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