, temporary mulching, erosion control blankets, and final cleanup. B. Contractor is responsible for all storm water pollution prevention permits, notices, postings and controls. Contractor must complete and submit a Notice of Intent before construction begins. Upon completion contractor shall submit the Notice of Termination. 1.02 RELATED WORK A. Earthwork—Section 02200. B. Seeding —Section 02931. 1.03 SUBMITTALS Am. A. Within 10 days after award of Contract, the Contractor shall submit technical product literature for all commercial products to be used for sedimentation and erosion control to the Engineer for approval. 1.04 QUALITY ASSURANCE A. The Contractor shall be responsible for the timely installation and maintenance of all sedimentation control devices necessary to prevent the movement of sediment from the construction site to off-site areas or into the stream system via surface runoff or underground drainage systems. Measures in addition to those shown on the drawings necessary to prevent the movement of sediment off site shall be installed, maintained, removed, and cleaned up at the expense of the Contractor. No additional charges to the Owner will be considered. PART 2 PRODUCTS 2.01 MATERIALS A. Crushed stone for stabilized construction entrances shall be maximum 3" rock. B. Silt Fence: 1. Posts shall be painted or galvanized steel Tee posts a minimum of 5 feet in length, with a minimum weight of 1.3 pounds per foot, with self-fastening tabs and .+. a 5-in by 4-in (nominal) steel anchor plate at bottom. Posts and anchor plates shall conform to ASTM A702. 2. Welded wire fabric shall be 2-in by 4-in mesh of 12-gauge by 12-gauge steel wire. 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE 11 02270- 1 7/20/20DS PG SUBMITTALS 3. Silt fence fabric shall be a woven, polypropylene, ultraviolet-resistant material such as Mirafi 100X as manufactured by Mirafi, Inc., Charlotte, NC, or approved equal. 4. Tie wires for securing silt fence fabric to wire mesh shall be light gauge metal clips (hog rings), or 1132-in diameter soft aluminum wi-e. 5. Prefabricated commercial silt fence may be substituted for built-in-field fence. Pre-fabricated sift fence shall be "Envirofence" as manufactured by Mirafi Inc., Charlotte, NC, or approved equal. C. Erosion_.control blanket shall be installed as shown on the drawings. The,-erosion control blanket slfiali be AMXCO Curiex_Blginket as� manufactured by American Excelsior Company, Arlington, TX, or equal. PART 3 EXECUTION 3.01 INSTALLATION A. Silt Fence: 1. Silt fences shall be positioned as indicated on the drawings and as necessary to prevent off-site movement of sediment produced by construction activities as directed by the Engineer. 2. Dig trench approximately 6 inches wide and 6 inches deep along proposed fence lines. 3. Drive metal stakes 8 feet on center (maximum) at back edge of trenches. Stakes shall be driven 2 feet (minimum) into ground. 4. Hang 2 by 4 woven wire meshes on posts, seting bottom of wire in bottom of trench. Secure wire to posts with self-fastening tabs. 5. Hang filter fabric on wire carrying to bottom of trench with about 12 inches of fabric laid across bottom of trench. Stretch fabric taut along fence length and secure with be wires 12 inches O.C. both ways. The silt fence shall be a minimum of 24 inches high. 6. Back trench with excavated material and tamp. 7. Install pre-fabricated silt fence according to manufacturer's instructions. B. Erosion control blankets shall be installed as shown on the drawings and as directed by the Engineer in accordance with manufacturer's. instructions. The area to be covered shall be properly prepared, fertilized, and seeded before the blanket is applied. When the blanket is unrolled, the netting shall be on top and the fibers in contact with the soil over the entire area. The blankets shall be applied in the direction Of water flow and stapled. Side overlaps shall be 4 inches minimum. The staples shall be made of wire, 0.0914nch in diameter or greater, "U" shaped with legs 10 inches in length and a 12-inch crown. The staples shall be driven vertically into the ground, spaced approximately two linear feet apart on each side, with one row in the center alternately spaced between each side row. Adjoining blankets shall be overlapped and shall utilize a common row of staples to attach. 3.02 MAINTENANCE AND INSPECTIONS A. Inspections: Contractor shall make a visual inspect:on of all sedimentation control devices once per week and promptly after every rainstorm. If such inspection reveals that additional measures are needed to prevent movement of sediment to off-site areas, Contractor shall promptly install additional devices as needed. Sediment controls in need of maintenance shall be repaired promptly. B. Device Maintenance— Silt Fences: 9 U239.T2.13P ISSUE:0 SECURITY SYSTEMS PHASE 11 02270 - 2 7/20/2006 PG SUBMITTALS 1. Remove accumulated sediment once it builds up to one-half of the height of the fabric. 2. Replace damaged fabric or patch with a 2-ft minimum overlap. 3. Make other repairs as necessary to ensure that the fence is filtering all runoff directed to the fence. 3.03 REMOVAL AND FINAL CLEANUP A. Once the site has been fully stabilized against erosion, remove sediment control devices and all accumulated silt. - Dispose of silt and waste materials in proper rganner. Regr'ade all areas disturbed during thisproydss and stabilize against. erosion_.: with surfacing materials as specified and as shown on the drawings. END OF SECTION 162239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE Ii 02270 - 3 7/20/2006 PG SUBMITTALS SECTION 02271 RIPRAP PART 1 GENERAL 1.01 SCOPE OF WORK A. This section provides for furnishing all labor, materials, materials testing, equipment, power, and incidentals to place riprap for slope protection and erosion control in accordance with these specifications. 1.02 SUBMITTALS A. Submit product data sheets on riprap. PART 2 PRODUCTS 2.01 FABRICATION A. Stone used for riprap shall be hard, durable, angular in shape, resistant to weather and water action, and shall meet the size distribution requirements indicated in Table 1 for the class as indicated in these specifications. B. The length of each stone shall not exceed shall not exceed three times its width or thickness. Rounded stone or boulders will not be. accepted. Shale and stone with shale seams are not acceptable. C. Each load of riprap shall be reasonably well-graded from the smallest to the maximum size specified. D. The minimum density of the stone shall be 150 pounds per cubic foot as computed by multiplying the bulk specific gravity saturated surface — dry basis, determined by AASHTO T85, by 62.5 pounds per cubic foot. E. The stone shall have a percentage of wear not more than 40 when tested as per AASHTO T96. Samples of the larger size stones shall be broken down to provide the smaller (less than 1-112-inch) sizes required for the T96 test. F. The stone shall be free from overburden, spoil, shale, and organic material. G. Control of gradation will be by visual inspection. H. The approval of some stone from a particular quant' shall not be construed as constituting the approval of all stone taken from that quant'. Table 1 Riprap Stone— Size Distribution Size of Stone Maximum Percent of Total Weight Smaller In Pounds Than the Given Size Class of Stone I it '"` 400 100 300 80 18223972.13P ISSUE:0 SECURITY SYSTEMS PHASE It 02271 - 1 7/20/2006 MGG RIPRAP zoo 100 100 50 75 �•� 60 80 40 50 25 10 2 1Q 2.02 FILTER BLANKET A. Filter blanket shall consist of sand base of the thickness as shown on the drawings. B. Sand for the filter blanket shall be natural sand meeting ASTM C33 requirements for fine aggregate. C. Sand shall meet the size distribution requirements as indicated in Table 2. Table 2 Filter Material— Size Distribution Sieve Size Percent by Weight Passing 4 inches 100 1-112 55-85 No. 4 15-40 No. 40 0- 25 No. 200 0- 10 2.03 FILTER FABRIC A. Filter fabric shall be used as a continuous base for the filter blanket material. Joints in the filter fabric that are perpendicular to the direction of flow shall overlap a minimum of 12 inches, and the top flap will be a downstream position to prevent water from going under the filter fabric. Joints in the fabric in tha direction of flow shall overlap a minimum of two feet. B. Filter fabric shall be made from non-woven material with a weight of 10 oz/yd3 and thickness of 125 mil. PART 3 EXECUTION 3.01 RIPRAP PLACEMENT A. Slopes and other areas to be protected shall be compacted and dressed to the line and grade as shown on the plans prior to installation of filter fabric. B. Install filter fabric in accordance with manufacturer's r.commendations. 182239.T2.DP ISSUE,0 SECURITY SYSTEMS PHASE If 02271 -2 7120/2006 MGG RIPRAP C. Filter material shall be spread uniformly on the filter fabric to the neat lines indicated on the plans. Contractor shall make necessary precautions to prevent damage to the filter fabric during placement of filter material and rock nprap. Placing of material by methods, which will tend to segregate particle sizes within the filter material, will not be permitted. D. Stone shall be placed on the prepared filter material in a manner to reproduce a reasonably well-graded mass with a minimum practicable percentage of voids, and shall be constructed to the lines and grades as shown on the drawings. Stones shall be placed to its full course thickness in a manner to avoid displacing the underlying material:. _ E. The stones shall be roughly dressed to properly bed them and make them fit together so that they shall rest on their longest face. It is not intended to have a specially smooth or even appearance on the outside slope or face as long as the underlying stones are completely covered by the bigger stones. END OF SECTION 182239.T2.DP 0 SECURITY SYSTEMS PHASE 11 02271 - 3 Poe MGG RIPRAP SECTION 02535 PAVEMENT PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, tools, materials, and equipment to perform all work necessary for the construction of aggregate base, asphaltic concrete paving, and concrete paving at the locations shown on the drawings_ 1.02 RELATED WORK A. Section 02200— Earthwork B. Section 03100—Concrete Formwork C. Section 03300 —Concrete 1.03 SUBMITTALS A. Submit proposed mix design for asphaltic concrete pavement and concrete pavement. 1.04 QUALITY CONTROL A. Standards of the City of Fort Worth Transportation and Public Works (FWTPW): Unless otherwise noted, all paving and surfacing shall conform to the Interim Standard Specifications for the Construction of Roads of the FWTPW. Stone grading designations shall be as shown in FWTPW Specification 312. B. Sal Compaction Testing: Soil compaction testing shall be in accordance with this section and Section 02200. C. Observation and field compaction tests will be conducted during grading as directed by the Engineer in order to provide a basis for quality control and compliance with the specified degree of compaction and proper moisture content. D. Degree of compaction as set forth herein is the ratio, expressed as a percentage of the density of the fill material in the field to the maximum laboratory density of the same material determined by ASTM D1557. PART 2 PRODUCTS 2.01 MATERIALS A. Asphaltic Concrete Paving: 1. Mineral Aggregate: Aggregate for hot plant mix bituminous surface pavement shall be clean and free from decomposed materials, vegetable matter, and other deleterious substances with grading complying with City of Fort Worth Transportation and Public Works Division 3. 2. Aggregate Base: Aggregate base shall conform to grading as specified in FWTPW Division 2, Subbase and Base Course. 3. Asphalt: Asphalt binder to be mixed with aggregate shall be a steam refined paving asphalt, grade 85-100, and shall comply with AASHTO M20 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE II 02535- 1 7120/2006 PG PAVEMENT 4. Hot Asphaltic Concrete Mix: Mixing and proportioning shall comply with FWTPW Division 3, Pavement and Surface Courses. B. Concrete Paving: Use Class A concrete as specified in Section 03300 for all concrete paving. C. Lime Treatment: Lime Treatment shall consist of creating subgrade, subbase, and base material as specked in FWTPW Division 2, Item 210. PART 3 EXECUTION 3.01 INSTALLATION A. General: Roadways and parking areas shall be constructed to the widths, grades, and lines shown. Base courses shall not be constructer' until the Engineer,has approved the subgrade. The base course shall also be approved prior to the final surfacing operation. Maximum variations in finished grade of base course shall be plus or minus 0.05 feet. B. Subgrade: 1. Subgrade: All areas to be paved shall be graded in accordance with Section 02200. 2. Aggregate Base: Placing of aggregate base .shall comply with and as herein modified. The Contractor may elect to use any method of placing and compacting that will provide a uniformly dense material of a relatively compaction of not less than 95 percent as determined by ASTM Test Method D1557. 3. Prime Coat: Prime coat shall be applied at the approximate rate of 0.20 to 0.50 gallons per square yard. Application shall comply with the City of Fort Worth Transportation and Public Works Specifications. Prior to placement of subsequent material, any excess asphalt which Inas failed to penetrate the surface shall be blotted with clean sand. 3.02 ASPHALTIC CONCRETE PAVEMENT A. Prepare subgrade as specked in Paragraph 3.01.A and 3.01 B.1, 2 and 3 B. Spreading and compacting: Asphalt concrete may be placed and compacted by any acceptable method that will provide a uniformly dense mat, free from irregularities or mismatched joints. C. Pavement Thickness: Pavement thickness shall be as shown on drawings. 3.03 PORTLAND CEMENT CONCRETE PAVEMENT A. Prepare subgrade as specified in Paragraph 3.01.A and 3.01 B.1, 2 and 3 B. Install reinforcing, as shown on drawings. C. Set forms and place concrete. Pavement thickness shall be as shown on the drawings. Concrete mixing and placement shall bE; as specified in Section 03300 — Concrete. Formwork shall be as specified in Section 03100 —Concrete Formwork. D. Finishing Concrete Pavement: .•1 1. Thoroughly work concrete around reinforcement and embedded fixtures. 2. Provide a mechanical strike and tamping template (jitterbug) the width of the pavement. Shape the template to the pavement section. Strike off concrete with 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE II 02535 -2 7/20/2006 PG PAVEMENT a strike-off screed. Move the strike-off screened forward with combined transverse and longitudinal motion in direction work is progressing, maintaining the screed in contact with the forms, and maintaining a slight excess of materials in front of the cutting edge. Tamp the concrete with a tamping template. 3. Use a longitudinal float to level the surface. 4. After completion of the straightedge operation, finish concrete to match adjacent pavement. If no adjacent pavement, make the first pass of a burlap drag consisting of 4 plies of 10 ounce burlap material as soon as construction operations permit and before the water sheen has disappeared from the surface. Follow this by as many passes,as required to produce the desired texture_depth. PermR no unnecessary delays between passes. (Seep the drag wet; clean, and free from encrusted mortar during use. END OF SECTION 18223912.DP ISSUE:0 SECURITY SYSTEMS PHASE t€ 02535 -3 7202006 PG PAVEMENT SECTION 02820 FENCES AND GATES PART- _l - GENERAL - 1.1 WORK INCLUDED A. This Section specifies the work necessary to furnish and install fence and gate(s), and welded wire mesh fence and gate(s), including removal of a portion of existing fence and reinstalling the materials, as shown on Drawings. B. Furnish and install a complete and functional microprocessor based vehicular gate operator system.as required by the manufacturer. 1.2 RELATED WORK A. This Section shall be used in conjunction with the following other specifications and related Contract Documents to establish the total requirements for fence and gates: 1. The Contract. 2. Division 1 sections included in the project specifications. B. CAUTION: Use of this Section without including the above-listed items results in omission of basic requirements. 1.3 SUBMITTALS A. Provide the following within 2 weeks of Contract award: I. Manufacturer's information and specifications for materials, finishes, dimensions, and installation instructions. 2. Color samples. 3. Manufacturer's recommended installation instructions. 4. Evidence of fence and gate operator installer qualifications. 1.4 QUALITY ASSURANCE A. Fence installation shall be performed by a firm experienced with fences and gates on projects comparable to this project. B. Fence installation shall meet the wind loading at the location of installation. 182239.T2.DP March 30, 2006 1 SECTION 02820 FENCES AND GATES Rev. 0 PART 2 -- PRODUCTS � 2.1 ACCEPTABLE MANUFACTURERS (BASIS OF DESIGN) A. American Steel and Wire Division, U.S. Steel Cori)oration, Chicago, Illinois. B. American Tube Company, Phoenix, Arizona. C. Colorbond Corporation, Raritan, New Jersey. D. Cyclone Fence, U.S. Steel Corporation, Chicago, Illinois. E. Stanley.Automatic Openers, Detroit, Michigan. 2.2 GENERAL, A. Materials shall be new and products of recognized, reputable manufacturers. Used, rerolled, or regalvanized materials are not acceptable. B. Match style, finish, and color of each fence component with that of other fence components. 2.3 CHAIN LINK FENCE FABRIC A. Galvanized fabric conforming to ASTM A392, Class 1; galvanized after weaving. B. Aluminum-coated fabric conforming to ASTM A491 may be substituted for galvanized fabric. C. Height: 72 inches unless otherwise shown. D. Wire Gauge: No. 9. E. Pattern: 2-inch diamond mesh. F. Diamond Count: manufacturer's standard and consistent for fabric furnished of same height. G. Loops of Knuckled Selvages: closed or nearly closed with space not exceeding diameter of wire. H. Wires of Twisted Selvages: 1. Twisted in a closed helix three full turns. 2. Cut at an angle to provide sharp barbs that extend minimum 1/4 inch beyond twist. s� 182239.T2.DP March 30, 2005 2 SECTION 02820 FENCES AND GATES Rev. 0 2.4 POSTS A. General: 1. Strength and Stiffness Requirements: ASTM F1043, heavy industrial fence, except as modified in this Section. 2. Steel Pipe: ASTM F 1083. 3. Roll-Formed Steel Shapes: roll formed from ASTM A1011, Grade 45, steel 4. Lengths: manufacturer's standard with allowance for minimum embedment below finished grade of 22 inches plus 3 inches for each 1 foot of fence height greater than 4 feet. 5. Protective Coatings: a. Zinc Coating: ASTM F1043, Type A, external and internal coating. B. Line Posts: 1. Steel Pipe: a. Outside Diameter: 2.375 inches. b. Weight: 3.65pounds per foot, Group IA, or 3.12, Group 1 C. 2. Roll-Formed Steel C Shape: a. Outside Dimensions: 2.25 inches by 1.625 inches. b. Weight: 2.7 pounds per foot. 3. Steel H Section: a. Outside Dimensions: 2.25 inches by 1.7 inches. b. Weight: 3.26 pounds per foot. C. Terminal, End, Corner, Angle, and Pull Posts: 1. Steel Pipe: a. Outside Diameter: 2.875 inches. b. Weight: 5.79 pounds per foot, Group 1 A, or 4.64, Group 1 C. D. Posts for Swing Gates: fabric height up to 8 feet. Gate Leaf Width Minimum Gate Post Dimensions 6 feet or less 2.875 inches OD, 4.64 pounds per foot Over 6 feet to 12 feet 4.000 inches OD, 8.65 pounds per foot Over 12 feet to 18 feet 6.625 inches OD, 18.02 pounds per foot Over 18 feet to 24 feet 8.625 inches OD, 27.12 pounds per foot 2.5 TOP RAILS AND BRACE RAILS A. Galvanized steel pipe or roll-formed steel C shapes. 182239.T2.DP March 30, 2006 3 SECTION 02820 FENCES AND GATES Rev. 0 B. Protective Coatings: as specified for posts. C. Strength and Stiffness Requirements: ASTM F1043, top rail, heavy or light industrial fence. _ .D• _�te�l Pipe:..,.; - - - - � - 1. ASTM F1083. 2. Outside Diameter: 1.66 inches. 3. Weight: 2.27 pounds per foot. E. Roll-Formed Steel C Shapes: 1. Roll formed from ASTM A 1011, Grade 45. 2. Outside Dimensions: 1.625 inches by 1.25 inches. 3. Weight: 1.4 pounds per foot. 2.6 FENCE FITTINGS A. General: in conformance with ASTM F626, except as modified by this article. B. Post and Line Caps: designed to accommodate passage of top rail through cap where top rail required. C. Tension and Brace Bands: no exceptions to ASTM F626. D. Tension Bars: 1. One piece. 2. Equal in length to full height of fabric. E. Truss Rod Assembly: 3/8-inch diameter. F. Barb Arms: Use either vertical, Y, or 45 degree arnis for supporting three strands of barbed wire, to match existing site fence configuration. 2.7 TENSION WIRE A. Aluminum or zinc coated steel marvelled tension wire conforming to ASTM A824, 2.8 BARBED WIRE A. Zinc-Coated Barbed Wire, ASTM A121, Chain Link Fence Grade: . Line Wire: two strands of 12 1/2 gauge. 2. Barbs: a. Number of Points: four. b. Length: 3/8 inch minimum. 182239.T2.DP March 30, 2006 4 SECTION 02820 FENCES AND GATES Rev. 0 C. Shape: round. d. Diameter: 14 gauge. e. Spacing: 5 inches. B. Aluminum-Coated Barbed Wire: ASTM A121, Type I, 2.9 BAR-BBD TAPE OBSTACLE A. Stainless Steel Strip: ASTM A176, Type 430, hardened to Rockwell (30N) 37-41, 1 inch wide by 0.25 inch thick before roll forming. B. Reinforcement Wire. 0.098-inch-diameter spring steel having a tensile strength of 220,000 psi, galvanized in accordance with ASTM A641, Class 3. C. Permanently cold clench stainless steel strip about reinforcement wire. Minimum wrap shall be 230 degrees. D. Barb Clusters: four 1.2-inch-long (center of cluster to tip)barbs on 4-inch centers. Cut away flange area of each barb. E. Roll Diameter: 18 inches in package. 2.10 GATES A. General: 1. Gate Operation: opened and closed easily by one person. 2. Steel Pipe Frames: a. ASTM F1083. b. Outside Diameter: 1.9 inches. C. Weight: 2.72 pounds per foot. 3. Welded Steel Joints: paint with zinc-based paint. 4. Vertical Intermediate Bracing: not more than 8 feet apart. 5. Chain Link Fabric: attached securely to gate frame at intervals not exceeding 15 inches. 6. Gate Leaves 10 Feet or Over: Provide horizontal brace or one, 5/16-inch minimum, diagonal truss rod. 7. Barbed Wire Top: three strands, uniformly spaced, with top strand 1 foot above top of gate frame. B. Swing Gates: ASTM F900. 1. Hinges: a. Furnished with large bearing surfaces for clamping in position. b. Designed to swing either 180 degrees outward, 180 degrees inward, or .m•, 90 degrees in or out as shown and not twist or turn under action of gate. 182239.T2.DP March 30, 2006 5 SECTION 02820 FENCES AND GATES Rev. 0 ^ 2. Latches: plunger bar arranged to engage stop, except single gates of openings less than 10 feet wide may each have forked latch. a. Latch is padlockable with protection against bolt cutters with high security lock guard. b. Gate latch protector: 24 inch by 4 incl' latch guard, 16 gauge galvinized_ - steep, silver powder coated finish, stainless stbel fastners. 3. Gate Stops: mushroom type or flush plate with anchors suitable for setting in concrete. 4. Locking Device and Padlock Eyes: integral part of latch requiring one padlock for locking both gate leaves of double gates. 5, Hold-Open Keepers: designed to automatically engage gate leaf and hold it in open position until manually released. C. Cantilever and Overhead Sliding Gates: 1. ASTM F 1184, Type I. 2. Cantilever Gate Support Posts: spaced on maximum 10-foot centers. D. Rolling Gates: 1. Track Rollers: malleable iron or heavy pressed steel with provision for grease lubrication. 2. Ground Rollers: malleable iron or heavy pressed steel with provision for grease lubrication. ^ 3. Support Posts: spaced on maximum 7-foot centers. 4. Gates more than 8 feet in height shall have three tracks. 5. Frames: ASTM F 1184, Type I. 6. Gate Accessories: ASTM F 1184. 2.11 PANIC DOOR HARDWARE A. Description: UL-listed exit device for panic hardware at exterior gates with a seeutiity mounting plate to prevent unauthorized openings. B. Panic Door Hardware: 1. UL-listed for panic door hardware and meets IBC standards. 2. Weatherized: Conforms to MIL-STD 81 OF Methods 506.4 and 509.4. 3. Security mounting plate: Adjustable width per gate dimensions by 24 inch, 16 gauge galvanized steel plate, silver powdered coated finish. 4. Fasteners: stainless-steel, tamper resistant. 182239.T2.DP March 30, 2006 6 SECTION 02820 FENCES AND GATES Rev. 0 2.12 VEHICLE GATE OPERATORS A. Acceptable Manufacturer: Model 6100 (Swing Gate Operator), Model 9150 (SIide Gate Operator), Model 6300 (Ornamental Gates), Model 1601 (High Speed Gate), DoorKing, Incorporated, Inglewood, California,. x`1.13 REM6VABLE FENCE PANELS} 'A. Panel Length: 1. Equal division of total length of removable fence section. 2. Maximum 10 feet. B. Frames: ASTM F 1184, Type I. 2.14 CONCRETE A. Mix: ASTM C94, Option A. 1. Cement: ASTM C 150, Type 1. 2. Coarse Aggregate Size: 1 inch maximum. 3. Minimum Compressive Strength at 28 Days: 2,500 psi. 2.15 ORNAMENTAL FENCE AND GATES A. Pickets: ASTM A500 Grade A steel tubular pickets shall be 1-inch x 1-inch and 16 Ga or thicker. B. Fence Rails: ASTM A500 Grade A steel rails shall be 1-I/2—inch by 1-1/2---inch and 14 Ga or thicker. C. Fence Posts: ASTM A500 Grade A square steel tubular members shall be 4-inch by 4-inch and 1 I Ga or thicker. D. Panel lengths shall be of equal division of total length and shall be not exceed 8 feet for each panel E. Gates. All gates shall be constructed in accordance with ASTM F2200-02 and the following criteria. 1. Sliding Gates: a. Posts: ASTM A500 Grade A square steel tubular members shall be 4-inch by 4-inch and 11 Ga or thicker. b. Frame: ASTM A500 Grade A steel tubular members shall be 2-inch by 4-inch and 14 Ga or thicker. 182239.T2.DP March 30, 2006 7 SECTION 02820 FENCES AND GATES Rev. 0 2. Swing Gates: a. Pasts: ASTM A500 Grade A square steel tubular members shall be 4-inch by 4-inch and '/-inch wall or thicker. b. Frame: ASTM A500 Grade A steel tubular members shall be 2-inch by 2-inch and 14 Ga or thicker. C. lilies: 7-inch barrel type " D. Finish: All pickets, channels, frames, posts, fittings and accessories shall be coated using a modified alkyed resin primer 3.0-4.0 dry film thickness. Sherwin-Williams Kem Kromik B50NZ6 or equal. 2.16 GATE OPERATO CONTROL SENSORS A. Contractor shall design, furnish and install gate operator control sensors as necessary for safe and proper operation of all gates. Embedded loop sensors shall be 14 Ga wire with XLPE insulation. PART 3 -- EXECUTION 3.1 GENERAL A. Install fences and gates in accordance with ASTM F567 (except as modified in this Section) and in accordance with fence manufacturer's recommendations as approved by CH2M HILL. Erect fencing in straight lines between angle points. B. Provide necessary hardware for a complete fence acid gate installation. 3.2 FIELD PREPARATION A. Establish locations of fence lines, gates, and terminal posts. 3.3 POST SETTING A. Driven posts are not acceptable. B. Post Hole Depth: minimum 2 inches deeper than post embedment depth below finished grade. C. Post Hole Diameter: 1. Line Posts: 9 inches. 2. Gate, Corner, and Pull Posts: 16 inches. 182239.T2.DP March 30, 2006 8 SECTION 02820 FENCES AND GA'L'ES Rev. 0 ^ D. Set posts with minimum embedment below finished grade of 22 inches plus 3 inches for each 1 foot of fence height greater than 4 feet and with top rail at proper height above finished grade. Brace posts as necessary to maintain correct position and plumb until concrete sets. E. Backfill c)st_holes with concrete to 2 inches above finished grade. F. Before concrete sets, crown and finish top of concrete to readily shed water. 3.4 BRACING A. Brace gate and corner posts diagonally to adjacent line posts to ensure stability. 3.5 TOP RAILS A. Install top rail sleeves with springs at 105-foot maximum spacing to permit expansion in rail. 3.6 CHAIN LINK FABRIC A. Do not install fabric until concrete has cured minimum 7 days. ^ 3.7 BARBED WIRE A. Each top fence outrigger, install three strands of barbed wire on brackets, tighten, and secure at each bracket. 3.8 BARBED TAPE OBSTACLE A. Attach loops to top rail on 12-inch centers. 3.9 GATES A. Hang gates and adjust hardware so gates operate satisfactorily from open or closed position. B. Set gate stops in concrete to engage center drop rod or plunger bar. 3.10 VEHICULAR GATE OPERATORS A. All equipment and work shall meet the requirements of the DoorKing gate operator model specifications. i+r 182239.T2.DP March 30, 2006 9 SECTION 02820 FENCES AND GATES Rev. 0 3.11 FINISH GRADE A. Furnish and install two inch deep 3/ minus aggregate within six inches of both sides of fence line and gate lines. 3.12 ELECTRICAL GROUNDING A. Ground fences in accordance with applicable requirements of IEEE Chapter 2, National Electrical Safety Code. 3.13 FIELD QUALITY CONTROL A. Gate Tests: Prior to acceptance of installed gates and gate operator systems, demonstrate proper operation of gates under each possible open and close condition. END OF SECTION 182239.T2.DP March 30, 2006 10 SECTION 02820 FENCES AND GATES Rev. 0 SECTION 02931 SEEDING PART 1 GENERAL 1.01 SCOPE A. Provide all labor, materials, equipment, tools, and related items required for preparing ground, for sowing of seeds and fertilizer, mulching, and other management practices required for erosion control. Areas requiring seeding_ Jn6lude all areas _disturbed by construction opera ttris exciudidg paved areas. 1.02 RELATED WORK A. Section 02200—Earthwork 1.03 QUALITY ASSURANCE A. The seeding work shall be accomplished only when satisfactory results can be anticipated. When conditions such as drought, excessive moisture, high winds, or other factors prevail to such an extent that satisfactory results are not likely to be obtained, the ENGINEER may, at his own discretion, stop any phase of the work. The work shall be resumed only when, in the opinion of the ENGINEER, the desired results are likely to be obtained. B. Employ only experienced personnel who are familiar with the required work. Provide adequate supervision by a qualified foreman. 1.04 REFERENCE STANDARDS A. The following publication, referred to thereafter by basic designation only, forms a part of this specification to the extent indicated by the references thereto. Natural Resources Conservation Service Conservation Practice Standard, Critical Area Planting, Code 342. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING: A. Deliver packaged materials in containers showing weight, analysis, and name of manufacturer. Protect materials from deterioration during delivery and while stored at the site. B. Stored materials shall be covered with protective sheetings. 1.06 INSPECTION AND TESTS A. Fertilizer: The CONTRACTOR shall furnish duplicate copies of invoices for all fertilizers used on the project. Invoices for fertilizer shall show the grade furnished. Each lot of fertilizer shall be subject to sampling and testing at the discretion of the ENGINEER. Samples and tests revealing material, which does not meet specified requirements, shall be at the CONTRACTOR's expense. Samples and tests revealing material which meet the specified requirements will be at the expense of the OWNER. B. Seed: The CONTRACTOR shall famish duplicate signed copies of a statement from the seed vendor certifying that each container of seed delivered is fully labeled in compliance with the Federal Seed Act and is at least equal to the specification 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE 11 7/20/06 MGG 02931 - 1 SEEDING requirements. This certification shall appear on or with all copies of invoices for the seed. Each lot of seed shall be subject to sampling and testing at the discretion of the ENGINEER. Sampling and tests revealing material which does not meet specified requirements shall be at the CONTRACTOR's exper se. Samples and tests revealing material which meets the specified requirements will be at the expense of the OWNER. 1.07 SUBMITTALS A. Submit product data sheets on seed, mulch_and land fertilizer. PART 2 PRODUCTS 2.01 SEED A. All seed must meet the requirements of the Texas Seed Law including the labeling requirements for showing purity, germination, name, and type of seed. Seed furnished shall be of the previous season's crop, and the date of analysis shown on each bag shall be within 9 months of the time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. CONTRACTOR shall consult with the local USDA office for the seed type and spread rate best suited for the area. Generally, guidelines are furnished in the reference cited above and will consist of Sorghum and Bluestem perennial grasses. 2.02 PLANTING SEASON A. All planting shall be completed following the guidelines established in Code 342 of the Natural Resource Conservation Service 2.03 FERTILIZER A. All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the State Chemist in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-8-8, or having the analysis designated by the OWNER. Figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients, respectively, as determined by the methods of the Association of Official Agricultural Chemists. B. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. The total amount of nutrients; furnished and applied per acre shall equal or exceed that specified for each nutrient. C. Apply fertilizer at a rate of 120 pounds per acre or as recommended by,the OWNER. 2.04 WATER , A. Water shall be fresh and free from injurious amounts of oil, acid, alkali, salts, or other materials harmful to the growth of grass. B. Water will be furnished at no charge by the City of Fort Worth at the meter site. i a2239.T2.DP ISSUE:0 SECURITY SYSTEMS PHAZE 11 7/20/46 MGG 02931 - 2 SEEDING 2.05 MULCH A. The mulch material shall consist of whole wood chips available from local chipping operations. The chips shall be processed in such manner as to contain no growth or ^ germination inhibiting factors. FIBER SHALL NOT BE PRODUCED FROM RECYCLED MATERIAL SUCH AS SAWDUST, PAPER, CARDBOARD, OR RESIDUE FROM PULP AND PAPER PLANTS. B. Straw may also be used for mulching. PART 3 EXECUTION 3.01 APPLICATION OF SEED, FERTILIZER, AND MULCH A. Hydraulic mulching shall consist of mixing wood fiber mulch, grass seed, fertilizer, and other additives with water. It shall be mixed in standard hydraulic mulching equipment to form a homogeneous slurry. This slurry shall be sprayed, under pressure, uniformly over the soil surface. The hydraulic mulching equipment shall contain a continuous agitation system that keeps all materials in uniform suspension throughout the mixing and distribution cycles. B. Using standard hydraulic mulching equipment, the wood fiber mulch, seed, and fertilizer slurry shall be applied evenly over the soil surface in a one-step operation. The mixture shall be applied to the area to be seeded within 30 minutes after all components are placed in the equipment. C. CONTRACTOR may also use seeded grasses using acceptable methods such as grass seed drill, broadcast seed with a cyclone seeder or other methods approved by ^ the OWNER 3.02 CLEANUP A. Continuously and promptly remove excess and waste materials. Keep work areas dear. Take all reasonable precautions to avoid damage to existing structures and grass. B. After an area has been seeded, thoroughly dean the area. Collect debris, rubbish, subsoil, and waste materials, and remove them from the site. C. Regrade and replant grass areas damaged by the work. When work is complete, leave the seeded areas neat and clean. D. Protect the seeded area from other construction operations. 3.03 WATERING AND MAINTENANCE A. Apply water after compaction and seeding using portable pipe or hose lines with rotating sprinklers within 24 hours after covering with seeding materials. Sprinkling may be done with water trucks and hoses in certain locations where it is impractical to use portable lines and hoses. Supervise sprinkling to prevent runoff of water. The CONTRACTOR shall fumish all pumps, hoses, pipelines, water trucks, and sprinkling equipment required. Water with approved watering equipment. B. Do not water at rates exceeding 5,000 gal/ac/hr to prevent runoff, and do not water when the ground is saturated from rainfall. 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE ti 7/20106 MGG 02931 - 3 SEEDING C. The grass shall be maintained until full coverage is secured. 3.04 DISEASE AND INSECT PEST CONTROL A. Upon discovery of any disease or insect pest infestation, identify or have identified the ^ nature or species of infestation and submit the proposed method of control for approval prior to application of control measures. 3.05 MAINTENANCE OF SEEDING WORK A. - It shall by the.fesponsioility-of the CONTRACTOR to,maintain planted 'areas during V*-- operation of the landfill. Maintenance work shall be accomplished until a stand of grass is present. Maintenance shall consist of watering, replanting, maintaining existing grades, and repair of erosion damage. Operating contractor will make every effort to establish a healthy grass cover over the closed landfill cells. B. Areas on which a stand of growing grass is not present in a reasonable length of time shall be reseeded as specified for the original planting and shall continue to be replanted until a stand is obtained. C. It shall be the responsibility of the CONTRACTOR to maintain the original grades of the seeded areas after commencement of planting operations and during the specified maintenance period. Any damage to the finished surface from CONTRACTOR's operations shall be promptly repaired. In the event erosion occurs from either watering operations or from rainfall, such damage shall be promptly repaired. Ruts, ridges, tracks, and other surface irregularities shall be corrected and areas replanted where required prior to acceptance. END OF SECTION ^ 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE II 7120106 MGG 02931 -4 SEEDING SECTION 03100 CONCRETE FORMWORK ^, PART 1 GENERAL 1.01 SCOPE OF WORK A. This section defines requirements for design, construction, erection, and removal of concrete formwork. 1.02- - RcL.ATi D WORK'- A. ORK=A. Division 3 —Concrete 1.03 REFERENCE STANDARD A. City of Fort Worth Standard Specifications— Item 410.8 B. American Concrete Institute: ACI 347 — Recommended Practice for Concrete Formwork. PART 2 PRODUCTS 2.01 FORM MATERIAL A. Form material shall comply with City of Fort Worth Standard Specifications — Item 410.8 (l). 2.02 FORM ACCESSORIES A. Form ties shall comply with City of Fort Worth Standard Specifications — Item 410.8 (3). B. Coating for Plastic Forms: Alkali-resistant gel coat. C. Chamfers: Provide a chamfer on all exposed edges by using either wooden or plastic chamfer strips. Chamfer strips shall be a forty-five degree right triangle in section with the two shorter sides measuring 3/4-inch. . 2.03 DESIGN OF FORMWORK A. Form Design: The design and engineering of all concrete formwork, including all shoring, bracing and reshoring, shall be the responsibility of the Contractor. Design formwork for loads, lateral pressure, and allowable stresses as described in ACI 347. Allow for design consideration, wind loads, allowable stresses, and other applicable requirements of controlling local building codes. Camber formwork to compensate for anticipated deflection during placement of concrete when required to maintain specified tolerances. Design formwork to be readily removed without impact, shock, or damage to concrete surfaces and adjacent materials. B. Slip Forming: Not permitted. ,.w. 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE II 03100 - 1 7/20/2006 PG CONCRETE FORMWORK PART 3 EXECUTION 3.01 FORMWORK CONSTRUCTION A. General: 1. All formwork, scaffolds, and work platforms shall be safe and conform to OSHA requirements. 2. Construct and maintain formwork, complying with ACI 347 and these specifications so that it will maintain correct sizes of members, shape, alignment, elevation, and position during concrete placement and until concrete has gained sufficient stfength. Provide for'openings, offsets; keywaj s, r6ces6� ; -M(Adings; anchorages, and inserts as required. 3. Construct forms for easy removal without damage to concrete surfaces. 4. Formwork shall be sufficiently tight to prevent leakage of cement paste during concrete placement. Solidly butt joints and provide backup material at joints as required to prevent leakage and fins. 5. Chamfer strips shall be placed in forms to bevel all edges and comers permanently exposed to view, except the top edges of walls and slabs, which are shown to be tooled. Edges of formed joints and interior comers shall not be beveled unless shown or specified otherwise. Equipment bases shall have formed beveled edges for all vertical and horizontal corners. Unless otherwise noted, bevels shall be 314-inch wide. 6. Provide temporary openings, at least 2 ft. x 2 ft., at the base of column and wall forms and at other points as required to facilitate observation and cleaning immediately before concrete is placed. 7. If runways are required for moving equipment, provide for support of runways with struts or legs resting directly on the formwork or structural member. Do not allow runways or supports to rest on reinforcing steel. 8. No form supports shall be cast-in-place or removed during or after placement of concrete. B. Forms for Surfaces Exposed to View or Liquid: 1. Drill forms to suit ties used and to prevent leakage of concrete mortar around tie holes. Form ties shall be uniformly spaced and aligned in horizontal and vertical rows. Form ties shall not displace or interfere with reinforcing steel or other embedment placement. 2. Provide sharp, clean comers at intersecting planes without visible edges or offsets. Back joints with extra studs or girts to maintain true, square intersections. 3. Form molding shapes, recesses, and projections with smooth-finish materials and install in forms with sealed joints to prevent displacement. 4. Form exposed comers of beams and columns to produce square, smooth, solid, unbroken lines. Provide all exterior exposed comers with 314-inch chamfer. 5. Arrange facing material in an orderly and symmetrical fashion. Keep the number of seams to a practical minimum. Support facing material adequately to prevent deflection in excess of allowable tolerances. 6. For flush surfaces exposed to view in the completed structure, overlap previously placed, hardened concrete with form sheathing by approximately 1-inch. Hold forms against hardened concrete to maintain true surfaces, preventing offsets or loss of mortar. C. Edge Forms and Screed Strips for Slabs: Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in the finish slab surface. Provide and secure units to support types of screeds required. 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE 11 03100 - 2 7/20/2006 PG CONCRETE FORMWORK D. Surface to Receive Membrane Waterproofing: Provide chamfers for external corners in concrete surfaces that will be covered with membrane waterproofing. Provide a continuous reglet at line of top of membrane waterproofing on vertical surfaces. Coordinate location with waterproofing applicators. 3.02 TOLERANCES A. Construct formwork so that concrete surfaces will conform to tolerance limits as listed in the table at the end of this section. B. Establish sufficient.control pointsan�._benchrrmarks as reference-s,for tolerance checks. Maintain these references in undisturbed- condition until final completion and acceptance of the project. 3,03 ADJUSTMENTS OF FORMWORK A. Use wedges or jacks to provide positive adjustment of shores and struts. Wedges used for final adjustment of forms should be fastened in position after final inspection and before concrete placement. B. Securely brace forms against lateral deflections. Prepare to compensate for settling during concrete placement. C, For wall openings, construct wood forms that facilitate any necessary loosening to counteract swelling of forms. 3.04 PREPARATION OF FORM SURFACES A. Before placing concrete, clean surfaces of forms and embedded materials. Remove accumulated mortar, grout, rust, and other foreign matter. B. Coat forms for exposed or painted concrete surfaces with form oil or form-release agent compatible with concrete finish coating before placing reinforcement. Cover form surfaces with coating material used in strict accordance with the manufacturer's printed instructions. Do not allow excess coating material to accumulate in forms or to contact hardened concrete against which fresh concrete will be placed, Remove coating material from reinforcement before placing concrete. C. Other than retained-in-place metal forms, forms for unexposed surfaces may be moistened with water immediately before concrete placement in lieu of coating. 3.05 REMOVAL OF FORMS A. Forms on vertical surfaces, when repair of surface defects or finishing is required before concrete is aged, may be removed as soon as concrete has hardened sufficiently to resist damage from removal operations. B. Remove top forms on sloping surfaces of concrete as soon as concrete has attained sufficient stiffness to prevent sagging. Loosen wood forms for wall openings as soon as this can be accomplished without damage to concrete. Formwork for columns, walls, sides of beams, and other parts not supporting weight of concrete may be removed after 12 hours provided that concrete has hardened sufficiently to resist .�. damage from removal operations, and provided the removal of these forms will not disturb members supporting the weight of the concrete. 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE 11 03100 - 3 7/2012006 PG CONCRETE FORMWORK C. All forms and shoring used to support weight of concrete or any construction loads shall remain in place until concrete has reached the minimum strength specified for removal of forms and shoring. In no case shall support forms be removed in less than four(4) days. 3.06 REMOVAL STRENGTH A. Control Tests: Suitable strength control tests will be used as evidence that concrete has attained specified strength for removal of formwork or shoring supporting the weight of concrete in beams, slabs, and other structural members. 1. Field-Cured Test Cylinders: When rieid=cured gest cylinders reach the specified removal strength, formwork or shoring may be removed from .the respective concrete placements. Strength data from field-cured test cylinders shall be furnished by the Contractor. 2. Laboratory-Cured Test Cylinders: When concrete has been cured as specked for cast-in-place concrete for the same time period required by laboratory-cured cylinders to reach specified strength, the formwork or shoring may be removed from respective concrete placements. Determine the length of time that the concrete placement has been cured by totaling the number of days or fraction of days, not necessarily consecutive, during which the air temperature surrounding the concrete is above 50°F and the concrete has been damp or thoroughly sealed against evaporation and loss of moisture. B. Compressive Strengths: The minimum concrete compressive strengths for removal of all formwork supporting the weight of concrete shall be 75 percent of the specified minimum 28-day strength of the class of concrete involved. 3.07 RESHORING ,ow*. A. When reshoring is permitted or required, plan operations in advance and secure approval of such operations. While reshoring is under way, keep live load off the new construction. Do not permit concrete beams, slab, column, or other structural member to be subjected to combined dead and construction loads in excess of loads permitted for developed concrete strength at the time of reshoring. B. Place reshores as soon as practicable after stripping operations are complete, but in no case later than the end of the working day on which stripping occurs. Tighten reshores to carry the required loads without overstressing construction. Leave reshores in place until tests representative of concrete being supported have reached specified strength at time of removal of formwork supporting the weight of concrete. C. Floors supporting shores under newly placed concrete shall have their original supporting shores left in place or shall be reshored. The reshores shall be located directly under a shore position above, unless other locations are permitted. Extend reshoring over a sufficient number of stories to distribute weight of newly placed concrete, forms, and construction live loads in such a manner that the design superimposed the loads of floors supporting shores are not exceeded. 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE fl 03100 -4 7/20/2006 PG CONCRETE FORMWORK 3.08 FORM REUSE A. Do not reuse forms that are worn or damaged beyond repair. Thoroughly clean and recoat forms before reuse. For wood and plywood forms to be used for exposed smooth finish, sand or otherwise dress concrete contact surface to original condition or provide form liner facing material. For metal forms, straighten, remove dents, and clean to return to original condition. END OF SECTION 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE 11 03100-5 7/20/2006 PG CONCRETE FORMWORK SECTION 03200 CONCRETE REINFORCEMENT PART1 GENERAL 1.01 SCOPE OF WORK A. This section species requirements for all concrete reinforcement. Also included is grouting of reinforcement dowel bars. 1.02 RELATED WOkK - A. Coordinate the requirements of this section with all other sections of Division 3 - Concrete. 1.03 REFERENCE STANDARDS A. City of Fort Worth Standard Specifications- Item 424 B. American Society for Testing and Materials (ANSI/ASTM): 1. ANSI/ASTM A 36-Standard Specification for.Structural Steel 2. ANSI/ASTM A 82 - Standard Specification for Cold-Drawn Steel Wire for Concrete Reinforcement 3. ANSI/ASTM A 185 - Standard Specification for Welded Steel Wire Fabric for Concrete Reinforcement 4. ANSI/ASTM A 497 - Standard Specification for Welded Deformed Steel Wire Fabric for Concrete Reinforcement 5. ANSI/ASTM A 615 - Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement 6. ANSI/ASTM A 675 - Standard Specificationfor-Steei-Bam and Bar Size Shapes, Carbon, Hot-Rolled Special Quality, Subject to Mechanical Property Requirements C. American Concrete Institute (ACI): 1. ACI 315 - Manual of Standard Practice for Detailing Reinforced Concrete Structures 2. ACI 318 -Building Code Requirements for Reinforced Concrete D. Concrete Reinforcing Steel Institute (CRSI): CRSI Manual of Standard Practice 1.04 SUBMITTALS A. Certificates: 1. Submit the manufacturer's mill certificates, giving the properties of steel proposed for use. List the manufacturer's test number and heat number, chemical analysis, yield point, tensile strength, and percent elongation. Also identify on the certificates the proposed location of the steel in the work. 2. When foreign manufactured reinforcing bars are proposed for use, the material shall be tested for conformance to ANSI/ASTM requirements by a certified independent testing laboratory located in the United States. Certification from any other source is not acceptable. Furnish copies of the test reports to the Engineer for review. Do not begin fabrication of reinforcement until the material has been Ago*. approved. The cost of testing shall be borne by the supplier. B. Bill of Materials: Submit bills of materials to be reviewed with shop drawings. 182239.T2.DP ISSUE:U SECURITY SYSTEMS PHASE II 03200 - 1 7/20/2006 PG CONCRETE REINFORCEMENT C. Shop Drawings: 1. Submit shop drawings in accordance with Section 01300. Show reinforcement fabrication, bar placement location, splices, spading and bar designation, bar type, length, size, bending, number of bars, bar support-type, and other pertinent �.. information, including dimensions. Information must correspond directly to data listed on the bill of materials. 2. Provide sufficient detail to permit placement of reinforcement without use of design drawings. Reproduction of design draw ngs for use as shop drawings will not be allowed. Do not begin fabrication of reinforcing steel until after shop drawings have been reviewed by the Engineer. 3. Detail shop drawings in accordance with ACI 315. 4. Rebar submittal shall include following information: a. Grade of bars. b. Table of bending dimensions, bar size, bar length, number of bars, and spacing. c. The rebar shall be listed separately for each structural element (wall, slab, footing, beam, etc.). Each element shall be labeled on the rebar list and clearly identified on the shop drawings. d. Each bar shall be identified such as corner bars, tie bars, vertical bars, etc. D. Manufacturer's Technical Literature: Epoxy Grout. Submit manufacturer's technical literature on the epoxy grout proposed for anchoring reinforcing dowels to hardened concrete. Information shall include manufacturer's recommended application procedures. 1.05 HANDLING AND STORAGE A. Store steel reinforcement above the ground on platforms, skids, or other supports. Protect reinforcing, as far as practicable, from mechanical injury, surface deterioration, and rusting caused by exposure to the weather. PART 2 PRODUCTS 2.01 REINFORCEMENT A. All bar reinforcement shall comply with the City of Fort Worth Standard Specifications — Item 424.2. B. Marking: Clearly mark bar bundles with waterproof tags showing the number of bars, size, length, and yield strength. Mark steel with the same designation as the member in whichi it occurs. Key marks to the concrete placement number as designated on the. concrete place sequence shop drawings. C. Welded Wire Fabric: 1. Welded Smooth Wire Fabric: Conform to ANSI/ASTM A 185. 2. Welded Deformed Wire Fabric: Conform to ANSI/ASTM A 497. 3. Provide wire size, spacing and type as shown. Where type is not shown on the drawings, use welded smooth wire fabric. 2.02 TIE WIRE A. Use 18-gage annealed steel for tie wire. -000%� 18223972.0P ISSUE:0 SECURITY SYSTEMS PHASE 11 03200 - 2 7/20/2006 PG CONCRETE REINFORCEMENT 2.03 BAR SUPPORTS A. Provide chairs, riser bars, ties, and other accessories made of plastic or metal, except as otherwise specified. Bar supports and accessories shall be of the sizes required to ^ provide concrete cover as specified. Where concrete surfaces are exposed to the weather or liquid in liquid-containing structures in finished work, provide stainless steel chairs or plastic-tipped metal chairs. Metal bar supports and accessories shall be Class 1 or 2 conforming to the requirements of the CRSI Manual of Standard Practice. 2.04 EPDXY GROUT A. Epoxy grout shall be a high-strength rigid epoxy adhesive fianufactured for the purpose of anchoring dowels into hardened concrete. Acceptable products are: 1. Horizontal or Overhead Dowels: Sika's "SIKADUR Hi-Mod Gel No. 390" or approved equivalent. 2. Vertical Dowels: Sika's "SIKADUR Hi-Mod No. 370" or equivalent. 2.05 FABRICATION A. Bending: Fabricate bars to the shapes shown on the drawings by cold bending. Bends shall conform to the minimum bend diameters specified in ACI 318. Do not straighten or rebend bars without specific approval_ B. Splices: Locate splices as shown on the drawings. Where it is necessary to splice reinforcement at locations other than shown on the drawings, the splices shall be approved by the Engineer. Use a minimum number of splices located at points of minimum stress. Stagger splices in adjacent bars. Length of lap splices shall be in accordance with the table on the structural standard detail sheet in the contract ^ drawings. C. Construction Joints: Reinforcing shall be continuous through construction joints. D. Fabrication Tolerances: Bars must conform to the following fabrication tolerances: Measurement Tolerance in Inches Sheared length f1 Depth of truss bars to 8-inch depth +0, -1/4 Depth of truss bars over 8-inch depth +0, -1/2 Stirrups, ties and spirals t1/4 All other bends t1 PART 3 EXECUTION 3.01 CLEANING A. Clean reinforcement of all scale, loose or flaky rust, or other foreign material, including oil, mud, or coating that will reduce the bond to concrete. •a 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE 11 03200- 3 7/20/2006 PG CONCRETE REINFORCEMENT 3.02 PLACEMENT A. Placement Tolerances shall be in accordance to the .City of Fort Worth Standard Specifications — Item 424.7. B. Interferences: If reinforcing interferes with the Iccation of other reinforcing steel, conduits or embedded items, bars may be moved within specified tolerances or one bar diameter, whichever is greater. If greater movement of bars is required to avoid interference, notify the Engineer. Do not cut reinforcement to install inserts, conduits, mechanical openings, or other items without approve] of the.Engineer. C. Concrete Cover: Except as otherwise shown, provide a clear cover measured from reinforcement to the face of the concrete as listed: Surfaces Minimum Cover in Inches Unformed surfaces adjacent to excavation 3 Formed or top surfaces exposed to weather or saturated air, submerged, or in contact with earth #6 or larger bars 2 #5 or smaller bars 1-1/2 Beams, girders and columns 2 Other locations �• Bars in beams or girders, including 1-1/2 stirrups and columns spirals or ties Slab, walls, and joists# 14 and# 18 1-112 # 11 or smaller 314 Cover for reinforcing steel shall not be less than the minimum given above (no minus tolerance) and shall not exceed the minimum by more than 1/4-inch where the thickness is 24 inches or less, or more than 1/2-inch where the concrete thickness is more than 24 inches. D. Placement in Forms: Use spacers, chairs, wire ties, and other accessory items necessary to properly assemble, space, and support reinforcing. Wire ties through forms and temporary spacers will not be allowed. Provide accessories of sufficient number, size, and strength to adequately prevent deflection or displacement of reinforcement due to construction loads or concrete placement. Use appropriate accessories to position and support bolts, anchors, and other embedded items. Tie reinforcing bars at each intersection and to accessoes. Blocking reinforcement with concrete or masonry is prohibited. E. Placement for Concrete on Ground: Support reinforcement on precast concrete blocks spaced at approximately 3 feet on centers each way. Use a minimum of one block for .100k. each 9 square feet. 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE 11 03200 -4 7/20/2006 PG CONCRETE REINFORCEMENT F. Splices: 1. Do not splice bars, except at locations shown on the drawings or the reviewed shop drawings, without approval of the Engineer. 2. Lap Splices: - Tie securely with wire to prevent displacement of splices during placement of concrete. G. Construction Joints: Place reinforcing continuous through construction joints, H. Welded Wire Fabric: Install wire fabric in as long lengths as practicable. Lap adjoining pieces at least one full mesh plus 2 inches or 6 inches, whichever is larger, and lace splices with wire. Do not.make end-laps midway,betWe6n supporting beams or directly,. over beams of continuous structures. Offset end laps in adjacent widths to prevent continuous laps. I. Field Bending: Shape reinforcing bent during construction operations to conform to the drawings. Bars shall be cold-bent; do not heat bars. Closely inspect the reinforcing for breaks. If reinforcing is damaged, replace or otherwise repair as directed by the Engineer. J. Field Cutting: Reinforcing bars cut on the job shall be cut by shearing or sawing. Do not cut bars with a cutting torch unless approved by the Engineer. 3.03 GROUTING OF REINFORCING BARS A. Use specked epoxy for anchoring reinforcing steel in existing concrete. If diameter of hole is not specifically dimensioned on the drawings, drill hole in existing concrete that is at least one-inch larger than the diameter of the reinforcing bar. Immediately prior to installation of the reinforcing bar, blow the hole clean of all debris using compressed dry air. Partially fill the hole with epoxy. Use enough epoxy so that when the bar is inserted, the epoxy grout will completely fill the hole around the dowel. Dip the end of the reinforcing bar in epoxy and install into the partially filled hole. Follow manufacturer's instructions in the use of epoxy. END OF SECTION 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE II 03200 - 5 7/20/2006 PG CONCRETE REINFORCEMENT SECTION 43250 CONCRETE JOINTS AND EMBEDDED ITEMS ^ PART 1 GENERAL 1.01 SCOPE OF WORK A. This section species requirements for all concrete joints, sealed, and embedded items for all cast-in-place concrete. 1.02 RELATED WORK A. Division 3—Concrete B. Coordinate work of this section with all other sections to obtain a proper installation. Review all drawings and specifications for additional requirements for joints, sealed, and embedded items. 1.03 REFERENCE STANDARDS A. City of Fort Worth Standard Specifications — Items 410.5 and 410.6 B. American Society for Testing and Materials (ANSI/ASTM): 1. ANSUASTM A120 — Standard Specification for Pipe, Steel, Black and Hot-Dipped Zinc-Coated (Galvanized) Welded and Seamless, for Ordinary Uses 2. ANSI/ASTM C881 — Standard Specifications for Epoxy-Resin-Base Bonding Systems for Concrete 3. ANSI/ASTM D994 — Standard Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type) 4. ANSI/ASTM D1190 — Standard Specification for Concrete Joint Sealer, Hot- Poured.Elastic Type 5. ANSI/ASTM D1751 —Standard Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) 6. ANSI/ASTM D1752 — Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction 7. ANSI/ASTM D1850 — Standard Specification for, Concrete Joint Sealer, Cold- Application Type 8. ANSI/ASTM D2628 — Standard Specification for Preformed Polychloroprene Elastomeric Joint Seals for Concrete Pavements 9. ANSI/ASTM C920 — Elastomeric Joint Sealants C. U.S. Army Corps of Engineers (CRD): CRD-0572 —Corps of Engineers specifications for Polyvinyl Chloride Waterstops. D. American Concrete Institute (ACI): ACI 503.2 — Standard Specification for Bonding Plastic Concrete to Hardened Concrete with a Multi-Component Epoxy Adhesive. 1.04 SUBMITTALS A. Submit the following items: A40N%1 1. Shop Drawings: Submit shop drawings showing all concrete joints, proposed sequences for concrete placement, and type of concrete specified. 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE II 03250 - 1 7/20/2006 PG CONCRETE JOINTS AND EMBEDDED ITEMS 2. Product Data: a. When substitutions are proposed by the Ccntractor for acceptable brands of materials specified herein, submit brochures, data, and samples of proposed substitutions to the Engineer for approval. b. Submit manufacturer's technical literature on product brands, proposed for use by the Contractor, to the Engineer for review. The submittal shall include the manufacturer's installation and/or application instructions. Submittals shall be made on the following products: (i) Joint sealing compound and primer (ii)- Bonding agent PART 2 PRODUCTS 2.01 EXPANSION JOINT FILLERS, NON-BITUMINOUS A. Preformed Type III self-expanding cork filler conforming to ANSI/ASTM D1752. Use non-bituminous for interior slabs. 2.02 JOINT SEALING COMPOUNDS (NON-BITUMINOUS JOINT FILLER) A. Single or multi-component cold-applied elastomeric-type joint sealants conforming to ANSI/ASTM C920. Sealant shall be gray in color. Provide joint primer according to manufacturer's recommendation. 2.03 CONCRETE BONDING AGENT A. Concrete bonding agent shall permanently bond fresh wet concrete to cured concrete and shall conform to ANSUASTM C881, Type II. Grade and class shall be as required for the project application. A field service representative of the manufacturer shall be available, during initial application to instruct the Contractor in the proper use of the product when so requested by the Engineer or the Contractor. PART 3 EXECUTION 3.01 CONSTRUCTION JOINTS A. Construction joints shall comply with City of Fort Worth Standard Specifications — Item 410.6. 3.02 EXPANSION JOINTS A. I Expansion joints shall comply with City of Fort Worth Standard Specifications — Item 410.5. 3.03 SEALING JOINTS A. Thoroughly clean and prime joints to be sealed before applying sealant. Joints to be sealed are identified on the drawings. B. Apply sealants in accordance with manufacturer's recommendations. C. Sealant shall be applied when the ambient temperature is between 40°F and 90°F, unless recommended otherwise by the sealant manufacturer. 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE If 03250 -2 7/20/2006 PG CCNCRETE JOINTS AND EMBEDDED ITEMS D. During pouring operations, exercise care to prevent sealant from spilling onto surfaces adjacent to grooves. END OF SECTION .. "�1 .-.. i'- _ -. - iY •ter .. Y .-'' �i `r' y t - '. � -. -. - .. -_ _ _. 1 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE Il 03250 - 3 7/2012006 PG CONCRETE JOINTS AND EMBEDDED ITEMS SECTION 03300 CONCRETE .-. PART 1 GENERAL 1.01 SCOPE A. This section gives requirements for normal weight structural concrete. 1.02 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM). 1. ASTM C33 -Standard Specification for Concrete Aggregate. 2. ASTM C40-Standard Test Method for Organic Impurities in Sands for Concrete. 3. ASTM C136 - Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregate. 4. ASTM C150-Standard Specification for Portland Cement. 5. Other ASTM specifications as listed herein. B. American Concrete Institute (ACI). 1. ACI 613-Recommended Practice for Selecting Proportions for Concrete. 2. ACI 68-63- Placing Concrete by Pumping Methods. 3. ACI 318- Building Code Requirements for Reinforced Concrete. 4. Other ACI specifications as listed herein. C. Mixer Manufacturer's Bureau of the Associated General Contractors of America. 1.03 SUBMITTALS A. Admixtures: Submit brochures and data on all admixtures proposed for use. 1. A submittal is required from the manufacturer of the approved air-entraining admixture. Give requirements to control percent of air content under all conditions including temperature variations. 2. A submittal is required from the manufacturer of the approved water-reducing retarder. Give requirements for quantities and types to be used under various temperatures and job conditions to produce a uniform, workable concrete mix. 3. A submittal is required from the manufacturer of the approved strength accelerator. Give requirements for quantities and types to be used under various temperatures and job conditions to produce a uniform, workable concrete mix. .B. Concrete mix design for each class and type of concrete. C. Submit shop drawings showing all concrete joints, proposed sequences for concrete placement, and type of concrete specified. D. Submit manufacturer's technical literature on product brands. 1. Joint sealing compound and primer. 2. Bonding agent. 3. Water stops. 1.04 STORAGE OF MATERIALS A. Cement: Store cement in watertight buildings, bins, or silos to provide protection from dampness and contamination and to minimize warehouse set. 187239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE If 03300 - 1 July 20,2006 PG CONCRETE B. Aggregate: Arrange and use aggregate stockpiles to avoid excessive segregation or contamination with other materials or with other sizes of like aggregates. Build stockpiles in successive horizontal layers not ex;,eeding three feet in thickness. Complete each layer before the next is started. C. Sand: Before using, allow sand to drain until uniform moisture content is reached. D. Admixtures: Store admixtures to avoid contamination, evaporation, or damage. For those used in the foram of suspensions or nonstable solutions, provide suitable agitating equipment to assure uniform distribution of ingredients. Protect liquid admixtures from temperature changes which would adversely affect their characteristics. 1.05 CONTROL OF CONCRETE MIXTURES A. Consistency: Test for slump shall be performed at the job site immediately prior ,to placing in accordance with ASTM C143 — Method of Slump Test for Consistency of Portland Cement Concrete. If the slump is greater than that specified, the concrete shall be rejected. Concrete showing either poor cohesion or poor coating of the coarse aggregate with paste shall be remixed. If the slump is within the allowable limit, but excessive bleeding, poor workability, or poor finish are observed, changes in the concrete mix shall be obtained only by an adjustment of one or more of the following: 1. The:gradation of aggregate. 2. The proportion of fine and coarse aggregate. 3. The percentage of entrained air, within the allowable limits. B. Air Content: Test for air content shall be made on a fresh concrete sample. Air content for concrete made of ordinary aggregates having low absorption shall be made in accordance with either ASTM C231 — Method of Test for Air Content of Freshly Mixed Concrete by the Pressure Method, or ASTM C173 — Method of Test for Air Content of Freshly Mixed Concrete by the Volumetric Method. If light-weight aggregates or aggregates with high absorptions are used, the latter test method shall be used. C. Unit Weight: Test in accordance with ASTM C138 — Method of Test for Weight per Cubic Foot, Yield, and Air Content {Gravimetric} of 30oncrete, may be used in lieu of the air content test, provided the relationship between air content and unit weight has been established for the materials being used. D. Strength: Compression test specimens shall be made and cured in accordance with ASTM C31 — Method of Making and Curing Concrete Compression and Flexural Test Specimens in the Field; ASTM C39—Strength of Molded Concrete Cylinders. E. Number of Specimens: Number of sets of concrete test cylinders to be cast for each concrete pour shall be as follows: No. of C.Y. Concrete Poured Minimum No. of Sets of Cylinders 0-25 1 25-75 2 75- 150 3 150-550 4 18223932.13P ISSUE:0 SECURITY SYSTEMS PHASE 11 03300 - 2 July 20,2006 PG CONCRETE A "set" of test cylinders consists of six cylinders, two to be broken and strengths averaged at seven days; and two broken and strengths averaged at 28 days. Two cylinders will remain unbroken so that they will be available to be broken upon unforeseen circumstances or upon the option of the Engineer to break cylinder at different times. PART 2 PRODUCTS 2.01 MATERIALS A: PorflarLp Cement: _ 1. Use cement'conforming to ASTM C150, Type I. 'Use only brands of cement upon which the selection of concrete was based. Submit specific mix designs for each brand of cement used. 2. Cement used in concrete placed in openings in existing water bearing structures shall be shrinkage compensating cement and conform to ASTM C845, B. Admixtures: Using the following admixtures as required or permitted. The use of calcium chloride will not be permitted. The products must conform to the referenced standards. 1. Air-entraining Admixtures. Conform to ASTM C260, such as Sika's "AER", Sonnebom's"Aerolith", or approved equal. 2. Chemical Admixtures. Conform to ASTM C494, "Standard Specifications for Chemical Admixtures for Concrete" 3. Water-reducing Retarder. Use of an admixture containing chloride is not permitted. The product must be non-staining. User Master Builder's "MBHC", Sika's "Plastiment", or approved equal. 4. High-Range Water Reducer (Superplasticizer). Conform to ASTM C494 Type F. Acceptable products are W. R. Grace --"WRDA-19", Sika—°Sikament 10 ESL", or approved equivalent. C. Mixing water shall be fresh, clean, and drinkable. D. Aggregates: Use coarse aggregate from only approved sources and fine aggregate from only approved sources for exposed concrete in a single structure. 1. Coarse aggregate for concrete of normal weight shall conform to ASTM C33. Grading limits for all members six inches or less in least dimension, 112-inch to No. 4. Grading for all other normal weight concrete, 1-inch to No. 4. 2. Use natural sand complying with ASTM C33 for fine aggregate in normal weight concrete. E. Membrane-farming Curing Compound: ASTM C309, commercial curing compound which will not permanently discolor concrete. All curing compound shall be white. F. Sheet Material for Curing Concrete: ASTM C171, waterproof paper, polyethylene film or white burlap-polyethylene sheeting. G. Joint Sealing Compound: Single or multi-component cold-applied elastomeric-type or polyurethane joint sealant conforming to ANSI/ASTM C920. Sealant shall be gray in color. Provide joint primer according to manufacturer's recommendation. H. Joint Fillers: Preformed Type III self-expanding cork filler conforming to ANSI/ASTM D1752. Use non-bituminous for interior slabs. 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE f! 03300 - 3 July 20,2006 PG CONCRETE 2.02 PROPORTIONING A. Objective: Select proportion of ingredients to produce concrete having proper placability, durability, strength, appearance, and other required properties. Proportion lowftk ingredients to produce a homogenous mixture which will work readily into corners and angles of forms and around reinforcement by methods of placing and consolidation employed on the work, but without permitting materials to segregate or allowing excessive free water to collect on the surface. B. Strength: Provide ultimate strength concrete in all portions of,the work. Strength must conform to values for the class o concrete specifiec for each portion of the structure. Requirements are based on 28-day compressive strength. if high early-strength concrete is specified, requirements are based on 7-day compressive strength. C. Entrained Air. Air-entrain all concrete, unless otherwise specified. Provide for not less than three percent, nor more than five percent by volume of total entrapped and entrained air for normal weight concrete. D. Slump: 1. The maximum permissible slump for concrete is 4 inches; the minimum is 2-1/2 inches. Determine slump by methods given in ASTM C 143. 2. Slump of concrete placed in openings in existing hydraulic structures shall be 4 to 6 inches. Slump increase shall be achieved by adjusting aggregate proportions, admixtures or increasing water/cement content. In no case shall the water- cement ratio be greater than that listed in paragraph 2.02F. E. Admixtures: Proportion admixtures according to the manufacture's recommendations. Submit manufacturer's literature of all admixtures proposed to engineer in writing for approval prior to use. F. Classification and Use: 1. Classification. Class Minimum 28-Day Water-Cement Minimum Cement Compressive Ratio Content Sacks Strength (Max. Gal/Sack) per Cubic Yard* (psi) Normal Weight A 4000 8.25 5.1 B 3000 7.25 4.3 C 2000 8.00 3.5 *If the required strength is not secured with the minimum cement content as specified, add cement or provide other aggregates as necessary. 2. Use: Unless otherwise specified, use the specified Gasses of concrete in the following locations: a. Class A: All structural components including piers, footings, slabs, walls, and loom*, related items. b. Class B: Concrete pavement sidewalks, pipe encasements, and blocking. c. Class C: Lean concrete seal slabs, lean concrete fill and mud slabs. 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE B 03300 -4 July 20,2006 PG CONCRETE G. Mix Design: If the relationship between strength and the water-cement ratio has been determined previously for materials specified for normal weight concrete, the ratio may be used. Otherwise, determine the proper water-cement ratio by using the following procedures. 1. Make concrete trial mixtures having suitable proportions and consistency. Use at least three different water-cement ratios which will produce a range of strengths encompassing those required. Design trial mixes to produce the maximum allowable slump. 2. Determine proportions of ingredients and conduct tests in accordance with basic relationships and procedures out-lined in ACI 613 - Recommended Practice for Selecting Proportions fQr CorlcreW _ 3. ^Make and cure specimens in sets of six (6) according to ASTM C192 —Method of Making and Curing Concrete Compression and Flexure Test Specimens in the Laboratory. For each water-cement ratio prepare at least three specimens for each age test. Test for strength at 7, 14, 21, and 28 days, or other age as required. Conduct tests according to ASTM C39 — Method of Test for Compressive Strength of Molded Concrete Cylinders. 4. From results of these tests, plot a curve showing the relationship between water- cement ratio and compressive strength. Determine the maximum permissible water-cement ratio for ultimate strength concrete by using the value from the curve that corresponds to a minimum strength 25 percent greater than the specified strength. 5. Submit concrete mix design for approval. 2.03 MIXING NORMAL WEIGHT CONCRETE A. Ready-Mixed Concrete: Mix and transport ready-mixed concrete according to ASTM C94 — Specifications for Ready-Mixed Concrete. In addition to normal batch plant look, C94 as outlined in ASTM C94, provisions must be made at the batch plant for the following items: 1. Arrangement. Provide separate bins or compartments for different sized aggregates and for bulk cement. Compartments of ample size constructed so that materials will be kept separate under all working conditions are required. 2. Weighing of Materials. Aggregates may be weighed in separate weigh batchers with individual scales. Weigh bulk cement on a separate scale in a separate weigh batcher. Observe the following limits of accuracy when weighing or measuring materials. Materials Percent Accuracy Cement 1 Water 1 Aggregates 2 Admixtures 3 3. Water Meter or Batcher. Provide a suitable measuring device capable of measuring mixing water within the specified accuracy for each batch. Note the number of gallons of water as batched on printed batching tickets. 4. Moisture Control. Provide a moisture meter to measure the amount of free water ^ in fine aggregates within 0.3 of a percent. Compensate for varying moisture contents of fine aggregates and change batch weights of materials if necessary before batching. 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE II 03300 - 5 July 20,2006 PG CONCRETE 5. Scales. Provide adequate facilities for accurate measurement and control of each material entering each batch of concrete. Accuracy of weighing equipment must conform to applicable requirements of ASTM and NRMCA for such equipment. 6. Recorders or Printers. Provide recorders/printe,-s to produce tickets. Each ticket will provide a printed record of volume of water and weights for cement as batched and for separate aggregates as batched individually. Use the type of indicator that returns for zero punch or to zero after a batch is discharged. Clearly indicate by stamped letters or numerals the difference between aggregates and cement as batched. Show the time of day stamped or printed at intervals of not more than six minutes-,The delivery ticket shall also, show the volume ofwater, in gal{ons, -added'at the batch piant:" Deliver recorded ticket copies_witt _concrete.- The testing agency will keep one copy. 7. Protection. Protect weighing, indicating, rec*rding or printing, and control equipment against exposure to dust and weather. B. Transit Mix Truck Requirements: 1. Clean each transit mix truck drum and reverse drum rotation before the truck proceeds under the batching plant. 2. Keep the water tank valve on each transit truck lacked at all times that the truck is in use. Added water must be incorporated by additional mixing of at least 35 revolutions. 3. Equip each transit-mix truck with a continuous, nonreversible, revolution counter showing the number of revolutions at mixing speeds. Counter shall be reset to zero at the batch plant. 4. Transmit mix trucks are to be in good working condition. Trucks which are not mechanically sound, have worn or obstructed mixing fins, have non-functioning drum counters, or leaking water valves shall not be used. r. C. Admixtures: 1. Charge air-entraining and chemical admixtures i-ito the mixer as a solution using an automatic dispenser or similar metering device. Measure admixture to an accuracy within t three percent. Do not use admixtures in powdered form. 2. Two or more admixtures may be used in the same concrete, provided that the admixtures in combination retain full efficiency and have no deleterious effect on the concrete or on the properties of each other. Inject the admixtures separately during the batching sequence. 3. Add retarding admixtures as soon as practicable after the addition of cement. 4. Add accelerating admixtures as soon as practicable after the addition of cement. 2.04 HIGH EARLY CONCRETE A. High early concrete shall use Type III cement (Fast setting-High early strength) B. Admixtures shall be in accordance with ASTM C494 Type C (Accelerating) PART 3 EXECUTION 3.01 PREPARATION A. Coordination: Mix concrete only in quantities for im mediate use. Discard concrete which has set. Retempering of set concrete is not l:ermitted. Completely discharge concrete at the site within one hour and 30 minutes after adding cement to aggregate. In hot weather, reduce this time to one hour or less to prevent stiffening of concrete before it is placed. 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE II 03300 - 6 July 20,2006 PG CONCRETE B. Protection from Adverse Weather: Do not permit rainwater to increase mixing water or to damage the surface finish. If rainfall occurs after placing operations begin, provide adequate covering to protect the work. C. Placing Temperature: 1. Hot Weather Concreting. Except as modified herein, hot weather concreting shall comply with ACI 305. At air temperature of 90°F or above, concrete shall be kept as cool as possible during placement and curing. The temperature of the concrete when placed in the work shall not exceed 90"F. 2. Plastic shrinkage cracking, due to rapid_ evaporation of. moisture, shall be pre'vente Concrete sha!l not be placed wfian the evaporation.rats (actual or anticipated) equals or exceeds 0.2 pound per square foot per hour, as determined by Figure 2.1.5 in ACI 305. D. Adjusting Slump. If concrete arrives at the project with slump below that specified, water may be added. Indiscriminate addition of water to increase slump is prohibited. Do not exceed either the maximum permissible water-cement ratio or maximum slump. Mix adjustments to obtain specified slump must be approved and directed by the Engineer. 3.02 CONVEYING A. Objectives: Handle concrete from mixer to placement as quickly as practicable while providing concrete of required quality in the placement area. Use methods which prevent loss of ingredients and segregation. B. Equipment: Obtain approval of the conveying equipment. Select equipment of size and design to ensure continuous flow of concrete at the delivery end. Conform to the following equipment and operations requirements. 1. Provide truck mixers, agitators and nonagitating units and manner of operation conforming to requirements of ASTM C94 — Specifications for Ready-Mixed Concrete. 2. Provide metal or metal-tined chutes. Arrange for slopes not exceeding one vertical to two horizontal and not less than one vertical to three horizontal. Chutes more than 20 feet long and chutes not meeting slope requirements may be used if concrete is discharged into a hopper before distribution. 3. Pumping of concrete will be permitted only after written approval. Use a batch design and aggregate sizes suitable for pumping. 3.03 PLACING A. Preparation: In addition to the previous requirements, confirm that formwork has been completed. Remove excess water, dirt and other foreign materials from forms. Confirm that reinforcement is securely in place and positioned. Have a competent workman at the pour location who can assure that reinforcement and embedded items remain in design locations while concrete is being placed. Sprinkle semi-porous subgrades to eliminate suction. Seal extremely porous subgrades in an approved manner. Clean and moisten existing concrete surface prior to placing new concrete. B. Joint Preparation: Prepare surfaces of previously placed concrete against which fresh concrete will be placed as follows: ,,� 1. Clean surfaces of all debris, curing compounds, scum, latence, standing water, or other foreign matter. 2. Where requirement for a "roughened joint" is specified or shown, verify that the hardened concrete has been finished rough or roughen any smooth surfaces. A 1=39.T2.13P ISSUE:0 SECURITY SYSTEMS PHASE 11 03300 - 7 July 20,2006 PG CONCRETE rough surface is defined as having textured amplitude of approximately %4-inch, which is free of loose particles and pockets that restrict concrete from flowing into the roughened concrete surfaces. 3. Apply appropriate bonding agent or cement slurry to joints only where shown or specked. 4. Apply bonding agent in joints between new concrete and existing water containing structures. C. General Procedure: 1, Deposit concrete continuously, or in layers pf such thickness that no cqn-prete will be'deposited on cbridfrete which hat'harden-ad-s,Ad'iently'to 'daute forrnattan-of seams or planes of weakness within the section. If the section cannot be placed continuously, place construction joints as specified or as approved. 2. Proceed with placement at a rate such that concrete which is being integrated with fresh concrete is still plastic. Do not deposit concrete which has partially hardened or has been contaminated by foreign materials. 3. Remove temporary spreaders from forms when the spreader is no longer useful. Temporary spreaders may remain embedded in concrete only if made of galvanized metal or concrete, and if prior approval has been obtained. 4. Do not start placing of concrete in supported elements until concrete previously placed in columns and walls is no longer plastic. 5. Deposit concrete as nearly as practicable in its final position to avoid segregation due to rehandling or flowing. Do not subject concrete to a procedure which will cause segregation. 6. Where surface mortar is to be the basis of a finish, especially those designated to be painted, work coarse aggregate back from forms with a suitable tool to bring the full surface of mortar against the form. Prevent formation of excessive surface voids. 7. Consolidate concrete by vibration, spading, rodding, or forking so that concrete is thoroughly worked around reinforcement, around embedded items and into comers of forms. Eliminate air or stone pockets which may cause honeycombing, pitting or planes of weakness. A minimum frequency of 7,000 revolutions per minute is required for mechanical vibrators. Do not use vibrators to transport concrete within forms. Insert vibrators and withdraw at points from 18 to 30 inches apart. At each insertion, vibrate sufficiently to consolidate concrete, generally from five to 15 seconds. Do not over-vibrate causing segregation. Retain at least one spare vibrator on the site during concrete placing operations. D. Slabs: 1. After suitable bulkheads, screeds and if specified, jointing materials, have been positioned the concrete shall be placed continuously between construction joints, beginning at a bulkhead, edgeform, or comer. Each batch shall be placed into the edge of the previously placed concrete to avoid stone pockets and segregation. 2. If there is a delay in casting, the concrete placed after the delay shall be thoroughly spaded and consolidated at the edge of that previously placed to avoid cold joints. 3. Concrete shall then be brought to correct level with a straightedge and struck off. Bulifloats or darbies shall be used to smooth the surface, leaving it free of humps or hollows. E. Formed Concrete: 1. Place concrete in forms using tremie tubes and taking care to prevent " segregation. Bottom of tremie tubes shall be in contact with the concrete already 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE II 03300- 8 July 20,2006 PG CONCRETE placed. Do not drop concrete free more than five feet, or so that it can ricochet from reinforcing steel. 2. In walls, place concrete in 12" to 24" lifts, keeping the surface horizontal. Compaction shall be by vibrator and by puddling stick. The vibrator shall be inserted vertically at regular intervals, through the fresh concrete and slightly into the previous lift, if any. It shall be removed as soon as the surface begins to liquefy around the vibrator. 3. Vibration shall be supplemented by hand spading or rodding. Puddling shall be continuous while pouring concrete and shall be done primarily between forms and reinforcing steel, around openings, or wherever needed to prevent honeycomb, fill voids or strive out large-air bubble$. 4. Aggregate-free, sand cement mixture shall be used for the bottom 2 inches of each wall. F. Concrete Poured Against Rock: 1. Where concrete is poured against undisturbed rock, especially in drilled shafts, place concrete as soon as practicable after excavation to prevent weathering of exposed rock. a. Complete drilled piers within 2 hours after completion. b. For footings and slabs, place mud slabs within 4 hours after the excavation is at final grade. 2. Remove all water from excavation or shaft before placing concrete. 3.04 COMPACTION OF CONCRETE A. General: All concrete shall be placed and compacted with mechanical vibrators. B. Concrete Slabs: Concrete for slabs shall be compacted with vibrators. C. Amount of Vibration: Vibrators are to be used to consolidate properly placed concrete, but not to move or transport concrete in the forms. Vibration shall continue until: 1. Frequency returns to normal. 2. Surface appears liquified, flattened, and glistening. 3. .Trapped air ceases to rise. 4. Coarse aggregate has blended into surface, but has not disappeared. 3.05 JOINTS A. Construction Joints: 1. Make construction joints only at locations shown on the Contract Drawings, the reviewed shop drawings, or as directed or approved by the Engineer. Any additional construction joints or relocation of construction joints shown on the drawings, proposed by the Contractor, must be submitted to the Engineer for review. 2. Joints shall be located to least impair strength of the structure. In general, locate joints near the third points of spans of slabs, beams, and girders. However, if a beam intersects a girder at the joint, offset joints in girders a distance equal to twice the width of the beam. Locate joints in walls and columns at the underside of floors, slabs, beam, or girders, and at tops of footings or floor slabs. Place beams, girders, column capitals, and drop panels monolitchic with slabs. Place brackets and haunches monolithic with walls and columns. 3. All joints shall be perpendicular to main reinforcement. Continue all reinforcing steel. Unless otherwise shown, provide longitudinal keys at least 1-112 inches deep by one-third of the wall thickness, centered in the wall, in all joints in walls 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE It 03300 - 9 July 20,2008 PG CONCRETE and slabs, and between walls and slabs or footings. When joints in beams are allowed, provide shear key and inclined dowels as directed by the Engineer. 4. Prepare joints by removing latence, loosened particles of aggregate, damaged concrete at surface, and other substances which may prevent complete adhesion. Prior to placing concrete, coat horizontal joint surface with a mixture of neat cement grout. B. Dowels: Where indicated on the drawings, install dowels at right angles to construction joints and expansion joints. Align dowels accurately with finished surface. Rigidly hold. in place,and .support 'during concrete placement. Unless otherwise shown on the -drawings,-apply oil or grease to one end of all dowels through ezpansft joints. C. Bonded Joints: Bonded joints shall be used only where shown on the drawings, where specified, or upon written approval of the Engineer. Prepare surface to be bonded and apply bonding agent in strict accordance with the manufacturer's instructions and ACI 503.2, except that surface preparation by acid etching will not be allowed. When ACI 503.2 references ACI 301, delete ACI 301 and substitute the project specifications' Cast-in-Place Concrete section. Forms in the area of the bonded joint shall be properly protected so that any bonding agent that may be inadvertently applied to the form will not bond the form to the concrete. D. Sealing Joints: 1. Thoroughly clean and prime joints to be sealed before applying sealant. 2. Apply sealants in accordance with manufacturer's recommendations. 3. Sealant shall be applied when the ambient temperature is between 40°F and 90°F, unless recommended otherwise by the sea ant manufacturer. 4. During pouring operations, exercise care to prevent sealant from spilling onto surfaces adjacent to grooves. E. Other Embedded items: 1. It is the Contractor's responsibility to coordinate the requirements for embedded items and to ensure that embedded items are properly placed. 2. Accurately position and support embedded items against displacement during concrete placement. 3. Voids in sleeves, inserts, anchors, etc., shall be filled temporarily with readily removable material to prevent the entry of concre:e into the voids. 4. Steel Items, except reinforcing, shall be galvanized, unless specified otherwise shown. 5. Conduits, pipes, and inserts of aluminum shall not be embedded in structural concrete unless effectively coated or covered to prevent aluminum-concrete reaction or electrolytic action between aluminum and steel. 6. Except when plans for conduits and pipes are approved by the Engineer, conduits and pipes embedded within a slab, wall, or beam (other than those merely passing through) shall satisfy the following: a. Shall not be larger in outside dimension than 113 the overall thickness of slab, wall, or beam in which they are embedded. b. Shall not be spaced closer than three diametevs or widths on center. c, Shall not significantly impair the strength of the member. 3.06 REPAIRING SURFACE DEFECTS A. Defective Areas: Repair defective areas immediately after the removal of forms and inspection by the Owner's and/or Engineer's Representative Owner's and/or Engineer's Representative may reject the work if necessary. 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE 11 03300 - 10 July 20,2006 PG CONCRETE 1. Remove honeycombed and other defective concrete down to sound concrete. To prevent absorption of water from patching mortar, dampen the defective area and a strip six inches wide surrounding the area to be patched. Prepare bonding grout Aftk by mixing approximately one part cement to one part fine sand passing a No. 30 mesh sieve. Mix to a consistency of thick cream, and brush thoroughly into the surface. 2. Make patching mortar of the same materials and of approximately the same proportions as concrete, except omit coarse aggregate. Prepare mortar with not more than one part cement to 2-112 parts sand by damp loose volume. Substitute white Portland cement for part of the grayPortland cement on exposed concrete = in order to produce a color.matching the coIlor- of surrounding concrete.- Determine color by making a trial patch. 3. Use no more mixing water than necessary for handling and placing. Mix patching mortar in advance and allow to stand. Mix frequently with a trowel until it has reached the stiffest consistency that will permit placing. Do not add water. . 4. After surface water has evaporated from the area to be patched, thoroughly brush a coat of bond grout into surface. When bond grout begins to lose its water sheen, apply the premixed patching mortar. Thoroughly consolidate the mortar into place and strike off to leave the patch slightly higher than the surrounding surface. To permit initial shrinkage, leave undisturbed for at least one hour before final finishing. Keep the patched area damp for seven days. Do not use metal tools in finishing patches in a formed wall which will be exposed. B. Tie Holes: Patch tie holes immediately after removal of forms. After cleaning and thoroughly dampening the tie hole, fill solid with grout. C. Proprietary Materials: If permitted or required, proprietary compounds for adhesion or as patching ingredients may be used in lieu of or in addition to the forgoing patching procedures. Use such compounds according to the manufacturer's recommendations. 3.07 FINISHING OF FORMED SURFACES A. Surfaces Requiring No Finish: A finish is not required on surfaces concealed from view by earth, in the completed structure. B. Smooth Form Finish: 1. Use plywood or fiberboard linings or forms in as large sheets as practicable and with smooth, even edges and close joints. 2. Patch be holes and defects. Rub fins and joint marks with carborundum stone to leave a smooth, unmarred finish surface. 3. Use a smooth form finish on all surfaces exposed to view and liquid. C. Related Unformed Surfaces: Tops of piers, wails, bent caps and similar unformed surfaces occurring adjacent to formed surfaces shall be struck smooth after concrete is placed. Float unformed surfaces to a texture reasonably consistent with that of the formed surfaces. Final treatment on formed surfaces shall continue uniformly across the unformed surfaces. 3.08 FINISHING SLABS AND SIMILAR FLAT SURFACES A. Consolidation: Thoroughly consolidate concrete in slabs and use internal vibration in beams and girders of framed slabs and along bulkheads of slabs on grade. Obtain consolidation of slabs and floors with vibrating bridge screeds, roller pipe screeds, or other approved means. Concrete to be consolidated must be as dry as practicable. Do not permit manipulation of surfaces prior to finishing operations. 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE If 03300 - 11 July 20,2008 PG CONCRETE s B. Tolerances for Finished Surfaces: Tolerances are checked by placing a straightedge of specified length anywhere on the slab. The gay between slab and straightedge must not exceed the tolerance listed for the specified class. Class Straightedge Length in Feet Tolerance in Inches A 10 118 B 10 1/4 C 10 - 1/2 4- C. -C. Floated Finish: 1. After concrete has been placed, struck off, consolidated and leveled, do not work further until ready for floating. Begin floating when water sheen has disappeared, or when the mix has stiffened sufficiently to permit proper operation of a power- driven float. Consolidate the surface with power-driven floats. Use hand floating with wood or cork-faced floats in locations inaccessible to a power-driven machine and on small, isolated slabs. 2. Recheck tolerance of the surface after initial floating with a 10-foot straightedge applied at not less than two different angles. +mut down high spots and fill low spots to Class B tolerance. Immediately refloat slab to uniform, smooth, granular texture. 3. Provide a floated finish for the sidewalks. D. Troweled Finish: 1. To obtain a troweled finish, a floated finish as previously specified must be applied. After power floating, use a power trowel to produce a smooth surface which is relatively free of defects but which may still contain some trowel marks. Do additional trowelings by hand after the surface has hardened sufficiently. Do final troweling when a ringing sound is produced as the trowel is moved over the surface. Thoroughly consolidate the surface by hand troweling operations. 2. Produce a finished surface free of trowel marks, uniform in texture and appearance and conforming to Class A tolerance. On surfaces intended to support floor coverings, remove defects which might show through covering by grinding. 3. Provide a troweled finish for inside floors intended as walking surfaces. E. Broom or Belt Finish: 1. Immediately after completing the floated finish, draw a broom or burlap belt across the surface to give a coarse transverse scored texture. 2. Provide a broom or belt finish for exterior paving and walks. F. Rubbed Finish: All fns shall be removed, ties and wires broken off and driven back, holes pointed up with mortar. The surface shall be wetted and rubbed with carborundum until a cement film is formed. This shall be rubbed into the surface until all voids are filled and the entire surface has a uniform appearance. The surface shall turn white and set hard. It must not dust off. All interior and exterior exposed structural concrete surfaces not receiving a painted texture coating shall be rubbed. Rubbing should begin immediately on form removal. The use of cement or grout to form a paste during rubbing shall not be allowed. 162239.T2.13P ISSUE:0 SECURITY SYSTEMS PHASE 11 03300 - 12 July 20,2006 PG CONCRETE 3.09 CURING PROCEDURES A. All Freshly Cast Concrete: Shall be protected from damaging effects of the elements and from subsequent construction operations. B. Curing for Slabs and Footings: 1. Initial Curing. Immediately after the finishing operations are completed, the concrete shall be covered with two thicknesses of 10-ounce burlap or other approved materials, thoroughly saturated with water before placement. This covering shall remain in contact with the concrete and be kept saturated with water by spraying until the peak temperature prodiaeed by hygration has passed,_.- but for at least 24 hours. At the end of this time, initial curing may be terminated and final curing begun. 2. Final Curing. Cover concrete with an approved curing compound conforming to ASTM Designation C309 (latest), Color to be white. Waterproof curing paper conforming to ASTM Designation C171 (latest) is also acceptable. Total curing time shall be at least seven days during which interface temperature of concrete shall be above 50 degrees curing compound shall be applied heavily and evenly in two coats until no pinhole or other coating break remains, and an opaque white coating is achieved. "Curing compound" will not be allowed for final curing of structural floor slabs or for construction joints on surfaces to be painted. Final curing will be accomplished by continuing initial curing process for the time with regard to temperature as stated above." C. Curing for Walls and Columns: 1. Initial Curing. Immediately after concrete is completed, the exposed surface of the concrete shall be covered with two thicknesses of 10-ounce burlap or other approved absorptive materials, thoroughly saturated with water before placement. This covering shall remain in contact with the concrete and be kept saturated with water by spraying for at least 96 hours. At the end of this time, initial curing may be terminated and final curing begun. 2. Final Curing. Cover concrete with an approved curing compound conforming to ASTM Designation C309. Color to be white. Waterproof curing paper conforming to ASTM Designation C171 is also acceptable. Total curing time shall be at least ten days, during which interface temperature of concrete shall be above 50°F. "Curing compound will not be allowed for final curing of any interior or exterior exposed structural concrete. Final curing will be accomplished by continuing initial curing process for an additional ten days." Curing compound shall not be used on walls to be painted or to receive a water proofing system. 3. Alternate Initial Curing. In case forms are removed before end of initial cure period, or in the case of unformed wall surfaces (shotcrete), the exposed surfaces of the concrete shall be covered with two thicknesses of 10-ounce burlap or other approved absorptive materials, thoroughly saturated with water before placement. This covering shall be held in contact with the concrete and be kept saturated with water by spraying until the end of the initial curing period (96 hours curing). D. In hot weather, suitable precautions shall be taken to avoid drying of the slab prior to the finishing operation. Windbreaks, and/or sunshade shall be provided as directed by the Owner's and/or Engineer's Representative. During extremes in weather, floors shall not be cast unless the slab is protected by a roof and other suitable measures can be taken. After curing has been completed, the floor shall be exposed to the air for at least 48 hours prior to allowing wheel traffic on the floor. END OF SECTION 1 62239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE it 03300 - 13 July 20,2006 PG CONCRETE SECTION 03450 PRECAST CONCRETE TRAFFIC BARRIERS PART GENERAL 1.01 SCOPE A. This section gives requirements for precast concrete traffic barriers. 1,02 REFERENCE STANDARDS A. Texas Department of Transportation — Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, June 1, 2004. B. American Society for Testing and Materials (ASTM): A36, A108, A153, A185, and A307. C. Prestressed Concrete Institute (PCI): Manual for Quality Control for Plants and Production of Precast Prestressed Concrete Products, MNL116. 1.03 SUBMITTALS A. Submit product data sheets for traffic barriers. 1.04 QUALIFICATIONS A. Precast work to be performed by a PCI certified plant regularly engaged in design and construction of structural precast concrete members with a minimum of five years experience. B. Submit name, qualifications, and evidence of five years experience on work comparable to that specified. C. Do not commence work until fabricator(precaster) has been approved. 1.05 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Store and handle basic materials in accordance with Section 03300. Avoid damaging surfaces, edges and comers, and creating stresses within members. 1. Handle and store precast structural members in upright position with points of support in approximately the same position as designated for final position in the structure. 2. Lift members with lifting devices as approved on shop drawings or by other methods approved by the manufacturer in writing. 3. Do not lift and do not transport precast structural members until concrete has attained proper compressive strength as shown on the plans, 4. Maris all structural precast members with correct erection mark corresponding to that shown on the approved erection drawings. 5. Store precast structural members with adequate blocking so that warpage or cracking will not occur. Support fully across the width of the member on battens not less than 4 inches wide. 6. Do not stack members in storage. 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE 11 03450 - 1 7/202008 PG PRECAST CONCRETE TRAFFIC BARRIERS PART 2 PRODUCTS 2.01 MATERIALS A. Produce precast barriers sections to the tolerances of Table 1 unless otherwise specified: TABLE 1: PRECAST BARRIER TOLERANCES Dimension Tolerance Length t1" Insert Placement ±1 12" Horizontal Alignment t1/8" per 10' of length Deviation of Ends Horizontal Skew t1/4" Vertical Batter t1/8" per foot of depth PART 3 EXECUTION 3.01 DELIVERY AND ERECTION A. Deliver units to site in compliance with approved erection schedule. �►. B. Erect and position members in structure, properly leveled, aligned, and braced as necessary until concrete slabs are in place and have ,attained suitable strength. C. Fill erection holes with mortar made flush with surrounding surface of concrete. 3.02 DEFECTIVE AND DAMAGED UNITS A. Diagonal cracks indicating torsion damage, longitudinal cracks following reinforcing steel, cracks extending to plane of reinforcement, spalls, concrete breakage, and honeycombs are subject to structural review by the Engineer prior to acceptance. B. Repair cracks, other than isolated fine or hairline by epoxy injection or other method. Ali methods to be approved by the Engineer. C. Repair concrete breakage, spalls, or honeycombs using methods approved by the Engineer. Repair of breakage, spalls, or honeycombs, which occur on matt-surfaces shall be made prior to placement of any matt-concrete. D. Repair cracks by removing loose materials and cutting back until coarse aggregate breaks under chipping. Coat area with layer of epoxy bonding agent, and patch with grout matching existing concrete color and strength. Submit proposed methods and materials for approval by the Engineer. E. Any defects, damage, cracks, breakage, or spalls in any structural precast concrete member shall be subject to review by the Engineer as to repairability, and shall be cause for rejection if so deemed by the Engineer 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE 11 03450-2 720/2006 PG PRECAST CONCRETE TRAFFIC BARRIERS 3.03 HANDLING, STORING, AND HAULING A. Handle members in accordance with details, and at points as shown on the approved shop drawings and erection plans. B. Move no member from casting yard until all requirements for curing and strength have been attained. END OF SECTION 182239.T2.DP ISSUE:0 SECURITY SYSTEMS PHASE 11 03450 - 3 720/2006 PG PRECAST CONCRETE TRAFFIC BARRIERS SECTION 08710 DOOR HARDWARE EAST IGENERAL- 1.1 ENERAL1.1 WORK INCLUDED A. This Section specifies the requirements necessary to furnish and install hardware for wood, hollow steel, and aluminum doors, including, but not necessarily limited to: 1. Hinges. 2. Lock cylinders and keys. 3. Lock and latch sets. 4. Padlocks and hasps. 5. Bolts. 6. Exit devices. 7. Push/pulls. 8. Closers. 9. Overhead holders. 10. Coordinators. 11. Kick, mop, and armor plates. 12. Door gaskets. 13. Thresholds. 14. Astragals or meeting seals on pairs of doors. 15. Electric strikes. 1.2 RELATED WORK A. Use this Section in conjunction with the following other specifications and related Contract Documents to establish the total requirements for door hardware: 1. The Contract. 2. Division t sections included in the project specifications. 3. Section 13700— Security/Access Control System. B. CAUTION: Use of this Section without including the above-listed items results in omission of basic requirements. 1.3 WARRANTY A. Provide a 1-year warranty for hardware items, except provide manufacturer's standard 10-year warranty for surface and concealed overhead closers. 182239.tl.si March 30, 2006 1 SECTION 08710 DOOR HARDWARE Rev. 0 1.4 REGULATORY REQUIREMENTS A. Conform to applicable building code for requirements applicable to fire-rated doors and fi-ames. B. Fire-Rated Openings: Provide door hardware for fire-rated opening s,th4.t,cornplies with NFPA 80 and requirements of authorities having jurisdiction.�Provide only items of door hardware that are listed and are identical to products tested by UL, or other testing and inspecting organization acceptable to authorities having jurisdiction for use on types and sizes of doors indicated in compliance with requirements of fire- rated door and door frame labels. 1.5 QUALITY ASSURANCE A. Single-Source Responsibility: Obtain each type of hardware(latch and lock sets, hinges, closers, etc.) from a single manufacturer. B. Supplier Qualifications: an architectural door hardware supplier with warehousing facilities in the project's vicinity and that has at least 5 years of documented experience supplying door hardware similar in quantity, type, and quality to that indicated for this project. The supplier shall employ an experienced architectural hardware consultant(AHC) who is available to Owner, C142M HILL, and Contractor at reasonable times during the course of the work for consultation. 1.6 COORDINATION A. Coordinate work of this Section with other directly affected sections involving manufacturer of any internal reinforcement for door hardware. B. Coordination and Templates: Work with hardware supplier as required to coordinate hardware with other work in respect to both fabrication and installation. The hardware supplier shall furnish templates and deliver hardware to proper locations. C. Coordinate installation of door hardware with installation of life safety and security hardware. 1.7 DELIVERY, STORAGE, AND HANDLING A. Package hardware items individually; label and identify package with door opening code to match hardware schedule. B. Deliver keys to Owner by security shipment direct f-om hardware supplier. C. Protect hardware from theft by cataloging and storing in secure area. 182239.tl.si March 30, 2006 2 SECTION 08710 DOOR HARDWARE Rev. 0 1.8 SUBMITTALS A. Provide the following within 4 weeks of Contract award: 1. Product data, including manufacturer's technical product data for each item of door hardware, installation instructions, maintenance of operating parts and _ finish, and_other information.necessary to show couiliangp with requirerngnts. 2. Hardware schedule: Prepare a detailed hardware group schedule that is coordinated with doors, frames, and related work specified in Section 08010, Door Schedule, to ensure proper size, thickness, hand, function, and finish of door hardware. Indicate locations and mounting heights of each type of hardware. 3. Keying Schedule: Submit separate detailed schedule indicating clearly how the Owner's final instructions on keying of locks has been fulfilled. 4. Templates for Doors, Frames, and Other Work: Check shop drawings of other work to confirm that adequate provisions are made for locating and installing door hardware to comply with indicated requirements. 5. Manufacturer's certificate that fire-rated hardware meets or exceeds specified requirements. 1.9 MAINTENANCE MATERIALS A. Provide special wrenches and tools applicable to each different or special hardware component. B. Provide maintenance tools and accessories supplied by hardware component manufacturer. PART 2 -- PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Butts and Hinges: 1. Hager Hinge Company. 2. McKinney Products Company. 3. Stanley Hardware, division of Stanley Works. B. Pivots: I. Glynn-Johnson Corporation. 2. Hager Hinge Company. 3. Rixson-Firemark, division of Yale Security Inc. 4. Stanley Hardware, division of Stanley Works. 182239.tl.si March 30, 2005 3 SECTION 08710 DOOR HARDWARE Rev. 0 C. Cylinders and Locks: 1. Best Lock Corporation. 2. Corbin & Russwin Architectural Hardware,, division of Black & Decker Corporation. 3. Sargent Manufacturing Company, 4. 7 Schlage Lock, division of Ingersoll-Rand Door Hardware Group. 5. Yale Security Inc. D. Shrouded Padlocks and Hasps: I. Master Lock. 2. Medeco. 3. W-Lok. E. Bolts: I. Glynn-Johnson Corporation. 2. H. B. Ives, a Harrow Company. 3. Trimco. F. Exit/Panic Devices: 1. Corbin & Russwin Architectural Hardware, division of Black & Decker Corporation. 2. Sargent Manufacturing Company. 3. Von Duprin, division of Ingersoll-Rand Door Hardware Group. 4. Yale Security Inc. G. Push/Pulls: 1. H. B. Ives, a Harrow Company. 2. Tice Manufacturing. 3. Trimco. H. Overhead Closers: 1. LCN, division of Ingersoll-Rand Door Hardware Group. 2. Norton Door Controls, division of Yale Security Inc. 3. Rixson-Firemark, division of Yale Security Inc. I. Floor Closers: 1. Dor-O-Matic. 2. Dorma Door Controls International. 3. Rixson-Firemark, division of Yale Security Inc. J. Coordinators: 1. Door Controls International. 2. Glynn-Johnson Corporation. i 82239.tl.si March 30, 2006 4 SECTION 08710 DOOR HARDWARE Rev. 0 3. H. B. Ives, a Harrow Company. 4. Trimco. K. Kick, Mop, and Armor Plates: 1. H. B. Ives, a Harrow Company. ?. Tice,Manufacturing: 3. Trimco. L. Door Gasketing: 1. National Guard Products Inc. 2. Pemko Manufacturing Company Inc. 3. Reese Enterprises Inc. 4. Sealeze Corporation. 5. Zero International Inc. M. Thresholds: 1. National Guard Products Inc. 2. Pemko Manufacturing Company Inc. 3. Reese Enterprises Inc. N. Astragals: 1. National Guard Products Inc. 2. Pemko Manufacturing Company Inc. 3. Reese Enterprises Inc. O. Electric Hinges: 1. Adams Rite Manufacturing Company. 2. Von Duprin, division of Ingersoll-Rand Door Hardware Group. 3. Folger Adam. P. Electric Stripes: 1. Adams Rite Manufacturing Company. 2. Von Duprin, division of Ingersoll-Rand Door Hardware Group, 3. Folger Adam. 2.2 LOCK CYLINDERS AND KEYING A. Schedule a meeting between hardware supplier and Owner to finalize keying requirements. Document final instructions in writing and submit to CH2M HILL. B. Cylinders: 182239.tl.si March 30, 2006 5 SECTION 08710 DOOR HARDWARE Rev. 0 1. Review the keying system with the Owner and provide the type required (master, grandmaster, or great grandmaster), either new or integrated with Owner's existing system. Verify existing lock manufacturer in each building. 2. Equip locks with cylinders for interchangeable-core pin tumbler inserts. Furnish only temporary inserts for the construction period and remove these win c�irecxeel 3. Furnish final cores and keys for installation by Owner. 4. Equip locks with high-security cylinders that comply with performance requirements for Grade l cylinders as listed in ANSI/BHMA A 156.5 and that have been tested for pick-and-drill resistance requirements of UL 437 and are UL listed. C. Keys: 1. Comply with Owner's instructions for master keying and, except as otherwise indicated, provide individual change key for each lock that is not designated to be keyed alike withh-a group of related locks. 2. Permanently inscribe each key with number of lock that identifies cylinder manufacturer's key symbol and notation"do not duplicate". 3. Key Material: nickel silver. 4. Supply two keys for each lock. 2.3 HARDWARE- GENERAL A. This Section establishes the general design criteria for door hardware. Prepare and submit a detailed hardware group schedule based on the design criteria for doors listed-in Section 08010, Door Schedule. B. Refer to Section 13 700— Security/Access Control System for additional hardware requirements. C. Base Metals: Produce hardware units of manufacturer's basic metal and forming methods and using manufacturer's standard metal alloy, composition, temper, and hardness, but in no case of lesser(commercially recognized) quality than specified. D. Fasteners: I. Provide hardware generally prepared for machine screw installation. Do not use self-tapping sheet metal screws, except as specifically indicated. 2. Furnish Phillips flat-head screws, except as otherwise indicated. Finish exposed screws to match hardware finish or, if exposed in surfaces of other work, to match finish of this other work as closely as possible. a. For steel doors and frames specified in Section 08110, Steel Doors and Frames, install machine screws into dril'.ed and tapped holes. 182239.t1.si March 30, 2006 6 SECTION 08710 DOOR HARDWARE Rev. 0 b. For wood doors specified in Section 08210, Wood Doors, install wood screws. C. For fire-rated wood doors, install No. 12 by 1 1/4 inches, threaded-to- the-head steel wood screws. d. Finish screw heads to match surface of hinges or pivots. Provide concealed flIsteners for hard'witre units that are exposed when door is closed, except to the extent no standard units of type specified are available with concealed fasteners. 4. Do not use through-bolts for installation where bolt head or nut on opposite face is exposed in other work unless their use is the only means of reinforcing the work adequately to fasten the hardware securely. Where thru-bolts are used as a means of reinforcing the work,provide sleeves for each thru-bolt or use sex screw fasteners. 2.4 HARDWARE A. Hinges: 1. Minimum Number per Door Leaf Based on Height of Door: a. Up to 5 Feet: one pair. b. To 7 Feet 7 Inches: one and a half pairs. C. To 9 Feet: two pairs. d. To 12 Feet 6 Inches: two and a half pairs. 2. Minimum Height Based on Width of Doors: a. Up to 3 Feet: 4 1/2 inches. b. To 4 Feet: 5 inches. 3, Width of Hinges: minimum that will clear trim and permit 180 degree swing. 4. Hinge Pins: a. Out-Swing Exterior Doors: nonremovable pins or continuous hinges. b. Out-Swing Corridor Doors with Locks: nonremovable pins or continuous hinges. C. Interior Doors: nonrising pins. d. Tips: flat button and matching plug, finished to match leaves, except where hospital tip(HT) indicated. 5. Fire-Rated Doors: not less than three hinges per door leaf for doors 86 inches or less in height with same rule for additional hinges. B. Lock and Latch Types: 1. Levers and Roses. match existing within each building. 2. Locks: Furnish interchangeable, removable core cylinders with a minimum of six pins. 3. Strikes: n 182239.t1.si March 30, 2006 7 SECTION 08710 DOOR HARDWARE Rev. 0 a. Provide manufacturer's standard wrought box strike for each latch or lock bolt with curved lip extended to protect frame, finished to match hardware set, unless otherwise indicated. b. Provide flat-lip strikes for locks with three-piece, antifriction latch bolts as recommended by manufacturer. . C, Pto_vide�e tta=king.strik6 lips,fdr I4cks serr6 framed r�ritli appliedmooc casing trim. d. Rabbeted Doors: Where rabbeted door stiles are indicated, provide special rabbeted front on lock and latch units and bolts. e. Lip dimensions to fit configuration of trim; 3/4-inch throw on all latch bolts used on pair on doors. Comply with UL requirements for throw of bolts and latch bolts on rated fire openings. Provide 1-inch throw on dead bolts. 4. Backset: 2 3/4 inches. C. Padlocks and Hasps: 1. Shrouded, security padlocks: Acceptable products. Padlocks provided by Owner: a. Master Lock Model Numbers: 37DAT, 37KA, 1DEX, 3DEX, 185XD, 187XD. b. Medeco Model Numbers: Shackle Guard 54-X2. e. W-Lok Model Numbers: SK-984138G, SK-977.624G. 2. Hinged hasps: a. Straight bar, single hinge, or double hinge, as specified in Section 05500, Metal Fabrications. b. Hasp to receive security padlock as specified above. D. Exit Devices: 1. Design: Comply with requirements of ANSI A156.3. 2. Exit Device Dogging: Except on fire-rated doors where closers are provided on doors equipped with exit devices, equip the units with keyed dogging device to keep the latch bolt retracted when engaged. 3. Provide mortise lock strike with no lip where overlapping astragal is required. E. Push/Pull Units: 1. Design: solid metal, not plated; plates beveled four edges, square corners. 2. Attachment: pulls thru-bolted with bolts cour:tersunk and covered by push plate. 3. Exposed Fasteners: Provide manufacturer's s':andard exposed fasteners for installation, thru-bolted for matched pairs but not for single units. F. Closers: 1. Design: Comply with ANSI A156.4. 182239.tl.si March 30, 2006 8 SECTION 08710 DOOR HARDWARE Rev. 0 2. Size: Size closers in accordance with manufacturer's instructions. 3. Mounting: Mount closers on push or interior side of doors. 4. Where parallel arms are indicated for closers,provide closer unit one size larger than recommended for use with standard arms. 5. Accessfree Manual Closers: Where manual closers are indicated for doors required to be accessible to-the physically handicapped, provide adjustable units complying with ANSI A 117.1 provisions for door-opening force and delayed-action closing. 6. Floor Closers, Flush Floor Plates: Provide finished metal flush floor plates for floor closers, except where thresholds are indicated and cover plate is specified to be an integral part of threshold. 7. Recessed Floor Plates: Provide recessed floor plates where nonthresholds are indicated and floor closers are located in an area of resilient flooring, stone flooring, or terrazzo. Recess plates to receive an insert of the floor finish material of the normal thickness as indicated. Provide extended spindle on closer as may be necessary to accommodate thickness of floor finish. 8. Where terrazzo floor finish includes metal divider or expansion strips, match exposed ring of recessed floor plate on closer with metal of floor strips. G. Door Trim Units: 1. Design: solid metal, not plated; bevel four edges; square corners. 2. Size: height as scheduled by full-width door leaf less 2 inches at single leaf and 1 inch at pairs by 0.05 inch thick. 3. Fasteners: Provide manufacturer's standard exposed fasteners for door trim units consisting of either machine screws or self-tapping screws. 4. Fabricate edge trim of stainless steel to fit door thickness in standard lengths or to match height of protection plates. 5. Fabricate protection plates not more than 1 1/2 inches less than door width on hinge side and not more than 1/2 inch less than door width on pull side by height indicated. a. Metal Plates: stainless steel, 0.05 inch(U.S., 18 gauge). H. Stops and Holders: 1. Attachment: Furnish with machine screws in leaded anchors at concrete or masonry and self-tapping screws at stud to partitions. 2. Accessory Items: Furnish metal risers for mounting at carpeted floors. I. Bolts - Flush Bolt Heads: minimum of 1/2-inch-diameter rods of brass, bronze, or stainless steel with minimum 12-inch-long rod for doors up to 84 inches in height. Provide longer rods as necessary for doors exceeding 84 inches in height. J. Thresholds: 182239.tl.si March 30, 2006 9 SECTION 08710 DOOR HARDWARE Rev. 0 1. Design: thresholds one-piece construction; fixll width of opening tight to frame at jambs; extended beyond jamb edges where indicated. 2. Accessories: Furnish with stainless steel machine screws in threaded expansion shields. 3. Exterior Hinged or Pivoted Doors: Provide t nits not less than 4 inches wide, formed tQ_acmiotie_change in floor elevation indeted, fabieated`to accommodate door hardware and to fit door frames, and as follows: K. Seals: 1. Weatherstripping at Jambs and Heads: bumper-type resilient insert and metal retainer strips, surface applied, and of following metal, finish, and resilient bu nper material: a. Resilient Bumper: flexible,hollow EP]_)M bulb or loop insert. b. Brush pile insert of polypropylene or nylon-woven pile and aluminum strip backing complying with AAMA 701.2. 2. Weatherstripping at Door Bottoms: threshold consisting of contact-type resilient insert and metal housing of design and size shown and of following metal, finish, and resilient seal strip: a. Metal Housing: extruded aluminum, 0.062-inch minimum thickness of main walls and flanges; finish as scheduled. b. Resilient Seal Strip: solid neoprene wiper or sweep seal complying with MIL R 6855, Class Ii, Grade 40. 3. Provide noncorrosive fasteners for exterior applications and elsewhere as indicated. 2.5 HARDWARE FINISHES A. The designations used in the hardware group schedule to indicate hardware finishes are those listed in ANSI/BHMA Al 56.18, Materials and Finishes. B. Rust-Resistant Finish: For iron and steel base metal required for exterior work and in areas shown as high-humidity areas(and also when designed with the suffix -RR), provide 0.2-mil-thick copper coating on base metal':►efore applying brass,bronze, nickel, or chromium-plated finishes. C. Hardware Finish shall match existing adjacent door hardware finish. PART 3 -- EXECUTION 182239.t1.si March 30, 2006 10 SECTION 08710 DOOR HARDWARE Rev. 0 3.1 INSPECTION A. Verify that doors and frames are ready to receive work and dimensions are as instructed by the manufacturer. B: Verifv that power supply is available to power-operated devices. C. Beginning of installation means acceptance of existing conditions. 3.2 INSTALLATION A. Mount hardware units at heights indicated in following applicable publications, except as specifically indicated or required to comply with governing regulations and except as otherwise directed by CH2M HILL. 1. DHI standard Recommended Locations for Builders' Hardware for Standard Steel Doors and Frames. 2. NWWDA industry Standard I.S.1.7, Hardware Locations for Wood Flush Doors. 3. NFPA 80, Standard for Fire Doors and Windows. 4. Conform to ANSI Al 17.1 for positioning requirements for the handicapped. B. Where cutting and fitting is required to install hardware onto or into surfaces that will be finished later, coordinate removal, storage, and reinstallation with finishing work. Do not install surface-mounted items until finishes have been completed. C. Set units level, plumb, and true to line and location. Adjust and reinforce the attachment substrate as necessary for proper installation and operation. D. Drill and countersink units that are not factory prepared for anchorage fasteners. Space fasteners and anchors in accordance with industry standards. E. Set thresholds for exterior doors in full bed of Type S-6 sealant as specified in Section 07900, Joint Sealers. F. Weatherstripping and Seals: Comply with manufacturer's instructions. Clean and dry door frames directly before adhering adhesive-backed door seals. G. Use the templates provided by hardware item manufacturer. 3.3 ADJUSTING AND CLEANING A. Adjust and check each operating item of hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate freely and smoothly or as intended for the application made. 182239.tl.si March 30, 2006 11 SECTION 08710 DOOR HARDWARE Rev. 0 B. Where door hardware is installed more than 1 month prior to acceptance or occupancy of a space or area, return to the installation during the week prior to acceptance or occupancy and make final check and adjustment of all hardware items. Clean operating items for proper hardware and door function and finish. Adjust door control devices to compensate for final operation of heating and ventilating systems. C. Instruct Owner's personnel in the proper adjustment and maintenance of door hardware and hardware finishes. D. Six-Month Adjustment: Approximately b months after date of substantial completion, the installer, accompanied by hardware manufacturer's representatives, shall return to the project to perform the following work: 1. Examine and readjust each item of door hardware as necessary to restore function of doors and hardware to comply with specified requirements. 2. Consult with and instruct Owner's personnel in recommended additions to the maintenance procedures. 3. Replace hardware items that have deteriorated or failed due to faulty design, materials, or installation of hardware units. 4. Prepare a written report of current and predictable problems (of substantial nature) in the performance of the hardware. END OF SECTION .-r 182239.tl.si March 30, 2006 12 SECTION 08710 DOOR HARDWARE Rev. 0 Section 08710-Door Hardware Schedule HW SET: 2.04 DOOR NUMBER: EMW16 EMW17 EMW18 EMW19 EACH TO HAVE: 4 EA HINGE 5BB 1-4.5 X 4.5 (HW L? 3'6" OR LARGER).- _ 652 IVE. I EA IC CORE. IC CORE EVEREST CI45 626 SCH 1 EA STOREROOM LOCK L908OHD 06A 626 SCH I EA ELECTRIC STRIKE 6200 SERIES FSE W/DS-LC&TRANS. -'TYPE AS 630 VON REQUIRED I EA SURFACE CLOSER 4011 OR 4111 TYPE&MGT BRKT AS REQUIRED 689 LCN 1 EA WALL STOP WS407CCV OR FS436-TYPE AS REQUIRED 630 IVE 1 SET SEALS 5050B(USE SILENCERS WILL SEAL NOT REQ BY BRN NGP CODE) 1 CARD READER BY SECURITY CONTRACTOR UNK 1 EA DOOR POSITION SWITCH DOOR POSITION SWITCH BY SECURITY 628 UNK CONTRACTOR HW SET: 2.06 DOOR NUMBER: ,amok RHW2 RHW1 EMW2 EMW3 EACH TO HAVE: I EA DOOR CORD W/WLRE 788C-18 LOC I EA IC CORE IC CORE EVEREST C145 626 SCH I EA IC CYL,SFIC IC CYLINDER-TYPE AS REQUIRED WITH 626 SCH CONST. CORE 1 EA STOREROOM LOCK L9080HD 06A 626 SCH 1 EA ELECTRIC STRIKE 6200 SERIES FSE W/DS-L.0&TRANS. -TYPE AS 630 VON REQUIRED I CARD READER BY SECURITY CONTRACTOR UNK 2 EA DOOR POSITION SWITCH DOOR POSITION SWITCH BY SECURITY 628 UNK CONTRACTOR 1 REUSE REMAINDER OF EXISTING HARDWARE UNK HW SET: 2,07 DOOR NUMBER: RHW24 RHW23 cowl NHW 1 STW 1 EMW20 EMW21 F-MW34 EACH TO HAVE: I EA IC CORE IC CORE EVEREST C 145 626 SCH A"'% 1 EA IC CYL, SFIC IC CYLINDER-TYPE AS REQUIRED WITH 626 SCH CONST.CORE 1 EA STOREROOM LOCK L.908OH.D 06A 626 SCH FWWD I July 2006 CH2M HILL I EA ELECTRIC STRIKE 6200 SERIES FSE W/DS-LC&TRANS.-TYPE AS 630 VON REQUIRED 1 CARD READER BY SECURITY CONTRACTOR UNK 1 EA DOOR POSITION SWITCH DOOR POSITION SWITCH BY SECURITY 628 UNK CONTRACTOR 1 REUSE REMAINDER OF EXISTING HARDWARE UNK HW SET: 7.01 DOOR NUMBER: RHW4 VCW4 WEW1 AMWI EPW3 ERW1 NHW I 1 NBW2 EACH TO HAVE: 1 EA DOOR CORD WIWIRE 788C-18 LOC I EA PANIC HARDWARE EL99NLRXLX- LENGTH AS REQUIRED 626 VON 1 EA IC CORE IC CORE,EVEREST C145 626 SCH I EA IC CYL,SFIC IC CYLINDER-TYPE AS REQUIRED WITH 626 SCH CONST.CORE 1 EA SURFACE CLOSER 4011 OR 4111 TYPE&MGT BRKT AS REQUIRED 689 LCN 1 EA POWER SUPPLY PS873-2 GRY VON I CARD READER BY SECURITY CONTRACTOR UNK I EA DOOR POSITION SWITCH DOOR POSITION SWITCH BY SECURITY 628 UNK .ter CONTRACTOR 1 REUSE REMAINDER OF EXISTING HARDWARE UNK. HW SET: 7.03 DOOR NUMBER: EPW1 F.PW2 EMW27 EMW36 EMWI EACH TO HAVE: I EA POWER TRANSFER EPT-10 689 VON 1 EA CONTINUOUS HINGE CFM HD X EPT PREP-SIZE&LABEL AS 628 PEM REQUIRED 1 EA PANIC HARDWARE EL99M_RXLX-LENGTH AS REQUIRED 626 VON 1 EA IC CORE IC CORE EVEREST C145 626 SCH I EA IC CYL, SFIC IC CYLINDER-TYPE AS REQUIRED WITH 626 SCH CONST.CORE 1 EA POWER SUPPLY PS873-2 GRY VON I CARD READER BY SECURITY CONTRACTOR UNK 1 EA DOOR POSITION SWITCH DOOR POSITION SWITCH BY SECURITY 628 UNK CONTRACTOR 1 REUSE REMAINDER OF EXISTING HARDWARE UNK FWWD 2 July 2006 CH2M HILL HW SET: 7.04 DOOR NUMBER: SH W I RH-22 EACH TO HAVE: 2 EA POWERTRANSFER EPT-10 689 VON 2 EA PANIC'HARDWARE- EI.99NLRXI-x-,I ENG"I li A'S. 62.6 VON 3 - EA IC COREr IC CORE EVEREST C 145 626 SCH 3 EA IC CYL, SFIC IC CYLINDER-TYPE AS REQUIRED WITH 626 SCH CONST.CORE 1 EA POWER SUPPLY PS873-2 GRY VON I CARD READER BY SECURITY CONTRACTOR UNK I EA DOOR POSITION SWITCH DOOR POSITION SWITCH BY SECURITY 628 UNK CONTRACTOR I REUSE REMAINDER OF EXISTING HARDWARE UNK FWWD 3 July 2006 CH2M HILL SECTION 13120 PRECAST CONCRETE BUILDING PARTI GENERAL 1.01 DESCRIPTION OF WORK A. _A factory-built precast concrete building shall be supplied in accordance with Drawings and Specifications. ne building shall be delivered FOB the ' bsite and installed by the Contractor. The building manufacturer will recommend lifting cables and hardware needed to off-load and set the building. 1.02 SUBMITTALS A. Shop Drawings shall be submitted in accordance with the requirements of the Project showing dimensions, sizes, thicknesses, materials, finishes, and methods of assembly. Submit manufacturer's technical data for all building hardware and equipment. All work shall be fabricated and erected in accordance with the manufacturer's drawings. 1.03 QUALITY ASSURANCE A. The precast concrete building manufacturer shall have a minimum of 5 years' experience in building fabrication. In addition,the manufacturer shall have made no less than ten buildings similar to the one on this Project. Evidence must be submitted to verify that these requirements are met prior to being deemed an acceptable manufacturer. B. The structure shall meet the requirements of the NPCA Quality Producer. C. The Engineer will have the right to inspect or test any materials during fabrication in the factory. At the option of the Engineer, certified tests of materials may be accepted in lieu of field tests. D. The building shall be manufactured by Oldcastle Precast or approved equal. 1.04 REFERENCES A. The following standards form a part of these Specifications: 1. American Concrete Institute(ACI): ACI-318 Building Code Requirements for Structural Concrete. 2. American Society for Testing and Materials(ASTM): a. ASTM C 150, Portland Cement. b. ASTM C33, Concrete Aggregates. C. ASTM C260, Air-Entraining Admixtures for Concrete. _► d. ASTM A 185, Steel Welded Wire Fabric for Concrete Reinforcement. 182239.T2.DP i AUGUST 1,2006 SECTION 13120 PRECAST CONCRETE BUILDING e. ASTM C494, Chemical Admixtures for Concrete. f. ASTM A615, Deformed and Plain Billet Steel Bars for Concrete Reinforcement. ^ 3. International Code Council (ICC): 20(0 International Building Code (IBC). 4. Federal Emergency Management Agency(FEMA): FEMA 361, Design and Construction Guidance for Community Shelters. 1.05 DESIGN CRITERl.A A. Structural design calculations for the building shall be prepared and sealed by a professional engineer, registered in the state of Texas, and shall be submitted for approval prior to fabrication. B. The building shall be designed for the loadings shown on the drawings and specified herein in accordance with the requirements of FEMA 361 and the IBC 2000. C. The building shall be designed to support it's own self weight in addition to the following minimum live loading requirements: 1. Roof Live Load: 65 psf. 2. Floor Live Load: 250 psf. 3.. Wind Load: 250 MPH (F3-Tornado rating, in accordance with Figure 2- 2 of FEMA 361). .-. D. The building shall have minimum interior dimensions of 21-foot 8-inch wide by 25-foot 8-inch long by 10-foot 1-inch headroom and shall be constructed of steel-reinforced precast concrete. E. The building shall have a minimum roof thicl':ness of 5 inches, minimum floor thickness of 8 inches (with lightening voids to reduce the building weight), and minimum wall thickness of 6 inches. F. The building shall be entirely factory assembled and shipped to the site. G. The building exterior finish shall be Painted. H. The building shall be customized Oldcastle Precast(with tornado rating). PART 2 PRODUCT/MATERIALS 2.01 CONCRETE A. Concrete used in the manufacture of the various structural components of the precast concrete building shall be factory batched and shall meet the following requirements: 1. Portland cement shall be Type 1, 11, or 111 conforming to ASTM C150. 182239.T2.DP 2 AUGUST 1,2006 SECTION 13120 PRECAST CONCRETE BUILDING 2. Fine aggregate shall consist of natural sand conforming to ASTM Specification C33. 3. Course aggregate shall consist of 3/4-inch maximum, well graded crushed stone conforming to ASTM Specification C33. 4. Air entrainment admixture shall conform to ASTM C260. The air entrained content shall be not less than 4 percent nor greater than 7 percent. 5. A superplasticzer shall be used and shall conform to ASTM C494 Type F or G. Concrete shall be placed'at a slump ofbetween5 and 8 inches. 6. The concrete used for the structural components shall attain a minimum 28-day compressive strength of 5,000 psi. 2.02 STEEL REINFORCING A. Welded wire fabric shall conform to ASTM A185. Reinforcing steel shall be new billet steel meeting the requirements of ASTM. A615. B. All reinforcement shall be free from loose rust, oil, and contaminates which reduce bond. Any foreign material shall be removed by suitable means prior to installation. C. Provide supports for reinforcement including chairs, bolster bars, and other devices for spacing and securing reinforcing in accordance with CRSI requirements. Legs of all supports in contact with exposed-to-view surfaces shall be plastic coated in accordance with CRSI, Class 1. 2.03 DOOR AND FRAME A. The Access Door and Frame shall be the Following: The building shall be outfitted with double door 3-foot by 7-foot, 12-gauge galvanized steel frame with 14-gauge galvanized steel door primed. 1. Each door shall be provided with six points of connection consisting of three hinges and three deadbolts in order to withstand the impact loads from a design missile in accordance with FEMA 361. 2. Double door shall be provided with a minimum 14-gauge center mullion bolted to the top of the frame with a minimum 3/8-inch bolt and two 5/8-inch bolts through a 12-gauge base plate at the bottom. B. Schlage All Purpose Entry 1-3/8-Inch by 1-7/8-Inch DR, 2-3/4-Inch Backset: 1. 11-096 Latch KD. 2. 10-025 Strike RH. 182239.T2.DP 3 JULY 21,2006 SECTION 13120 PRECAST CONCRETE BUILDING C. Schlage Dead Bolt: 1. BC160PEX626 keyed single cycle Grade 2. 2. 12-270 batch 1-3/4-inch DR. D. Hinges: 4B81, 4.5 by 4.5 652US26D. E. Door Closer: 1. .Yale No. 2304BC Finish 689- 2. ULl OC nonhold open conforms to regular arm/topjamb back check. F. Drip Cap: i. Western Weatherseal DC610 Crip Cap-ML 40-inch aluminum. 2. The doors and frames shall comply with the Steel Door Institute "Recommended Specifications for Standard Steel Doors and Frames," (SDI-100), and as herein specified. 2.04 ELECTRICAL A. Bolt-on circuit breaker type panelboard with main breaker and branch breakers. I. Refer to electrical drawings for rating Panelboards. 2. Copper bus bars, neutral bar, and grounding bar. Bond grounding bar to panelboard enclosure. B. GFCI convenience receptacles(NEMA 5 to 20R). 2.05 HEATING, VENTILATION, AND AIR-CONDITIONING A. Size- See electrical drawings. 2.06 LIGHTING A. Interim Lighting: I. Fluorescent lighting system with local manual switching(120V ac system). 2. Light fixture shall be 8-foot or 4-foot fluorescent with two 32T8 lamps and electronic ballast. 3. Minimum maintained lighting level at 2-foot 6-inch AFF shall be 30-foot candles. B. Exterior Lighting: I. High pressure lighting system with built-in photocell control (120V ac system). 182239.T2.DP 4 JULY 21, 2005 SECTION 13120 PRECAST CONCRETE BUILDING 2. Light fixture shall be high pressure sodium cutoff wall pack with factory installed photo control, and LU 150 lamp. 2.07 PAINT STANDARD A. The exterior surface of the building body shall receive Nu-Klad 965 or equal acrylic modified cement block filler per manufacturer's recommendations, one coat of Thoro CM primer.concrete seater and one coat of Thorocoat SandyBcach,No. 435 Medium/Fine.aervlic coating. _ B. The interior walls and ceiling of the building shall receive Nu-Klad 965 or equal acrylic modified cement block filler per manufacturers recommendations, one coat of Monarch primer No. 5590 white latex stucco primer/sealer, one coat of Monarch No. 2296 Colony White Aqua Gleem Acrylic White color. 2.08 PAINT EPDXY A. The exterior surface of the building shall receive Nu-Klad 965 or equal acrylic modified cement block filler per manufacturer's recommendations, one coat of Amerlock 400 or equal per manufacturer's recommendations to achieve a dry film thickness of 3 to 4 mils. B. The interior surface of the building shall receive Nu-Klad 965 or equal acrylic .� modified cement block filler per manufacturer's recommendations, one coat of Amerlock 400 or equal per manufacturer's recommendations to achieve a dry film thickness of 3 to 4 mils. C. The floor to be painted with Amerlock 400 or equal with product number 886 aggregate added to achieve a skid resistant surface. 2.09 FINISHES FRP A. Interior walls and ceiling to have 1/32-inch FRP adhered to 3/8-inch plywood with 1-1/2-inch Nupoly foam insulation. P/N E3-P375-F150-10 white. PART 3 EXECUTION 3.01 DELIVERY, STORAGE, AND HANDLING A. The building shall be stored on dunnage placed at the proper locations to prevent cracking, distortion, or any other physical damage. B. The building shall be shipped FOB jobsite by the manufacturer. It shall be provided with Burke lifting fixtures for lifting and setting the building without incurring damage to the walls or roof. C. The building manufacturer will recommend all cables and lifting hardware for use in off-loading and setting the building. 182239.T2.DP 5 JULY 25, 2006 SECTION 13120 PRECAST CONCRETE BUILDING 3.02 WARRANTY A. The manufacturer shall warrant the building; and its components for 10 years from the date of installation. - RENDOF`SECTION 182239.T2.DP 6 JULY 25, 2006 SECTION 13120 PRECAST CONCRETE BUILDING SECTION 13311 NETWORK EQUIPMENT PART 1: GENERAL 1.01 SCOPE OF WORK A. A pre-approved Network Systems Integrator(NSI) shall furnish materials necessary as shown on the Drawings and as specified. The NSI shall be a subcontractor to the General Contractor. B. Equipment, materials, and services shall be supplied in accordance with the general requirements defined in Sections 13100, 13701, and 13702. C. Installation and configuration of Network equipment shall be a cooperative and coordinated effort between the NSI and the City of Fort Worth Water Department Information Technology Group (FWWDIT). A FWWDIT contact shalt be designated after Notice to Proceed. 1.02 RELATED WORK Ain%, A. Refer to Sections 13700, 13701, and 13702. 1.03 SUBMITTALS A. Submittal 13311-001 (by NSI). Project Plan. This is the first submittal and must be approved before any further submittals. The Project Plan submittal shall include: 1. Description of work to be performed and equipment to be provided. 2. Resumes of project manager and other support personnel, as applicable. 3. Schedule. This will include submittal schedule, ordering lead times, services lead times, installation schedule, and potential training dates (if applicable). B. Submittal 13311-002 (NSI). Equipment Bill of Materials. Submit within 14 days after approval of the Project Plan. Submittal shall contain a list of all equipment to be supplied under this Contract. The submittal shall be reviewed by the designated FWWDIT contact and designated Engineer contact. The submittal shall include: 182239.T2.DP May 17, 2006 1 SECTION 13311 NETWORK EQUIPMENT Rev. 0 1. Complete listing of Tag Number(when applicable), Manufacturers Part Number, Description, and local supplier or closest contact for spare parts. '`` 2. Product cutsheets from catalogs or Web rages shall be included. 3. Draft installation sketches or descriptions of how the components shall be assembled-and what.is required to be ready prior to insta lation acid assembly (i.e., space, power, air conditioning, etc.). C. Submittal 13311-003 O&M(NSI). An outline of the O&M information shall be submitted. Final O&M information shall include as a minimum: I. Standard product literature from the manufacturer (prints of Web site PDF files are acceptable). Examples of this should be provided with the BOM submittal. 2. Electronic submission of O&M data will be considered if two printed copies are provided. 1.04 NSI QUALIFICATION A. The NSI shall be a "network systems integrator" regularly engaged in the design and installation of computer and information networks, and capable of supplying .-. networking equipment. The NSI shall be able to warranty the equipment supplied and provide network operation support. Due to the nature of the present project, only businesses that have been actively engaged with the City of Fort Worth shall be permitted to submit proposals for supplying the networking equipment specified. Such a business shall comply with all of the following criteria: I. Have executed contracts with a value of at least $75,000.00 within the last 3 years with the City of Fort Worth. 2. Be a registered Specialty Business with the City of Fort Worth. 3. Be free of any contractual disputes with the City of Fort Worth or any of its departments. 4. Employs personnel on this project who have successfully completed a manufacturer's training course on the configuration and implementation of the specific equipment and software proposed for this project. 5. Project manager and project engineer assigned to the project have a minimum of 2 years employment with the l,61. .+nk� 182239.T2.DP May 17, 2006 2 SECTION 13311 NETWORK EQUIPMENT Rev. 0 6. Has performed work of similar or greater complexity on at least three projects within the last 3 years. B. The General Contractor must use one of the listed NSI. Only approved suppliers will be accepted. The NSI shall be one of the following: L Cyber-Dyne Systems Mike Harris Phone: (972) 418-9074 Cell: (214) 676-9612 mhanis@cdats.com. 2. Presidio Corporation. Charles Thibodeaux Phone: (972) 409-8483 Cell: (214) 213-9559 cthibodeaux@presidio.com 3. SBC, inc. Jim Kane Phone: (817)884-9462 Cell: (214) 478-3200 Jk7417@att.com C. Being listed in this Section does not relieve any potential NSI from meeting the qualifications specified in this Section. 1.05 DELIVERY, STORAGE, AND HANDLING A. Provide delivery, storage, and handling requirements per Section 01000 and as specified below: 1. Shipping Precautions a. Prior to shipping, all equipment shall be packed in protective boxes and enclosed in heavy-duty polyethylene envelopes or secured sheeting to provide complete protection from damage, dust, and moisture. Dehumidifiers shall be placed inside the polyethylene coverings. Boxed weights shall be shown on shipping tags together with instructions for unloading, transporting, storing, and handling at jobsite. 182239.T2.DP May 17, 2006 3 SECTION 13311 NETWORK EQUIPMENT Rev. 0 b. Special instructions for proper field handling, storage, and installation required by the manufacturer for proper protection, shall be securely attached to the packaging for each piece of equipment prior to shipment. The instructions shall be stored in resealable t_ plastic bags or Qther acceptable_means-of_proterliQn' C. None of the equipment shall be shipped to the site until the room(s) is environmentally suitable. 2. Identification a. Each component shall be tagged to identify its location, tag number, and function in the system. Identification shall be prominently displayed on the outside of the package. 3. Storage a. Equipment shall not be stored out-of-doors. Equipment shall be stored in dry permanent shelters and adequately protected against mechanical injury. If any apparatus has been damaged, the General Contractor, at his/her own cost ancl expense, shall repair such _ damage. If any equipment has been subject to possible damage by water, it shall be thoroughly dried and put through such tests as directed by the Engineer. Any repair or replacement shall be at the cost and expense of the General Contractor. 1.06 PARTIAL PAYMENT SCHEDULE A. The partial payments to the General Contractor for work provided under this Section shall satisfy the following limiting criteria (percent of the lump sum pay for all items and related work provided under this Section): I. Approval of all required submittals - up to 10 percent. 2. Delivery of equipment to job site and properly stored- up to 75 per cent 3. Installation and configuration in Network Room - up to 10 percent. 4. Delivery of final approved O&M manuals - 5 percent 1.07 WARRANTY 182239.T2.DP May 17, 2006 4 SECTION 13311 NETWORK EQUIPMENT Rev. 0 „_ A. Provide equipment warranties per Section 01000, Warranties and Bonds, and herein. B. The warranty for equipment other than Routers shall be for a period of 1 year from the date of delivery to the FWWDIT. Routers shall be for a minimum of 1 year from date of installation/configuration. Note that a minimum renewable service contract of„I yeaf is specified in Table 1331 IA. The Warranty and Service Contract shall be assigned to FWWDIT immediately upon delivery or configuration of the equipment. 1.08 O&M MANUALS A. Prior to final acceptance of the system and Owner training, O&M manuals covering instruction and maintenance on each type of equipment shall be furnished in accordance with Section 01000, Operating and Maintenance Data. B. The instructions shall be bound in three-ring binders with Drawings reduced or folded for inclusion and shall provide the following as a minimum: 1. A comprehensive index. 2. A complete "As Constructed” set of approved shop drawings. 3. A complete list of the equipment supplied, including serial numbers, ranges, and pertinent data. Include stock numbers and name, address, and telephone number of the local supplier. 4. Full specifications for each item. 6. Detailed service, maintenance, and operation instructions for each item supplied. C. The final documentation shall be new documentation written specifically for this project, but may include standard and modified standard documentation. D. The O&M manual requirements outlined in this section may be waived or modified per applicable review comments to the O&M submittal from FWWDIT. E. If the NSI transmits any documentation or other technical information that he/she considers proprietary, such information shall be designated. Documentation or technical information that is designated as being proprietary will be used only for the design, construction, operation, or maintenance of the system and, to the extent permitted by law, will not be published or otherwise disclosed. 182239.T2.DP May 17, 2006 5 SECTION 13311 NETWORK EQUIPMENT Rev. 0 F. The final documentation requirements are as follows: 1. As-built documentation shall include all previous submittals, as described in this specification, updated to reflect the as-built system. Any errors in or modifications to the system resulting from the Factory and/or Field Acceptance Tests shall be incorporated in this documentation. 2. The Hardware Maintenance documentation shall describe the detailed preventive and corrective procedures required to keep the system in good operating condition. Within the complete Hardware Maintenance documentation, all hardware maintenance manuals shall make reference to appropriate diagnostics, where applicable, and all necessary timing diagrams shall be included. PART 2: PRODUCTS 2.01 GENERAL A. Refer to Sections 13700, 13701, and 13702. 2.02 EQUIPMENT SCHEDULE A. List of equipment to be provided is contained in Table 1 at the end of this specification. PART 3: EXECUTION 3.01 3.02 GENERAL INSTALLATION A. The NSI shall furnish labor, materials, equipment, and incidentals per general business practices of the City of Fort Worth, and as specified herein. Although the equipment and services being purchased under this Contract must be in conformance with the contract requirements, it is nonetheless expected that the NSI shall execute the work in a fashion so as to meet the reasonable expectations of the FWWDIT. 3.03 INSTALLATION SERVICES A. The NSI shall deliver, install, assemble, or otherwise make ready the equipment provided under this Section. FWWDIT shall provide written guidelines. 10-. 182239.T2.DP May 17, 2006 6 SECTION 13311 NETWORK EQUIPMENT Rev. 0 3.04 MANUFACTURER'S SERVICES A. Manufacturer's Representative 1. Installation. Comprehensive installation service shall be provided by a designated installation representative of the manufacturer of ROUTERS. - _ installation ser�iGes hall_be for up:_to 4 days Qri site( t_Hally W'I'Pj in. order to install and configure the Router per guidelines set fourth by�*- - FWWDIT. Submit the qualifications of the service representative(s) for approval by Engineer and FWWDIT. Include cost of the any travel and per diem into this service. 3.05 SUPPLEMENTS A. Table 1331 IA,NETWORKING EQUIPMENT PROVIDED UNDER THIS PROJECT. END OF SECTION 182239.T2.DP May 17, 2006 7 SECTION 13311 NETWORK EQUIPMENT Rev. 0 N 00 00 90 00 00 00 d (� d (DX ra N ca Qv i 0N V N O 4) [ cV z ? 5 m to N C z vi o ro 0 m m a vi '� �' ;n X r Q G N C) O Y x N ;N rn .00 C) C) 0 - n c6 v y 00 to to 0o US co X a0 U m v v ?; r `Z .... > C 7 V J y T) J C N a U m � O d LL %- LL ` N N cd O a v 3 C: Q� � � cE 0° CO0cn0 A `a °8c Esc QaE °� o � p � _UmUIV0 °° G v � U � o ca too Y m 0 o m La 0) o m c m c o y '' oo �° °O U b ° � � Y Q o �o a0 � C� oC7 0 a Ga v 0 a. v 00 00 c00 v tm aU -� U 3 Nlu m � m ❑ a ca map sa n0 _ U _ U ❑ m �. o. O odUn cai— ca 3 = m w a m � .t � � m cn — Cl 3 F-- U U a. s. a W N v d > L = U U 00 CN it 0 rA Q C] U CC T O T N N C) O N m Lll O N U 00 Q T C) r T T C) r v to v v er ter ✓ to U o � N 00 W O L0 S .fl O a Lt] 0.1 CU _U ECL .� ca V) o aF 0 w y t ►: > t, v O v v G 91 a o m o A CD Z �. a , � w w oHG M cn w z � a3 z w x F W cx ¢ xx 0G 00 ( 00 00 OC CY •--i v _ ti G ' ` rJ L N o o a -v ev po nC our v 0U ¢ A a R' �°+ o � G/� ca i N ani w >, °a. o. y >, ami �� ° o U G Ci, .� as vii r, w A va 00 p n -- ;n w W t04 is U O x x CG O �; > w ¢ O N N y oo r!] tD E O N i� '� O p —' N H r4 N yam„ e+ O Q� �o i�., 00 e V Q Q> N N kn 0Op W G<1 tI1 ff) kn Qr N Qi O O U CL W O IN a, y a� 3 N y c+ N Ln ° C c4 c� co U � U 3 33 m U Z x a° a r°a O 1 x 3 � 3 3 3 w u z z z z z o C4 Pw .? . y p q p 61 v' O v' O W V) W W W N Z IF TAT E E E E ¢ ww z I I¢ wrr z IZ.Z.w > IZ z lz a� CT' 8? H N L2. 3 � v c -:� ¢ p J . cn .,C .: N Q N a O Nm rn .c- -a G, 71 C: o xU En °' V) V) .01 C> xm Cp N 0. Q t N v >LIZ d.. 00 ?y !� CIO U N . r• td Gn C� cd cC p cd wCd cC1 Cl. rA O E— e3 (, C U {� Cl. y lu 41Opi api v � w �✓ r w 3 o_V v � •�� �" •O .moi U U U 410. va c G sc 8 vim, ta kn kn w W V3 � vN w U U u Admftk Q Q Q Q Q Q Q z z z z z z z SECTION 13320 FIBER OPTIC COMMUNICATIONS SEGMENTS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish, install, test, and make ready fiber optic cables and appurtenances as necessary for the Fiber optic communications segments as indicated on the Drawings and as specified herein. These specifications cover those items that are not otherwise identified in sections 13700 and 13701. B. Furnish multimode and single mode fiber optic cable for the communications segments (indoor/outdoor cable rated ONFR) as described in the specifications and Drawings. See 2.02 A. C. Furnish patch panels, connectors, and other appurtenances as shown in Drawings and as required to support functioning communications segments. 1.02 RELATED WORK A. Delivery, Storage, and Handling in Section 01000. B. Section 13311 —Network Equipment. Section 13700—Security/Access Control System. Section 13701—Closed Circuit Television Systems. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Section 01000, and the following: 1. Complete manufacturer's product data. Product data shall be provided for the data highway cables, connectors, patch panels, spares, and test equipment. Product data sheets shall include the manufacturer's name and catalog number for each item, the manufacturer's descriptive literature, catalog cuts, and any power supply requirements. 2. Certification of compliance in writing stating the fiber optic cable, anticipated layout, and components are compatible, acceptable for use, and in compliance with these specifications. 3. Complete layout and installation proposed that shows cable and conduit routing, materials, cable size and type, pulling lubricant being used, 182239.T2.I)P Wi 119' 1�.. 7/24/2006 S�V� SECTION 13320 6 L1y;!r FIBER OPTIC COMMUNICATIONS SEGMENTS yf^ Rev. 0 installation details, estimated maximum pulling tensions, overall system losses for each fiber, and any and all patch panel locations. 4. Resumes of the certified installation personnel who will actually conduct and supervise the installation. 5. Training plan and schedule for fiber optic cable termination trairiing.' 6. Installation test reports as specified. 7. The Contractor shall provide a fiber optic power budget for each cable run in excess of 500-ft. The budget shall include transmitter power, receiver sensitivity, connector losses, cable losses smd a 3 dB-aging margin. Fiber optic transmission line shall maintain a minimum of 3 dB safety margin. 8. Manufacturer's instructions. 1.04 REFERENCE STANDARDS A. National Fire Protection Association (NFPA) 1. NFPA-70 -National Electrical Code(NEC:) a. Article 770 Optical Fiber Cables and Raceways 2. NFPA 262-2002, Standard Method of Test for Flame Travel and Smoke of Wires and Cables for Use in Air-Handling Spaces. B. Underwriters Laboratories Inc. (UL) 1. ANSI/UL 1581-1991, Reference Standard for Electrical Wires, Cables, and Flexible Cords 2. ANSI/UL 1666-2002, Standard Test for Flame Propagation Height of Electrical and Optical-Fiber Cable Installect Vertically in Shafts. C. Institute of Electrical and Electronics Engineers (I1:EE) 1. IEEE Standard 383 - Flame Retardancy D. Electronics Industry Association/Telecommunications Industry Association (EIA'TIA) I. EIA-STD-RS-455 - Standard Test Procedures for Fiber Optic Fibers, Cables, Transducers, Connecting and Terminating Devices ,loft. 182239.T2.DP 7/24/2006 2 SECTION 13320 FIBER OPTIC COMMUNICATIONS SEGMENTS Rev. 0 E. Fiber Optic Test Method and Instrumentation 1. DOD-STD-1678 F. Where reference is made to one of the above standards, the revision in effect at.the tinte of bid opening shall apply. 1.05 QUALITY ASSURANCE A. The fiber optic cabling system materials furnished under this Section shall be provided by fiber optic manufacturer who have been providing these types of materials for the past 3 years. The fiber optic manufacturer shall provide personnel capable of providing technical assistance and fiber testing during installation. B. The installation of fiber optic cabling system under this Section shall be preformed by a certified installation contractor who has been installing these types of materials for the past 3 years. C. All cabled optical fibers shall be 100 percent attenuation tested. The attenuation of each fiber shall be provided with each cable reel. D. The cable manufacturer shall be ISO 9001 registered. E. The Engineer shall determine, prior to installation,whether a product is an "approved equal" based upon the information listed herein and the manufacturer's data sheets regarding the models specified. Alternate equipment must meet the criteria listed herein and any additional information in the manufacturer's data sheets in order to be accepted as an "Approved Equal." Supplier must furnish five working installation references for any alternate equipment along with owner, contact, and telephone number. 1.06 DELIVERY, STORAGE, AND HANDLING A. The cable shall be packaged in cartons and/or wound on spools or reels, Each package shall contain only one continuous length of cable. The packaging shall be constructed so as to prevent damage to the cable during shipping and handling. B. When the length of an order requires a large wooden reel, the cable will be covered with a three-layer laminated protective material. The outer end of the cable shall be securely fastened to the reel head so as to prevent the cable from becoming loose in transit. The inner end of the cable shall project into a slot in the side of the reel or into a housing on the inner slot of the drum, in such a manner and with sufficient length to make it available for testing. 182239.T2.DP 7/24/2006 3 SECTION 13320 FIBER OPTIC COMMUNICATIONS SEGMENTS Rev. 0 C. Test tails shall be at least 2 meters long. The inner end shall be fastened so as to prevent the cable from becoming loose during shipping and installation. Reels shall be permanently marked with an identification number that can be used by the manufacturer to trace the manufacturing history of the cable and fiber. -k D. Wooden reels shall be plainly sharked to indicate the direction in which it should be rolled to prevent loosening of the cable on the reel. E. The attenuation shall be measured at 850 nm and 1,300 nm for multimode fibers. The attenuation shall be measured at 1,310 nm and 1,550 nm for single-mode fibers. The manufacture shall ship the test resultsalong with the fiber. F. Packaging 1. The completed cable shall be packaged fo:r shipment on non-returnable wooden reels. Itis the responsibility of the Contractor to determine all required cable lengths. 2. Top and bottom ends of the cable shall be available for testing. 3. Both ends of the cable shall be sealed to prevent the ingress of moisture. 4. Each reel shall have a weatherproof reel tag attached identifying the reel and cable. 5. Each cable shall be accompanied by a cable data sheet. PART 2 PRODUCTS 2.01 MANUFACTURERS A. CommScope B. In order to maintain commonality with existing fiber installation, there is no approved equal for this project. 2.02 FULLY WATER BLOCKED FIBER OPTIC CABLE (OIJTDOOR/INDOOR) A. General Considerations 1. The cable shall meet all requirements stated in the specification. 2. Connectors 182239.T2.DP 7/24/2006 4 SECTION 13320 FIBER OPTIC COMMUNICATIONS SEGMENTS Rev. 0 a. Provide ceramic ferrule ST style connectors with steel or composite hardware for all fiber optic connections. The connectors shall be designed for use with 62.5/125 micron cable (multimode), or single mode cable, and shall be capable of operating in a range of 0 to 80 degrees C. Each connector shall cause a maximum signal attenuation of 0.375 dB. All fiber optic cables shall be tested for performance and loss after termination and installation'to verify that at least a 3 dB power safety margin is obtained between all transmitters and receivers. Test data for each fiber and safety margin calculations for each fiber path shall be provided to the Owner and Engineer after installation to verify conformance with this specification. (1) MFC or SFC series by CommScope (2) Engineer-approved equal. 3. Cable - Multimode a_ Manufacturer/Make: COMSCOPE R-OXX-LN-6F-Fl 213K Indoor/ Outdoor. .�. b. XX= 24 fiber(twelve pair) cable, or 12 fiber (six pair), or 6 fiber (three pair) C. 62.5/125um High Performance Fiber. d. No approved equal. 4. Cable—Singlemode a. Manufacturer/ Make: COMSCOPE R-0YY-LN-8W-F12BK Indoor/ Outdoor. b. YY= 12 fiber(six pair) cable, or 6 fiber(three pair) cable. C. 8.3/125um High Performance Fiber. d. No approved equal. B. Fiber Characteristics 1. All fibers in the cable must be usable fibers and meet required specifications. 2. Each optical fiber shall consist of a doped silica core surrounded by a concentric silica cladding. The fiber shall be matched clad design. 18223972.13P 7/24/2006 5 SECTION 13320 FIBER OPTIC COMMUNICATIONS SEGMENTS Rev. 0 3. Multimode'.The multimode fiber utilized in the cable specified-herein shall �. meet EIA/TIA-492A-1989, "Detail Specification for 62.5 µm Core Diameter/125 µm Cladding Diameter Class la Multimode, Graded index Optical Waveguide Fibers." a. Core diameter: 62.5 plus or minus 2.5 µm. T + b. Cladding diameter: 125.0 plus or minus 1.0µm. C. Core-to-Cladding offset: less than or equal to 1.5 µm. d. Cladding non-circularity: less than or equal to 1.0 percent. Defined as: [1 - (min. cladding dia. _max. cladding dia.)] x 100 e. Core non-circularity: less than or equal to 5.0 percent. Defined as: [1 -(min. core dia. _max. core dia.)] x. 100 f. Coating diameter: 245 plus or minus 10 µm. g. Colored fiber diameter: nominal 250 µm. h. Graded index. i. Numerical Aperture: 0.275 plus or minus 0.015 µm. 4. Single-mode: The single-mode fiber utilized in the cable specified herein shall conform to the following specifications: a. Typical core diameter: 8.3 to 9.5 µm. b. Cladding diameter: 125.0 plus or min is 0.7 pm. C. Core-to-Cladding offset: less than or equal to 0.5 gm. d. Cladding non-circularity: less than or equal to 1.0 percent. Defined as: [1 -(min.cladding dia. _max.cladding dia.)] x 100 e. Coating diameter. 245 plus or minus 10 gm. f. Colored fiber diameter. nominal 254 µm. 182239.T2.DP 7/24/2006 6 SECTION 13320 FIBER OPTIC COMMUNICATIONS SEGMENTS Rev. 0 g. Attenuation uniformity: No point discontinuity greater than 0.10 dB at either 1,310 tun or 1,550 nm. h. Attenuation at the water peak: The attenuation at 1,383 plus or minus 3 nm shall not exceed 0.32 dB/km for loose tube cables. Cutoff wayeleneh:--The°cabled.fiber cutoff wavelength shall be- <1,260 nm. j. Mode-Field diameter: 9.2 plus or minus 0.3 µm at 1,310 nm and 10.4 plus or minus 0.5 µm at 1,550 nm. k. Zero dispersion wavelength Qj- shall be greater than or equal to 1302 nm and less than or equal to 1322 nm. 1. Zero dispersion slope(So): less than or equal to 0.092 ps/(nm2-km). M. Fiber polarization mode dispersion(PMD): less than or equal to 0.06 ps/(nm2 km). C. Fiber Specification Parameters 1. Required Fiber Grade- Maximum Individual Fiber Attenuation. 2. (Multimode only) The minimum normalized bandwidth of multimode optical fibers shall be greater than or equal to 200 MHz-km at 850 nm and greater than or equal to 500 MHz-km at 1,300 nm. 3. The fiber manufacturer shall proof-test 100 percent of the optical fiber to a minimum load of 100 kpsi. D. Specifications for Cables 1. Cable shall be flame-retardant, UV stabilized, fully water blocked for use in indoor/outdoor applications. Cable shall be suitable for installation in duct, aerial, and riser environments. Cable shall meet NFPA 70 (NEC) Article 770.179 (B) OFNR specifications and not require transition splicing upon building entry in order to meet fire codes. 2. Optical fibers shall be placed inside a buffer tube. 3. Each buffer tube shall contain up to 12 fibers. 4. Each fiber shall be distinguishable by means of color-coding according to .r. TIA/EIA-598-C, "Optical Fiber Color Coding." 182239.T2.DP 7/24/2006 7 SECTION 13320 FIBER OPTIC COMMUNICATIONS SEGMENTS Rev. 0 5. Buffer tubes containing fibers shall be ail or-coded with distinct and recognizable colors according to TIA/EIA-598-, "Optical Fiber Color Coding." 6. In buffer tubes containing multiple fibers, the colors shall be stable across the specified storage and operating temperature-range and not subject to fading or smearing onto each other or into the gel filling material. Colors shall not cause fibers to stick together. 7. Buffer tubes shall be kink resistant within the specified minimum bend radius. 8. Fillers may be included in the cable core to lend symmetry to the cable cross-section where needed. 9. The central anti-buckling member shall consist of a glass reinforced plastic rod. The purpose of the central member is to prevent buckling of the cable. 10. The cable core shall contain a water-blocking material. The water blocking material shall be non-nutritive to fungus, electrically non-conductive and homogenous. It shall also be free from dict and foreign matter and shall be readily removable with conventional nontoxic solvents. Cable shall contain water blocking threads between tubes. 11. The cable shall contain at least one ripcord under the sheath for easy sheath removal. 12. Tensile strength shall be provided by a combination of high tensile strength dielectric yarns. 13. The high tensile strength dielectric yarns small be helically stranded evenly around the cable core. 14. The cable jacket shall be a pressure extruded flame retardant PVC containing UV stabilizers. The jacket shall be continuous, free from pinholes, splits, blisters or other imperfections. 15. The cable jacket shall contain no metal elements and shall be of a consistent thickness. 16. Cable jackets shall be marked with manufacturers' name, sequential meter or foot markings, the year of manufacture, and a telecommunication handset symbol, as required by Section 350G of the National Electrical Safety Code 182239.T2.DP 7/24/2006 8 SECTION 13320 FIBER OPTIC COMMUNICATIONS SEGMENTS Rev. 0 .-� (NESC). The actual length of the cable shall be within plus or minus 1 percent of the length markings. The marking shall be in contrasting color with the cable jacket. The height of the marking shall be approximately 2.5 mm. 17. The maximum pulling tension shall be 2700 N (607 lbf) during installation r (short term) and 800 N (180 lbf) long term installed. - 1 18. The shipping, storage, and operating temperature range of the cable shall be minus 40 degrees C to plus 70 degrees C. The installation temperature range of the cable shall be minus 30 degrees C to plus 60 degrees C. 19. When tested in accordance with FOTP-3, "Procedure to Measure Temperature Cycling Effects on Optical Fibers, Optical Cable, and Other Passive Fiber Optic Components," the average change in attenuation at extreme operational temperatures (minus 40 degrees C to plus 70 degrees C) shall not exceed 0.50 dB/km with 80 percent of the measured fibers not exceeding 0.25 dB/km for multimode fiber. E. General Cable Performance Specifications 1. Provide reference information on cable performance under the following tests: a. FOTP-82, "Fluid Penetration Test for Fluid-Blocked Fiber Optic Cable." b. FOTP-81, "Compound Flow (Drip) Test for Filled Fiber Optic Cable." C. FOTP-41, "Compressive Loading Resistance of Fiber Optic Cables." d. FOTP-104, "Fiber Optic Cable Cyclic Flexing Test." e. FOTP-25, "Repeated Impact Testing of Fiber Optic Cables and Cable Assemblies." f. FOTP-33, "Fiber Optic Cable Tensile Loading and Bending Test." g. FOTP-85, "Fiber Optic Cable Twist Test." h. FOTP-181, "Lightning Damage Susceptibility Test for Optic Cables with Metallic Components." 182239.T2.DP 8/1/2006 9 SECTION 13320 FIBER OPTIC COMMUNICATIONS SEGMENTS Rev. 0 - . 2.03 TIGHT BUFFERED DISTRIBUTION FIBER OPTIC CABLE (INDOOR) - Not Used This Project 2.04 PATCH CABLES, FIBER CONNECTORS A. Manufacturers -67 1. CommScope. 2. No approved equal. B. Connectors I. Provide ceramic ST style connectors for all fiber optic fibers. The connectors shall be designed for use with 62.5/125 micron cable, and shall be capable of operating in a range of mints 40 to 75 degrees F. Each connector shall cause a maximum signal attenuation of 0.375 dB. Connector specifications shall be as follows: a. Insertion loss(typical): 0.5 dB. b. Durability(mating cycles): 1,000 (minimum). C. Repeatability: Less than 0.2 dB. d. Operating Temperature: minus 40 to plus 75 degrees F. C. Fiber Optic Patch Cables and Connectors I. Fiber optic patch cable shall be 2 fiber zipcord 62.5/125 core/clad micron multimode riser rated cable. 2. Installation of patch cables shall include all spares and observe the minimum fiber bend radius and strain relief. 2.05 PATCH PANELS A Manufacturers 1. For Rack mounted fiber distribution and patching use CommScope products with appropriate adapter panels (RFE-PNL-006-MFA-ST06- BK/4U for multimode and RFE-PNL-006-SFA-ST06-BK/4U for single mode). 2. Or Engineer/ Owner approved equal. 182239.T2.DP 8/1/2006 10 SECTION 13320 FIBER OPTIC COMMUNICATIONS SEGMENTS Rev. 0 B. Patch Panels: Suitable for Rack mounting, comprised of internal mounting plate, cable holders, slack cable take up/organizer blocks, patch block with connectors, and ground lugs as indicated. Patch panels shall be suitable for multimode or single mode fiber. Patch panels shall be suitable for ST connectors. The patch panels shall be sized to handle the number of fibers indicated on the Drawings. All fibers skull be terminated in.the patch panel., C. All fibers shall be terminated in the patch panel and fully tested. No more than six connectors per panel so that there is room to grasp a connector without disturbing surrounding connectors. 182234.T2.DP 8/1/2006 11 SECTION 13320 FIBER OPTIC COMMUNICATIONS SEGMENTS Rev. 0 D. Fiber Termination Boxes(Patch Panels). Item Location Tag Ports Mount Model Number Style �1 South Holly Equipment SH-FDU 1 144 Rack CommScope Shelter 72/144/28f;-port RFE-FXD-EMT-BK/4U Rack Mlount- - ' int6rcbnneet Center(4RMS) 2 South Holly High SH-FDU2 24 Wall CommScope Service PS 24/48/96-:)ort WFE-024-MFASTO"W4P Wall Mount Interconnect Center 3 North Holly DOE NH-FDU 1 24 Wail CommScope Building 24/48/96-port WFE-024-MFA-ST06-BW4P Wall Mount Interconnect Center 4 North Holly High NH-FDU 24 Wall CommScope Service PS 24/4&%-port WFE-024-MFASTO"W4P Wall Mount Interconnect Center 5 Eagle;Mountain WTP EM-FDUI 144 Rack CommScope Administration 72/144/288-port RFE-FXD-EMT-BK/4U Building Rack Mount Interconn+:!ct Center(4RMS) 6 Eagle Mountain WTP EM-FDU2, 24/48/96-port Wall CommScope Electrical Buildings 1, EM-FDU3, Wall Mount WFE-024-MFA-STO6-BW4P 2 and 3 EM-FDU4 Interconnect Center 7 Eagle Mountain ATP EM-FDU5 72 Rack CommScope Filter Gallery 72/1441288-•port RFE-FXD-EMT-BK/4U Expansion Rack Mount Interconnect Center(41RMS) 8 Eagle Mountain WTP EM-FDU6 72 Rack CommScope Main Gate 72/144/288-port RFE-FXD-EMT-BK/4U Rack Mau it Interconnect Center(4RMS) 182239.T2.DP 8/1/2006 12 SECTION 13320 FIBER OPTIC COMMUNICATIONS SEGMENTS Rev. 0 Item Location Tag Ports Mount Model Number Style 9 Village Creek WWTF VC-FDUI 144 Rack ConunScope Administration Bldg 72/144/288-port RFE-FXD-EMT-8K/4U Rack Mount Interconnect Center(4RMS) 10 Village Creek WWTF VC-FDUI, 72 Rack CommScope Screenings Building VC-FDU2 72/144/288-port RFE-FX3-EMT-BK/4U and Warehouse Rack Mount Interconnect Center(4RMS) 11 Remote Sites AM-FDUI, 12 Rack CommScope CO-FDUI, Fiber Connect RFS-FXC-024-MFA-sT06 EP-FDUI, Panel (1 RMS) ER-FDUI, LW-FDUI, NB-F-DU1, ST-FDUI, WE-FDU 1 182239.T2.DP 8/1/2006 13 SECTION 13320 FIBER OPTIC COMMUNICATIONS SEGMENTS Rev. 0 2.06 SPARE PA12TS AND TEST EQUIPMENT A. Spare Parts 1. Provide 5 spare patch cables with ST connectors 'both ends) terminated for multimode cable. ProYj. a5-spare p�tckt;gables wit�t$T connector i bctt4 9r>4� t iriateci - _ mode cable. B. Test Equipment-Micro OWL/Dual OWL/Laser OW Test Kit for MulitMode and Single Mode fiber test kit. PART 3 EXECUTION 3.01 GENERAL A. Provide all material, equipment, and labor to install and test the fiber optic cables as indicated and as specified. B. Installation shall be in accordance with the National Electrical Code. C. Installation shall comply with ELVTIA Standards 568 and 569. D. Fiber optic cables shall be continuous from component to component as shown on the Drawings. Intermediate fiber splices shall not be allowed. E. Provide delivery, storage, and handling of materials and equipment in accordance with Section 01000. 3.02 INSTALLATION A. All cable, other than in direct buried applications, steal:'. be installed in conduit. B. Inspect raceway prior to pulling cables. Notify the En,_;ineer of any conditions that would prevent installation of the specified cables before proceeding with the installation. Rod and swab out ducts prior to installing cables. C. Install non breakout cables in conduit systems inside buildings and structures. D. Pull rabies prior to attachment of connectors. E. Pull cables by directly pulling only on the strength member. F. Lubricate cables with lubricants specially formulated for fiber cabling jackets during installation. Do not exceed cable manufacturer's specifications for tensile strength and bending radius. Pulleys used to aid in the installation of the fiber optic cable must be sized according to the minimum bending radius. The pulling tension of all fiber cables during 182239.T2.DP 8/1/2006 14 SECTION 13320 FIBER OPTIC COMMUNICATIONS SEGMENTS Rev. 0 installation shall be recorded using a strip recorder. The printout of the strip recorder shall be submitted to the Engineer. G. Do not make splices in cable unless approved by the Engineer. Splices shall be made in designated enclosures above ground only. Provide adequate put-up lengths on cable reels to make termination-to-termination runs without splices. Where splices are unavoidable, subject to the approval of the Engineer, provide fusion splices with attenuation losses of 0.3 dB or less. Make splices watertight and provide mechar ical protection equal to the cable jacket, or better. H. Provide breakout kits, signal transceivers, power supplies, patch panels,pigtails, and jumpers as required and as indicated to install a complete data highway communications network. I. Support cables in riser conduits at intervals-as required by National Electric Code. J. Installation tools and materials shall be approved by the cable installer. K. Within manholes,protect cable by providing flexible,corrugated, polyethylene slit duct. Connect slit duct to duct bank by using hose clamps. Support duct at 10-ft intervals. 3.03 IDENTIFICATION A. Label each termination point. B. Tag each cable injunction boxes, manholes,and hand holes. Provide permanent nylon/plastic tie-wrap type tags with waterproof markings. C. Label each cable,buffer tube, and fiber with permanent waterproof typewritten tags. 3.04 PHYSICAL,CHECKOUT A. General Procedures 1. Conduct physical checkout of the fiber optic data highway network. 2. Physical checkout shall be performed prior to functional testing. B. Check Procedures 1. Verify that fiber optic cable reels have been off-loaded from truck carefully and not damaged. 2. Submit to the Engineer all test data provided by the fiber manufacture. 3. Verify that the optical fibers of the cable assembly are the type and quantity as specified and as recommended by the Instrumentation System Supplier, 182239.T2.DP 7/24/2006 15 SECTION 13320 FIBER OPTIC COMMUNICATIONS SEGMENTS Rev. 0 4. Verify that cable construction is the type specified. 5. Verify that fiber optic patch panels have been installed plumb and level at locations indicated. 6. Verify that optical fiber connections or terminations within patch panels and splice }_ clojures are in-accQr ttee witti.caba manu aqtktrer's-�ecomfnendations. 3.05 FIELD AND FUNCTIONAL TESTING A. Make the following site tests before removing cable from cable reels: 1. Determine attenuation losses of each fiber from end to end. Use an optical time domain reflectometer(OTDR)to capture and record. Provide OTDR captured data testing results in both original OTDR format and PDF file format. 2. Submit to the Engineer all test data and models of test equipment, calibration standards, and tests. All testing results shall be in original format and PDF file format. B. Make the following field tests after cable and connector installation: 1. All fiber optic cables shall be tested for performance and loss after cable installation and connector termination to certify that at least a 3 dB power safety margin is obtained between all transmitters and receivers. Test data for each fiber and safety margin calculations for each fiber path shall be provided to the Owner and Engineer after installation to verify conformance with this specification. The following tests shall be performed as a minimum but not limited to: a. Visually inspect terminal connectors for out-of-round condition and surface defects such as micro-chips and cracks using a 20OX (minimum)inspection microscope. b. Check optical continuity of each fiber from terminal to terminal. Use test equipment as specified herein and provic a typewritten report certifying each fiber in every cable. c. Verify the calculated attenuation power losses of each fiber from both the transmit and receive terminals of each dara communications loop(both directions). The light source and opemLi:ag wavelength of the test equipment shall be representative of the actual operating equipment. Use a OTDR. d. Submit to the Engineer all test data and models of test equipment, calibration standard, and tests. All testing results shall be in original format and PDF file format. C. Owner or Engineer may observe testing. Inform Owner/Engineer of testing schedule at least 1 week prior to start of testing. 182239.T2.DP 7/24/2006 16 SECTION 13320 FIBER OPTIC COMMUNICATIONS SEGMENTS Rev. 0 3.06 TRAINING A. Provide training on termination techniques and testing prior to installation. B. Provide training as soon as s possible foliowir►g_submittal of proposed fiber optic cable. 3.07 WARRANTY A. The Contractor shall submit a warranty certificate from the equipment manufacturer. The manufacturer's warranty period shall be concurrent with the Contractor's for 20 years, commencing at the time of final acceptance by the Owner. END OF SECTION 182239.T2.DP 7/24/2006 17 SECTION 13320 FIBER OPTIC COMMUNICATIONS SEGMENTS Rev. 0 SECTION 13700 SECURITY/ACCESS CONTROL SYSTEM PART 1 -- GENERAL 1:1 WORK INCLUDED A. Furnish and install a complete operational security monitoring and access control system as shown in the Drawings and as per the recommendations of the manufacturer. B. Provide the engineering, completion of the detail design, and Shop Drawings for a complete and functional system. C. Provide labor, material, and services to complete the permitting, installation, and performance acceptance testing of the complete and functional system in conformance with the Owner's and the system manufacturer requirements. D. Furnish and install the incidental items not actually shown or specified which are required by good practice to provide a complete and functional system. E. Furnish and install additional security central server hardware configuration, including communication lines/ports, software revision, digiboards, modems, and network cards,required for the system expansion. F. The security access control system shall be integrated with CCTV and Intellligent Video Motion Detection Systems. G. Intent of Drawings: 1. Drawings show general locations of equipment, devices, and raceways unless specifically dimensioned. 2. Drawings does not depict all the required security/access control components, field devices, cabling,jumper cables, interconnects, materials and services. Contractor is responsible for a complete design and installation of the security/access control system. 1.2 RELATED WORK A. Use this Section in conjunction with the following other specifications and related Contract Documents to establish the total requirements for: .�. 1. Section 13701 - Closed-Circuit Television Systems. 18223972.13P March 30, 2006 1 SECTION 13700 SECURITY/ACCESS CONTROL SYSTEM Rev. 0 2. Section 13702 -Intelligent Video Motion Detection Systems. 3. Section 16011 -Basic Electrical Construction Materials and Methods. B. CAUTION: Use of this Section without including;the above-listed items results in omission of basic tequirements. C. In the event of conflict regarding security/access control system requirements between this Section and another section, the provisions of this Section govern. 1.3 SYSTEM DESCRIPTION A. The function of the security/access control (S/ACS) is to ensure that only authorized personnel are permitted ingress and egress to a con-rolled areas of the Owner's property. B. The S/ACS manufacturer is Software House. C. The security/access control system(S/ACS) consists of a Software House C-Cure 800 central server and workstation located in the City of Fort Worth City Hall. The central server is connected to a distributed security panels: Software House iStar, apC/L, apC/8X security control panels. These security control panels are installed at various City of Fort Worth Water Department facilities. D. The security panels are Software House apC/8X, apC/L, and iStar. These security panels are intelligent access control panels with optional input modules, output modules, power supplies, and battery back-up. E. System Operation: 1. 'The remote security panels shall be capable of being programmed from a central programming station or locally at each security panel. 2. 'The S/ACS shall grant access at doors with card readers by comparing the time and location of any attempted entry with information stored in memory. 3. Access shall be granted only when the security card used has a valid entry code at the card reader/terminal for a designated time frame. 4. The central controller shall constantly poll all panels for status. If a panel is disabled, an alarm condition shall be reported audibly and visually. Alarm conditions from the reader/terminal monitoring points shall be instantly reported audibly and visually at the central controller. 5. As part of the S/ACS, certain intrusion detection and access control components are connected into the S/ACS such as microwave sensors, passive infrared interior motion sensors, electrical door strikes, electro-magnetic locks, and vehicle gate controller. 182239.T2.DP March 30, 2006 2 SECTION 13 700 SECURITY/ACCESS CONTROL SYSTEM Rev. 0 6. The S/ACS shall provide bi-directional communications with the CCTV surveillance provided in Section 13701, Closed-Circuit Television Systems. F. System Operator Interface: 1. System activity messages to the operator shall be in plain language (English) text displayed on.a graphical use interface (GUI). .. 2. Operator commands shall be accomplished by selecting from a menu on the terminal. Command descriptions in the menu shall be such that an operator will generally not require an instruction manual to execute authorized system commands. However, a complete operator's manual shall also be supplied. 3. System command access requires operator to enter a password. Each password . shall be assigned to a command level. A command level is a set or subset of system commands. G. Minimum System Reporting Capabilities: 1. Alarm history report - on line, off line suppressed and active. 2. Alarm parameters. 3. Card reader terminal parameters. 4. Holiday report. 5. Card holders identification report. Amok 6. Card holders status report- trace, valid, void, in, out, antipassback. 7. Card holders access permission report - valid/invalid access, expiration. 8. Card holders access history report. 9. Access level/group report. 10. Card readers transaction report. 11. Card readers location report. 12. Time zones identification report. 13. Programming history report. 14. Operator sign on/off report H. Minimum System Operating Capabilities: 1. The security panels shall be capable of being programmed from a central programming station or locally at each security panel. 2. Add cards to memory, with individually programmable valid access times and days. 3. Group load cards having the same access control. 4. Delete cards from memory. 5. Modify access control privileges of individual cards. 6. Define which cards are selected for tracing. 7. Define when doors will have request-to-exit (alarm shunt) implemented. Software shall provide selectable shunt and unlock and shunt only functions. 182239.T2.DP March 30, 2006 3 SECTION 13700 SECURITY/ACCESS CONTROL SYSTEM Rev. 0 8. Define which monitored doors will alarm when forced open and during what time such alarms will take place. 9. Select card-controlled areas that are to operate in an antipassback mode and whether contact closure is required to change antipassback status. 1.0. Manually-unlock doors from the reader/terminal via an emergency door release 11. Define access codes (groups of doors having time/day codes associated with each door). 12. Define holidays. Automatically unlock and relock selected locks by time/day code. 13. Define which card sensors can enable or disable the alarm system. 14. Select card sensors that will generate an alert message when card codes selected for trace are used. 15. Obtain hard copy listings of card codes by any combination of access code, location (in or out), privileged (night mode), and trace status. 16. Obtain hard copy listings of the definitions of door(sensor) and/or monitor point. 17. Obtain hard copy listings of each report type. 18. Obtain hard copy report of current system status. 19. Select access and monitor point activity messages that are output to the system printer(s). 20. Determine if valid access report is required only at certain hours of the day and week for selected sensors. 21. Acknowledge alarm conditions. 22. Select which monitor points are to be monitored at all times and which are monitored only during selected time periods. 23. Select which door(s) and monitor point(s)will actuate output contact(s) on the central controller. 24. Select which monitor points are to generate a latched alarm and which are to report for information purposes only. 25. Define 12-character point and sensor names. 26. Define 12-character operator names. 27. Search by operator selectable criteria shall be provided, including- search by card reader or multiple readers, search by card(s), and search by time period. 1.4 DESIGN CRITERIA A. Failure Mode: Facility doors shall fail secure (close)upon expiration of battery power. B. Wiring: security wiring shall be protected within conduit or raceways. 1.5 QUALITY ASSURANCE 18223972.13P March 30, 2006 4 SECTION 13700 SECURITY/ACCESS CONTROL SYSTEM Rev. 0 A. Electronic Components: Comply with latest applicable standards of EIA; standard industry grade; types and ratings commonly available in local distributor stock. Nonstandard or specially manufactured components may not be used. B. Contractor shall employ the services of an approved security system integrator for progrWminb, calibrating, system startup and testing. Integrator shall have, manufacturer's certification within the last five years. 1.6 COORDINATION A. Security equipment shall be interfaced with and shall be functionally compatible with the site closed-circuit television system provided in Section 13701, Closed-Circuit Television System and per the Drawings. B. Refer to Division 16011 — Basic Electrical Construction Materials and Methods for additional requirements. C. The security system shall be interfaced with and shall be functionally compatible with the perimeter intrusion detection system. D. Installation of security card readers, proximity switches, status switches and request- to-exit devices shall be coordinated. 1.7 SUBMITTALS A. Provide the following submittals: 1. Security access control panel and modules. 2. Card-reader unit. 3. Power supply. 4. Access control door hardware accessories. 5. Door status switches. 6. Electric locks or electro-magnetic locks. 7. Request-to-exit interior motion detection. 8. Outdoor motion sensor with direction control. B. Provide shop drawings. 1. Shop drawings shall indicate a design and the installation requirements for a complete and functional system as per the manufacturer's requirements. 2. Shop drawings shall indicate the changes to the existing Software House C- Cure system and distributed field panels. C. After approval of shop drawings, provide the following within 4 weeks: 1. Graphic hierarchical organization tree showing all graphics and all points. 2. Detailed color conventions proposed for graphics and graphic element states 182239.T2.DP March 30, 2006 5 SECTION 13700 SECURITY/ACCESS CONTROL SYSTEM Rev. 0 3. Proposed text for point descriptions, alarms and status messages.Text and graphics shall be approved prior to data entry. 1.8 WARRANTY -- A. Refer to the Owner's standard requirements and commencement period for the, warranty period. B. The system integrator shall include remaining warranty for existing systems and warranty for new access control system and CCTV surveillance system. PART 2 -- PRODUCTS 2.1 ACCEPTABLE SYSTEM MANUFACTURERS A. Software House. No substitutions allowed. 2.2 CENTRAL SERVER A. The existing central server is a Software House C-Cure Server. B. Central server is connected to distributed security panels and security workstations. 2.3 SECURITY WORKSTATION REQUIREMENTS A. As recommended by manufacturer Software House. 2.4 MONITORS A. The security system monitors shall be(minimum) 17-inch SVGA, capable of non-interlaced operation at 1,024 by 768 pixel resolution with 70 Hz or better refresh rate. 2.5 SECURITY CONTROL PANELS (SCP'S) I. Software House C-Cure iStar, apC/L and apC/8x, intelligent access control and alarm control panel, software, network connectivity, card reader interface modules, auxiliary input modules, auxiliary output modules,power supply and batteries. 2. Network connectivity with existing central server. r.. 182239.T2.DP March 30, 2006 6 SECTION 13700 SECURITY/ACCESS CONTROL SYSTEM Rev. 0 2.6 CARD-READER UNITS A. Software House RM Series Card Readers, reader modules, and auxiliary relay modules. Software House multi-technology reader. B. Connectivity to,Softwaie,House access control and alarm monitoring control panels. If required, furnish and install a Software House RM-4 Reader Module. C. Gate entrance: card reader units shall provide a long read range distance of a minimum of 8-inches. Furnish and install a pedestal mount. Install card reader on weather shroud enclosure. 2.7 POWER SUPPLY A. Power supply units shall convert the available commercial power to the power required by system and external devices, as well as power on/off switching, fault protection, and power-on indication. B. Power supply units shall be of the uninterruptible type with sealed batteries to maintain system operation during 4 -hour power outage. ,.� C. Software House, Model apS Advanced Power System and batteries. 2.8 STATUS SWITCHES A. The status switch shall be a reed switch with magnet, UL listed for central station direct-wire circuits: 1. Switch suitable for indoor and outdoor use. 2. Switch rated at 120V, 50 mA, and 100,000 operations. 3. Switch suitable for use with metal doors and frames. Switch shall change status when 3/8 inch is exceeded. 4. Switch and magnet shall be made for recessed and surface mounting. Surface- mounted switch shall have 3 feet of stainless steel flex conduit permanently attached to its housing with 12 inches of lead at the free end. B. Acceptable Products: 1. GE-Interlogix Series 2200 Overhead Door Mount. 2. GE-Interlogix Series 2300 Overhead Panel Door Magnetic. 3. GE-Interlogix Series 2500 Surface Mount Industrial Wide Gap. 4. GE-Interlogix Series 1076 Steel Door Contact, 5. GE-Interlogix Series 2700—for hatches. .r 182239.T2.DP March 30, 2006 7 SECTION 13700 SECURITY/ACCESS CONTROL SYSTEM Rev. 0 2.9 REQUEST-TO-EXIT INDOOR MOTION SENSOR A. Passive infrared units shall be used for alarm shunting upon exiting on indoor area motion detection: 1. Alarm Contacts: Form-C, N.O. and NC. 2. Power requirements: .I 2V or 24 Vac, 12 or 24V dc, 26mA @12V dc. 3. Mounting plate. Wall or ceiling mounting. B. Acceptable Products: 1. Bosch DS 150/DS 151 Request-to-exit sensor. 2. Software HouseT.Rex Exit Detector. 2.10 MOTION SENSORS -PASSIVE INFRA RED A. Passive infrared sensors shall incorporate both infrared and microwave pattern disruption for alarm activation, and shall be resistant to RFI, vibration, temperature changes and other false alarm sources. Multiple lens options shall be available including standard, wide angle, long range and extra wide angle. Masking template for zoning shall be included with lenses. B. Product requirements: 1. Alarm Contacts: Form-C, N.O. and NC. 2. Power requirements: 12Vdc, 10mA. 3. Range: 45 feet at 90 degrees with standard lens. 4. Housing: metal. 5. Special Requirements: waterproof model for corrosive/wet areas and intrinsically safe model for areas designated on drawings. C. Acceptable Products: 1. Bosch. 2.11 OUTDOOR MOTION SENSOR—DUAL TECHNOLOGY A. Protecting Ladders and Towers: 1. Protech Inc., Model SDI-77XL-DIR-LT, ladder mounting bracket, and junction box. 2. Enable sensor to detect approaching targets. 3. Walk-test sounder. 4. Tamper proof monitoring switch enabled. 2.12 REQUEST-TO-EXIT PUSHBUTTONS (WHERE APPLICABLE) A. Request-to-exit pushbuttons shall have a momentary-double pole double throw (DPDT) contacts. 182239.T2.DP March 30, 2006 8 SECTION 13700 SECURITY/ACCESS CONTROL SYSTEM Rev_ 0 B. Outdoor Use: Weatherproof, gaskted back box. C. Acceptable Manufacturers-- Security Door Controls, Securitron. 2.13 REMOTE ALARM SOUNDER A. Pieta electronic sounder ~ B. Acceptable product: Securitron piezo SonAlert sounder. 2.14 ELECTRIC STRIKES A. Electric Strikes shall be operable with the security/access control system. B. Prep door frame or center-mullion and provide the required accessories to complete the electric strike installation. C. Acceptable product: HES Genesis 9600, HES Model 700-24, HES Model 1006, Von Durpin Series 6000. 2.15 ELECTRIC PANIC DEVICES A. Electric panic devices shall be operable with the security/access control system. B. Prep the door frame and provide the required accessories to complete the installation. C. Acceptable product: Von Durpin electric panic device, power supply, transfer hinges, and accessories. 2.16 ELECTROMAGNETIC LOCK A. Electromagnetic lock shall be operable with the security/access control system. B. Prep the door and door frame to complete the installation. Provide the necessary accessories. C. Acceptable product: Securitron Magnalocks, Von Duprin Electromagnetics. 2.17 KEYPAD A. Electric keypad devices shall be operable with the security/access control system. B. Provide the necessary accessories. 182239.T2.DP March 30, 2006 9 SECTION 13 700 SECURITY/ACCESS CONTROL SYSTEM Rev. 0 2.18 WIRING A. Wiring types shall be as indicated on the Drawings,. B. Increase wire size as required to accommodate distances and loads. 2.19 INTERCOM A. Furnish and install a complete and fully-functional Intercom system in the Guardhouse area. The system will allow persons entering or exiting the plant to communicate with the Guardhouse and the operations area. B. The intercom system inside the Guardhouse shall have,one desktop terminal, one intercom server, intercom interface server if required, and other devices needed for a fully functional system. The intercom system shall contain a terminal in the plant's operation control area to allow operating staff to communicate with devices in the Guardhouse area. C. The intercom system shall be integrated with the gate control module to allow operators in the control room to open the gate if a guard is not available in the Guardhouse. D. Coordinate with Owner for the intercom system configuration. The system configuration shall completely meet the plant's intercom operation requirements. E. Manufacturer: Commend F. Intercom desktop terminal: EE 872 or equivalent G. Intercom server: GE200 or equivalent. GEI200 if needed. PART 3 --EXECUTION 3.1 INSTALLATION A. Mount card reader sensors 36 inches above finished floor (or grade, if outside). B. Card readers, contact modules, terminal cabinets and SCP locations shown are approximate. Coordinate final locations with the Owner. C. Coordinate the mounting of status switches, card readers, proximity switches, status switches and request-to-exit devices with the owner. 182239.T2.DP March 30, 2006 10 SECTION 13700 SECURITY/ACCESS CONTROL SYSTEM Rev. 0 D. Electrical Requirements: electrical wiring and conduit connections to security devices shall be made in accordance with and using components meeting the requirements of Section 16011, Basic Electrical Construction Materials and Methods. E. Cabling: Cabling and interconnecting wiring shall be as indicated on the Drawings and as requited to provide a complete and functional system. Wiring shall use a consistent color code throughout the systems. F. Electrical identification: 1. Cabling shall be permanently labeled at each end and and in every panel, junction box, and field device termination. 2. Field devices shall be labeled with the S/ACS address or identification tag provided by system integrator. G. Field devices, which may allow energy to reverse in polarity or otherwise introduce voltage spikes back into the network of security wiring, shall include diode suppression as recommended by the system manufacturer. H. Field devices shall be mounted.to back boxes. I. Connections to all external wiring between the security panel and the card AOftk reader/terminal shall be made on terminal strips. Connections may be made either with terminal spade lugs set on the conductors with a specail setting tool or with approved pressure type terminal blocks. J. System Conduit and Raceways: System cables shall be installed in conduit raceway systems. K. No 120V ac or higher rated equipment shall be directly connected to the security system. Interposing relays shall be used where 120V ac or higher energy equipment or circuits have to interface with the security system. 3.2 TESTING A. Test programs and procedures shall be created by the Contractor. Test procedures shall have signoff spaces for CH2M HILL, the Owner, and the Contractor. Where Owner-furnished test procedures exist, they shall be used in place of Contractor test procedures. B. The organizing, coordination of personnel, and scheduling of all tests shall be the responsibility of the Contractor. Notification of testing shall be submitted to each testing participants a minimum of 1 week prior to the requested testing date 182239.T2.DP March 30, 2006 11 SECTION 13700 SECURITY/ACCESS CONTROL SYSTEM Rev. 0 C. Final Acceptance Testing -At the completion of installation of panels and field devices, each system shall be tested by the Contractor with a factory-trained field technician. Factory-trained field technician shall have manufacturer certification within the last five years. TkANIN A. Upon completion of training the Owner shall be ab"e to add/delete points and access cards without equipment supplier's assistance. B. Provide 8-hours training to owner staff after installation of system. END OF SECTION 182239.T2.DP March 30, 2006 12 SECTION 13700 SECURITY/ACCESS CONTROL SYSTEM Rev. 0 SECTION 13701 CLOSED-CIRCUIT TELEVISION SYSTEMS PART 1 -- GENERAL 1.1 WORK INCLUDED A. Furnish and install a fully operational and complete closed-circuit television (CCTV) surveillance system. B. Furnish and install a fully operational and complete perimeter intrusion detection system using intelligent video motion detection system. C. Furnish and install the necessary Ethernet network components. D. Provide the engineering, completion of the detail design, and Shop Drawings for a complete and functional system. E. Provide labor, material, and services to complete the permitting, installation, and performance acceptance testing of the complete and functional system in conformance with the Owner's and the system manufacturer requirements. F. Contractor shall be responsible for furnishing and installing incidental items not actually shown or specified which are required by good practice to provide a complete and functional system. G. Intent of Drawings: I. Drawings show general locations of equipment, devices, and raceways unless specifically dimensioned. 2. Drawings does not depict all the required security/access control components, field devices, cabling,jumper cables, interconnects, materials and services. Contractor is responsible for a complete design and installation of the CCTV surveillance system. 1.2 RELATED WORK A. Use this Section in conjunction with the following other specifications and related Contract Documents to establish the total requirements for CCTV systems: I. Section 13700 - Security/Access Control System. 2. Section 13702 —Intelligent Video Motion Detection system. 3. Section 16011 — Basic Electrical Construction Material and Methods. 182239.T2.DP March 30, 2006 1 SECTION 13701 CLOSED-CIRCUIT TELEVISION SYSTEMS Rev. 0 B. CAUTION: Use of this Section without including the above-listed items results in omission of basic requirements. C. In the event of conflict regarding CCTV system requirements between this Section and another section, the provisions of this Section govern. 1-3 SYSTEM DESCRIPTION A. The CCTV system consists of cameras, monitors, digital control equipment, matrix switching equipment, transmitters, receivers, digital video storage and switching equipment, enclosures and cabinets, wiring, and raceways for a remotely controllable and selectable television surveillance system. B. The CCTV surveillance system shall integrate with CCTV matrix switcher, fiber optic transceivers, and digital video matrix and proposed intelligent video motion detection system. C. The CCTV surveillance system shall integrate with the access control system. D. The acceptable CCTV system manufacturer is Pelc:o. E. The perimeter intrusion detection system is based on intelligent video motion detection/analysis and consists of cameras,monitors, video signal processing •� modules, transmitters, receivers, video storage, video distribution amplifiers, switching equipment, cameras, camera mounting poles, enclosures, cabinets, cabling, power, raceways and system programming;. F. The perimeter detection system as specified in Section 13702 is a separate system with different function from the CCTV surveillance system. The perimeter detection system is specifically intended to detect, alarm, and assess the presence of intruders from the perimeter of a site. 1.4 QUALITY ASSURANCE A. Electronic Components: Comply with latest applicable standards of EIA, standard industry grade,types, and ratings commonly available in local distributor stock. Nonstandard or specially manufactured components may not be used. B. Contractor shall employ the services of an approved CCTV system integrator for programming, calibration, system startup, and testing. The integrator shall have a minimum of five years experience. C. Contractor shall have manufacturer certification within the last five years. 182239.T2.DP March 30, 2006 2 SECTION 13701 CLOSED-CIRCUIT TELEVISION SYSTEMS Rev. 0 1.5 COORDINATION A. CCTV equipment shall be interfaced with and shall be functionally compatible with the site security system provided in Section 13700, Security/Access Control System and per the Drawings. 1.6 SUBMITTALS A. Provide the following within 4 weeks of award of Contract: 1. Shop drawings. 2. Written determination of the following at each camera location, considering intended camera coverage areas, camera fields of view, ambient lighting levels, and serviceability: a. Lens type and focal length. b. Mounting and housing recommendations. C. Estimate of call up response time for each camera. 1.7 MAINTENANCE SERVICE A. For 2 years after acceptance, provide a maximum 12-hour response to calls for any adjustments or repairs required to keep the system fully operational without additional charge to the Owner. PART 2 -- PRODUCTS 2.1 ACCEPTABLE CCTV SYSTEM MANUFACTURER A: Pelco Closed Circuit TV Systems. No substitutions allowed. 2.2 CAMERAS A. CCD Day/Night Camera: Pelco CC3770UH-6 B. Integrated Dome Camera System: Pelco Spectra III SE Series Dome System. 2.3 CAMERA LENSES A. Provide the following lenses: 3.7mm, 6mm, and 12mm fixed focal length/auto iris; 8 to 48mm and 7.5 to 75 mm focal length zoom/auto iris. B. Field verify optimal lens type for each camera location with Owner and Engineer, demonstrating on monitor actual viewing images based on proposed lens. Order and install the appropriate quantity of each type of lens. i.. 182239.T2.1)P March 30, 2006 3 SECTION 13701 CLOSED-CIRCUIT TELEVISION SYSTEMS Rev. 0 C. Acceptable manufacturer is compatible with Pelco cameras. 2.4 MONITORS A. 20-inch Size LCD Display: 1. Horizontal display: approximately 20-inch diagonal screen. ?. Resofution: 1'600x1200 3. Video compatibility: VGA, NTSC, M-NTSC, PAL (selectable), HDTV. 4. Video input: analog and digital. 5. Operating Power: 100 to 240 Vac, 50/60 Hz,, switchable. 6. Acceptable manufacturer: Panasonic, Sony, 'ViewSonic, Elo B 10-inch Color CCTV Monitor 1. Horizontal display: 10-inch diagonal screen 2. Horizontal Resolution: 350 TV lines 3. Input Voltage: 100-240 VAC, 50/60 Hz auto-ranging 4. Manufacturer and Model Pelco, PMC l OA or equivalent 2.5 DIGITAL RECORDING EQUIPMENT A. SERIES DIGITAL VIDEO RECORDER 1. Pelco Model DX8000 Series, 16-input channel, 1-TB storage. 2. The DVR shall be configured to meet the owner's requirements. 2.6 MATRIX SWITCHING EQUIPMENT A. Matrix System: Provides synchronized,programmable, user-controlled sequencing of cameras.on multiple monitors, with bidirectional connection to security/access control system. B. Acceptable manufacturer: Pelco 2.7 VIDEO DISTRIBUTION AMPLIFIER A. Video distribution amplifier, 1 input x 4 output video distribution, equal video signal strength on each output, unused ports are self terminating. B. Acceptable product: GE Security KTS-250 or KTS.-250-16. 2.8 FIBER OPTIC TRANSMISSION EQUIPMENT A. Fiber Receiver/Transmitter Unit: Transmits video and receives data over fiber. Pan/tilt/zoom control and video signals to simultaneously transmit over shared fiber strand. The units shall be rated for multimode fiber extended distance. 1. Accpetable manufacturer: Pelco.. ^ 182239.T2.DP March 30, 2006 4 SECTION 13701 CLOSED-CIRCUIT TELEVISION SYSTEMS Rev. 0 2.9 CAMERA HOUSINGS AND ENCLOSURES A. Indoor Dome Enclosure With Integrated Pan/Tilt Drive: 1. Pan Drive Speed: Variable up to 270 degrees per second. 2. Tilt Drive Speed: Variable up to 110 degrees per second. .3. Operating Temperature Range: 3 5 to 140 degrees F. 4. Operating Humidity range: zero to 90 percent.relative.humidity, nonconderising. 5. Video Connectors: Input via BNC connector,power via screw terminal blocks, control input/output via screw terminal blocks, relay output via RJ-45, alarm input via RJ-45 connector. .6. Mounting: Optional in-ceiling flush mount or pendant mount via standard 1-inch NPT pipe thread. 7. Power Requirements: 24 Vac, 60 Hz. B. Outdoor Dome Enclosure With Integrated Pan/Tilt Drive: Formed, high-impact cell-cast acrylic plastic domed housings with black interiors to eliminate possible light reflections. 1. Pan Drive Speed: Variable up to 270 degrees per second. 2. Tilt Drive Speed: Variable up to 110 degrees per second. 3. Operating Temperature Range: minus 40 to 140 degrees F. 4. Operating Humidity Range: 100 percent relative humidity. Heater/blower unit integral to unit. 5. Wind Resistance: Heavy rain or snow driven by winds up to 80 mph. 6. Video Connectors: Input via BNC connector, power via screw terminal blocks, control input/output via screw terminal blocks, relay output via RJ-45, alarm input via RJ-45 connector. 7. Mounting: Pendant mount via standard 1-inch NPT pipe thread. 8. Power Requirements: 24 Vac, 60 Hz. C. Outdoor Environmental Enclosure: 1. Construction: Formed aluminum. 2. Operating Temperature Range: minus 40 to 140 degrees F. 3. Operating Humidity Range: 100 percent relative humidity. 4. Heater/Blower Unit: Integral to unit. Heater activates during temperatures below 68 degrees F. 5. Wind Resistance: Heavy rain or snow driven by winds up to 80 mph. 6. Video Connectors: Input via BNC connector, power via screw terminal blocks, control input/output via screw terminal blocks, relay output via RJ-45, alarm input via RJ-45 connector. 7. Mounting: Tapped hales provided on bottom of unit for mounting and balancing. 8. Power Requirements: 24 Vac, 60 Hz. 182239.T2.DP March 30, 2006 5 SECTION 13701 CLOSED-CIRCUIT TELEVISION SYSTEMS Rev. 0 D. Acceptable manufacturer: Pelco. 2.10 CAMERA PAN/TILT HARDWARE A. Indoor Pan/Tilt Hardware: I. Input Voltage: 24 Vac. -2. Power: 0.27 amp(3 L 1.VA)-. - 3. Connectors: AMP CPC type. 4. Pan Drive: a. Range: Zero to 360 degrees. b. Speed: I20 degrees per second manual mode, 250 degrees per second preset mode. C. Torque: 10 foot-pounds. 5. Tilt Drive: a. Range: Zero to 90 degrees. b. Speed: 40 degrees per second manual mode, 100 degrees per second preset mode. C. Torque: 20 foot-pounds. 6. Maximum Load: 15 pounds at 5 inches from tilt table surface to center of gravity. 7. Construction: Aluminum plate; internal parts corrosion protected. 8. Presets: Minimum of 60 preposition views. B. Outdoor Pan/Tilt Hardware: 1. Input Voltage: 120 Vac. 2. Power: 0.6:amp (72.5 VA). 3. Connectors: AMP CPC type. 4. Pan Drive: a. Range: Zero to 360 degrees. b. Speed: 120 degrees per second manual mode, 250 degrees per second preset mode. C. Torque: 50 foot-pounds. 5. Tilt Drive: a. Range: Zero to 90 degrees. b. Speed: 40 degrees per second manual mode, 100 degrees per second preset mode. C. Maximum Load: 40 pounds at 5 inches from tilt table surface to center of gravity. 6. Construction: Aluminum casting and plate; internal parts corrosion protected. 7. Presets: Minimum of 60 preposition views. C. Acceptable manufacturer: Pelco. 182239.T2.DP March 30, 2006 6 SECTION 13701 CLOSED-CIRCUIT TELEVISION SYSTEMS Rev. 0 .� 2.11 CAMERA POWER SUPPLIES A. Camera power supply shall be sized for at least 20 percent growth, B. Power supplies shall be UL listed. C. Acceptable Manufacturer: Pelco. _. 2.12 UNINTERRUPTIBLE POWER SUPPLY (UPS) A. Uninterruptible power supply shall be sized for at least 20 percent growth. B. UPS shall be capable of providing power to equipment at full load for at least 10 minutes. C. Acceptable product: Eaton Powerware 9125 UPS, 1250VA/ 875 watts, relay card, and Ethernet connection card. 2.13 ETHERNET CONNECTIVITY A. Furnish and install the necessary components, cabling and accessories to complete the Ethernet connectivity. •�► B. Coordinate the installation of router with the local TI provider and the owner. 2.14 RACKS A. See section 13311 —Network Equipment. 2.15 ENVIRONMENTAL ENCLOSURE A. As shown on Drawings. B. Equipment shall be installed in an enclosure that is environmentally controlled and weatherproof. 2.16 WIRING A. Furnish the necessary wiring interconnecting the components of the system as shown on the Drawings. B. Video wiring types shall be fiber optic cable unless otherwise indicated. C. Fiber optic cable installed in underground conduit shall be protected using innerduct, and cables shall be rated for outdoor use. 182239.T2.DP March 30, 2006 7 SECTION 13 701 CLOSED-CIRCUIT TELEVISION SYSTEMS Rev. 0 2.17 KEY PAD A. Furnish and install a full-functional fixed/variable speed PTZ control keypad at Guardhouse. B. Coordinate with Owner for PTZ keypad configuration to meet the Plant CCTV system operation requirement. C. PTZ Keypad shall be Pelco K.BD300A. PART 3 -- EXECUTION 3.1 INSTALLATION A. Camera locations shown are approximate. Locate cameras to yield optimum coverage as approved by the Owner. 3.2 ADJUSTING AND CLEANING A. Clean and touch up components to the satisfaction of Engineer. B. Lenses, equipment enclosures, windows, and monitors shall be clean and free from scratches, mars, etc. 3.3 TESTING ,•1 A. Demonstrate to Owner and Engineer each camera's field of view using proposed lens type. B. Test programs and procedures shall be created by the Contractor. Test procedures shall have signoff spaces for CH2M HILL,the Owner, and the Contractor. Where Owner-furnished test procedures exist, they shall be used in place of Contractor test procedures. C. The organizing, coordination of personnel, and scheduling of all tests shall be the responsibility of the Contractor. Notification of testing shall be submitted to each testing participants a minimum of 1 week prior to the requested testing date. D. Final Acceptance Testing- At the completion of installation of panels and field devices;, each system shall be tested by the Contractor with a factory-trained field technician. Factory-trained field technician shall have manufacturer certification within the last five year. rte. 182239.T2.DP March 30, 2006 8 SECTION 13701 CLOSED-CIRCUIT TELEVISION SYSTEMS Rev. 0 3.4 TRAINING A. Upon completion of training the Owner shall be able to add/delete camera preset positions, add/delete cameras, and make routine minor adjustments without equipment supplier's assistance. B. Provide an 8 hour training on the CCTV surveillance system after the completion of the installation=of the system. END OF SECTION 182239.T2.DP March 30, 2006 9 SECTION 13701 CLOSED-CIRCUIT TELEVISION SYSTEMS Rev. 0 SECTION 13702 INTELIGENT VIDEO MOTION DETECTION SYSTEM PART l -- GENERAL 1.l SUMMARY A. Provide complete, fully operational Intelligent Video Monitor Detection System for the Fort Worth Water Department's following facilities: 1. South and North Holly Water Treatment Plants 2. Eagle Mountain Water Treatment Plant 3. Rolling Hills Water Treatment Plant 4. Village Creek Wastewater Treatment Facility B. The purpose of the Intelligent Video Monitor Detection(IVMD) systems is to detect, categorize, and alarm the presence of intruders on a site's perimeter. The IVMD system at each site receives analog video signals from that site's CCTV system specified in Section 13701 Closed-Circuit Televisions Systems. C. Major components of each IVMD system at each site include, but are not limited to: 1. IVMD detection modules. 2. One IVMD server computer and software. 3. One 1VMD workstation computer and software. 4. One Large screen display. 5. Ethernet switches. 6. One additional CCTV workstation if IVMD workstation is not able to display CCTV cameras at their full resolution. D. Major work items include,but are not limited to, providing materials, labor software, and services for: 1. Completion of the detail design, and Shop Drawings for a complete and functional IVMD system at each site. 2. Furnishing, installing, calibrating, adjusting, functional testing, documenting, starting up, Owner training, and performance acceptance testing for complete IVMD systems. 3. Furnishing two year maintenance service agreement. E. Furnish and install incidental items not actually shown or specified which are required to make each IVMD system complete and functional system that meets the functional and performance of this Contract. F. Intent of Drawings: 182239.T2.DP June 28, 2006 1 SECTION 13702 INTELIGENT VIDEO MOTION DETECTION SYSTEM Rev. 0 1. Drawings show general locations of equipment, devices, and raceways unless specifically dimensioned. 2. Drawings do not depict all the required IVMD system control components, cabling,jumper cables, interconnects, materials and services. Provide complete design and installation of each IVN[D system. G. IVMD Supplier: - - 1. Definition: The company that develops the IVMD detection modules and the IVMD specific software that.runs on these modules and IVMD server and workstation computers. 2. Minimum Scope of Work for IVMD Supplier: a. Provide: IVMD detection modules and the IVMD specific software that runs on these modules and IVMD server and workstation computers. b. Configure applications software necessary to support all specified functional and performance requirements for the IVMD specific software. C. Active participation in the IVMD related work, including its interface with the S/ACS and CCTV systems, for: 1) Completion of detailed design including the Security Policies and Detection Plan 2) Selection of IVMD equipment and standard software runs on IVMD equipment. 3) Submittals. 4) Coordination meetings and coordination workshops. 5) Training plans and training sessions. 6) Test plans, factory demonstration test, functional tests, and performance tests. 3. Vistascape, Inc. SiteIQ or approved equal. 1.2 RELATED WORK A. Use this Section in conjunction with the following other specifications and related Contract Documents to establish the total requirements for CCTV systems: 1. Section 13311 - Network Equipment 2. Section 13320- Fiber Optic Cable System 3. Section 13700- Security/Access Control System. 4. Section 13701 - Closed-Circuit Televisions Systems 5. Section 16011 - Basic Electrical Construction Material and Methods. B. CAUTION: Use of this Section without including the above-listed items results in omission of basic requirements. ro. 182239.T2.DP June 28, 2006 2 SECTION 13702 INTELIGENT VIDEO MOTION DETECTION SYSTEM Rev. 0 1.3 DEFINITIONS A. Abbreviations: 1. CCTV: Closed-Circuit Televisions 2. FWWD: Fort Worth Water Department 3. FDT: Factory Demonstration Test. A. HIYII:Human-Machine Interface. 5. IVMD: Intelligent Video Motion Detection 6. Local Area Network: LAN 7. O&M: Operation and Maintenance. 8. PC: Personal Computer. 9. PTZ: Pan-Tilt-Zoom 10. S/ACS: Security/Access Control System 11. WAN: Wide area network 12. WTP: Water Treatment Plant B. CCTV Camera Types: 1. CCTV Fixed Detection Cameras: a. Used by the CCTV system and IVMD system to fixed views of activities on the site's perimeter. b. Used by the IVMD for automatic detection of moving objects. C. CCTV PTZ Interrogation Cameras: Used by the CCTV system and IVMD system to provide flexible detailed view. C. Instructor Day: 8 hours of actual instruction time. D. Software: 1. Programming of digital devices using all types of programming language. 2. Configuring of digital devices using all types of configuring process. 3. Programs or configuration data stored in read only memory, programmable read only memory, read/write memory, disk, tape, CD, DVD, or other storage device. E. Types of Software: 1. Standard Software: Software packages that are independent of project on which they are used. a. System Software: Application independent (nonproject specific) software developed by digital equipment manufacturers and software companies. Includes,but is not limited to, operating systems; network support, programming languages (C, C++, Visual C++, BASIC, Visual Basic, etc); Office Suites (word processor, spreadsheet, database, etc.); email; security(firewall, antivirus; spam, spyware, etc.) debugging aids; and diagnostics 182239.T2.DP June 28, 2006 3 SECTION 13 702 INTELIGENT VIDEO MOTION DETECTION SYSTEM Rev. 0 b. Vendor Supplied Software: Software packages independent of specific ^ security project on which they are used. Includes, but is not limited to, providing capability for, video processing, data acquisition, monitoring, alarming, human-machine interface, and diagnostics. 2. Application Software: a. Software to provide functions unique to this Project and that are not provided by standard software alone. b. Configuring security policy definitions,databases, tables,displays, reports, parameter lists, and operational strategies required to implement functions unique to this Project. 1.4 QUALITY ASSURANCE A. Electronic Components: Comply with latest applicable standards of EIA, standard industry grade,types, and ratings commonly available in local distributor stock. Nonstandard or specially manufactured components may not be used. B. Contractor shall employ the services of an approved IVMD supplier for programming, calibration, system startup, and testing. The IVMD supplier shall have a minimum of five years experience with IVMD systems. C. Contractor shall have current certification by the IVMD Supplier. 1.5 SUBMITTALS A. Security Policies and Detection Plan: 1. Block Diagrams for IVMD system, CCTV system, and S/ACS. 2. Detection Performance Plan: a. CCTV Detection Camera Details Spreadsheet: A single spreadsheet with one column per camera showing: 1) Tag number(as shown on site drawings), Manufacturer, model number, and link to spec sheet. 2) Resolution (TV lines) of analog video signal. 3) Resolution(pixels)of video framers processed by video detection software. 4) Resolution(pixels) of video frames viewable on NMD workstation. 5) Resolution(pixels) of video frames viewable on CCTV workstation. 6) Mounting location, height, tilt angle, direction pointed, and field of view setting(degrees) for manual .room lenses. 7) Size in vertical pixels of a 1.6 meter(5' 3") standing human at distances of 100, 200, 300, 400, and 500 feet from the camera. 182239.T2.DP June 28, 2006 4 SECTION 13702 INTELIGENT VIDEO MOTION DETECTION SYSTEM Rev. 0 AWAN� 8) Maximum distance from camera(feet) at which there is a very high probability that a moving, 1.6 meter standing human will be correctly classified as a human during daylight with favorable weather conditions. 9) Maximum distance from camera (feet) at which there is a very high probability that a moving, 1.6 meter standing human will be crrctly classified as a human during the night with sever; weather conditions (heavy rain and heavy winds). b. Site Layout Drawing: For each CCTV Detection Camera: 1) Tag name. 2) Camera location and graphic representation of field of view. 3) Within a camera's field of view, mark the distances of 100, 200, 300, 400, and 500 feet from the camera. Distances off-site by more than 100 feet need not be shown. 4) Annotate above"distance marks"to indicate the size(vertical pixels) of a 1.6 meter (5' 3") standing human. 5) Identify and annotate blind spots that are not covered by CCTV detection cameras. C. CCTV Detection Camera Details Explanation: 1) Detailed definition of calculations used in'spreadsheet. 2) Detailed description of assumptions made in construction spreadsheet, calculations, and Site Layout Drawings. 3. Sample Camera Video DVD: For each proposed CCTV detection camera, sample video from a temporally mounted camera of what would be seen by that camera. In the video include a person just outside the fence walking toward the camera, over the distance for which the camera is intended to cover. B. Shop Drawings, Hardware: 1. IVMD System Block Diagrams and Overview Descriptions. 2. Bill of Materials for IVMD System Components: Component name, manufacturer, model number, component description, and quantity. 3. Room Layout Drawings: Show to scale including enclosures, furniture, IVMD System equipment, and service area requirements. 4. Power Connection Diagram: For IVMD System equipment, show interconnection from power sources through uninterruptible power supplies and power distribution panels, to computer and peripherals. 5. Grounding Diagram: For IVMD System equipment show grounding philosophy and implementation. 6. Interconnecting Wiring and Cabling Diagrams: For IVMD System equipment, identify terminal receptacles, cable ID tags, actual cable lengths, and maximum distance limitations between cabinets or components. 7. Component Submittal: For each 17VMD System component: .r a. General data and description. 182239.T2.DP June 28, 2006 5 SECTION 13702 INTELIGENT VIDEO MOTION DETECTION SYSTEM Rev. 0 b. Engineering Specifications and data sheets. C. Scaled drawings and mounting arrangements. d. Equipment weights. e. Power and grounding requirements. f. External electrical interconnection and.interface definitions. 8. Shop Drawings for Racks and EnclosuresJbr Mounting IVMD System Components: a. A complete connection diagrams. b. Data sheets on each major item, annotated as necessary to describe specific items furnished. C. Scaled layout and fabrication drawings. 1) Cable access areas and cable routing. 2) Power termination and ground lug location. 3) Data cable termination points. 4) Anchor bolt size and location. d. Installation and mounting detail drawings. e. Equipment weights. 9. Power Consumption and Heat Dissipation Summary for IVMD System Equipment: Voltages, current,phase(s), and.maximum heat dissipations in Btu/hr. C. Shop Drawings, Software: 1. Standard Software Documentation: a. System Software Documentation: Connplete reference information for system users. Detailed descriptions including features and limitations of software packages. b. IVMD System Software: Detailed technical reference manuals and user level manuals. I) System Manager Documentation: a) Initial system setup. b) Database and file structures. c) Communication between devices connected to IVMD LAN. d) Maintaining system and files. e) Troubleshooting system problems. f) Backup procedures for disk files. g) Optimizing performance. 2) System Engineer Documentation: Configuring, applications software. a) Operating platform server, client, multi-server, multi-client architecture requirements. b) Security policy configuration c) HMI interface general functions. d) Communication divers. .r 182239.T2.DP June 28, 2006 6 SECTION 13702 INTELIGENT VIDEO MOTION DETECTION SYSTEM Rev. 0 e) Development tools. f) Graphics display editor. g) Alarm functionality. h) Historical data logging, data control, and access functionality. i) Report generation. Jl - System security D. Owner Training Plan Submittal: Approval required prior to starting training. E. Testing Submittals: I. Factory Demonstration Test: a. Detailed test plan. Approval required prior to conducting tests. b. Documented test results. 2. Functional Tests: a. Detailed test plan. Approval required prior to conducting tests. b. Documented test results. 3. Final Performance Test: a. Detailed test pian. Approval required prior to conducting tests. b. Documented test results. F. O&M Manuals: 1. O&M Manuals—Hardware. 2. O&M Manuals—Software Documentation. 1.6 COMPLETION OF DETAILED DESIGN A. Schedule: 1. Prior to making shop drawing submittals, the Contractor complete the detailed design of the IVMD system, CCTV system, and S/ACS. 2. Begin the detailed design process by holding coordination meetings to establish the necessary perimeter detection security policies. 3. Determine how the CCTV and IVMD systems will be set up to detect and report violations of the security policies. 4. Submit a"Security Policies and Detection Plan" for each WTP as described under Article SUBMITTALS, Security Policies and Detection Plan. 5. Continue detailed design. 6. Submit shop drawing submittals. B. Coordination Meetings for Security Policies and Detection Plan: 1. Location: FWWD facilities. 2. Attendees: Contractor, Owner, Engineer, and representatives from the S/ACS, CCTV, and IVMD suppliers. �.� 3. Format: Workshop. 182239.T2.DP June 28, 2006 7 SECTION 13702 INTELIGENT VIDEO MOTION DETECTION SYSTEM Rev. 0 4. Session 1: Initial Training ^ a. Overviews of the S/ACS, CCTV system, and IVMD systems and how they interface with each other. b. Introduction to how IVMD systems works. Include live or simulated demonstration of a typical IVMD system with emphasis on the "look and feel' of the human-machine interface. C. Examples of typical security polices and that might be applicable to the WTPs. d. Duration: One day. 5. Session 2: Workshop to Establish Security Policies. a. For each WTP establish the security policies necessary for perimeter detection. b. Duration: One day. 6. Session 3: Camera Locations and System Configuration a. For each WTP establish the best locations and views for CCTV cameras, including requirements for any additional cameras if needed. b. Update the block diagrams for each system. C. Duration: One day. 1.7 MAINTENANCE SERVICE AGREEMENT A. Provide the following special requirements for the IVMD system. 1. Direct support by the IVMD supplier for trouble shooting and resolving hardware and software problems for two years from the day.the system accepted by the Owner. 2. Software Subscription License: For all IVDM system standard software packages, provide and install applicable patches, upgrades, and new versions that become available during the duration of the Maintenance Service Agreement. Refer to PART 2 for definition of"IVDM System standard software packages". 3. Direct telephone support by IVMD supplier. PART 2 -- PRODUCTS 2.1 GENERAL A. Refer to the Security/CCTV Control Block Diagrams in the Drawings for each WTP. Primary components shown include: I. IVMD Detection Modules: a. Detect moving objects in video stream. b. Independent rack mounted units. Failure of one module has no impact on other modules. 182239.T2.DP June 28, 2006 8 SECTION 13702 INTELIGENT VIDEO MOTION DETECTION SYSTEM Rev. 0 C. Provide space in the rack for addition of future modules equal to 50 percent of the module provided under this contract. d. For fixed CCTV cameras, detect the motion of objects, and send data related to this motion to the IVMD Web Server. Send streaming video to IVMD Web Server. e. For CCTV PTZ cameras send streaming video to IVMD Web Server. f. inputs: 1) Connected to CCTV system video distribution amplifiers. 2) Receive analog video signals from all CCTV cameras. g. Outputs: I) Connected by Ethernet switch to IVDM Server. 2) Send Digital video from each CCTV camera, and information moving objects. 2. IVMD Web Server: a. Receives inputs from IVMD detection modules. b. Process and saves information on moving objects. C. Responds to commands from IVMD workstations. d. Manages streaming video to the IVMD workstation. 3. IVMD Workstation: a. Receives data from IVMD server. b. Provides the Human/Machine interface for the 1VMD system. 4. Large Screen Display: a. Driven by the IVMD System Workstation. b. Provides large display of information shown on IVMD Workstation screen. 5. Ethernet Switch: Connects IVMD detection modules, IVMD web server, and IVMD workstations to IVMD-local area network(LAN). 6. Router: Connects IVMD LAN to FWWD wide area network (WAN). 7. Additional CCTV Workstation. If the IVMD Workstation is not able to display video from CCTV cameras in their full native resolution,provide an additional CCTV Workstation adjacent to the IVMD workstation that can provide full resolution displays for all CCTV cameras. B. Application Software: Refer to Part 1, Article DEFINITIONS, Software. I. In addition to supplying all standard software for the IVMDs,provide application software necessary to make the IVMD systems totally operational and able to pass all functional and performance testing. 2. For each WTP, implement the site's"Security Policies and Detection Plan" based on approved submittals for each WTP that document the decisions made during the Coordination Meetings for Security Policies and Detection Plan. C. Latest Equivalent Equipment and Software Components: 182239.T2.DP June 28, 2006 9 SECTION 13702 INTELIGENT VIDEO MOTION DETECTION SYSTEM Rev. 0 L The hardware and software components specified in this Section are based on �'► high performance and quality products that were available in July 2006 from major manufacturers. Under this Contract provide products that: a. Include at least the features specified. b. When installed on site, have the same relative place in the market that the component specified, had in July 2006. For example, if a high performance server is specified herein as having a processor speed of 3.4GHz, and at the time that this processor is delivered the nominal processor speed for high performance servers is 4.4GHz, provide the server with 4.4GHz processor. C. Allow the applications running on these computers to meet all the performance requirements established for these applications. d. Are the latest revision available from the manufacturer for commercial use. 2. The component specifications give both functional and performance requirements. The following are some examples of how these requirements will be applied to proposed components: a. Example 1: If a computer has a functional requirement for two hard drives, and a performance requirement for 50 Gigabytes each, then: I) Provide for that computer at least two hard drives that each have at least 50 Gigabytes. 2) One 100 Gigabyte drive would not be not an acceptable ^ substitution. 3) If the applications running on the computer require more hard drives or larger hard drives in order to operate provide them. 4) If meeting overall system functional or performance requirements requires more or larger hard drives, provide them. b. Example 3: Where a software component is specified by name, for example, Windows XP Professional, supply the current version of the Microsoft Windows operating system that is recommended by the IVMD Supplier for that application. D. Like Equipment Items: 1. Use products of one manufacture and of the s.une series or family of models to achieve standardization for appearance, operation, maintenance, spare parts, and manufacturer's services. 2. Implement all same or similar functions in same or similar manner. 2.2 IVMD SYSTEM FUNCTIONAL AND PERFORMANCE REQUIREMENTS A. General Requirements: 1. Detection and Classification: 182239.T2.DP June 28, 2006 10 SECTION 13702 INTELIGENT VIDEO MOTION DETECTION SYSTEM Rev. 0 .� a. In real-time detect, locate geographically, allow classification and track objects passing through the field of view. b. Classify these objects according to specific user defined criteria including height, width, speed, direction and other characteristics necessary for situational awareness and incident management. C. Display results on the IVMD Workstation. Provide support for multiple 1VMD Workstations. d. Provide this capability under the frill range of weather conditions that are present in Fort Worth, Texas. 2. Human-Machine Interface(HMI) Display: a. Real-time, geographically located, classification by designated type icons that geo-locate the object within a 31), graphical representation of the site. b. Shows on the graphical representation of the site, the boundaries of the security policies that have been defined. C. Audible and visual alarms to allow an operator, once alerted, to manage the incident through the situational display. d. Display dialogue boxes that prompt the operator in protocols in accordance with predetermined policies. e. Capable of identifying, classifying and tracking a minimum of 50 individual objects per camera. 3. Security Policies: a. Totally adaptable to user-defined security policies for the site. b. Provide total flexibility to support numerous different policy regions/zones that generate a variety of responses based on location and threat levels. C. Support for user-definable threat levels comprised of multiple, user- defined alarm policies. d. Programming of policy regions/zones shall be through a single centralized system that integrates individual cameras without the need to program each camera separately. C. Allows boundaries for security policies to be drawn directly on the graphical representation of the site. Coordination of specific cameras with specific security policies is a completely automatic function. When a user draws a security boundary, the system will automatically select and used for detection the cameras that provide provide coverage for the that area. B. 3-D Digital Site Model: Develop a three dimensional digital site model including site customization for: 1. Standard Desktop Model Display: Use as the basis for the situational display for the system. Under normal conditions display model as a "birds eye" view of entire site. As the situation may require, i.e. in the event of an alarm, allow 182239.T2.DP June 28, 2006 11 SECTION 13702 INTELIGENT VIDEO MOTION DETECTION SYSTEM Rev. 0 display to be rapidly rotated by the operator between "birds eye" and ground .� level views. 2. Model Source: Prepare the model from commercially available satellite imagery or Owner provided imagery. 3. Model Updates: Allow digital model to be updated over time to reflect new construction (the addition of new buildings-or features, or modification of existing) or other-6ctivii:ie"s that would impact the topographic and/or physical characteristics of the customer site. 4. C. Real-'rime Video Input Analysis: 1. Detection and Classification of Moving Objo;ts. a. Clarification: The following is a general performance requirement for the CCTV and IVMD systems. Although this is not a description of specific security policies to be implemented at each plant, this performance requirement will be measured during the final Performance Testing. b. Performance Requirement: Together the CCTV and IVMD systems shall have the ability to correctly detect, and correctly classify as hwnan, a moving object: 1) Which is an upright 1.6 meter (5" 3")tall human. 2) At any location outside the perimeter fence of any of the WTPs, but within 20 feet of the site's perimeter fence. •-� 3) At any time of day. 4) With weather conditions that vary from favorable to severe (heavy . rain and heavy winds), as are known to occur in Fort Worth, TX. 2. Show all video identified objects on geographically accurate 3-D digital site model (the Standard Desktop Model Display), 3. AIlow all current and recent object(s) geographical locations being plotted on the same view in the IMVD Workstation display. 4. Using video analysis, combined with CCTV System input, detecting, classify, and tracking object(s) under a wide range of physical and environmental conditions. .5. To reduce false alarm rate, "Tuning out" visual noise caused by small animals, leaves and brush, and other repetitive mechanical movement. Fine tuning is at the discretion of the system administrator. 6. Support detecting, classifying, and tracking a minimum of 50 objects per camera. D. Real-Time Video Display on 1VMD Workstation. 1. Link the video recorded in response to an alarm condition to the user interface to the event data that triggered the alarm. 2. Automatically control CCTV System PTZ intcxrogation cameras (where available) to follow and display object(s)being;tracked by IVMD system. 182239.T2.DP June 28, 2006 12 SECTION 13702 INTELIGENT VIDEO MOTION DETECTION SYSTEM Rev. 0 3. From the IVMD Workstation allow complete manual control and display of CCTV PTZ cameras. 4. If the IVMD Workstation is not able to display CCTV cameras in their full native resolution, provide an additional CCTV Workstation adjacent to the IVMD workstation that can provide full resolution displays for all CCTV camera. E_ Zones, Alert, and Alaim Configurations: I. When an object is detected: a. Trigger an audible and visual representation of the alarm on the IVMD Workstation Standard Desktop Model Display showing the alarm object at its real world location. b. Control a camera PTZ interrogation camera (if any is available) to view the object. 2. Define system policies and rules at the sensor level and at the site model level to determine the object parameters and evaluate potential threats. 3. Allow each policy rule to have one or more threat conditions under which it is active. For example under the highest threat condition 500 foot might be defined as an"early warning zone", while under the lowest threat condition the "early warning zone" might be only 100 feet. 4. In the event of communications failure or interruption of video feeds, trigger an alarm in the IVMD Workstation that describes the location and nature of malfunction for follow-up. Upon notification of a failure allow authorized persons to open a web page illustrating the status of all cameras attached to the system to support diagnosis of the failure. 5. Prioritize alarms in accordance with user defined criteria. As a default, prioritize alarms in the order in which they are received. 6. Allow operators to list and query details about each event. 7. Support alarm correlation with local and Homeland Security Advisory Systems. 8. Support numerous policies that require a variety of responses including "on the fly" configurations by the operator. 9. Allow zones to be generated geographically in real-time by the operator of the Standard Desktop Model Display. F. Command and Control Management: 1. Operational control of IVMD system reside exclusively at the IVMD Workstation. 2. Provide at least three password protected levels of users: Operator 1, Operator 2, and Administration. Limit policy changes to the Administrator level. 3. Upon alarm, display policy based event specific data to the operator. 4. Display predetermined policy protocols via on screen dialogue boxes to prompt the operator in incident management. 182239.T2.DP June 28, 2006 13 SECTION 13702 INTELIGENT VIDEO MOTION DETECTION SYSTEM Rev. 0 G. Reporting and Archiving (Digital and paper): 1. Store detection and alarm events information in a database storage for easy data access by operators and for back-up. 2. Upon alarm, provide the ability to list and query details about each incident. Make alarm logs available on demand by zone, time and/or date for the operator. 3. Provide built in support for digital video recording and archive management for time-lapse, alarm triggered and user initiated recording. Provide a well defined, open interface to allow 3`d party DVR manufacturers to integrate their equipment to the system. 4. Set up IVMD system to access a WTPs.existing DVRs and DVRs provided under this contract. H. Integration with The Security/Access Control System: 1. The IVMD system shall be integrated with Software House access control system. 2. Receive alarms and inputs from the S/ACS from external sensors and display them as icons on the Standard Desktop Model Display. I. System Platform to Provide Support for Future Expansion: 1. Platform: Open, modular architecture, policy based security platform that uses intelligent software operating.on industry standard network and "off the shelf' server technology to manage and distribute input data from multiple surveillance sensors. Provide an open, published XML architecture that allows easy integration with 3rd party equipment and software. 2. Software capability to support the future expansion into laptop, mobile, or other wireless devices. 3. Software interconnect via TCP/IP. 4. Software readily scalable to support multiple cameras, sensors and support policy across a large surveillance area. 5. Software supports input from a minimum of 100 cameras and/or sensors that trigger alarms and correlate events from these sensors including identification of"friendly"objects (authorized objects or animals)to minimize false alarms. 2.3 COMPUTER HARDWARE A. Components: 1. Refer to CCTV and IVMD System Block Diagram in drawings. 2. Quantities, functions, and performance requirements. in the following table are to be interpreted as noted under PART 2 article General, paragraph Latest ]Equivalent Equipment and Software Components. 3. Equipment Specifications: Refer to following table. Requirements are minimums unless otherwise noted. 182239.T2.DP June 28, 2006 14 SECTION 13702 INTELIGENT VIDEO MOTION DETECTION SYSTEM Rev. 0 4. Only the major required components are listed in the following table. Provide all additional components necessary to make the IVMD system fully operational and meeting all specified functional and performance requirements. 5. Manufacturer for IVMD Workstations and IVMD Web Servers: Dell, no substitutions allowed. 182239.T2.DP June 28, 2006 15 SECTION 13702 INTELIGENT VIDEO MOTION DETECTION SYSTEM Rev. 0 B. IVMD Web Servers and IVMD Workstation(for each site): RE UIREMENTS IVMD WEB SERVER IVMD Workstation Quantity One One Model Dell PowerEd a 2800Dell Mounting Rap), _ Towt�r Processors Two Intel Xeon One Pentium 4 w/HT enabled _ Processor Speed 3.6 GHz 3.2 GHz Processor Cache _ 2 MB 1 MB Processor Front Side 800 MHz 800 MHz Bus Memory 4 GB DDR2 Dual Ranked DIMMs Dual channel,2012 MB PC24300 DDR 1024 MB total Hard Drives Four I46GB, 15K RPM Ultra 320 SCSI Two 40 GB, 7200-RPM Serial ATA in Raid-1 arra RAID Configuration Raid 5 RAID I Disk mirroring Additional Hard Drives As required to meet specified IVDM As required to meet specified IVDM system functional and performance system functional and performance requirements. re u ements. Optical Drive 24X DVD+R/+RW 24X I>VD+R/+RW Floppy Disk Drive Yes Yes Monitor Type 17-inch flat panel LCD 20-inch flat panel LCD(see details below Monitor Native UXGA(1600 x 1200) UXGA(1600 x 1200) Resolution _ Graphic Card Dell Standard 188 N:B PCIe x 16 nVidia,Quadro FX 1300 Graphic Card Video 128143 Memo Network Adapters Integrated 10/100/1000 Gigabit Ethernet Integrated 10/100/1000 Gigabit Ethernet (NIC)Type Network Adapters Two One Quantity Redundant Power Yes,hot swappable No supply Tape Backup PowerVault 100T,DAT72,36/72GB, None Internal Tape Backu Unit Redundant cooling Yes No Operating System Windows 2003 Standard Server Standard Windows XP Professional Edition with 5 CALs Other Ports Two USB 2.0,serial,Two 9-pin serial, l Two USB 2.0,serial,RI-45 network, PS/2 mouse; I PS/2 keyboard video. Keyboard Standard Windows Standard Windows Mouse USB,2-button,optical,scroll USB,2-button,optical,scroll SRSAers Internal External 182239.T2.DP June 28, 2006 16 SECTION 13702 INTELIGENT VIDEO MOTION DETECTION SYSTEM Rev. 0 C. Large Plasma Color Display: 1. Type: Professional series plasma display. 2. Size: 42-inch Size Plasma Color Display. 3. Serial RS-232 control input. 4. Standard BNC component: input video/RGB input and Audio Input, Composite vidgo input; composite'video,output,.$-video input and Audio input. 5. Contrast ratio: Up to 4,000 to 1. 6. Panel life: 30,000 hours minimum. 7. Resolution: 852 x 480 8. Standard television industry signal compatibility: VGA, SVGA,XGA, SXGA, UXGA. 9. Standard video compatibility: NTSC, PAL, SECAM 10. High density compatible. 11. Wali mounting accessories. 12. Manufacturer: Panasonic or ViewSonic. D. 20-inch Size LCD Display: 1. Horizontal display: Nominal 20-inch diagonal screen. 2. Resolution: 1600x 1200. 3. Video compatibility: VGA, NTSC, M-NTSC, PAL(selectable), HDTV. 4. Video input: Analog and digital. 5. Operating Power: 100 to 240 Vac, 50/60 Hz, switch able. 6. Manufacturer: Panasonic, Sony, or ViewSonic. 2.4 UNINTERRUPTIBLE POWER SUPPLY(UPS) A. UPS including batteries sized for at least 20 percent growth. B. Battery Capacity: Capable of providing power to equipment at fu11 load for at least 10 minutes. C. Manufacturer: Eaton Powerware 9125 UPS, 1250VA/ 875 watts,relay card, and Ethernet connection card. 2.5 ETHERNET LAN AND WAN CONNECTIVITY A. Furnish and install the necessary software, components, cabling, and accessories to complete the Ethernet connectivity for: 1. The IVMD LAN 2. Connection of IVMD LAN to the CCTV LAN. 3. Connection of IVMD LAN to the FVVWD WAN. Anwk 182239.T2.DP June 28, 2006 17 SECTION 13702 INTELIGENT VIDEO MOTION DETECTION SYSTEM Rev. 0 2.6 RACKS A. As specified in Section 13311. B. Manufacturer: HP C. Furnish the ndcessary wiring interconnecting the components of the systen-1 as shawl; on the Drawings. 2.7 FACTORY DEMONSTRATION TEST: A.. Purpose: 1. To demonstrate that the IVMD System equipment and software is ready for shipment to WTP sites. 2. This is short demonstration of major equipment and functions, and is not considered an acceptance test. B. Duration: One day for each WTP. C. Location: Contractor's or IVMD Supplier's facility. D. Timing: Prior to shipment of IVMD System to WTP sites. E. Prerequisites: Approval of Detailed Test Plan submittal. F. Equipment: The entire IVMD system plus at least ene of the project's fixed CCTV cameras and one project's PTZ CCTV cameras. G. Tests: I. A detailed walk through or all equipment including checking/recording of equipment manufacture and model numbers, mounting, and interconnections. 2. A detailed walk through of standard software products installed and supporting user documentation. 3. A demonstration of the systems primary operating functions and displays. PART 3 -- EXECUTION 3.1 TESTING GENERAL A. Test programs and procedures shall be created by the Contractor. Test procedures shall have signoff spaces for CH2M HILL, the Owner, and the Contractor. Where Owner-furnished test procedures exist, they shall be used in place of Contractor test procedures. 182239.T2.DP June 28, 2006 18 SECTION 13702 INTELIGENT VIDEO MOTION DETECTION SYSTEM Rev. 0 •-� B. The organizing, coordination of personnel, and scheduling of all tests shall be the responsibility of the Contractor. Notification of testing shall be submitted to each testing participants a minimum of 2 week prior to the requested testing date. C. At the completion of installation of panels and field devices, test each system with a factory-trained field technicians. Factory-trained field technician shall have rnanufacfurer certification within the last five vear , 3.2 INTEGRATED FUNCTIONAL AND PERFORMANCE TEST A. Purpose: To demonstrate that the IVMD System equipment and software meets the specified functional and performance requirements and is ready for operation. B. Location: Each WTP. C. Prerequisites: 1. An unwitnessed version of this testing has be successfully completed. 2. Approval of Detailed Test Plan submittal. D. Equipment: The entire S/AC, CCTV, and IMVD system. E. Tests: 1. Optical Video Test: a. Verify camera video displays recognizable shapes and movement in the object detection window. b. Verify that objects near and far are in focus. 2. Object Detection Test: Verify that a border bounds non-stationary objects in the object detection window. 3. Motion Detection Test: Verify that non-stationary objects produce pixels in the motion detection window. 4. Optical Video: a Verify camera video displays recognizable shapes and movement. b. Verify that objects near and far are in focus. 5. Pan Tilt Zoom: a. Verify that pan, tilt, and zoom controls work from the IVMD Workstation. b. Verify that the range of camera pan is not obstructed by nearby fixed objects, such as its mounting pole. C. Verify that the pan and tilt stops are not in the primary field of view. 6. Streaming Video: Verify that every camera can stream video to the IVMD Workstation display. 7. Object Filtering: Verify that filtered objects do not display as icons in the 3D World. 182239.T2.DP June 28, 2006 19 SECTION 13702 1NTELIGENT VIDEO MOTION DETECTION SYSTEM Rev. 0 8. Object Icon Display: Verify that the correct icons display in the 3D World in the proper location 9. Icon Path/Direction Indication: Verify that an object's Path and Direction display matches its actual path and direction 10. Object Entry in Subject List: Verify that a detected object shows up in the Subject window object list 11. Object Classification: Verify that an object is detected with the correct classification(pedestrian, automobile,bird, airplane, etc) 12. Record Video: Verify that streaming video can be recorded and replayed 13. Record Snapshot: Verify that streaming video snapshot can be saved and displayed 14. PTZ Tool: Verify that clicking on a location ::n the 3D World causes an Interrogation camera to display a video strearn of the selected area. The location selected has to be within the range of a preconfigured Interrogation camera. 15. PTZ device control in streaming video window: Verify that clicking device control buttons in the PTZ video streaming windows causes a PTZ interrogation or detection camera to move in the manner selected. The location selected has to be within the range of a preconfigured Interrogation camera. 16. Display History: Verify that Display supports display of a history of past icons in the 3D World. 17. Alarm Zone Creation: Create an alarm zone 18. Alarm Trigger: Verify that when an object crosses the alarm zone boundary, the region becomes active. 19. Alarm Response: Verify that preprogrammed actions occur when an alarm event occurs. 20. 3D World Layers: Verify that Display supports the ability to toggle all defined layers on or off. 21. Show Sensor Icons: Verify that all sensor icons appear and disappear on command 22. Show Sensor directional lines: Verify that all sensor directional lines appear and disappear on command. 23. Show Sensor fans: Verify that all sensor fans appear and disappear on command 24. Display Reports: a. Verify that Display supports the ability to display reports via the Reports toolbar icon. b. Verify that each report displays relevant data. 3.3 FINAL PERFORMANCE TEST A. Purpose: To demonstrate that: 1. The established security policies are working correctly 182239.T2.DP June 28, 2006 20 SECTION 13702 INTELIGENT VIDEO MOTION DETECTION SYSTEM Rev. 0 2. The overall requirements for detection of a human moving outside the perimeter fence are working correctly. B. Location: Each WTP. C. Duration: Two weeks. D. Prerequisites: Y 1. The Functional and Performance Test has been successfully completed. 2. Approval of Detailed Test Plan submittal. E. Equipment: The entire S/AC, CCTV, and IMVD system. F. Test Format: During a two week period, persons under the direction of the Owner will take steps to trigger individual security policies. These actions will take place on a random schedule. This schedule will not be made available to the contractor, contractor's subcontractors and suppliers, or of the Owner's operational staff involved in monitoring the security systems. G. Test Follow Up Coordination 1. At the conclusion of each WTPs test,hold a coordination meetings to analyze results of the test. 2. Attendees: Contractor, Owner, Engineer, and representatives from the S/ACS, CCTV, and IVMD suppliers. 3. If a security policy is found to be in error,resolve and implement a correction. 4. If a security policy is correct, but not being detected by the IVMD system, investigate the problem and develop solutions. If there is a solution that is within the scope of this contract implement the solution. 3.4 TRAINING A. IVMD System Training: 1. Purpose: a. To cover the operation and maintenance of features of the IVMD systems that are common to all of the WTPs. b. To prepare staff to witness the functional and performance testing. 2. Duration: Two days. 3. Location: Owner's facility. 4. Timing: a. Prior to starting witnessed Functional and Performance Test. b. Prior to Owner taking over operation of the system. 5. Prerequisites: Approval of Detailed Training Plan submittal. 6. Equipment: Partial IVMD system plus at least one of the project's.fixed CCTV .e cameras and one project's PTZ CCTV cameras. 182239.T2.DP June 28, 2006 21 SECTION 13702 INTELIGENT VIDEO MOTION DETECTION SYSTEM Rev. 0 7. Topics: a. Explanation from block diagram standpoint of individual hardware software components and their functions. b. How to use the IVMD workstation and server. C. Troubleshooting. Uport completion of training.the Owner shall b� able to: . x ... w. 4 -Change any of the-IVMD systems settings for any camera.'- s b. Complete the setup of an additional CCTV fixed detection camera, CCTV PTZ interrogation camera, and an IMDV detection module. C. Trouble shoot common system failures. d. Start IVMD system from power off state. C. Modify existing add, modify, and delete existing security policies. f Backup and restore data on hard drives. END OF SECTION 182239.T2,DP June 28, 2006 22 SECTION 13702 INTELIGENT VIDEO MOTION DETECTION SYSTEM Rev. 0 .�. SECTION 16011 BASIC ELECTRICAL CONSTRUCTION MATERIALS AND METHODS PART 1 -- GENERAL I.1 WORK INCUDED A. General requirements specifically applicable to Division 16. B. Work Included: 1. Demolition. 2. Conduit. 3. Surface raceways. 4. Wire and cable. 5. Boxes. 6. Cabinets and enclosures. 7. Terminal blocks and accessories. 8. Wiring devices. 9. Supporting devices. 10. Electrical identification. .� 11. Individually mounted circuit breakers. 12. Disconnect switches. 13. Grounding. 14. Dry-type transformers. 15. Panelboards. 16. Lighting. C. Work Excluded: 1. Power company metering facilities. D. The Contractor shall be responsible for furnishing and installing incidental items not actually shown or specified but which are required by good practice to provide complete functional systems. E. Intent of Drawings: 1. Plan drawings show only general locations of equipment, devices, and raceways unless specifically dimensioned. 2. The Contractor shall be responsible for the proper routing of raceway. 182239.T2.DP March 30, 2006 1 SECTION 16011 BASIC ELECTRICAL CONSTRUCTION MATERIALS AND METHODS Rev. 0 1.2 RELATED WORK A. Use this Section in conjunction with the following other specifications and related Contract Documents to establish the total general requirements for the project electrical systems and equipment. 1. Division 1 sections included in the project specifications._ 2: The Contract. B. CAUTION: Use of this Section without including the above-listed items results in omission of basic requirements. 1.3 DESIGN REQUIREMENTS A. For materials specified in this Section, minimum standard of quality shall be in accordance with applicable industry standards, incLiding, but not limited to, NEMA, ANSI, IEEE, UL, and federal standards publications. B. Electrical components shall be UL listed and labeled and meet applicable requirements of Factory Mutual.. C. Compliance by the Contractor with the provisions of this Specification does not relieve him of the responsibilities of furnishing equipment and materials of proper design,mechanically and electrically suited to meet operating guarantees at the specified service conditions. D. Equipment and devices to be installed outdoors or in unheated enclosures shall be capable of continuous operation within an ambient temperature of-20 to 130 degrees F, and a relative humidity of zero to 95 percent. E. Where applicable, equipment and installation shall meet requirements for corrosive and hazardous locations. F. Conform to the latest codes and legal requirements,obtain permits, and arrange for inspections. 1.4 SUBMITTALS A. Provide product data on the following within 4 weeks of the Bid: 1. Surface raceways. 2. Cable trays. 3. Handholes. 4. Wire and cable. 5. Wiring devices. B. Provide test reports within 30 days of test. 182239.T2.DP March 30, 2006 2 SECTION 16011 . BASIC ELECTRICAL CONSTRUCTION MATERIALS AND METHODS Rev. 0 C. Provide the following as soon as they are available: inspection and permit certificates, certificates of final inspection and acceptance from the authority having jurisdiction, and operation and maintenance manuals. PART 2 -- PRODUCTS 2-.1 MATERIALS AND EQUIPMENT A. Materials and Equipment: labeled and/or listed as acceptable to the authority having jurisdiction as suitable for the use intended. B. Where two or more units of the same class of material are required, provide products of a single manufacturer. Component parts of materials or equipment need not be products of the same manufacturer. C. Provide manufacturer's standard finish color except where specific color is indicated. 2.2 METAL CONDUIT AND FITTINGS A. Rigid Steel Conduit: rigid galvanized steel. B. PVC Externally Coated Conduit: rigid galvanized steel conduit with external 20-mil PVC coating and internal phenolic coating over a galvanized surface. C. Fittings and Conduit Bodies: threaded type or compression type for material to match conduit. 2.3 NONMETALLIC CONDUIT AND FITTINGS A. Rigid Nonmetallic Conduit: Schedule 40 PVC. B. Electrical Plastic Tubing(EPT): PVC. C. Liquidtight Nonmetallic Flexible Conduit: flexible plastic conduit. D. Fittings and Conduit Bodies: PVC. 2.4 CONDUIT SUPPORTS A. Conduit Clamps, Straps, and Supports: galvanized steel, cadmium plated, or malleable iron for metallic conduit, nonmetallic for nonmetallic conduit. 2.5 SURFACE RACEWAY A. Surface Metal Raceway: sheet metal channel with screw-type fitted cover.. I. Finish: gray enamel. 182239.T2.DP March 30, 2006 3 SECTION 16011 BASIC ELECTRICAL CONSTRUCTION MATERIALS AND METHODS Rev. 0 B. Surface Non-metallic Raceway: Example Product: Panduit Model T-70 Raceway, UL-listed, Color light grey. C. Wiring Duct: General purpose control panel wiring and to route and protect wiring in enclosures. UL listed, Color light gray, with cover 1. Example Product: Panduit Wide Slot Wiring Duct. D. Fittings: couplings, elbows, and connectors designed for use with raceway system with which they are to be used. E. Boxes and Extension Rings: designed for use with raceway system with which .it is to be used. 2.6 HANDHOLES AND PULLBOXES A. Precast Concrete: air entrained, 3,000-psi compressive strength at 28 days. B. Reinforcing: AASHTO H-20;bridge loading. C. Precast Handholes and Pullboxes: Example product: Oldcastle Precast Models HS- 10 and HS-20. D. Fibervault: Example product: Oldcastle Precast E. Polymer Handholes: Install in non-vehicle traffic locations. 1. Example product: Oldcastle Precast Model Polymer 2.7 BUILDING WIRE A. Power Systems 600V or Less: 1. Conductor: stranded copper, 600-volt insulat.on. Minimum size 12 AWG. 2. Insulation Type: THHN/THWN. B. Signal Circuits: 1. Special cables shall be as specified on the Drawings. 2.8 OUTLET BOXES A. Sheet Metal Outlet Boxes: galvanized steel with 1/2-inch male fixture studs where required. Minimum depth of 2 inches. B. Nonmetallic Outlet Boxes: minimum depth of 2 inches. Provide gasketed, watertight cover. 182239.T2.DP March 30, 2006 4 SECTION 16011 BASIC ELECTRICAL CONSTRUCTION MATERIALS AND METHODS Rev. 0 C. Cast Boxes: copper-free aluminum or cast Feraloy, deep-type, gasketed cover, threaded hubs. Minimum depth of 2 inches. For hazardous locations, provide boxes approved for applicable atmosphere classification. 2.9 PULL AND JUNCTION BOXES A. _- Sheet Metal Boxes: galvanized-steel. B. Sheet Metal Boxes Larger Than 12 inches in Any Dimension: hinged enclosure in accordance with paragraph 2.12, Hinged Cover Enclosures. C. Cast Metal Boxes for Outdoor and Wet Location Installations: NEMA 250; Type 4 and Type 6, flat-flanged, surface-mounted junction box, UL listed as raintight. Galvanized cast Feraloy or cast aluminum box and cover with ground flange, neoprene gasket, and stainless steel cover screws. For hazardous locations, provide boxes approved for applicable atmosphere classification. 2.10 HINGED COVER ENCLOSURES A. Construction: NEMA 250; Type 1 for indoor dry locations where enclosed equipment is required to be ventilated, Type 4 for indoor or outdoor wet locations, 4X for indoor or outdoor wet corrosive locations, or 12 for indoor dry locations; ,.� steel, except corrosive to be FRP. B. Finish: manufacturer's standard enamel finish. C. Covers: gasketed with continuous hinge, held closed by flush latch operable by key D. Interior Panel for Mounting Terminal Blocks or Electrical Components: 14-gauge steel, white enamel finish. 2.11 TERMINAL BLOCKS AND ACCESSORIES A. Power Terminals: unit construction, closed-back type, with tubular pressure screw connectors, rated 600 volts. Provide 25 percent spare terminals. B. Signal and Control Terminals: modular construction type, DIN 46 277/3 channel mounted; screw clamp compression connectors, rated 300 volts. Minimum terminal width of 0.24 inch, capable of holding two 12 AWG or two 14 AWG conductors in each connector. Terminal identification numbers shall be thermoset characters (black)on a white background. Provide 25 percent spare terminals. 182239.T2.DP March 30, 2006 5 SECTION 16011 BASIC ELECTRICAL CONSTRUCTION MATERIALS AND METHODS Rev. 0 2.12 SUPPORTING DEVICES A. Support Channel or Angle: galvanized steel and painted steel in general, , stainless galvanized steel in corrosive areas. B. Hardware: cadmium- or zinc-plated in general, coiTosion resistant in corrosive areas. C. For individual conduit runs not directly fastened to the structure, use rod hangers manufactured by Unistrut. D. For multiple conduit runs, use galvanized steel or angle trapeze-type conduit support designed for maximum deflection not greater than 1/8 inch. E. Housekeeping Pads: 3-1/2-inch concrete. 2.13 ELECTRICAL IDENTIFICATION A. Nameplates: engraved three-layer laminated plastic, minimum 3/16-inch-high white letters on a black background. Emergency Equipment Nameplates: white letters on a red background. B. Tape Labels: embossed adhesive tape with minimum 3/16-inch white letters on black background or 3/16-inch Kroy black letters on a white background. .-. C. Wire and Cable Markers: clear,heat-shrink tubing type Brady LS2000; cloth or wraparound-adhesive types not approved. D. . Conductor-Color Tape: colored vinyl electrical tape. 2.14 GROUNDING A. Ground Connections: exothermic welded-type connectors as manufactured by Cadweld or Thenmoweld or compression type of connectors designed for this special purpose as manufactured by Burndy or Thomas and Betts. PART 3 -- EXECUTION 3.1 BASIC ELECTRICAL INSTALLATION REQUIREMENTS A. Workmanship: 1. Install work using procedures defined in NEC k Standard of Installation. 2. Install material and equipment in accordance with manufacturer`s instructions. Provide calibrated torque wrenches and screwdrivers as required. B. Service Continuity: 182239.T2.DP March 30, 2006 6 SECTION 16011 BASIC ELECTRICAL CONSTRUCTION MATERIALS AND METHODS Rev. 0 I. Maintain continuity of electric service to functioning portions of process or buildings during the hours of normal use. 2. Arrange temporary outages for cutover work with the Owner. Keep the outages to a minimum number and minimum length of time. C. Startup Testing and Inspection of.Electrical Equipment: L _ Provide tests specified 4ereinafler and as indicated under ia, dividu4l items of materials and equipment specified in other sections. 2. Performance Test: a. At the completion of electrical system installation and at such time as Engineer may indicate, conduct an operating test for acceptance. b. Demonstrate that equipment operates in accordance with the Contract Documents. C. Perform test in presence of Engineer. d. Furnish instruments and personnel required for the test. 3. Voltage: At completion of project, check voltage at point of termination of power supply system to project. Check voltage amplitude and balance between phases for loaded and unloaded conditions. Adjust taps of transformers such that the no-load voltage is approximately equal to or up to 3 percent above normal. 4. Test References: a. The testing and inspection shall comply with applicable sections of the following codes and standards: I) American National Standards Institute(ANSI). 2) American Society for Testing and Materials (ASTM). 3) Association of Edison Illuminating Companies(AEIC). 4) Institute of Electrical and Electronics Engineers (IEEE). 5) Insulated Power Cable Engineers Association (IPCEA). 6) National Electrical Code(NEC). 7) National Electrical Manufacturer's Association (NEMA). 8) International Electrical Testing Association (NETA). 9) National Fire Protection Association (NFPA). 10) State and local codes and ordinances. b. The inspection and testing shall comply with the project plans and specifications, as well as with the manufacturer's drawings, instruction manuals, and other applicable data for the apparatus tested. S. Responsibilities: a. Clean the equipment and torque down accessible bolts, perform routine insulation resistance tests on branch and feeder circuits, continuity checks on branch and control wiring, and rotation tests for distribution and utilization equipment. At each test site, provide test control power necessary to perform the tests specified. After review by Engineer, correct deficiencies noted. 182239.T2.DP March 30, 2006 7 SECTION 16011 BASIC ELECTRICAL CONSTRUCTION MATERIALS AND METHODS Rev. 0 b. The Owner's electrical engineer will furnish settings of protective devices �. unless a power system study has been required elsewhere in these Specifications. 6. Implementation: a. Safety practices shall comply with applicable state and local safety orders, as.well. as with the Occupational Safety and Health Act'(QSHA), Compliance with NFPA Standard`70E and the Accident Prevention Manual for Industrial Operations of the;National Safety Council shall be observed. b. Tests shall only be performed on apparatus which is de-energized. Work shall not proceed until it has been determined that it is safe to do so. C. Power circuits shall have conductors snorted to ground by a hotline- grounded device approved for the purpose. Warning signs and protective barriers shall be provided as necessary to conduct the tests safely. d. In general utilize methods outlined in acceptance testing specifications for electrical power distribution equipment and systems from the International Electrical Testing Association(META),but do not exceed manufacturer's limitations. 7. Reports: a. The test report shall include the following sections: 1) Scope of testing. 2) Equipment tested. 3) Description of test. 4) Test results. 5) Conclusions and recommendatiorts. 6) Appendix, including test forms. b. Each piece of equipment shall be recorded on a data sheet listing the condition of the equipment as found.and as left. Included shall be recommendations for necessary repair and/or replacement parts. The data sheets shall indicate the name of the engineer who tested the equipment and the date of the test completion. 8. Common Equipment Test Procedures Following NETA Guidelines: a. Instrument Transformers: 1) Visual and Mechanical Inspection: a) Inspect each transformer for physical damage. b) Verify that grounding and shorting devices function correctly. c) Check drawout mechanisms for proper operation. 2) Electrical Tests: a) Confirm that devices being driven by the current transformers respond correctly. 182239.T2.DP March 30, 2006 8 SECTION 16011 BASIC ELECTRICAL CONSTRUCTION MATERIALS AND METHODS Rev. 0 ,.� b) Confirm that devices connected to the potential transformers respond correctly to voltage applied at the secondary PT leads. c) Electrically test auxiliary devices such as shunt trips, undervoltage trips, alarm switches, and auxiliary switches. , 12- INSTALLATION OF CONDUIT - A. Route exposed conduit and conduit above accessible ceilings parallel and perpendicular to walls and adjacent piping. B. Maintain.minimum 6-inch clearance between conduit and piping. Maintain 12-inch clearance between conduit and heat sources such as flues, steam pipes, and heating appliances. Maintain minimum 18-inch clearance above ceiling grid. C. Arrange conduit supports to prevent distortion of alignment by wire-pulling operations. Fasten conduit using galvanized straps, lay-in adjustable hangers, clevis hangers, or bolted split stamped galvanized hangers. D. Do not fasten conduit with wire or perforated pipe straps. Remove wire used for temporary conduit support during construction before conductors are pulled. ,•� E. Cut conduit square using a saw or pipecutter; deburr cut ends. F. Bring conduit to the shoulder of fittings and couplings and fasten securely. G. Use conduit hubs for fastening conduit to cast boxes and for fastening conduit to sheet metal boxes in damp or wet locations. H. Except for communications conduits, use conduit bodies to make sharp changes in direction as around beams. Conduit bodies shall be readily accessible. I. Avoid moisture traps where possible; where unavoidable, provide junction box with drain fitting at conduit low point. J. Use suitable conduit caps to protect installed conduit against entrance of dirt and moisture. Provide a permanent cap over each end of each empty conduit. K. Provide a pull rope or pull tape in each empty conduit. Tie pull rope securely to duct plug or wall racking at each end. Provide conduit identification at each end. L. Install expansion-deflection joints where conduit cross building expansion or structural isolation break (SIB)joints; Expansion fittings shall have copper bonding jumper. 182239.T2.DP March 30, 2006 9 SECTION 16011 BASIC ELECTRICAL CONSTRUCTION MATERIALS AND METHODS Rev. 0 M. Where conduit penetrates fire-rated walls and floors, seal opening around conduit with L L-listed foamed silicone elastomer compound with rating equal to or greater than the wall/floor penetrated. N. Use PVC-coated rigid steel factory elbows for bends in plastic conduit runs longer than 100 feet or in plastic conduit runs which have more than two bends regardless of O. Wipe plastic conduit clean and dry before joining. Apply full, even coat of cement to entire area that will be inserted into fitting. Let joint cure for 20 minutes minimum. P. Concealed, embedded, and buried conduit shall emerge at right angles to the surface and have none of the curved portion of the bend exposed. Q. Provide warning tapes above underground conduits. 3.3 CONDUIT INSTALLATION SCHEDULE A. Exposed Outdoor Locations: rigid steel conduit. B. Wet Interior Locations: rigid steel conduit. C. Concealed Dry Interior Locations: electrical metallic tubing. �. D. Exposed Dry Interior Locations: electrical metallic tubing. E. Corrosive Interior Locations: Schedule 40 PVC conduit. F. Hazardous(Classified) Locations: rigid steel conduit. 3.4 INSTALLATION OF SURFACE METAL RACEWAY A. Use flat-head screws to fasten channel to surfaces. i'viount plumb and level. B. Use suitable insulating bushings and inserts at connections to outlets and corner fittings. C. Maintain grounding continuity between raceway components to provide a continuous grounding path. D. Fastener Option: Use clips and straps suitable for tt.e purpose. 3.5 INSTALLATION OF HANDHOLES A. Excavate, install base material, and compact base material in accordance with manufacturer's instructions. 182239.T2.DP March 30, 2006 10 SECTION 16011 BASIC ELECTRICAL:CONSTRUCTION MATERIALS AND METHODS Rev. 0 „ft. B. Install and seal precast sections in accordance with manufacturer's instructions. C. Use precast neck and shaft sections to bring the handhole entrance to proper elevation. D. Install handholes plumb. E. Set the top of each handhole to finished elevation or as indicated. F. At electrical handholes, install ground rod with top protruding 4 inches above manhole floor. Connect to noncurrent-carrying metal parts in the manhole with 6 AWG bare copper conductor. G. Attach cable racks to inserts after manhole installation is complete. H. Provide manhole identification number into manhole cover. 3.6 INSTALLATION OF BUILDING WIRE A. Place an equal number of conductors for each phase of a circuit in same raceway or cable. B. Splice only in junction or outlet boxes. Control cables shall be spliced on terminal .•� blocks and only with the written permission of Engineer. C. Neatly train and lace wiring inside boxes, equipment, and panelboards. D. Make conductor lengths for parallel circuits equal. E. Where connection of cables installed under this Section is to be made by others, provide pigtails of adequate length for neat, trained, and bundled connections. F. Pull all conductors into a raceway at the same time. Use UL-listed wire-pulling lubricate for pulling 4 AWG and larger wires. G. Install wire in raceway after interior of building has been physically protected from the weather and mechanical work likely to injure conductors has been completed. H. Completely and thoroughly swab raceway system before installing conductors. I. Use solderless pressure connectors with insulating covers for copper wire splices and taps 8 AWG and smaller. For 10 AWG and smaller, use insulated-spring wire connectors with plastic caps on lighting and receptacle circuits. J. Control circuit conductors shall terminate at terminal blocks only. 182239.T2.DP March 30, 2006 11 SECTION 16011 BASIC ELECTRICAL CONSTRUCTION MATERIALS AND METHODS Rev. 0 K. Use split-bolt connectors for copper wire splices and taps b AWG and larger. Tape lo-►k uninsulated conductors and connectors with electrical tape to 150 percent of the insulation value of conductor. L. Thoroughly clean wires before installing lugs and connectors. M. :Make splices, taps, and terminations to carry full'arnpacity of conductors without perceptible temperature rise. N. Terminate spare conductors with electrical tape. O. Inspect wire and cable for physical damage and proper connection. P. Torque test conductor connections and terminations to manufacturer's recommended values. Q. Perform continuity and insulation tests on power and equipment branch circuit conductors. Verify proper phasing connections. 3.7 INSTALLATION OF BOXES A. Types to be Provided, Steel Raceway System: 1. Exterior Locations: cast Feraloy with neoprene gaskets. i. 2. Interior Locations With: a. Rigid Steel Conduit: cast Feraloy. b. Intermediate Metallic Conduit: cast Feraloy. C. Electrical Metallic Tubing: sheet steel. d. Communications Wireway: same material as wireway. 3. Interior Wet Locations with Exposed and Concealed Raceways: cast Feraloy with neoprene gaskets. B. Types to be Provided - Plastic Raceway System: nonmetallic. C. Single In-Line Communications Conduit Runs: 1. 2-inch Conduit and Smaller: Type C conduit bodies of cast Feraloy or nonmetallic construction as required for the location. Gaskets outdoors and in wet locations. 2. Conduit Larger Than 2-Inch: straight-through communications wireway as specified for the location. D. Do not install outlet boxes back to back in walls. E. Locate outlet boxes in masonry walls to require cutting of masonry unit corner only. F. Provide knockout closures for unused openings. ,�-• 182239.T2.DP March 30, 2006 12 SECTION 16011 BASIC ELECTRICAL CONSTRUCTION MATERIALS AND METHODS Rev. 0 G. Support outlet boxes independently of conduit. H. Use multiple-gang outlet boxes where multiple devices are mounted together; do not use sectional boxes. Provide barriers to separate wiring of different voltage systems. I. Install outlet boxes in walls without damaging wall insulation. J. Coordinate mountiiig heights and locations of outlets mounted above counters, benches, and backsplashes. K. In inaccessible ceiling areas, position outlets and junction boxes within 6 inches of recessed luminaire to be accessible through luminaire ceiling opening. L. Provide recessed outlet boxes in finished areas; secure boxes to interior wall and partition studs, accurately positioning to allow for surface finish thickness. Use stamped steel stud bridges for flush outlets in hollow stud wall and adjustable steel channel fasteners for flush ceiling outlet boxes. M. Locate pull boxes and junction boxes above accessible ceilings or in unfinished areas. N. Support pull and junction boxes independent of conduit. '%, O. Provide pull boxes to limit conduit runs to 150 feet and contain no more than three 90 degree, right-angle bends unless accepted by ENGINEER. For communications raceways limit runs to 100 feet and no more than two 90 degree bends. P. Provide communications pull boxes of sufficient size and place raceway connections in a manner that ensures the minimum inside cable bend radius is more than 10 times the inside diameter of the conduit. Do not install boxes, bends, elbows, tees, conduit, outlet bodies, and other conduit fittings which do not provide for this minimum inside cable bend radius. Q. Outlet, pull, and junction boxes shall be accessible. R. Install terminal boxes as indicated. S. Communications Boxes: Provide 4-by 4- by 2-inch-deep outlet boxes with single- gang plaster rings for mounting telecommunications outlets. T. Close openings in boxes, condulets, raceways, and equipment. 182239.T2.DP March 30, 2006 13 SECTION 16011 BASIC ELECTRICAL CONSTRUCTION MATERIALS AND METHODS Rev. 0 3.8 INSTALLATION OF CABINETS AND ENCLOSURES A. Install cabinets and enclosures plumb; anchor securely to wall and structural supports at each corner, minimum. B. Provide accessory feet for freestanding equipment enclosures. C. Install trim plumb. - D. Install terminal blocks as indicated in drawing. 3.9 INSTALLATION OF SUPPORTING DEVICES A. Fasten hanger rods, conduit clamps, and outlet and junction boxes to.building structure using precast insert system, expansion anchors, preset inserts,beam clamps, or spring steel clips. B. Use toggle bolts or hollow wall fasteners in hollow masonry, plaster, or gypsum board partitions and walls; expansion anchors or preset inserts in solid masonry walls; self-drilling anchors or expansion anchor on concrete surfaces; sheet metal screws in sheet metal studs; and wood screws in wood construction. C. Do not fasten supports to piping, ductwork, mechanical equipment, or conduit. D. Do not use powder-actuated anchors without written permission from Engineer. E. Do not drill structural steel members without written permission from Engineer. F. Fabricate supports from structural steel or steel channel rigidly welded or bolted to present a neat appearance. Use hexagon head bolts with spring-lock washers under nuts. G. In wet locations, install freestanding electrical equipment on concrete pads or raised channel sills. H. Install surface-mounted cabinets and panelboards with minimum of four anchors. Provide steel channel supports to stand cabinet 1 inch off wall. I. Bridge studs top and bottom with channels to support recessed mounted cabinets and panelboards in stud walls. J. Use galvanized supports in areas subject to corrosives. K. Support systems in compliance with project seismic requirements. 182239.T2.DP March 30, 2006 14 SECTION 16011 BASIC ELECTRICAL CONSTRUCTION MATERIALS AND METHODS Rev. 0 3.10 INSTALLATION OF ELECTRICAL IDENTIFICATION A. Degrease and clean surfaces to receive nameplates or tape labels. B. Install nameplates and/or tape labels parallel to equipment lines. C. Secure nameplates to equipment fronts using screws or rivets. Utilize,non corrosive . screws for engraved nameplates: Secure nameplate to outside face of flush-mounted panelboard doors in finished locations. D. Provide wire markers on each phase, neutral, or ground conductor in panelboard gutters, pull boxes, outlet and junction boxes, and at load connection. Identify with branch circuit with control wire number as indicated on schematic and interconnection diagrams or equipment manufacturer's shop drawings for control wiring. E. Utilize permanent black markers to identify circuits, destinations, and spares on junction and pull box lids. Clarify detail inside larger boxes. F. Post neutral and phase color codes at each panelboard. G. Place signs at service equipment noting the location of generator and uninterruptible power supply systems. H. Place signs at each building disconnect noting where other building disconnects are located. 1. Mark Series Rated Equipment: Caution, series combination system, rated [ ] amperes. Identified replacement components required. J. Intrinsically safe conductors to be light blue. K. Provide nameplates to identify electrical distribution and control equipment and loads served. Letter Height: 1/8 inch for individual switches and loads served, 1/4 inch for distribution and control equipment identification. L. Security System Device Identification: 1. Label devices with self-adhesive labels, 1/8-inch characters, white letters on a red background. 3.11 INSTALLATION OF GROUNDING A. Install grounding system in accordance with NEC Article 250 unless specifically instructed otherwise in these Contract Documents. 182239.T2.DP March 30, 2006 15 SECTION 16011 BASIC ELECTRICAL CONSTRUCTION MATERIALS AND METHODS Rev. 0 B. Provide separate isolated equipment grounding conductor bonded to system at service or separately derived source where required for reduction of electrical noise. C. Grounding conductors shall not be spliced, except in junction or outlet boxes. D. Provide a separate, insulated equipment grounding conductor in feeder and branch circuits. - E. Bare Grounding Conductors Below Grade: 1. Minimum 30 inches below the soil. 2. Not in contact with gravel fill or concrete unless making transition from connections above the slab to conductors below grade. 3. Neatly trained around foundations, footings toad other obstacles. F. Ground Resistance: maximum 5 ohm unless otherwise accepted. Install sufficient ground rods in addition to code-required grounding;if necessary. Where more than one rod is required, install rods at least 3 feet apart. G. Grounding Connections: 1. Connect grounding conductors to ground rods at the upper end of the rod with the end of the rod and the connection point bi;low finished grade. 2. Connect sections of outdoor ground mats (counterpoise) for substations or other equipment below grade. Connect other grounding conductors generally in an accessible manner. 3. In electrical manholes, install ground rods with ends 4 to 6 inches above the floor with connections of grounding conductors fully visible and accessible. 4. At telephone manholes, install a ground rod outside the vault in the ductbank trench. Connect ground rod to the bonding ribbons inside the manhole with a 6 AWG copper conductor. 5. When making thermite welds, wire brush or file the point of contact to a bare metal surface. Use thermite welding cartridges and molds in accordance with the manufacturer's recommendations. After welds have been made and cooled, brush slag from the weld area and thoroughly clean the joint. For compression connectors, use homogeneous copper, anticorrosion, surface treatment compound at connectors in accordance with connector manufacturer's recommendations. Use connectors of proper,size for conductors and ground rods specified. Use connector manufacturer's compression tool. Notify Engineer prior to backfilling any ground connections. H. Inspect grounding and bonding system conductors and connections for tightness and proper installation. 1. Test in Engineer's presence the ground resistance of the grounding system. Test by means of the fall-of-potential method. r 182239.T2.DP March 30, 2006 16 SECTION 16011 BASIC ELECTRICAL CONSTRUCTION MATERIALS AND METHODS Rev. 0 1. Testing Instrument: Biddle Instruments, Model 250241 (battery-powered) 6r 250220-2 (hand-cranked) Megger Null Balance Earth Tester. J. Include reports of grounding system tests in operation and maintenance manuals and for review by Engineer.. 3.12 INSTALLATION OF COMMUNICAMN.PATHWAYS A. Verify that surfaces are ready to receive work. B. Verify that field measurements are as shown on the Drawings. C. Beginning of installation means installer accepts existing conditions. D. Install pull wire or polyethylene pulling string in each empty telephone conduit. E. Install boxes, raceways, and cable tray as indicated on the Drawings. END OF SECTION loo. 182239.T2.DP March 30, 2006 17 SECTION 16011 BASIC ELECTRICAL CONSTRUCTION MATERIALS AND METHODS Rev. 0 �.� SECTION 16230 STANDBY GENERATOR PART1 GENERAL 1.01 SCOPE OF WORK A. Furnish and install 250 KW standby generator as herein specified, and as shown on the Drawings. Generator shall be supplied in a sound attenuated enclosure. 1.02 RELATED WORK A. Concrete for equipment pad is included in Division 3. B. Automatic transfer switch is included in Section 16191. 1.03 SUBMITTALS A. Submit to the owner, in accordance with Section 01330, shop drawings and product data, for the following: 1. Equipment outline drawings showing elevation and plan views, dimensions, weight, anchor details, and required operating clearances. 2. Conduit entrance drawings. 3. Product data sheets and catalog numbers for the engine, AC generator, battery charger, generator set control system, electronic governor system, control stations, meters, relays, pilot lights, circuit breaker, etc. List all options and accessories furnished specifically for this project. 4. Provide control systems engineering showing interwiring and interlocking to remote mounted devices, control signals, remote alarms, etc. Shaw wire and terminal numbers. Indicate special identifications for electrical devices per drawings. 5. Instruction and renewal parts books. 6. Itemized list of spare parts furnished specifically for this project, including quantities, descriptions and part numbers. 1.04 REFERENCE STANDARDS A. Equipment shall conform to the following applicable standards: GAI-Standby Generator Sets 16230-1 7/24/20046 I. NFPA 110 for levet 1 systems. 2. OSHA for rotating parts. 3. NEMA MG1 temperature limits. 4. UI,508 _5, CSA2 -MI 989 -6.0 TECY 8528 part4 -".- 7. Mil --Std 461 C part 9 8. IEC Std 801.2, 801.3, 801.5 9. IEEE587 10. ASTM D2794-93 11. ASTM D2247-92 12. UL listing for fuel tanks 1.05 QUALITY ASSURANCE A. The standby generator set shall be the product of a manufacturer who shall also be the manufacturer of the engine and alternator supplied. B. All so.-tions of the set shall have a UL label where an applicable standard exists. 1.06 OPERATING AND MAINTENANCE MANUALS A. Operating and maintenance manuals shall be furnished in accordance with Section 16000. B. The manuals shall be bound and shall also include: 1. Automatic and manual startup and shutdown see aences. 1.07 MANUFACTURERS A. The standby generator set shall be one of the following products or equal: 1. Cummins/Oran 2. Detroit Diesel 3. Caterpillar 1.08 SPARE PARTS A. Provide the following spare parts in the quantities specified. 1. 2 air cleaner elements of each type. GAI-Standby Generator Sets 16230-2 7/24/2006 2. 2 Fuses of each type. 3. 2 Radiator hoses of each type. 4. 2 Fuel filters of each type. 5. 2.Oil filters of eachtype. - 6. 2 Belts of each type. 2.00 PRODUCTS 2.01 RATING A. Voltage: 480/277 volts, 3 phase, 4 wire, 6011z. B. Power: Standby, 250 KW as shown on the Drawings, at .8PF, based on site elevation of 500 feet and ambient temperatures up to 50 degrees C. 2.02 PERFORMANCE A. Voltage Regulation: Voltage regulation shall be plus or minus 0.5 percent for any constant load between no load and rated load for both parallel and non-parallel applications. Random voltage variation with any steady load from no load to full load shall not exceed plus or minus 0.5 percent.. B. Frequency Regulation: Frequency regulation shall be isochronous from steady state no load to steady state rated load. Random frequency variation with any steady load from no load to full load shall not exceed plus or minus 0.25%. C. Load Pick Up: The diesel engine-generator set shall be capable of single step load pick up of 100% nameplate kW and power factor, less applicable derating factors, with the engine-generator set at operating temperature. D. Motor Starting Capability: The generator set shall be capable of sustaining a minimum of 90% of rated no load voltage with the specified kVA load at near zero power factor applied to the generator set. Voltage dip on any step shall not exceed +/- 15% of rated voltage. Frequency dip on any step shall not exceed +/- 5% of rated frequency. 2.03 ENGINE A. General: The engine shall be diesel,4 cycle, radiator and fan cooled. Minimum displacement shall be 1150 cubic inches, with 6 cylinders. The horsepower rating of the engine at its minimum tolerance level shall be sufficient to drive the alternator and GAI-Standby Generator Sets 16230-3 7/25/2006 all connected accessories. Two cycle engines are not acceptable. Engine accessories and features shall include: 1. Governor System: An electronic governor system shall provide automatic isochronous frequency regulation. 2. Radiator and Cooling System: Skid-mounted radiatorr►d cooling system rated fair. full load operation in 122 degrees F (50 degrees, C) ambient as measured at the generator air inlet. Radiator shall be provided with a duct adapter flange. The cooling system shall be filled with 50/50 ethylene glycol/water mixture by the equipment supplier. Rotating parts shall be guarded against accidental contact per OSHA requirements. 3. Electric System: An electric starter(s) capable of three complete cranking cycles without overheating. 4. Lubrication Oil Pump: Positive displacement,mechanical, full pressure, lubrication oil pump. 5. Oil Filters: Full flow lubrication oil filters with replaceable spin-on canister elements and dipstick oil level indicator. 6. Fuel Pumps: An engine driven, mechanical, positive displacement fuel pump. Fuel filter with replaceable spin-on canister element. 7. Air cleaner: Replaceable dry element air cleaner with restriction indicator. S. Fuel Lines: Flexible supply and return fuel lines. 9. Battery Charging Alternator: Engine mounted battery charging alternator, 45- ampere minimum, and solid-state voltage regulator. 2.04 AC GENERATOR A. General: The AC generator shall be; synchronous, four pole, 2/3 pitch, revolving field, drip-proof construction, single prelubricated sealed bearing, air cooled by a direct drive centrifugal blower fan, and directly connected to the engine with flexible drive disc. All insulation system components shall meet NEMA MG 1 temperature limits for Class H insulation system. Actual temperature rise measured by resistance method at full load shall not exceed 125 degrees Centigrade. B. Power: The generator shall be capable of delivering rated output (kVA) at rated frequency and power factor, at any voltage not more than 5 percent above or below rated voltage. GA[-Standby Generator Sets 16230-4 7I25J2006 C. Excitation: A permanent magnet generator (PMG) shall be included to provide a reliable source of excitation power for optimum motor starting and short circuit performance. The PMG and controls shall be capable of sustaining and regulating current supplied to a single phase or three phase fault at approximately 300% of rated current for not more than 10 seconds 2.05_ CQNTROL A. General: The generator set shall be provided with a microprocessor-based control system that is designed to provide automatic starting, monitoring, and control functions for the generator set. The control system shall also be designed to allow local monitoring and control of the generator set, and remote monitoring and control as described in this specification. B. Mounting: The control shall be mounted on the generator set. The control shall be vibration isolated and prototype tested to verify the durability of all components in the system under the vibration conditions encountered. C. Standards: The control shall be UL508 listed, CSA282-M1989 certified, and meet IEC8528 part 4. All switches, lamps and meters shall be oil-tight and dust-tight, and the enclosure door shall be gasketed. There shall be no exposed points in the control (with the door open) that operate in excess of 50 volts. The controls shall meet or .�► exceed the requirements of Mil-Std 461 C part 9, and LEC Std 801.2, 801.3, and 801.5 for susceptibility, conducted, and radiated electromagnetic emissions. The entire control shall be tested and meet the requirements of IEEE587 for voltage surge resistance. D. Features 1. Mode Select Switch: The mode select switch shall initiate the following control modes. When in the RUN or Manual position the generator set shall start, and accelerate to rated speed and voltage as directed by the operator. In the OFF position the generator set shall immediately stop,bypassing all time delays. In the AUTO position the generator set shall be ready to accept a signal from a remote device to start and accelerate to rated speed and voltage. A dry contract shall be provided to indicate auto position of the selector switch. 2. Emergency Stop Switch: Switch shall be Red "mushroom-head" push-button. Depressing the emergency stop switch shall cause the generator set to immediately shut down, and be locked out from automatic restarting. 3. Reset Switch: The RESET switch shall be used to clear a fault and allow restarting the generator set after it has shut down for any fault condition. 4. Panel Lamp Switch: Depressing the panel lamp switch shall cause the entire panel to be lighted with DC control power. The panel lamps shall automatically be GAI-Standby Generator Sets 16230-5 7n4n006 switched off 10 minutes after the switch is depressed, or after the switch is depressed a second time. 5. Analog Output Metering: The generator set shall be provided with a metering set including the following features and functions: Analog voltmeter, ammeter, frequency meter, and kilowatt (KW) meter. Voltmeter and ammeter shall display all three phases: Airirr eter`and h mete-gbal&s�shall be Color-oded`wthe + following fashion: readings from 0-90% of generator set standby rating: green; readings from 90-100% of standby rating: amber; readings in excess of 100%: red. 6. Digital Metering Set: Digital metering set, 0.511'0 accuracy, to indicate generator RMS voltage and current, frequency, output current, output KW, KW-hours, and power factor. Generator output voltage shall be available in line-to-line and line-to-neutral voltages, and shall display all tluee phase voltages (line to neutral or line to line) simultaneously. 7. Generator Set alarm Display: The generator set shall be provided with alarm and status indicating lamps to indicate non-automat;c generator status, and existing alarm and shutdown conditions. The lamps shall be high-intensity LED type. The lamp condition shall be clearly apparent under bright room lighting conditions. The generator set control shall indicate the existence of the following alarm and shutdown conditions on a digital display panel: low oil pressure (alarm) low oil pressure(shutdown) oil pressure sender failure (alarm) low coolant temperature (alarm) high coolant temperature(alarm) high coolant temperature(shutdown) engine temperature sender failure (alarm) low coolant level (alarm or shutdown--selectable) fail to crank(shutdown) overcrank(shutdown) overspeed(shutdown) low DC voltage (alarm) high DC voltage (alarm) weak battery(alarm) low fuel-daytank (alarm) high AC voltage(shutdown) low AC voltage (shutdown) under frequency(shutdown) over current(warning) over current(shutdown) -- short circuit(shutdown) over load(alarm) GAl-Standby Generator Sets 16230-6 7/24/2006 emergency stop (shutdown) 8. Special Alarm or Shutdown Conditions: Provisions shall.be made for indication of two additional alarm or shutdown conditions. Labeling of the alarm or shutdown conditions shall be of the same type and quality as the above-specified conditions 9. Engine Status Monitoring: The foflowing infocmution shall be available from a digital status panel on the generator set control: engine oil pressure (psi or kPA) engine coolant temperature(degrees F or C) engine oil temperature (degrees F or C) engine speed(rpm) number of hours of operation(hours) number of start attempts battery voltage(DC volts) The control system shall also incorporate a data logging and display provision to allow logging of the last 10 warning or shutdown indications on the generator set, as well as total time of operation at various loads, as a percent of the standby rating of the generator set. 2.06 CONTROL FUNCTIONS A. Cycle Cranking System: The control system provided shall include a cycle cranking system, which allows for user selected crank time, rest time, and #of cycles. Initial settings shall be for 3 cranking periods of 15 seconds each, with 15-second rest period between cranking periods. B. Idle Mode Control: The control system shall include an idle mode control, which allows the engine to run in idle mode in the RUN position only. In this mode, the alternator excitation system shall be disabled. C. Engine Governor Control: The control system shall include an engine governor control, which functions to provide steady state frequency regulation as noted elsewhere in this specification. The governor control shall include adjustments for gain, damping, and a ramping function to control engine speed and limit exhaust smoke while the unit is starting. The governor control shall be suitable for use in paralleling applications without component changes. D. Time.Delay Start: The control system shall include time delay start (adjustable 0-300 seconds) and time delay stop (adjustable 0-600 seconds) functions, E. Sender Failure Monitoring: The control system shall include sender failure monitoring logic for speed sensing, oil pressure, and engine temperature which is GAl-Standby Generator Sets 16230-7 7/24/2006 capable of discriminating between failed sender or wiring components, and an actual �-• failure conditions. 2.07 ALTERNATOR CONTROL FUNCTIONS A. Digital voltage_Regulation:The generator set shall include an automatic digital voltage regulation system that is matched'and prototype tested with the governing system provided. It shall be immune from misoperation due to load-induced voltage waveform distortion and provide a pulse width modulated output to the alternator excites. The voltage regulation system shall be equipped with three-phase RMS sensing and shall control buildup of AC generator Nroltage to provide a linear rise and limit overshoot. The system shall include a torque-matching characteristic;which shall reduce output voltage in proportion to frequer,.cy below a threshold of[58-59] HZ. The voltage regulator shall include adjustments for gain, damping, and frequency roll-off. Adjustments shall be broad range, and made via digital raise- lower switches, with an alpha-numeric LED readout to indicate setting level. B. Output Current: Controls shall be provided to monior the output current of the generator set and initiate an alarm when load current exceeds 110% of the rated current of the generator set on any phase for more than 60 seconds. The controls shall shut down and lock out the generator set when output current level approaches the thermal damage point of the alternator. C. Output Power: Controls shall be provided to monitor the KW load on the generator set, and initiate an alarm condition when total load on the generator set exceeds the generator set rating for in excess of 5 seconds. Controls shall include a load-shed control,to operate a set of dry contacts (for use in shedding customer load devices) when the generator set is overloaded. D. Over/under Voltage Monitor: An AC over/under voltage monitoring system that responds only to true RMS voltage conditions shall'be provided. The system shall initiate shutdown of the generator set when alternator output voltage exceeds 110% of the operator-set voltage level for more than 10 seconds, or with no intentional delay when voltage exceeds 130%. Under voltage shutdown shall occur when the output voltage of the alternator is less than 85% for more Ilan 10 seconds. E. Battery Monitoring System: A battery monitoring system shall be provided which initiates alarms when the DC control and starting voltage is less than 25VDC or more than 32 VDC. During engine starting,the low voltage limit shall be disabled, and if DC voltage drops to less than 14.4 volts for more than two seconds a"weak battery" alarm shall be initiated. 2.08 CONTROL INTERFACES FOR REMOTE MONITORING A. General: All control and interconnection points from the generator set to remote components shall be brought to a separate connection box. No field connections shall GAI-Standby Generator Sets 16230-8 In4/2006 be made in the control enclosure or in the AC power output enclosure. Provide the ^ following features in the control system: B. Alarm or Shutdown: Form "C" dry common alarm contact set rated 2A @ 30V DC to indicate existence of any alarm or shutdown condition on the generator set. C. Generator Set on: One set of contacts rated 2A_@ 30VDC to indicate generator set is readyto load. The contacts shall operate when voltage and frequency are greater than 90% of rated condition. D. Power Supply Circuit —Switched: A fused 10 amp switched 24VDC power supply circuit shall be provided for customer use. DC power shall be available from this circuit whenever the generator set is running. E. Power Supply Circuit— Continuous: A fused 20 amp 24VDC power supply circuit shall be provided for customer use. DC power shall be available from this circuit at all times from the engine starting/control batteries. F. Following alarms and status shall be monitored by the SCADA system: 1. Low Battery ^ 2. Low Fuel Level 3. Common Alarm 4, Over Crank Alarm 5. Generator"ON" 6. Generator in Auto Mode 2.09 BASE A. The engine-generator set shall be mounted on a heavy duty steel base to maintain alignment between components. The base shall incorporate a battery tray with hold- down clamps within the rails. 2.10 AUXILIARY EQUIPMENT AND ACCESSORIES A. Coolant Heater: Engine mounted, thermostatically controlled, coolant heater(s) for each engine. Heater voltage shall be 480V, I phase. The coolant heater shall be installed on the engine with silicone hose connections. Steel tubing shall be used for connections into the engine coolant system whereever the length of pipe run exceeds ^ 12 inches. The coolant heater installation shall be specifically designed to provide proper venting of the system. The coolant heaters shall be installed using quick GA7-Standby Generator Sets 16230-9 7124/2006 disconnect couplers to isolate the heater for replacement of the heater element. The quick disconnect/automatic sealing couplers shall allow the heater element to be replaced without draining the engine cooling system or significant coolant loss. The coolant heater shall be provided with a thermostat, installed at the engine thermostat housing. An AC power connection box shall be provided for a single AC power connection to the coolant heater system. The coolant heater(s) shall be sized as recommended by the engine manufacturer to warm the engine to a minim Lfrn of 10[)x' (40C) in a 40F ambient, in compliance with NFPA110 requirements. B. Fumish and install Iube oil heaters, power to the heater shall be at 120V, 1 phase. C. Vibration Isolators: Vibration isolators, spring/pad type, quantity as recommended by the generator set manufacturer. D. Starting and Control Batteries: Starting battery bank:, calcium lead antimony type, 24 volt DC, sized as recommended by the generator set manufacturer, shall be supplied for each generator set with battery cables and connectors. E. Exhaust Silencer: Exhaust muffler(s) shall be provided for each engine, size and type as recommended by the generator set manufacturer: The mufflers shall be critical grade. Exhaust system shall be installed according to the generator set manufacturers recommendations and applicable codes and standards. 2.11 BATTERY CHARGER A. A UL listed/CSA certified 10-amp voltage regulated battery charger shall be provided for the engine-generator set. The charger may be located in an automatic transfer switch, or may be wall mounted, at the discretion of the installer. Input AC voltage and DC output voltage shall be as required. Chargers shall be equipped with float, taper and equalize charge settings. Operational monitors shall provide visual output along with individual form C contacts rated at 4 amps, 120 VAC, 30VDC for remote indication of: Loss of AC power-red light Low battery voltage - red light High battery voltage - red light Power ON - green light (no relay contact) Analog DC voltmeter and ammeter, 12 hour equalize charge timer, AC and DC fuses shall also be provided on the charger. 2.12 OUTDOOR WEATHER— PROTECTIVE HOUSING A. Outdoor Weather-Protective Housing Generator set housing shall be provided factory-assembled to generator set base and radiator cowling. Housing shall provide ample airflow for generator set operation at rated load in the ambient conditions previously specified. The housing shall have GAT-Standby Generator Sets 16230-10 7/24/2006 ,.� hinged side-access doors and rear control door. All doors shall be lockable. All sheetmetal shall be primed for corrosion protection and finish painted with the manufacturers standard color using a two step electrocoating paint process, or equal meeting the performance requirements specified below. All surfaces of all metal parts shall be primed and painted. The painting process shall result in a coating which meets the following requirements: Primer thickness, 0.5-2.0 mils. Top coat thickness, 0.8-1.2 mils. Gloss, per ASTM D523-89, 80%plus or minus 5%. Gloss retention after one year shall exceed 50%. Crosshatch adhesion, per ASTM D3359-93, 4B-5B. Impact resistance,per ASTM D2794-93, 120-160 inch-pounds. Salt Spray, per ASTM B 117-90, 1000+ hours. Humidity, per ASTM D2247-92, 1000+ hours. Water Soak, per ASTM D2247-92, 1000+hours. Painting of hoses, clamps, wiring harnesses, and other non-metallic service parts shall not be acceptable. Fasteners used shall be corrosion resistant, and designed to minimize marring of the painted surface when removed for normal installation or service work. The generator set shall be provided with a sound-attenuated housing which allows the generator set to operate at full rated load in an ambient temperature of up to 100F. The enclosure shall reduce the sound level of the generator set while operating at full rated load to a maximum of 65 dBA at any location 7 meters from the generator set in a free field environment. 2.13 FUEL STORAGE TANK A. Provide a dual wall sub-base fuel storage tank with 8 hours at full load usable capacity. The tank shall be constructed of corrosion resistant steel and shall be UL 142 listed. The equipment, as installed, shall meet all local and regional requirements for above ground tanks. 2.14 VIBRATION ISOLATORS A. Furnish and install spring type vibro— isolators between the sub —base tank and the generator set. A minimum of six (6) isolators shall be used, properly sized for the generator set supplied. 2.15 CIRCUIT BREAKER A. Furnish and install a generator mounted molded case circuit breaker of the rating and size as indicated on the drawing. The circuit breaker shall meet the specification in Section 16480. The generator manufacturer shall coordinate the circuit breaker with the MCC manufacturer for compatibility. The circuit breaker shall be rated at 65 KAIC. GAI-standby Generator Sets 16230-11 7125/2006 2.16 REMOTE ANNUNCIATOR A. Provide and install a 20-light LED type remote alarm annunciator with horn, located as shown on the drawings or in a location that can be conveniently monitored by facility personnel. The remote annunciator shall provide all the audible and visual alarms called for by NFPA Standard 110 for level l systems for the-local generator control panel: Share rar�ipFs-slrall be provided to allow future'addition'bf other alarm and status functions to the annunciator. Provisions for labeling of the annunciator in a fashion consistent with the specified functions shall be provided. Alarm silence and lamp test switch(es)shall be provided. LED lamps shall be replaceable, and indicating lamp color shall be capable of changes needed for specific application requirements. Alarm horn shall be switchable for a'1 annunciation points. Alarm horn(when switched on) shall sound for first fault, and all subsequent faults, regardless of whether first fault has been cleared, in compliance with NFPA110 3- 5.6.2. The interconnecting wiring between the annunciator and other system components shall be monitored and failure of the interconnection between components shall be displayed on the annunciator panel. 3.00 EXECUTION 3.01 COORDINATION A. Coordinate with other trades, equipment and systems to the fullest extent possible. 3.02 INSTALLATION A. Provide services of a qualified field representative to check the installation of the generator unit to ensure a proper installation. B. Install the generator set with sub—base fuel tank on the concrete pad as shown on the drawings. Install the vibration isolators between the sub —base fuel tank and the generator set. Installation shall be in accordance wit]-i the manufacturer's recommendations. 3.03 EQUIPMENT START-UP A. Operate unit to demonstrate ability to operate continuously without vibration, jamming, leakage or overheating and to perform specified functions, after installation and after manufacturer's representative check of installed equipment. B. Comply with manufacturer's operating and maintenance instructions during start-up and operation. C. Promptly correct improper installation of equipment. GAl-Standby Generator Sets 16230-12 7nsn006 -- D. Cooperate with supplier of equipment at time of start-up and in making of all final adjustments necessary to place equipment in satisfactory working order. Start-up shall not commence without the presence of the manufacturer's representative. 3.04 FIELD TEST A. Upon completion of the installation and as soon as conditions permit, the emengt;ncy powar supply system including the engine driven generator, electrical circuits, controls, transfer switch and other devices shall be tested in the presence of the Engineer by the Contractor and the service representative for the manufacturer of the engine driven generator unit to assure that the system functions as specified. 1. 'Prior to scheduling the test, notify the Engineer in writing that all requirements and provisions of the Contract Documents have been fulfilled, that all apparatus shall be clean, properly adjusted and ready for operation and that the Instruction Manuals, parts lists and record drawings described in Paragraph 1.03 above, have been submitted. 2. The manufacturers' representatives shall make such changes in wiring or connections and such adjustments, repairs or replacements necessary to make the circuit, device or control system function as specified and otherwise comply with the Contract Documents. B. The test shall consist of a pump —down sequence test of each of the two 2 —pump combinations. A submersible pump shall start first, followed by the corresponding horizontal pumps. C. As part of the field test, each of the automatic shutdown devices shall be tested and the respective values recorded at which the devices will stop the engine. Any adjustments required shall be made in the devices to make the operating values correspond to those recommended by the engine manufacturer and as recorded during the stop test. D. After the two hour test has been completed, additional testing shall be performed to demonstrate the emergency power supply system's ability to meet the automatic starting, load transfer and motor starting requirements as specified under Paragraph 1.06C above. E. Piping shall be tested in strict accordance with the manufacturers testing requirements. For each double wall fuel oil line entering the building, provide a pressure test port with threaded plug in the double wall piping termination fitting. Piping shall be subjected to an air test of 10 psig maximum. F. If the emergency power supply system fails to fulfill the performance requirements of '"k this specification, corrective action shall be taken and the system retested to assure GA3-Standby Generator Sets 16230-13 7/24/2006 full compliance. All expenses associated with the field tests, including any corrective action, shall be borne to the Contractor. END OF SECTION GAl-Standby Generator Sets 16230-14 7/24/2006 ''N SECTION 16496 LOW-VOLTAGE AUTOMATIC TRANSFER SWITCHES PART 1 GENERAL 1.01 WORK INCLUDED A. The Contractor shall furnish and install the 400 Amp Nema 4x out door low-voltage (600 volts and below) automatic transfer switches having the ratings, features/accessories and enclosures as specified herein and as shown on the contract drawings. 1.02 RELATED SECTIONS A. Section 16050--Basic Electrical Construction Material and Methods r 1.03 REFERENCE CODES AND STANDARDS A. The automatic transfer switches and all components shall be designed, manufactured and tested in accordance with the latest applicable standards of UL and NEMA as follows: 1. UL 50-- Cabinets and.Boxes 2. NFPA 70—National Electrical Code 3. IEEE 446— Emergency and Standby Power Systems 4. UL 1008 -- Transfer Switches 5. NEMA ICS -- Industrial Controls and Systems. 1.04 SUBMITTALS Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include: A. Shop Drawings: The following information shall be submitted to the Engineer: 1. Master drawing index Ank' 2. Dimensioned outline drawing 3. Schematic diagram 4. Component list GAI-TRANSFER SWITCH 16496-1 S. Conduit entry/exit locations 6. Assembly ratings including: a. Short-circuit rating b. Voltage c. Continuous current. B. Operation and Maintenance Manuals: 1. Operation and maintenance manuals shall include the following information: a. Instruction books and/or leaflets b. Recommended renewal parts list c. Drawings and information required by Paragraph 1.04 1.05 QUALITY ASSURANCE A. The manufacturer of the automatic transfer switch shall be the manufacturer of the major components within the assembly. B. For the equipment specified herein, the manufacturer shall be ISO 9000, 9001 or 9002 certified. C. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five(5) years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. D. Acceptable Manufacturers 1. ASCO 2. Approved Equal 1.06 REGULATORY REQUIREMENTS A. A certificate of compliance with UL 1008 must be submitted for the transfer switches to be supplied. The certificate is not required if the:manufacturer's published data submitted and approved reflect a UL 1008 listing. Proof of UL 1008 listing does not, however, relieve the Contractor of compliance with other provisions of this specification. 1.07 DELIVERY, STORAGE AND HANDLING GAI-TRANSFER SWITCH 16496-2 �.� A. Equipment shall be handled and stored in accordance with manufacturer's instructions. One(1) copy of these instructions shall be included with the equipment at time of shipment. 2.00 PRODUCTS - 2-01 RATINGS- A. ATINGS A. The transfer switch shall be rated to close on and withstand the available rms symmetrical short circuit current at the automatic transfer switch terminals with the type of overcurrent protection shown on the Drawings. B. The voltage rating of the transfer switch shall be no less than the system voltage rating. The continuous current rating of the transfer switch shall be not less than the maximum continuous current requirements of the system. C. The transfer switch shall be 100% equipment rated for continuous duty as shown on the drawings and shall conform to the applicable requirements of UL 1008 for emergency system total load. D. All pilot devices and relays shall be of the industrial type with self-cleaning contacts �.► and rated 10-amperes. E. The automatic transfer switches shall be fully rated to protect all types of loads, inductive and resistive, from loss of continuity of power, without derating, either open or enclosed. F. Automatic transfer switches utilizing interlocked circuit breakers will not be acceptable. 2.02 CONSTRUCTION A. The transfer switches shall be mechanically held in each position. Switching mechanisms shall be break before make on all poles, including the neutral pole on four pole switches. The switch mechanism shall be an over center toggle device which provides stored energy contact operation during both opening and closing. The speed of contact operation shall be independent of the force applied to the operating handles, which permits manual operation under load. The switch shall be mechanically interlocked to ensure only one of two possible positions, normal or alternate. �•.. B. The transfer switches shall consist of completely enclosed contact assemblies and a separate control logic panel. The contact assemblies shall be operated by a single solenoid mechanism,momentarily energized. Control power for all transfer GAI-TRANSFER SWITCH 16496-3 operations shall be derived from the line side of the source to which the load is being transferred. C. Each transfer switch shall have a manual operating handle for maintenance purposes. The handle shall permit the operator to manually stop the contacts at any point throughout their entire travel to,inspect and service the contacts when required. A . transfer switch position indicator shall be visible from the front of the switch to show to which source the transfer switch is connected. D. All three-phase four-wire transfer switches used on systems with ground fault equipment shall be true four-pole switched neutral type with all four poles for each source being fully rated and connected to a common shaft E. Inspection and replacement of all separate arcing contacts (moving and stationary) shall be possible from the front of the transfer switch. F. A microprocessor based electronic sensing and control logic panel shall be separately mounted from the power switching portion of the transfer switch. The two sections shall be connected by control cables with plug-in connectors. The control section shall be capable of being disconnected from the power section for maintenance purposes. G. The logic circuit shall utilize electronic components mounted on printed circuit ^ boards to accomplish functions such as timing, time delays, and voltage and frequency monitoring. LEDs shall be furnished to indicate the operation of each solid- state function. Modifications shall be available for field installation without voiding the UL label. 2.03 SEQUENCE OF OPERATION A. The transfer switch shall automatically transfer its load circuit to an emergency or alternate power supply upon failure of its normal or preferred source. B. Upon loss of phase-to-phase voltage of the normal source, pickup adjustable from 85%to 100 to 80% of nominal, dropout adjustable from 75% to 98%of pickup, and after a time delay, adjustable from 0.5 to 15 seconds, to override momentary dips and/or outages, a delay of 1 to 60 seconds, adjustable, shall occur. Transfer to the alternate source shall take place immediately upon attainment of 90%of rated voltage and frequency of that source. C. When the normal source has been restored to 90% of rated voltage, and after a time delay, adjustable from 0.5 to 32 minutes (to ensure:the integrity of the normal power source), the load shall be retransferred to the normal source. GAI-TRANSFER SWITCH 16496-4 D. If the emergency or standby power should fail while carrying the load, transfer to the normal power supply shall be made instantaneously upon restoration of the normal source to satisfactory conditions. 2.04 ENCLOSURE A. Each transfer switch.shall be provided in'a NEMA 4x general out door,enclosure:m 2.05 FINISH A. NEMA 4x enclosures shall be painted with the manufacturer's standard painting procedures to ensure to ensure suitability for environmental conditions as referenced in the plans. Color shall be light gray ANSI 61. 2.06 ADDITIONAL REQUIREMENTS A. Provide auxiliary relay contacts that are energized when the power is available on the emergency source. B. The following features shall be provided: 1. Green pilot light to indicate switch in normal position and red pilot light to indicate switch in emergency position 2. White pilot lights marked "Normal Source" and"Emergency Source" to indicate that respective source voltages are available 3. Tripped position indicating lights for both sources 4. Relay auxiliary contacts (2 NO and 2 NC) to indicate transfer switch position and the availability of each source. 3.00 EXECUTION 3.01 FACTORY TESTING A. The following standard factory tests shall be performed on the equipment provided under this section. All tests shall be in accordance with the latest version of UL and NEMA standards. 1. Insulation check to ensure the integrity of insulation and continuity of the entire system 2. Visual inspection to ensure that the switch matches the specification requirements and to verify that the fit and finish meet quality standards GAl-TRANSFER S WrFCH 16496-5 3. Mechanical tests to verify that the switch's power sections are free of mechanical hindrances 4. Electrical tests to verify the complete electrical operation of the switch and to set ,up time dQLays-gnd voltage sensingsettings of the logic B. The manufacturer shall provide three (3) certified copies of factory test reports. 3.02 INSTALLATION A. The Contractors shall install all equipment per the manufacturer's recommendations and the contract drawings. 3.03 FIELD ADJUSTMENTS A. The Contractor shall field adjust all timing and voltage settings of the transfer switch as necessary for proper operation of the unit. 3.04 TRAINING A. The manufacturer's representative shall give instruction to a maximum of three (3) personnel ,for a minimum of four(4) hours, in the operation and maintenance of each type of automatic transfer switch. - END OF SECTION - GAI-TRANSFER SWITCH 16496-6 SECTION 16730 UNITERUPTIBLE POWER SYSTEM 1.0 GENERAL 1.1 SUMMARY This specification describes a three-phase, on-line, double conversion, solid state Uninterruptible Power System hereafter referred to as the UPS. The UPS shall operate in conjunction with the existing building electrical system to provide high quality power conditioning, back-up power protection and distribution for electronic equipment loads. The system shall consist of a solid state inverter, power factor corrected rectifier, a 100% rated for continuous duty static switch, battery plant,graphical status/control panel, and synchronizing circuitry as described herein. 1.2 STANDARDS The UPS shall meet the requirements of the following standards: A. UL listed under 1778, standards for uninterruptible power supply equipment B.. UL listed under 924 if fitted with appropriate batteries C. UL Canada (cUL) D. FCC rules and regulations of part 15. subpart j, class A E. IEC 1000 (801)level 4 F. The UPS shall be designed in accordance with the applicable sections of the documents published by. National Fire Protection Association (NFPA)/National Electric Code (NEC) 0 National Electrical Manufacturer's Association (NEMA) it Occupational Safety& Health Administration (OSHA) 1.3 SUBMITTALS Submittals shall contain the following documentation: A. Installation Package: Complete electrical characteristics and connection requirements. Provide detailed equipment outlines with cabinet dimensions and spacing requirements; location of conduit entry/exit paths; location of floor/seismic mounting; available battery types/sizes; all cabinet weights; heat rejection and air flow requirements; single-line diagram; control and external wiring. B. Product Data: Provide catalog sheets and technical data sheets to indicate physical data and electrical performance, electrical characteristics, and connection requirements. C. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by Product testing agency. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of Product. Include equipment installation outline, connection diagram for external cabling, internal wiring diagram, and written instruction for installation. 1.4 FINAL SUBMITTALS Upon delivery of the UPS system the following submittals shall be included: 16730 - 1 A, A complete set of installation drawings showing all the information stated in section 1.3. ^ B. An installation and users manual showing safe and correct operation of all UPS functions. 1.5 QUALIFICATIONS & QUALITY ASSURANCE A. Manufacturer's_Certification: The manufacturer shall specialize in manufacturing of on-line, double cohversibn three prase UPS moduies specified in'this document with a minialurn of twenty years documented experience, and with a nationwide first party service organization. The manufacturer shall be ISO 9001 certified and shall design to internationally accepted standards. B. Factory Testing: Prior to shipment the manufacturer shall complete a documented test procedure to test all functions of the UPS module and batteries (via a discharge test), when supplied by the UPS manufacturer, and guarantee compliance with the specification. The factory test shall be performed in the presence of the customer providing the manufacturer receives adequate prior notice. The manufacturer shall provide a copy of the test report upon request:. C. Materials and Assemblies: All materials and parts comprising the UPS shall be new, of current manufacture, and shall not have been in prior service, except as required during factory testing. All active electronic devices shall be solid state and not exceed the manufacturer's recommended tolerances for temperature or current to ensure maximum reliability. All semiconductor devices shall be sealed. All relays shall be provided with dust covers. The manufacturer shall conduct inspections on incoming harts, modular assemblies, and final products. 1.6 DELIVERY, STORAGE, AND HANDLING ^ A. All products shall be packaged in a manner to prevent penetration by debris and to allow safe delivery by all modes of ground transportation and air transportation where specified. B. Prior to shipping all products shall be inspected at the factory for damage. C. Equipment shall be protected against extreme temperature and humidity and shall be stored in a conditioned or protected environment. D. Equipment containing batteries shall not be stored for a period exceeding three months without powering up the equipment for a period of eight hours to racharge the batteries. 1.7 ENVIRONMENTAL REQUIREMENTS The UPS shall operate under the following environmental conditions: A. Temperature: UPS Module Operating: 0°to 40°C(32°F to 104-F) Non-Operating: -20°to+45°C(-4°F to 1130 9 B. Relative humidity(operating and storage): 0 to 95%non-condensing C. Barometric Pressure: Up to 1000 meters above sea level (up to 2000 meters with ambient temperature less than 28°C)/(up to 12,000 meters above sea level non operating) s-ftl� D. Audible Noise: 69 dBA at 3 feet 1.8 WARRANTY I ATin .7 A. UPS Module: The UPS shall be covered by a full, parts and labor warranty from the Aftk manufacturer for a period of twelve (12) months from date of installation or acceptance by customer or eighteen (18) months from date of shipment from the manufacturer, whichever occurs first. B. Battery: The battery manufacturer's warranty shall be passed through to the final customer and shall have a minimum period of one year. T.9 t8RVICE AND SPARE PARTS . .. The manufacturer shall, upon request, provide spare parts kits for the UPS module in a timely manner as well as provide access to qualified factory trained first party service personnel to provide preventative maintenance and service on the UPS module when required. 1.10 MAINTENANCE, ACCESSIBILITY'AND SELF DIAGNOSTICS All UPS subassemblies, as well as the battery, shall be accessible from the front. UPS design shall provide maximum reliability and minimum MTTR(mean time to repair). To that end, the UPS shall be equipped with a self-test function to verify correct system operation. The self-test function shall identify the subassembly requiring repair in the event of a fault. The electronic UPS control and monitoring assembly shall therefore be fully microprocessor based, thus doing away with all potentiometer settings. This shall allow: ■ Auto-compensation of component drift; ■ Self-adjustment of replaced subassemblies; ■ Extensive acquisition of information vital for computer-aided diagnostics (local or remote); Atlftk ■ Socket connection to interface with computer-aided diagnostics system. The UPS shall be repairable by replacing standard subassemblies requiring no adjustments. Communication via a modem with a remote maintenance system shall be possible. 2,0 PRODUCT DESCRIPTION 2.1 APPROVED MANUFACTURERS & PRODUCT DESCRIPTION A. Approved Manufacturer(s): The specified equipment will be manufactured by MGE UPS SYSTEMS as supplied by Critical Site Solutions, Grapevine, Texas. B. Product Description: This specification describes a three-phase, double conversion, on-line, solid state Uninterruptible Power System,hereafter referred to as the UPS. The UPS shall operate in conjunction with the existing building electrical system to provide power conditioning, back-up power protection and distribution for electronic equipment loads.The system shall consist of a solid state IGBT PWM inverter, IGBT rectifier with a power factor corrected input, static switch, battery plant,graphical status/control panel, dry contact and communications ports, and synchronizing circuitry as described herein. 2.2 SYSTEM DESCRIPTION A. UPS Design Requirements 1. Output Power Continuous Rating. The continuous output power rating of the UPS shall AAftk be 75 kVA at a 0.8 lagging power factor. 2. Input Voltage: 208 VAC—20%/+15%, 3 phase, 4 wire plus ground 16730 -3 3. Output voltage: 208 VAC 3 phase, 4 wire plus grow id 4. Battery Autonomy: The UPS shall be capable of operating at full load for 8 minutes at 0.8 PF output at a temperature of 25°C on battery power. 5. Battery Type: Valve regulated seated lead acid(VRL!\) B. _AC input Characteristics 1. Voltage: 208 VAC, —20%/+15%, 3 phase, 3 wire plus neutral plus ground 2. Frequency: 60 Hz±5% 3. Power Factor: > .98 lagging 4. Total Harmonic Distortion: less than 3% at full load 5. Power Walk-in: 0 to 100% over a 10-second period 6. Inrush Current: less than nominal input current for less than one cycle 7. Input Surge Protection: The UPS is equipped with input MOVs to withstand surges per IEEE 587-1980/ANSI C62.41. C. AC Output Characteristics 1. Voltage: 208 VAC,—20%/+15%, 3 phase, 3 wire plus neutral plus ground ^ 2. Frequency: 60 Hz+1%(or selectable up to 4%);60 liz+0.1%when free running 3. Voltage Regulation: + 1.0%for balanced load + 1.75 for 50%unbalanced lead +2.5%for 100%unbalanced load 4. Voltage Distortion: Maximum 2%total (THD)and 1% any single harmonic on 100% linear loads. 5. Voltage Transient(Step Load) Response: + 3%for 50%step load change _+ 5%for 100%step load change + 1%for loss or return of AC input power or manual transfer at full load 6. Voltage Recovery Time: Return to within 1% of nominal value within 16.67 milliseconds (one cycle) 7. Phase Angle Displacement: 1200 + 10 for balanced load; 1200 + 3° for 100% unbalanced load _ 8. Non-Linear Load Capability. Output voltage total harmonic distortion shall be less than 30r6 when connected to a 100% non-linear load with a crest factor not to exceed 3%. 9. Slew Rate: 1 HzIsecond maximum (or selectable up to 2.0 Hz/sec) ^ 10. Power Factor: 0.8 at the rated volt-amperes(VA) 11. Inverter Overload Capability: 120%of rated load for 100 seconds 130%of rated load for 60 seconds 1 R7'An -d 145% of rated load for 30 seconds 12. Bypass Overload Capability: >212%for one cycle; > 150%for 30 seconds D. Battery 1. Battery Voltage: 198 VDC minimum before cutoff; 240 VDC nominal, 277 VDC maximum maintenance charge voltage 286 VDC equalization voltage 2. Maximum DC Current: Maximum DC current at cutoff voltage will be 294 A. 2.3 MODES OF OPERATION The UPS module shall be designed to operate as a double conversion, on-line reverse transfer system in the following modes. A. Normal: The inverter shall continuously supply power to the critical load. The PFC rectifier shall derive power from the utility AC source and supply DC power to the inverter while simultaneously float charging the battery. B. Emergency: Upon failure of the utility AC power source,the critical load shall be supplied by the inverter,which,without any interruption, shall obtain its power from the battery. C. Recharge: Upon restoration of the utility AC power source (prior to complete battery discharge), the PFC rectifier shall power the inverter and simultaneously recharge the battery. D. Bypass Mode: The static bypass transfer switch shall be used to transfer the load to the bypass without interruption to the critical power load. This shall be accomplished by taming the inverter off. Automatic re-transfer or forward transfer of the load shall be accomplished by turning the inverter on. 2.4 COMPONENT DESCRIPTION A. PFC Rectifier and Battery Charger Incoming AC power shall be converted to a regulated DC output voltage by an IGBT (insulated gate bipolar transistor) power factor corrected (PFC) rectifier. The PFC rectifier shall provide high quality DC power to charge the batteries and power the inverter and shall have the following characteristics: 1. Input Power f=actor Correction (PFC): The PFC rectifier shall be power factor corrected so as to maintain an input power factor of 0.98 lagging to unity at 75% or above load levels to ensure generator compatibility and avoid reflected harmonics from disturbing loads sharing the utility power. 2. Input Harmonic Current Suppression: The PFC rectifier shall produce a sinusoidal input AC current on each phase with low harmonic content, limiting THD on the UPS input to below 3%. This shall eliminate the requirement for an input filter. 3. Modular Assembly: The PFC rectifier assembly shall be constructed of modular design to facilitate rapid maintenance. Ar 16730 -5 4. Battery Charger Current Limiting: The UPS shall be equipped with a system designed ,.n*" to limit the battery recharge current (from 0.05 C10 to 0.1 C10). 5. Charging Levels: The battery charging circuitry shall be capable of being set for automatic battery recharge operation,float service, manual battery charge service, and equalizing or commissioning operation. 6. Intermittent Charging. The battery charge level shall'be maintained by an intermittent charging technique between two values Vfmin and Vfmax very close to the floating voltage.This technique shall be based on a cycle made up of a short charge period (a few seconds)from Vfmin to Vfmax followed automatically by a slow discharge period (a few minutes)from Vfmax to Vfmin. This cycle shall be re3eated continuously to maintain the battery charge level. In this way the battery shall actually be charging only for a small part of the time,which considerably increases its service: life. 7. Temperature Compensated Charging: The batter(charger shall be equipped with a temperature probe to enable temperature compensated charging and adjust the battery float voltage to compensate for the ambient temperature using a negative temperature coefficient of 3 mV per cell per degree Celsius at a nominal temperature of 25°C. 8. Battery Capacity: The battery charger shall have sufficient capacity to support a fully loaded inverter and fully recharge the battery to 95% of its full capacity within 6-8 hours. B. Inverter The UPS output shall be derived from a Pulse Width Modulated (PWM) IGBT inverter design. The inverter shall be capable of providing the specified precise output power characteristics (specified in section 2.2.C) while operating over the battery voltage range. The inverter assembly shall be constructed as a modular assembly to facilitate rapid maintenance. C. Static Bypass The static bypass transfer switch shall be solid-state, rated for continuous 100% duty and shall operate under the following conditions: 1. Uninterrupted Transfer: The static bypass transfer switch shall automatically cause the bypass source to assume the critical load without interruption after the logic senses one of the following conditions: a) Inverter overload exceeds unit's rating b) Battery protection period expired and bypass current is available c) Inverter failure 2. Interrupted Transfer. If the bypass source is beyond the conditions stated below, the UPS will make an interrupted transfer(not less than 100 msec in duration). a) Bypass voltage greater than+ 10%, -10%from the UPS rated output voltage. b) Bypass frequency greater than±2 Hz from the UPS rated output frequency. 3. Automatic Uninterrupted Forward Transfer: The static bypass transfer switch shall automatically forward transfer power, without interruption, after the UPS inverter is turned "ON" after an instantaneous overload-induced reverse transfer has occurred and the load ^ current returns the UPS's nominal rating or less. 4. Manual Transfer: A manual static transfer shall be initiated from the UPS Control Panel by turning the UPS inverter off. IRTIO -a 5. Overload Ratings: The static bypass transfer switch shall have the following overload Amok. characteristics: a) 1000%of UPS output rating for 0.016 seconds(one cycle) b) 150%for 1 second c) 130%of UPS output rating for 1 minute D. Microprocessor Controlled Logic The full UPS operation shall be provided through the use of microprocessor controlled logic. Ali operation and parameters are firmware controlled, thus eliminating the need for manual adjustments or potentiometers. The logic shall include a self-test and diagnostic circuitry such that a fault can be isolated down to the printed circuit assembly or plug-in power assembly level. Every printed circuit assembly or plug-in power assembly shall be monitored. Diagnostics shall be performed via a PC through the local diagnostics port on-the UPS. E. Standard Display, Control and Indicator Panel The UPS will include a standard easy to use control and indicator panel. Included will be a backlit, color graphic animated LCD display and LED indicators. The UPS panel will include UPS "ON"and UPS "OFF" pushbuttons that will permit the user to safety command the UPS on or off without risk of load loss. 3.0 SYSTEM CONTROLS AND INDICATORS A. Front Panel LCD Display: The UPS control panel shall provide a back-lit, color graphic display with choice of over 15 operating languages for indication of UPS status, metering, battery status, alarm/event log, and advanced operational features. The display provides access to: • An animated, color mimic diagram indicating UPS power flow • Measurements, status indications and events • Bar-graphs and waveforms of the measured values • Personalization menu protected by a password, used to make specific settings • Event log with time stamping • Access to all measurements System Parameters Monitored: The visual display will display the following system parameters based on true RMS metering: Measurements: • Input voltage (Ph-Ph) • Input current per phase ■ Bypass voltage ■ Bypass input frequency • UPS output voltage(Ph-Ph and Ph-N) (3 phase simultaneously) • UPS output current per phase (3 phase simultaneously) • UPS output frequency • UPS output% load • UPS output kVA • UPS output power factor 16730-7 • Battery voltage • Crest factor • Battery current • Battery backup time and remaining service life • Battery temperature Statu's Indicafions acrd Events: ■ Load on battery • Load on UPS • Load on automatic bypass • Low-battery warning • General alarm ■ Battery fault ■ Remaining back-up time during operation on battery power • Bypass source outside tolerances • Battery temperature • Additional indications shall provide maintenance assistance Display of Operating Curves: The graphical display shall be capable of displaying curves and bar graphs of the above-mentioned measured values for significant periods. Time-Stamped Historical Events: This function shall time-stamp and store all important status changes, anomalies and faults and make this information available for automatic or user-requested consultation. B. LED Status Indicators: The UPS control panel shall provide three LEDs that signal the following status conditions: • Green LED: Load protected • Yellow LED: minor fault ■ Red LED: major fault, load not protected C. On/Off Switch: The UPS shall provide the ON and OFF buttons to start and stop the inverter.The switch shall provide a built-in time delay to eliminate the risk of inadvertent operation (additional confirmation is requested). It is possible to remotely activate the OFF function via an isolated dry contact to create an emergency power off function, resulting in: ■ Inverter shutdown • Opening of the automatic bypass ■ Opening of the input, bypass, output and battery switches/circuit breakers ■ Opening of the isolated dry contact on the programmable relay card D. Audible Alarm Reset: The UPS shall provide an audible alarm that can be stopped using the user interface. If a new alarm is sensed after the originai alarm has been silenced, it will reactivate the audible alarm. E. Emergency Power Off(EPO): The UPS shall be equipped with a local emergency power off button and dry contact input that can be used to command UPS shut down remotely. Activation of this command shall lead to the following actions: e7sn .a ' inverter shutdown ' opening of the static bypass switch and the battery circuit breaker ' Opening of input, and output switch/circuit breaker ' opening of an isolated dry contact on the programmable relay board F. DB-9 Connector: One DB-9 connector with serial output will be provided for field diagnostics. G°. Dry Contacts: The UPS shall be provided standard with a"programmable input/output relay board. This board shall have 8 dry contacts, i.e., 6 for input signals and 2 for output signals.Contacts shall be programmed as: ' UPS on Line ' Load on Bypass ' UPS on Battery UPS Battery Low • General alarm ' Remote UPS on (input) ' Remote UPS off(input) The contacts will be normally open and will change state to indicate the operating status. The contacts will be rated at 2.0 A(250 VDC 130 VDC). 3.1 MECHANICAL DESIGN AND VENTILATION r. A. Enclosure: The UPS shall be housed in a freestanding enclosure with dead front construction. The mechanical structure of the UPS shall be sufficiently strong and rigid to withstand handling and installation operations without risk. Access to UPS subassemblies shall be through the front or top. The sheet-metal elements in the structure shall be protected against corrosion by a suitable treatment, such as zinc electroplating, bichromating, epoxy paint or an equivalent. B. Cable Access: The standard UPS available shall accommodate top and bottom entry cables. C. Cabinet Weights and Dimensions: The width of the UPS with internal bypass and battery cabinet shall not exceed 59(in inches)and has a maximum weight of 3,310(in lbs). D. Ventilation and Heat Rejection: The UPS shall be designed for forced air-cooling. Air inlets shall be provided from the front bottom of the UPS enclosure. Air exhaust shall be from the top portion of the unit. Full load heat rejection is 28,000 BTU/hour. 3.2 BATTERY The UPS module shall use a valve regulated sealed lead acid heavy-duty industrial battery, designed for auxiliary power service in a UPS application. The primary battery shall be furnished with impact resistant plastic cases and housed in a matching cabinet(s) next to the UPS module. A. Protection Against Deep Discharge and Self-Discharge: The UPS shall be equipped with a device designed to protect the battery against deep discharge, depending on discharge conditions,with isolation of the battery by a circuit breaker. In particular, a monitoring device AOEW* shall adjust the battery shutdown voltage as a function of a discharge coefficient to avoid excessive discharge at less than the rated output. A second device shall avoid self-discharge of the battery into the UPS control circuits during an extended shutdown of the UPS (over two hours). 16730 -9 B. Battery Self-Tests: The battery monitoring system shall be able to perform the following automatic functions: ■ Battery circuit checks every twelve hours ■ Open-circuit battery test once a month ■ Partial discharge test every three months This self-test system shall signal faul_fs via LEDs on,the.f6rit panel or a rnessaga tg remote supervision systems. 4.0 ACCESSORIES A. Extended Battery Cabinet: Matching battery cabinet shall be furnished in adjacent version. The cabinet shall match the height and depth.of the UPS module and shall have a width of 26.5". All power wiring and control cables shall be included for adjacent models. B. External Control and Communications Devices 1. RS232 serial communications card: The RS-232 serial communication card shall provide registers for all alarms and standard measurements available on the UPS. The port shall use an open J-BUS I ModBus protocol. 2. SNMP Web Interface: The communications port shall accommodate an SNMP (Simple Network Management Protocol)converter to allow acquisition of UPS status points via SNMP protocol for the purpose of monitoring the UPS via a network. C. internal Maintenance Bypass: An internal manual maintenance bypass switch shall be optionally provided to isolate the UPS inverter output and static bypass transfer switch for maintenance. This shall allow the UPS to be tested or repaired without affecting load operation. 5.0 FIELD QUAILTY CONTROL & SERVICE ORGANIZATION 5.1 FIELD SERVICE ENGINEER QUALIFICATIONS The manufacturer must employ a 7 X 24 nationwide (international where applicable) field service organization with rapid access to all regions of the nation. The responding service professionals must be factory-trained engineers with an accredited and proven competence to service three phase UPS. 5.2 SPARE PARTS Field Engineers must have immediate access to recommended spare parts with additional parts storage located in regional depots. Additional spare parts shall be accessible on a 7 x 24 basis from the national depot and must be expedited on a next available flight basis or via direct courier (whichever mode is quickest). 5.3 MAINTENANCE TRAINING 1 A7.An- 1 n The manufacturer shall make available to the customer various levels of training ranging from �•. basic UPS operation to UPS maintenance. 5.4 MAINTENANCE & SERVICE CONTRACTS The manufacturer shall offer additional preventative maintenance and service contracts covering both the UPS and the battery bank. Accredited professional service engineers employed exclusively in the-field of critical power systems service shall perform all maintenance andservice. The marufacturer shall also offer extended warranty"contracts, - END OF SECTION A•. 16730-11 PART F PERFORMANCE BOND CONTRACTOR COMPLIANCE WITH ..� WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Veron's Annotated Civil Statues, Contractor Certifies that,it provides worker's compensation.insurance coverage for all of its employees employed on City of Foil Vorth Project Number L3 00 6,3 01 ?I qy SIEMENS BUILDING TECHNOLOGIES, NQ CONTRACTOR By; LAVE FLADDA GENERAL MANAGER----- - Title Date STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority, on this day personally appeared "e F14dJ # ' . known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of &eA-y t 6.2 rO*rg-n e/ for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this of-19 1,M , 2001 . tart'Public in and for the State of Texas -------------- MICHAEL D. PDTEMS NOTAItY PUBLIC STATECOMMISSION EXPOCTOBER 21 Page 1 Of 1 CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH,TEXAS DATE: 01/10/07 NAME OF PROJECT:Fort Worth Water Dept PROJECT NUMBER(S):440P-009812 THIS IS TO CERTIFY THAT - (GENERAL LIABILITY)GERLING AMERICA INSURANCE COMPANY 150 NORTH WACKER DRIVE,29TH FLOOR CHICAGO,IL 60606 (AUTOMOBILE LIABILITY) LIBERTY MUTUAL FIRE INSURANCE COMPANY 3 BECKER FARM ROAD ROSELAND,NJ 07068 (Name and Address of Insured) is at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the type of insurance and in accordance with the provisions of the standard policies used by this Company,and further hereinafter described.Exceptions to standard policy noted on the reverse side hereof. TYPE OF INSURANCE Policy No. Effective Expires Limits of Liability Worker's Compensation Comprehensive General 7200509 10/01/06 10/01/07 Bodily Injury: Liability Insurance GLP Ea.Occurrence: $1,000,000 (Public Liability) Property Damage Ea.Occurrence $1,000,000 Blasting Collapse of Buildings or structures adjacent Ea.Occurrence $Incl. to excavations Above Damage to Underground Utilities Ea. Occurrence $Incl. Above Builder's Risk AS2-631- 10/01/06 10/01/07 CSO: $2,000,000 Comprehensive 004334-216 Bodily Injury: $NIA Automobile Ea.Person $N/A Liability Ea.Occurrence: Property Damage $N/A Ea.Occurrence 7200509 10/01/06 10/01/07 Contractual Liability GLP Other Location covered: Description of Operations covered: The above policies either in the body thereof or by appropriate endorsement provide that they may not be charged or canceled by the insurer in less than five(5)days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five(5)days actual notice of change or cancellation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. MARSH USA,INC. ELISSA CAVALLO 44 WHIPPANY ROAD P.O.BOX 1966 MORRISTOWN,NJ 07962 Title:Client Rep.,AVP DATE(MM/DD/YY r , A„ Rf1t s fi 01/11/07 x s PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION MARSH USA INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 44 WHIPPANYROAD HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O.BOX 1966 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. MORRISTOWN,NJ 07962-1966 COMPANIES AFFORDING COVERAGE COMPANY 100129-SS-06/07 679 A GERLING AMERICA INSURANCE COMPANY INSURED COMPANY SIEMENS BUILDING TECHNOLOGIES,INC. B LIBERTY MUTUAL FIRE INSURANCE COMPANY 1000 DEERFIELD PARKWAY BUFFALO GROVE,IL 60089-4513 COMPANY C LIBERTY INSURANCE CORPORATION COMPANY D CQVERAC�;ES This G4ttifcate upwSs&sand�pJ eS any pXe ou fjr;IS&ta@d r rtlflcate THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MM/DD/YY) DATE(MM/DD/YY) A GENERAL LIABILITY 7200509 GLP 10/01/06 10/01/07 GENERAL AGGREGATE $ 10,000,000 X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG $ INCL. OCCUR PERSONAL&ADV INJURY $ 1,000,000 CLAIMS MADE a OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE(Anyone fire) $ 1,000,000 MED EXP(Any one person) $ 100,000 B AUTOMOBILE LIABILITY AS2-631-004334-216 10/01/06 10/01/07 COMBINED SINGLE LIMIT $ 2,000,000 X ANY AUTO X ALL OWNED AUTOS BODILY INJURY $ N/A SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ N/A X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ N/A GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY:EACH ACCIDENT $ AGGREGATE $ A EXCESS LIABILITY 9000188 CUP 10/01/06 10/01/07 EACH OCCURRENCE $ 4,000,000 X UMBRELLA FORM AGGREGATE $ 4,000,000 OTHER THAN UMBRELLA FORM $ C WORKERS COMPENSATION AND WA7-63D-004334-016 AOS W 0TH (AOS) 10/01/06 10/01/07 X TWO LIMITS ER EMPLOYERS'LIABILITY C WC7-631-004334-026(OR,WI) 10/01/06 10/01/07 EACH ACCIDENT $ 1,000,000 C THE PROPRIETOR/ X INCL EW7-63N-004334-046(WA) 10/01/06 10/01/07 DISEASE-POLICY LIMIT $ 1,000,000 PARTNERS/EXECUTIVE $500K LIMIT/$500K SIR OFFICERS ARE: EXCL DISEASE-EACH EMPLOYEE $ 1,000,000 H DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS RE:440P-009812 CITY OF FORT WORTH WATER DEPT. SEE ATTACHED P;RT1F(GATE HOLDER NYC'=00259896i 03 C�CNO L I ATIAN,' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE INSURANCE COMPANY WILL ENDEAVOR TO MAIL CITY OF FORT WORTH 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 1000 THROCKMORTON ST. FORT WORTH,TX 76102 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS/AAG'ENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE 1" 6? J? I//cc Mary Radaszewski DATE MMI K a l 1 01/11/07 PRODUCER COMPANIES AFFORDING COVERAGE MARSH USA INC. COMPANY 44 W HIPPANY ROAD P.O.BOX 1966 E MORRISTOWN,NJ 07962-1966 COMPANY F 100129-SS--06/07 679 INSURED SIEMENS BUILDING TECHNOLOGIES,INC. COMPANY 1000 DEERFIELD PARKWAY G BUFFALO GROVE,IL 60089-4513 COMPANY H IcT RE:440P-009812 CITY OF FORT WORTH WATER DEPT. CH2M HILL AND CITY OF FORT WORTH AND ALL RELATED INTERESTS ARE INCLUDED AS ADDITIONAL INSURED UNDER THE ABOVE REFERENCED GENERAL LIABILITY AND AUTOMOBILE LIABILITY INSURANCE POLICIES AND THE COVERAGE AFFORDED THE ADDITIONAL INSURED UNDER THESE POLICIES SHALL BE PRIMARY AND NON-CONTRIBUTORY INSURANCE TO THE EXTENTTHATA CLAIM ARISES FROM THE NEGLIGENCE OF SIEMENS BUILDING TECHNOLOGIES INC.OR ITS SUBCONTRACTORS WITH RESPECT TO ALL OPERATIONS OF THE INSURED BUT ONLY WITH RESPECT TO ALL WORK PERFORMED BY AND ON BEHALF OF THE NAMED INSURED,SIEMENS BUILDING TECHNOLOGIES,INC.FOR CERTIFICATE HOLDER UNDER CONTRACT. THE OWNER AND CONTRACTOR WAIVE ALL RIGHTS AGAINST EACH OTHER AND ANY OTHER CONTRACTOR,SUBCONTRACTORS, SUB-SUBCONTRACTORS,AGENTS,AND EMPLOYEES,FOR DAMAGES OR INJURIES CAUSED BY PERILS TO THE EXTENT COVERED BY INSURANCE,EXCEPT SUCH RIGHTS AS THEY MAY HAVE TO PROCEEDS OF SUCH INSURANCE HELD BY THE OWNER AS A FIDUCIARY. odml TIF( )D4P�R CITY OF FORT W ORTH 1000 THROCKMORTON ST. FORT WORTH,TX 76102 opm% MARSH USA INC.BY M ry �� a Radaszewskl ?4, MAINTENANCE BOND THE STATE OF TEXAS § Bond No. PRF8877620/82066165 COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS:That we(1) Siemens Building Technologies, Inc. as Principal, acting herein by and through (2) Corporation its duly authorized by the State of Delaware and (3) Colonial American Casualty and Surety Company & Federal Insurance Company a corporation organized and existing under the laws of the State of MD/IN , as surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation, chartered by virtue of Constitution and laws of the State of Texas,at Fort Worth, in Tarrant County,Texas, the sum of: Two Million Twenty Nine Thousand Two Hundred Forty Nine and 00/100ths Dollars(S2,029,249.00 },lawful money of the United States, for the payment of which sum well and truly be made unto said City of Fort Worth and its successors, said Contractor and surety do hereby bind themselves, their heirs, executors, administrators, and assigns and successors,jointly and severally. This obligation is conditioned,however; that, WHEREAS, the Principal has entered into a certain contract with the City of Fort Worth, the Owner, dated 12/28/2006 for the performance of the following described public work and the construction of the following described public improvements: on*. CCTV and Building Access Installation all of the same being referred to herein and in said contract as the Work and being designated as Project No.(s) ; and said contract, including all of the specifications, conditions and written instruments referred to therein as contract documents being hereby incorporated herein by reference for all purposes and made a part hereof,the same as if set out verbatim herein; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during the period Two(2) Years after the date of the final acceptance of the work by the City; and, WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two(2) Years ; and, WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the Water Department of the City of Fort Worth,it is necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need thereof to repair or reconstruct said work as herein provided. �► NOW THEREFORE, if said Contractor shall keep its said agreement to maintain, repair or reconstruct said work in accordance with all the terms and conditions of said F-5 — contract, these presents shall be null and void, and have no force or effect. Otherwise,this Bond shall remain in full force and effect, and said City shall have and recover from the said Contractor and its surety damages in the premises as prescribed by said contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. WHEREAS, all parties covenant and agree that if any legal action be filed upon this bond, venue shall lie in Tarrant County,Texas; and, IN WITNESS WHEREOF, this instrument is executed in Six (6) counterparts, each one of which shall be deemed an original,dated January 5, 2007 Siemens Building Technologies, Inc. ATTEST: "FI�INC (4) George Burc4; 11 By. Treasuttr 8600 North Royal Lane, Ste. 100 (Pr,nc,P,e1 nie Ike Petersen Irving, TX 75063 (S E A Q �� (Address) AMN. _ V � �(p�� f Witn eme sToiTd ng TeRnologies,Inc ,,f-` ._..._..._..... ..__-- Colonial American asualty "`Surety Company, --Bf � lL 60089-4513 & Federal Insurtr Coy ATTEST: By:. tt -in-fact)(5) J annette Porrini �J�!✓4f1� 1 0 American L & 15 Mountain View Road Sc aumburg, IL 1 Warren, NJ 07061 Aiza Lopez (Surety)Swum" Address) (S E A Q NOTE: Date of Bond must not be prior to- date of Contract (1) Correct Name of Contractor (2) A Corporation,a Partnership or an Witness as to Surety Stacy Rivera Individual, as the case may be 7 Hanover Square (3) Correct name of Surety New York, NY 10004 (4) If Contractor is Partnership, all (Address) Partners should execute Bond (5) A True copy of Power of Attorney shall be attached to Bond by- Attorney-in-fact F-6 PERFORMANCE BOND Bond No. PRF8877620/82066165 ^ THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS:That we(1) Siemens Building Technologies, Inc. , a (2) Corporation of the State of Delaware , Colonial American Casualty and Surety Company & hereinafter called Principal, and (3) Federal Insurance Company , a corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas,hereinafter called Owner,in the penal sum of: Two Million Twenty Nine Thousand Two Hundred Forty Nine and 00/100ths (S 2,029,249.00 ) Dollars in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made,we hereby bind ourselves,our heirs, executors, administrators, and successors,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the 28th day of December , A.D. 20_?!_,, a copy of which is hereto attached and made a part hereof, for the construction of- CCTV fCCTV and Building Access Installation designated as Project No.(s) , a copy of which contract is hereby attached, referred to, and made a part hereof as fully and to the same extent as if copied at length herein, such project and construction being hereinafter referred to as the"work". NOW THEREFORE, if the Principal shall well, truly, and faithfully perform the work in accordance with the plans, specifications, and contract documents during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and he shall satisfy all claims and demands incurred under the contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the owner all outlay and expense which the Owner may incur in making good any ^ default, then this obligation shall be void; otherwise to remain in full force and effect. F-1 -•x PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no charge, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder, or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN WITNESS WHEREOF,this instrument is executed in six counterparts each one of which shall be deemed an original,this the 5th day of January , A.D., 20 07 . Siemens Building Technologies, Inc. ATTEST: CIP)4) {r. _ BY , (Principle) S� 8600 North Royal Lane, Ste. 100 Marnie Mielke Petersen (S E A L) Irving, T% 75063 �. (Address) Wi5m"virAm4es.Inc 1000 Deerfield Parkway BuHalnGrnve,il 60089-451 _ Colonial A i an Casualty a Surety Company Address & Fede 1 s ce Company *annetteor y ATTEST: By: n-fact) (5) ,Surety) _ _ Aiza Lopez (Address) (S E A L) NOTE: Date of Bond must not be prior to date of Contract (1) Correct Name of Contractor (2) A Corporation, a Partnership or an Witness as to Surety Stacy Rivera Individual, as the case may be 7 Hanover Square (3) Correct name of Surety New York, NY 10004 (4) if Contractor is Partnership, all Partners (Address) should execute Bond (5) A True copy of Power of Attorney shall be attached to Bond by Attorney-in-fact F-2 PAYMENT BOND Bond No. PRF8877620/82066165 THE STATE OF TEXAS § KNOW ALL BY THESES PRESENTS: COUNTY OF TARRANT § That We, (1) Siemens Building Technologies, Inc. a (2) Corporation of the State of Delaware County, Dallas hereinafter called Principal and (3) Colonial American Casualty and Surety Company & Federal Insurance Company, a corporation organized and existing under the laws of the State MD/IN and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to in the penal sum of Two Million Twenty Nine Thousand Two Hundred Forty Nine and 0g 100ths Dollars ( 2,029,249.00 ) in lawful money of the United States to be paid in Fort Worth,Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. loaftk THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the 28th day of December , 24 06, a copy of which is hereto attached and made a part hereof, for the consideration of CCTV and Building Access Installation designated as Project Number a copy of which contract is hereto attached, referred to, and made a part hereof as fully and to the same extent as if copied at length herein, such project and construction being hereinafter referred to as the"work". NOW THEREFORE, the condition of this obligation is such that, if the Principal shall promptly make payment to all claimants as defined in Chapter 2253, Texas Government Code, supplying labor and materials in the prosecution of the work provided for in said Contract, then this obligation shall be null and void,otherwise it shall remain in full force and effect. THIS BOND IS MADE AND ENTERED into solely for the protection of all claimants supplying labor and material in the prosecution of the work provided for in said Contract, as claimants are defined in said Chapter 2253, and all such claimants shall have a direct right of action under the bond as provided in Chapter 2253,Texas Government Code. F-3 PROVIDE FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, Texas, State of Texas, and that the said Surety, for value received, hereby stipulates and agrees that no change extension of time, alteration or addition to the terms of the contract or to the work be performed thereunder or the specification accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or the specifications. PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder whose claim shall be unsatisfied. IN WITNESS WHEREOF,this instrument is executed in six counterparts, each one of which shall be deemed an original,this 5th day of January, ,20 07 Siemens Building Technologies, Inc. Principal ATTEST: BY: ^ A�Lwal (Principal) Seerelffy (Printed Name/Title) Marnie Mielke Petersen (SEAL) 8600 North Royal Lane, Ste. 100 Address rn�pL Irving, TX 75063 J (Witness as t9eRAqgjP0)gTechnologies,Inc City/State/Zip 1000 Deerfield Parkway Colonial American Casualty and Surety Company ` & Federal Insurance Com Buffalo Grove,IL 60089-4513 any p (Address) (Surety) ATTEST: BY: (Surety) I Lopez A Fact(5) Jeanne e Porrini 1400 is ane/15 Mountain ew Road ress (SE Schaumburg, a , J 07061 City/State/Zip Note: Date of bond must not be before the date pf award-of contract Witness as to Surety Stacy Rivera ()) Correct name of Contractor 7 Hanover Square (2) A corporation,partnership,or individual as the case may be New York, NY 10004 (3) Correct name of surety Address (4) If Contractor is a partnership,the Contract must be executed by the managing or general partner of the partnership F-4 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,corporations of the S C("aryland,by THEODORE G. MARTINEZ,Vice President, and GREGORY E. MURRAY,A_s stmt�`c cQ ' rn ursuance of authority granted by Article V I,Section 2,of the By-Laws of said Companies, �'4N n t e� side hereof and are hereby certified to be in full force and effect on the date her ��� a k appoint Jeannette PORRINI and Stacy RIVERA,both of Farmi eE� s , I` awful agent and Attorney-in-Fact, to make,execute, seal and deliver,for, m is ° sur a � ��ndt deed: any and all bonds and undertakings,and the exceW o sic h� or ja P ante of these presents,shall be as binding upon said Companies,as fully kt�I rn as if the had been duly executed and acknowledged b the `��y�a�i! � tc . "� Y Y � Y regularly elected offers tSf t� C ji its office in Baltimore,Md.,in their own proper persons. This power of attorney revokes that issued c" �Jetlfl tte PORRINI,Sara GLOGOWER,Dawn M.GODFREY,dated August 22,2003. The said Assistant S tr& does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,this 6th day of August,A.D.2004. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY 'gyp DEopsr C1L� t n �A Atmw% SEAL By. Gregon,E. Murray Assistant Secretary, Theodore G. Martinez State of Maryland ss: City of Baltimore On this 6th day of August, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith,that they are the said officers of the Companies aforesaid,and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Sea] the day and year first above written. o�aa�s a_H,�ro�i Dennis R. Havden Notary Public My Commission Expires: February 1,2009 POA-F 142-0587A EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of'the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as thc! business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgagcs,...and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the B,;iard of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE 1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President wo"%, executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Direct to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994.. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of Assistant Serretarry COLONIAL AMERICAN CASUALTY AND SURETY COMPANY The _ 3910 KESWICK ROAD, BALTIMORE,MD 21203 o D Statement of Financial Condition - ��rnmaRies — - —=—-A s Of Deceu ber3l;-2V05 — - -- ASSETS Bonds.............:..^. ................ 21,810;2.17 Cashin Banks and Offices...:: ...:.:........................:.......................................................:...............:.. 140,373 ReinsuranceRecoverable...:::..................................................................................... ....:.......... 1,6`2,213 . Other Accounts Receivable.......:..........:................................... .. 1;188,033. TOTALAbIvfITTEDASSETS..::: - 24,810836- _ LIA$ihITIES,SURPLUS AND OTHER FUNDS Reserve for Taxes and Expenses.,- 12,452 Ceded Reinsurance.Premiums Payable.................... 2,612,893 TOTAL LIABII I IES..................................................................................... . ........... $ . 2,62 ,345 5 Capital Stock,Paid Up:_..,;:':.......................................................................... $ . 5,000,000 Surplus.... ...:...::.:........:.. ,..........:..............,...:..................................: 1:7,185,49.1 Surplus as regards P6 cy. olders... .......................................................... ................. 22,185,491 TOTAL STATEMENT VALUE.:...........:...................................................................:...........:.........$ ,24,81.0,836 Securities"carried at$5,472,149.in the above statement are deposited as requiredby law. Securities carried.on the Basis prescribed by the National Association of Insurance Commissiohers: .On the basis of December 31,2005 market quotations for all bonds and stocks owned;the Company's total admitted assets would be $25,266,283 and surplus:as regards policyholders$22,640,938. . I,DAVID.A. BOWERS,Corporate Secretary of the COLONIAL AMERICAN CASLTALTY AND SURETY COMPANY, do hereby:cerffy that the foregoing statement is a correct exhibit of the assets and liabilities of the said Company on the 31st day of December,2005. Corporate Secretary: State of Illinois City of Schaumburg } SS: Subscribed and sworn to,before me,a Notary Public of the State of Illinois,in the City of Schaumburg,this 20t6 day of March, 2006. ww�n�w��nrwb OFFICIAL SEAL MARLO G SARABYN. NOTARY PUBLIC-STATE OF ILLINOIS MY COMMISSION EXPIRES:lW.W0T r . IJotury Public Fidelity and Deposit Company of Maryland Home Office:P.O.Box 1227, Baltimore,MD 21203-1227 IMPORTANT NOTICE To obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-654-5155 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin,TX 78714-9104 FAX# (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ..s%, S8543f(TX)(08/01) Chubb POWER Federal Insurance Company Attn- Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren,NJ 07059 :now All by These Presents,That FEDERAL INSURANCE COMPANY,an indiana corporation,VIGILANT INSURANCE COMPANY,a New York corporation,and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Jeannette Porrini and Stacy Rivera of Farmington, Connecticut------------- as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 4th day of October,2005 Xenn6tfTG.Wendel,Assistant Secretary r oh P.Smith,Vic�P- STATE OF NEW JERSEY County of Somerset ss. On this 4th day of October,2005 before me,a Notary Public of New Jersey,personally came Kenneth C.Wendel,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attomey, and the said Kenneth C.Wendel, being by me duty swom, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attomey are such corporate seats and were thereto affixed by authority of the By-Laws of said Companies;and that he signed said Power of Attomey as Assistant Secretary of said Companies by like authority;and that he is acquainted with John P.Smith,and knows him to be Vice President of said Companies,and that the signature of John P.Smith,subscribed to said Power of Attomey is in the genuine handwriting of John P.Smith,and was thereto subscribed by authority of said By-Laws and in deponent's Presence. Notari .. �a art Public,stcrsie of rc 0'C r1� No.228s OraAkodu! ®_g`�ju, Corr►t4e1647 ission ExQi ori.28, E F Q� otary Pubric fdE4�i S`�� CERTIFICATION Erdract from the Sy-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: ;411 powers of attomey for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman or the President or a Vica Pmsida,•it or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations.The Signature of such officers may be engraved,printed or lithographed.The signature of each of the following officers:Chairman,President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attomeys-in-Fad for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' 1,Kenneth C.Wendel,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY (the'Companies'do hereby certify that () the foregoing extract of the By-Laws of the Companies is true and correct, (it) the Companies are duty licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Departmerft;further,Federal and Vigilant are licensed in Puerto Rico and the U.S.Virgin islands,and Federal is licensed in American Samoa,Guam,and each of the Provinces of Canada except Prince Edward Island;and Viii) the foregoing Power of Attorney is true,correct and in full force and effect Given under my hand and seals of said Companies at Warren,NJ this C rt1NW � �o»at r �`y�5urta�r�F Gn LIC-1Ok J �� m -�- 7; +� �'VDIRNP '1`fi5 KS\ �EK'YOR� '� enneth C.Wendel,?lssistant Secretary IN.THE EVENTYOU WISH TO NOTIFY US OF A CLAiM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER `'ATTER,PLEASE CONTACT US AT ADDRESS LiSTED ABOVE,OR BY Telephone(908)903-3493 Fax(908)903-3656 e-mail: surpty@chubb.com Form i5-10-02258-U (Ed.5-03) CONSENT FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS,LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis DECEMBER 31,2005 (n thousands of dollars) LIABILITIES AND ASSETS SURPLUS TO POLICYHOLDERS Cash and Short Term InVestments..:..... $ 2.33,177 Outstanding Losses and Logs Expenses.... $ 11,102,486, United States Government,State and Unearned Premiums...................................... 3,594;949 Municipal Bonds-.;-.,..*'..;;.*..;..:.*.........I............. 12,026,711 Reinsurance Premiums Payable.......::::..:: 505,263 Other Bonds.................................................. 2,877,937 Provision for Reinsurance............................ 248,024 Stocks...............................................:.............. 836,039 Other Liabilities................................................ 1,093,720 Other Invested Assets............................... 1,019,957 TOTAL INVESTMENTS.......................... 16,993,821 TOTAL LIABILITIES........................................ 16,544,442 Investments iri Affiliates: Chubb Investment Holdings,Inc. ......:. 1,864,311 Capital Stock................................:.................... 20,980 Pacific Indemnity Company................... 1,279,232 Paid- In Surplus............................................. 3,106,790 Chubb Insurance Company of Europe.. 677,231 Unassigned Funds...................................:...... 5,705,305 Executive Risk Indemnity Inc. .............. 656,360 CC Canada Holdings Ltd....................... 347,840 Great Northern Insurance Company.. 283,968 SURPLUS TO POLICYHOLDERS.......... 8,833,075 Chubb Insurance Company of Australia- 130,693 Vigilant Insurance Company.................. 121,092 Other Affiliates::.......................................... 188,0.61 Premiums Receivable,,.............................. 1,590,888 Other Assets..........................................:...... 1,244,020 TOTAL LIABILITIES AND SURPLUS TOTAL ADMITTED ASSETS................ $ 25,377,517 TO POLICYHOLDERS....................... $ 25,377,517 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners. Investments valued at$341,275,964 are deposited with government authorities as required by law. A CORRECT STATEMENT: A ey-h-Fact tte Porri m Form 27-10-0073 (Rev.5-06) THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Siemens Building Technologies, Inc., Security Systems Division 8600 N. Royal Lane , STE 100, Dallas, TX 75063 as Principal, hereinafter called the Principal, and Fidelity and Deposit Company of Maryland 1400 American Lane, Schaumburg, IL 60196 a corporation duly organized under the laws of the State of MD as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fort Worth Water Dept 309 W. 7th Street, STE1020, Fort Worth,TX 76102 as Obligee, hereinafter called the Obligee, in the sum of Three Hundred Fifty Thousand Dollars and 00/100 Dollars ($ $350,000 ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has submitted a bid for Add CCN, Access Control and Miscellaneous GC work to 13 Various Sites in the Fort Worth Area NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 7th day of September 2006 Siemen uiidin Te nolo ' s, Ih , Security Systems Division (Princ (Seal) (Witness) B ( Z_Iimv� _�7 Anthony WhiteN CRETA7bfMaryland (Title) Fidelity and Deposit Compan fy) (Seal) Erin Clark (witness) B : fir. Attorney-in-Fac Stacy Rivera (Tine) AIA DOCUMENT A310•BID BOND•AIA•FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 "` Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,corporations of the S aryland,by THEODORE G.MARTINEZ,Vice President,and GREGORY E.MURRAY,As 's t ursuance of authority granted by Article Vl,Section 2,of the By-Laws of said Companies, n t e side hereof and are hereby certified to be in full force and effect on the date her mi ft ppoint Jeannette PORRINI and Stacy RIVERA,both of Farmi , o wful agent and Attorney-in-Fact, to make,execute,seal and deliver,for tMor s sur a i nd deed: any and all bonds and undertakings,and the exec o ' p suance of these presents,shall be as binding upon said Companies, as fully tc} 1 m as if they had been duly executed and acknowledged by the regularly elected of ftt i Tice in Baltimore Md. in their own ro er ersons. This ower of attorneg Yo proper P P Y revokes that issued 7jette PORRINI,Sara GLOGOWER,Dawn M. GODFREY,dated August 22,2003. The said Assistant e dreby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,this 6th day of August,A.D.2004. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY ',gyp DEPps�r C�Wtjy � ` �, ; " SEAL _ Rik (�(� By: Gregory E.Murray Assistant Secretary Theodore G.Martinez State of Maryland ss. City of Baltimore On this 6th day of August, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith,that they are the said officers of the Companies aforesaid,and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Dennis R. Hayden Notary Public My Commission Expires: February 1,2009 POA-F 142-0587A J ••i - ,S 1`1:DFLnTAJ,D DF VlJ.l-i. cVMTA-S. Y OFMARYIA 391a�g1_I�ROAD, BAiM)a A MD212Q3-., Co fapanCes Statement of I5+inandal Condition As Of Do&, bet 31'2D8 ASSETS ' Bonds___._........:... ....�:_:;.:......-__..._..._...._.:__. _-•-_---- ...............:---.._._. ........ •$ .145,517,855: Stocks. ~_.. 40,373,936•'. - ....._•--_._._ ... - ........ . ...... ...... __..-• _ .... Cash M]3an.XCs dud Offices __.. ------------ ...... 155,000; Reinstnance,RacA veiable._._...` ....... .................. ........ OtherA.ccarrns Receivable_.- ._._._.�_.._.-._.__.�_...... _._: .. , .......... __. _ �`• j .13,$ 1,$02:+ TOT$L1ADI TTFAASSE S:, ...:.x is ...... =............. _... :..�_ _ -----1. MBUX-P&,SURPLUS AND OTs � r Taxes-'a�it��Cp'enses: . •----------- Cedc5ne ToiAt LrAsceirPisrsmj_ ........... ...... ._._....__....._._. _ � 26,_ . � ?._ ._......_... ............ 26,985;7(35: Cagi#al Stock,YaidUp .... ........... .............. $ Stirorlil�fs. __ . �_._....�-_.............................. _.....:...... .. .. _ 382;842;092 Surplus as regards Pgiicyixolders.., ;--- _ _ •- ...... , ._..... ..w...... _ 186;142,03 TOTAL;_. ............... ....._...............,__.... __.._.v . ._..._._ - .. _ -•--•.$•' 13;8 0;7g7 , ;= ' - edF l es canted W33�398,03 m" The above statement are deposited as rNakedby laW.` Secm1#ie9:cagier ori tae bas' r6§cribri bY.the Na[iohal Assoeiatlozi of 7nsin6uee'Corsianers: :O the. as becember Al,20135fiquotaif-ons�`s�L alLizods-gad sfo oted�theo` a¢ faa�a tIs w-- — '—' s a I;DAVID-A:$OOVM, 'obw6rat�Secretary of the Fmpun AND DEP(35TT CQMeAN O IVIAI 7'L A�?f dci.liezel"iy ceziifg t1iit the foi&gazng statementip a cofrect--exluibirt of the assets and liabliies of a said Comp -oii ffie 31st' = day ofDb6ewbft,2005. F: •.• ' � - �'oi�roYdfe Secreta - ', . City of Scbaumburg SS: S Nbsct b� and swum to,befororate.a Notary Public of the State df Mfiaais.in t$e City bf&b=iburg,Oris 2M Jay of M=4 2D08. NouuYFUbliF'_ , OFFICIAL SW t MARLO G SARABYtd- IJOTARY PUBLIC-STATE OF ILLINOIS �_ MY COMMISSION EVU?IrSt 1!25107 PART G CONTRACT PART G -CONTRACT THE STATE OF TEXAS § COUNTY OF TARRANT § THIS CONTRACT,made and entered into by and between the City of ort Worth, a home-rule municipal corporation located in Tarrant County. Texas, acting through its City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed"OWNER" and Siemens Building technologies Inc. of the City of Irving , County of Dallas and State of Texas Party of the Second Part. Hereinafter termed "CONTRACTOR" WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (Owner), said Party of the Second Part(Contractor)hereby agrees with the said Party of the First Part (Owner) to commence and complete certain improvements described as follows: Physical Protection Systems Phase H-Drawings and specifications related to North and South Holly WTPs and Lake Worth (Bid Items 1,2, 4 and 5). Bid Item 3 is deleted from base bid. Water Project No.: P163 - 060163015140 and all extra work connected therewith, under the terms as stated in the Contract Documents, and at his (their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, bonds, insurance, and other accessories and services necessary to complete the said construction, in accordance with all the requirements of the Contract Documents, which include all maps, plats, blueprints and other drawings and printed or other written explanatory matter thereof, and the specifications thereof, as prepared by the Engineers employed by the Owner, each of which has been identified by the endorsement of the Contractor and the Engineers thereon, together with the Contractor's Written Proposal and other parts of the Contract Documents hereto attached, including the Fort Worth Water Department General Contract Documents and General Specifications, all of which are made a part hereof and collectively evidence and constitute the entire contract. G-1 The Contractor hereby agrees to commence work within ten (10) days after the - date written notice to do so shall have been given to him, and to substantially complete same within the time stated in the Proposal. The Owner agrees to pay the Contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefor, subject to additions and deductions, as provided in the Contract Documents and all approved modifications therefor, and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the Parties to these presents have executed this Contract in quadruplicate the year and the day first above written. ATTEST: City of Fort Worth, Texas (Owner) Party of the First Part By: le, '`. Marc Ott, Assistant City Manager MarHendrix(,)Citv Secretary - C_ � (SEAL) contract Au(ttho�rizatiox WITNESSES: --1-=' `�' Date ,,��,�, �v►(�,/� SIEI�NSBUtlD�l6tt�`iD1�lbG�$,� 1�G'�6UIIIIQA_' —i By Axiel Meir Approved for the Fort Worth City Water Department: CFO, Siemens Building Technologies, Inc. �rl &0A1wb S. Frank Crumb, PE, Water Director nnE.. Noe G. Bermudez ssistant Secretary Approved o Form and 7Z sistant City Attorney 11��qs n al 1 G-2 D las A. Doty