HomeMy WebLinkAboutContract 42116FORT WORTH
CITY SECRETARY Y).t I Ct CONTRACT NO. ___ _
SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
Rolling Hills Water Treatment Plant, Lake Worth Spillway, and
Westside Water Treatment Plant
Alert Notification and Security Improvements
Michael J . Moncrief
Mayor
CITY PROJECT No. 00496
SEPTEMBER 2010
CONFORMED
S. Frank Crumb , P.E.
Director, Water Department
PREPARED FOR:
The City of Fort Worth
BY:
CP&Y, Inc.
TBPE REG #1741
Dale A. Fisseler, P.E.
City Manager
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
08 -12-11 A09:24 IN
City of Fort Worth
Rolling Hills Water Treatment Plant, Lake
Worth Spillway, and Westside Water
Treatment Plant
Alert Notification and Security
Improvements
Division 1 (All Sections)
Division 9 (All Sections)
Division 2 (All Sections)
Division 3 (All Sections)
Division 5 {All Sections)
Division 13 (All Sections)
Division 16 (All Sections)
~,,,, ~~~,.,},
•l * .... 1
CITY OF FORT WORTH, TEXAS
WATER DEPARTMENT
I \ * 1. .1 .......................... ..
IIIQMEL F. GMVII ·~··:!:·:~:7 ...
~ .... ~
ADDENDUM NO. 1
to the
-~/
'1/!tt;. ·?o/0
Specifications & Contract Documents
for
ROLLING HILLS WATER TREATMENT PLANT, LAKE WORTH SPILLWAY, AND
WESTSIDE WATER TREATMENT PLANT ALERT NOTIFICATION AND SECURITY
IMPROVEMENTS
CITY PROJECT NO. 0496
Bid Submittal Due Date: September 16, 201 O
Addendum No. 1 Issued: September 10, 201 O
The Specifications, Contract Documents and Drawings for the above mentioned project are revised and
amended as follows:
CLARIFICATIONS:
1. Pre-qualifications are not required for subcontractors.
2. Section 13701 (1.01 )(L)(1 ), refers to providing ten (10) CCTV client software installations on ten
(10) customer provided computer workstations, and ten (10) CCTV web concurrent users. This
refers to ten (10) for the project and not ten (1 O) per site.
3. See attachment 1 to this addendum for information regarding the Continuum product.
QUESTIONS & ANSWERS:
1. Figure 2 of Section 13700 -"Security Electrical Block Diagram" for North Holly shows a UPS and
indoor enclosure. Are we to provide a new UPS and enclosure or re-use existing?
Answer: Contractor shall provide new UPS and enclosure.
2. Spec section 13701 (3.0S)(A) says to provide two of each type of equipment provided in the CCTV
outdoor and indoor enclosure. Since a lot of the equipment is the same for both scenarios, do we
need to provide 4 spares or just 2 of these identical components?
Answer: Two spares of each type is sufficient.
3. Spec section 13701 (1.01 )(N)(S) says to re-use the UPS in the guard station. However, the
drawing and UPS Spec section 13706 say to provide a new UPS. Please advise.
Answer: Contractor shall provide new UPS and bypass switch per UPS Spec section 13706.
4. Spec section 13700 (2 .17)(8) says to put an intercom master at the guardhouse and control room
at Westside. However, there is no guardhouse as this site. Please advise.
Answer: Only one intercom master is needed at Westside WTP, for the control room.
Addendum No. 1 1 of 5 September 10, 2010
5 . What is the level of integration between PureTech and the LRAD?
Answer: The LRAD controls shall be integrated into the PureActiv system . Refer to Item 1-2
below for additional clarification .
6. Will a new NEMA enclosure be required at all locations where the existing software house
equipment is be ing replaced?
Answer: New enclosures are needed at all locations in order to house all security related
equipment as depicted in sheet 604 "OUTDOOR SECURITY CONTROL PANEL" and sheet 605
"INDOOR SECURITY CONTROL PANEL TYPE 1 & 2."
7. Camera WS-VM04 is an indoor AXIS camera shown with an illuminator. Is the illuminator
required?
Answer: llluminator is needed in case indoor lighting is insufficient or turned off.
8. Are all fiber and associated patch panels at Westside WTP provided by the plant construction
general contractor or will the security contractor provide some?
Answer: On sheet 503, equipment to be provided by this contract is darkened. For example
FOPP-MAIN and FOPP _FLT are light to designate existing ; FOPP-GS1 and FOPP-VM10 are
dark to designate new.
9. The Raytech llluminator is specified for all existing and new cameras. How will this device work
with PTZ cameras?
Answer : All of the camera viewing angles shall be illuminated. Multiple illuminators may be
required for PTZ cameras to illuminate all the camera 's possible viewing angles .
10. Sheet 501 , note 4 for Westside WTP says that the plant construction contractor is responsible for
the poles and bases . Does this include all poles, both camera and LRAD?
Answer: This note applies to sheet 501 only. The plant construction contractor will only include
the poles and bases indicated on sheet 501 at the Westside entrance. Note 4 of sheet 501 only
applies to sheet 501 . The Security Contractor shall provide all other camera and LRAD poles
unless explicitly noted otherwise.
SPECIFICATIONS:
Item 1-1
Specifications, Part 03 -MWBE Documentation:
Replace the MWBE Project Goals on the MWBE Special Instructions For Bidders page with the
following :
The City's MWBE goal on this project is 10% of the total bid.
Item 1-2
Specifications, Part 06 -Technical Specifications:
Section 13701 Perimeter Protection System , page 2, Part 1, 1.01 (N)(5),
Delete text "Reuse existing UPS" and replace with "Provide new UPS."
Addendum No. 1 2 of 5 September 10 , 2010
Section 13701 Perimeter Protection System, page 13 , (1 .09)(T)(6),
Add the following text to the end of paragraph 6 ;
"Controls for the LRAD will be integrated into the PureActiv system and PureActiv will
provide the following functions:
a . Send coordinates to the LRAD directing where is it shall follow
b . Initiate the pre-recorded messages
c. Used as the user interface when operators need to use the LRAD for
communication and deterrence"
Section 13701 Perimeter Protection System, page 16,
Add the following text as 13701 (2.01 )(M),
"M. The LRAD camera shall be connected to the PureActiv system and provide video
analytics in its fixed home position."
Section 13701 Perimeter Protection System , Equipment Table attached to end of section, page
1,
Reverse Equipment Tags RH-VM03 and RH-VM04 . RH -VM03 is the Fixed Plant Exit
License Plate camera, and RH-VM04 is the PTZ Plant Exit camera.
DRAWINGS:
Item 1-3
Sheet 401 , Rolling Hills WTP System Architecture
The label on the coax cable for camera RH-VM10 should be "COAX (EXISTING)" and the label
on the coax cables for cameras RH-VM20 to RH-VM23 should be labeled "COAX" to indicate
new cable .
Item 1-4
Sheet 604, Security System Equipment Details Ill
The Detail on the top left of the sheet should be labeled "Outdoor Security Control Panel," and
replace text "Huffman" in note 1 with "Hoffman."
This Addendum No. 1, forms part of the Specifications & Contract Documents for the above referenced
project and modifies the original Specifications & Contract Documents of the same.
Acknowledge your receipt of this Addendum No. 1 by completing the requested information at the
following locations:
(1) In the space provide on the signature page of the Proposal
(2) Indicate in upper case letters on the outside of your sealed bid envelop:
"RECEIVED & ACKNOWLEDGED ADDENDUM NO. 1"
(3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid
submittal
Addendum No. 1 3 of 5 September 10, 2010
Failure to acknowledge receipt of the Addendum No. 1 could cause the subject bidder to be considered
"NONRESPONSIVE", resulting in disqualification.
RECEIPT ACKNOWLEDGED : S. Frank Crumb , P .E.
DIRECTOR, WATER DEPARTMENT
By : ___________ _
Company: ___________ _
Addendum No . 1 4 of 5 September 10 , 2010
ATTACHMENT 1
From: Steven.Turney@buildings.schneider-electric.com [mailto:Steven.Turney@buildings.schneider-
electric.com]
Sent: Wednesday, September 08, 2010 5:39 PM
To: Michael F. Graves
Cc: Tony.Marino@buildings.schneider-electric .com; Jim.Dare@buildings.schneider-electric.com
Subject: City of Ft. Worth Project
Hi Mike,
Thanks for the call earlier today . As discussed if JCI or other companies who are not certified in the
Continuum product wish to bid the project they would have several avenues to pursue :
1. Schneider Electric has a published GSA pricing schedule that could be used.
2. Contact the factory direct for project pricing .
3 . Team with an authorized and certified Continuum Security provider (Entech as an example).
The City of Ft. Worth project has 2 integration plans that require specific integration options for
connections to others systems. Other Continuum Certified Security providers who team up with other
companies will need to include the required integration options and they are responsible for that scope of
work if they are awarded the project.
Please let me know if you have any questions.
Steven Turney I Schneider Electric I Buildings Business I Systems Integration I Security Program
Manager
Phone: +1 972 323 4834 I Mobile: +1 214 663 9001 I Fax: +1 972 245 0996
Email: steven.turney@buildinqs.schneider-electric.com I Site: www.schneider-electric.com/buildings I
Address: 1650 W. Crosby Carrollton, TX 75006 USA
Addendum No. 1 5 of 5 September 10 , 2010
CITY OF FORT WORTH, TEXAS
WATER DEPARTMENT
ADDENDUM NO. 2
to the
Specifications & Contract Documents
for qi 2010
~O LNG HILLS WATER TREATMENT PLANT, LAKE WORTH SPILLWAY, AND
WESTSIDE WATER TREATMENT PLANT ALERT NOTIFICATION AND SECURITY
IMPROVEMENTS
CITY PROJECT NO. 0496
Bid Submittal Due Date: September 16, 2010
Addendum No. 2 Issued: September 13, 201 O
The Specifications, Contract Documents and Drawings for the above mentioned project are revised and
amended as follows :
QUESTIONS & ANSWERS:
1. Section 13703, 2.02.C.7.a has one spec for Servers. The spec includes 5 TB usable storage with
one hot spare. Is this required for each server?
Answer: The 5 TB storage requirement is needed for the CCTV server. For the access control
server, reduced storage space is acceptable, provided that all the access control functionality can
be recognized.
2. Section 13703, 2.02.10.1.(i) refers to typical server being Dell R900. The R900 cannot
accommodate up to eight hard drives as specified. Maximum internal storage is 2 TB. The only
Dell server that can accommodate up to 8 3.5" drives internally is the R510. Is the R510
acceptable?
Answer: Due to the fact that computer technology changes constantly, the computer system
specification reflects minimum system requirements. As long as the proposed computer system
meets or exceeds the minimum system requirement per specification, it is acceptable.
3. If the Dell R51 O is acceptable, there is no option for the specified processor (2.02 .C.2). Would 2X
Quad Core E5620 Xeon, 2.4 GHz, 12M Cache be acceptable?
Answer: Please reference response for question 2.
4. Section 13703, 2 .02.1 O.i.(i) specifies that the Tape drive shall be sized to store the entire contents
of the internal hard drive array uncompressed on a single tape. This is not possible with 5TB of
usable storage. Is a tape drive required?
Answer: The tape drive is needed to backup\restore the computer system OS and installed
software configuration in case of computer system failure . Video data does not needed to be
backed-up onto the tape drive.
Addendum No . 2 1 of 2 September 13 , 2010
5 . In Section 13703, 2.02.G.18.a, the Dell M4400 is no longer available. The M4500 is but it
changes to the new iCore processors. Please clarify.
Answer: Please reference response for question 2.
SPECIFICATIONS:
Item 2-1
Specifications, Part 06 -Technical Specifications :
Section 13705 Fiber Optic Cable, page 7, Part 2, 2.03.8 .2
Delete paragraph 2 in its entirety.
This Addendum No. 2, forms part of the Specifications & Contract Documents for the above referenced
project and modifies the original Specifications & Contract Documents of the same.
Acknowledge your receipt of this Addendum No. 2 by completing the requested information at the
following locations:
(1) In the space provide on the signature page of the Proposal
(2) Indicate in upper case letters on the outside of your sealed bid envelop:
"RECEIVED & ACKNOWLEDGED ADDENDUM NO. 2"
(3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid
submittal
Failure to acknowledge receipt of the Addendum No. 2 could cause the subject bidder to be considered
"NONRESPONSIVE", resulting in disqualification.
RECEIPT ACKNOWLEDGED: S. Frank Crumb, P.E.
DIRECTOR, WATER DEPARTMENT
By: ___________ _
Company: ____________ _
Addendum No. 2 2 of 2 September 13, 201 O
WESTSIDE
IWTP
I-20
LOCATION MAP
FORT WORTH
~
WATER
PREPARED BY:
TBPE ReG # F-1741
1500 West 7th Street, Suite 1500
Fort Worth, TX 76102
817 .354.0189
HALTOM CITY
• PROJECT
LOCATIONS
TABLE OF CONTENTS
01 -Project Information
02 -Front End Documents
03 -MWBE Documentation
04 -Bid Package
05 -General and Special Conditions
06 -Technical Specifications
DIVISION 1
01010
01040
01092
01200
01300
01310
01370
01430
01500
01600
01640
01650
City of Fort Worth, Texas
Table of Contents
Page I of 2
01700
01710
01720
01740
DIVISION2
02225
02373
DIVISION 3
03200
1.1 -Title Page
1.2 -Location Maps
2.1 -Table of Contents
2.2 -Notice to Bidders
2.3 -Comprehensive Notice to Bidders
2.4 -Special Instructions to Bidders (water-sewer)
3.1 -MWBE Special Instructions
3.2 -MWBE Subcontractors/Suppliers Utilization Form
3.3 -MWBE Prime Contractor Waiver
3.4 -MWBE Good Faith Effort
3.5-MWBE Joint Venture
4.1 -Bid Proposal Workbook
5.1 -Part C General Conditions (water -sewer)
5.2 -Supplementary Conditions to Part C (water -sewer)
5.3 -Part D -Special Conditions (water -sewer)
5. 7 -Wage Rates
5.8 -Compliance with and Enforcement of Prevailing
Wage Rates
Technical Specs Index
GENERAL REQUIREMENTS
Summary of Work
Coordination
Abbreviations
Project Meetings
Submittals
Construction Schedule
Schedule of Values
Operation and Maintenance Data
Construction Temporary Facilities and Controls
General Material and Equipment Stipulations
Manufacturers' Services
Testing, Adjusting, Balancing, Demonstration,
and Startup of Systems
Contract Closeout
Cleaning
Project Record Documents
Warranties and Bonds
SITE WORK
Flowable Fill
Drilled Piers
CONCRETE
Concrete Reinforcement
TABLE OF CONTENTS
03300
03600
DIVISIONS
05120
DIVISION9
09900
DIVISION 13
13700
13701
13702
13703
13704
13705
13706
Cast in Place Concrete
Grout
METALS
Structural Steel
COATINGS
Painting
SPECIAL CONSTRUCTION
Security and Access Control System
Perimeter Protection System
Security Panel
Computer Equipment
Network Connectivity
Fiber Optic Cable
Uninterruptible Power Supply
DIVISION 16 -ELECTRICAL
16010
16012
16110
16120
16130
16170
16191
16289
16360
16660
16723
07 -Contracts, Bonds and
Insurance
City ofFort Worth, T exas
Table of Contents
Page 2 of 2
Electrical General Provisions
Identifications
Raceways
Conductors -600 V and Below
Boxes
Metal Framing
Miscellaneous Equipment
Transient Voltage Suppression
Underground Duct Banks
Grounding System
Alert Notification System
7.1 -Certificate of Insurance
7.2 -Contractor Compliance With Workers'
Compensation Law
7.3 -Conflict of Interest Questionnaire
7.4-Performance Bond
7 .5 -Payment Bond
7.6 -Maintenance Bond
7.7 -City of Fort Worth Contract
FRONT END DOCUMENTS
SHORT FORM NOTICE TO BIDDERS
Sealed proposals for the following:
FOR: Rolling Hills Water Treatment Plant, Lake Worth Spillway, and Westside Water
Treatment Plant, Alert Notification and Security Improvements
City Project No. 00496
Addressed to:
CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORTON ST
FORT WORTH TX 76102-6311
will be received at the Purchasing Office until 1 :30 p .m ., September 16, 2010 and then publicly opened and read aloud at
2:00 p.m. in the Council Chambers. Contract documents , including plans and specifications for this project may be
obtained on-line by visiting the City of Fort Worth 's Purchasing Div website at http://www.fortworthgov.org/purchasing/ and
clicking on the project link. This link will take you to the advertised project folders on the City 's Buzzsaw site, where the plans
and contract documents may be downloaded, viewed, and printed by interested contractors and/or suppliers.
A hard copy set of plans and documents for this project may be gurchased for a non-refundable cost of One Hundred
Dollars ($100 .00) per set at the offices ofCP&Ylnc., 115 West 7 Street, Suite 1500, Fort Worth Texas 76102. These
documents contain additional information for prospective bidders . Plans and Specifications will be available for pick-
up on August 6th, 2010.
The major work will consist of the following (All Approximate):
Installation of a Mass Notification System at Rolling Hills Water Treatment Plant to include audio and visual
devices controlled wirelessly from an integrated base station that provides coverage in all parts of the facility.
Installation of security systems at Rolling Hills Water Treatment Plant, the Lake Worth Spillway, and the
Westside Water Treatment Plant including perimeter cameras, PTZ cameras, ARGUS ground radar detection
units, and LRAD long range acoustic devices. All devices shall be integrated with an intelligent detection,
monitoring and response software system with video analytics. Also, installation of access controls in buildings
and front gate of Westside Water Treatment Plant, and selected doors at Rolling Hills Water Treatment Plant and
North Holly Water Treatment Plant.
All bidders submitting bids are required to be pre-qualified in accordance with the requirements of the Special Instructions
to Bidders .
For additional information, please contact Juan Reyes, Project Manager, City of Fort Worth -Water Department at
Telephone Number: (817) 688-2249 or by email: juan.reyes@fortworthgov.org, and/or Michael Graves , P.E., Project
Manager, CP&Y Inc . at (817) 354-0189, email : mgraves@cpyi.com .
A pre-bid conference will be held on Wednesday, September l, at 10:00 am, at the Rolling Hills Water Treatment Plant
Training/Conference Room , 2500 South East Loop 820, Fort Worth Texas 7 6140 . Bidders are encouraged to review the
plans and specifications prior to the pre-bid conference.
Advertising Dates :
August 51
\ 20 I 0
August Ii\ 2010
COMPREHENSIVE NOTICE TO BIDDERS
Sealed proposals for the following :
FOR: Rolling Hills Water Treatment Plant, Lake Worth Spillway, and Westside Water
Treatment Plant, Alert Notification and Security Improvements
City Project No. 00496
Addressed to:
CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORTON ST
FORT WORTH TX 76102-6311
will be received at the Purchasing Office until I :30 p .m., September 16, 2010 and then publicly opened and read aloud at
2 :00 p.m . in the Council Chambers. Contract documents, including plans and specifications for this project may be obtained
on-line by visiting the City ofF ort Worth 's Purchasing Div website at http ://www.fortworthgov.org/purchasing/ and clicking on the
project link. This link will take you to the advertised project folders on the City's Buzzsaw site, where the plans and contract
documents may be downloaded, viewed, and printed by interested contractors and/or suppliers .
A hard copy set of plans and documents for this project may be purchased for a non-refundable cost of One Hundred Dollars
($100.00) per set at the offices ofCP&Yinc., 115 West 7ili Street, Suite 1500, Fort Worth Texas 76102. These documents
contain additional information for prospective bidders. Plans and Specifications will be available for pick-up on August
6th, 2010.
The major work will consist of the following (All Approximate):
Installation of a Mass Notification System at Rolling Hills Water Treatment Plant to include audio and visual
devices controlled wirelessly from an integrated base station that provides coverage in all parts of the facility.
Installation of security systems at Rolling Hills Water Treatment Plant, the Lake Worth Spillway, and the Westside
Water Treatment Plant including perimeter cameras, PTZ cameras, ARGUS ground radar detection units, and
LRAD long range acoustic devices. All devices shall be integrated with an intelligent detection, monitoring and
response software system with video analytics. Also, installation of access controls in buildings and front gate of
Westside Water Treatment Plant, and selected doors at Rolling Hills Water Treatment Plant and North Holly
Water Treatment Plant.
Included in the above will be all other miscellaneous items of construction as outlined in the Plans , General Contract
Documents and Specifications.
NOTICES
All b idders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes " of the State of Tex as
with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no . 7400 (Fort Worth City Code
Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices.
Bid security may be required in accordance with Special Instructions to Bidders .
The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities.
No bid may be withdrawn until the ex piration of ninety (90) days from the date bids are opened. The award of contract, if
made, will be within ninety (90) days after the opening of bids , but in no case will the award be made until all the necessary
COMPREHENSIVE NOTICE TO BIDDERS
investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract.
Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by
initialing the appropriate spaces on the Addenda Index and Receipt form(s ). Bids that do not acknowledge receipt of all
addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by
contacting Michael Graves, P .E ., Project Manager, CP&Y Inc. at (817) 354-0189
Bidders , using the printed copy, shall not separate, detach or remove any portion, segment or sheets from the contract
document at any time. Bidders must complete the proposal section(s) and submit the complete specification book or face
rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority
and Women Business Enterprise section for submittal within the time deadline stated below or the bidder may request a
copy of said forms from the City of Fort Worth Project Manager named in this solicitation.
In accordance with the 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 of Fort Worth contracts. A copy of the Ordinance can
be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM,
SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR W AIYER FORM, GOOD FAITH
EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must
be received no later than 5:00 p .m ., five (5) City of Fort Worth business days after the bid opening date. The bidder shall
obtain a receipt from the appropriate employee of the Water Department to whom delivery was made. Such receipt shall be
evidence that the City of Fort Worth received the Documentation. Failure to comply shall render the bid non-responsive .
SUBMISSION OF BID AND AW ARD OF CONTRACT
The proposal within this document is designed as a package. In order to be considered an acceptable bid, the Contractor is
required to submit a bid for the complete proposal. A bid proposal submittal that is received with the proposal incomplete
will be rejected as being non-responsive. The Contractor, who submits the bid with the lowest price, will be the apparent
successful bidder for the project.
Bidders are hereby informed that the Director of the Water Department reserves the right to evaluate and recommend to the
City of Fort Worth City Council the bid that is considered to be in the best inter est of the City of Fort Worth .
Bidders must be pre-qualified with City of Fort Worth to secure an award of a project. Not being pre-qualified can be
grounds for rejection of a bid.
For additional information, please contact Juan Reyes , Project Manager, City of Fort Worth -Water Department at
Telephone Number: (817) 688-2249 or by email : juan.reyes@fortworthgov.org, and/or Michael Graves , P .E., Project
Manager, CP& Y Inc . at (817) 354-0189, email : mgraves@cpyi .com .
A pre-bid conference will be held on Wednesday, September 1, at 10 :00am, at the Rolling Hills Water Treatment Plant
Training/Conference Room, 2500 South East L oop 820, Fort Worth Texas 76140 . Bidders are encouraged to review the
plans and specifications prior to the pre-bid conference .
DALE A. FISSELER , P .E.
CITY MANAGER
Advertising Dates:
August 5t\ 2010
August 1 t\ 2010
By: _____________ _
Tony Sholola, P .E
Engineering Manager,
Water Department
MARTY HENDRIX
CITY SECRET ARY
SPECIAL INSTRUCTIONS TO BIDDERS
1) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be
prequalified by the Fort Worth Water Department prior to submitting bids . This prequalification
process will establish a bid limit based on a 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 experience record, an acceptable equipment schedule and any other
documents the Department may deem necessary, to the Director of the Water Department at least
seven (7) calendar days prior to the date of the opening of bids.
a) 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 financial status to 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 .
b) 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 technical level
as that of the project for which bids are to be received .
c) The Director of the Water Department shall be the sole judge as to the acceptability for financial
qualification to bid on any Fort Worth Water Department project.
d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as
such.
e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or
expertise.
f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if
inadvertently opened , shall not be considered .
g) 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 waiver of any necessary prequalification .
2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort
Worth , in an 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 awarded To be an
acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas .
In addition , the surety must (1) hold 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 ; or (2) have
obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and
admitted as a rein surer 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 proofrequired herein .
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 C 3-3 .7 .
09/10/04 1
4 . WAGE RATES:
Section C3-3 .13 of the General Conditions is deleted and replaced with the following :
(a) The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code,
including the payment ofnot less than the rates determined by the City Council of the City of Fort
Worth to be the prevailing wage rates in accordance with Chapter 2258 , Texas Government Code.
Such prevailing wage rates are included in these contract documents .
(b) The contractor shall, for a period ofthree (3) years following the date of acceptance ofthe work,
maintain records that show (i) the name and occupation of each worker employed by the contractor in
the construction of the work provided for in this contract; and (ii) the actual per diem wages aid to
each worker. These records shall be open at all reasonable hours for insQection by the City. The
provisions of Right to Audit, under paragraph L of Section Cl: SuQI)lementary Conditions To Part C
L General Conditions, ertain to this ins ection .
(c) The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontract ors to comply with paragraphs (a) and (b) above .
(d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that
the contractor has complied with the requirements of Chapter 2258 , Texas Government Code .
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at
all times .
5 . AMBIGUITY: In the case ofambiguity 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: Bidder must be a licensed Contractor in the State of Texas .
7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of
Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower
than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas
resident bidder 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 in 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 its principal place of
business in this state.
This provision does not apply if this contract involves federal funds .
The appropr iate 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: Jfthe bid amount is $25 ,000 .00 or less, the contract amount shall be paid within forty-
five (45) calendar days after 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
09/10/04 2
or privileges of their employment, discriminate against persons because of their age except on the
bases 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 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 subcontractor against City
arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above
referenced Policy concerning age discrimination in the performance of this agreement.
10 . DISABILITY: In accordance with the 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, 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 AD A'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 subcontractors' alleged failure to
comply with the above referenced laws concerning disability discrimination in the performance of this
agreement.
11 . MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City ofFort 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
UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME
CONTRACTOR W AIYER 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
ex amination 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 of 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 than three (3)
years.
12 . FINAL PAYMENT, ACCEPTANCE AND WARRANTY:
a . The contractor will receive full payment (less retainage) from the city for each pay period.
09/10/04 3
b . Payment of the retainage will be included with the final payment after acceptance of the project
as being complete .
c. The project shall be deemed complete and accepted by the C ity as of the date the final punch list
has been completed, as evidenced by a written statement signed by the contractor and the City.
d . The warranty period shall begin as of the date that the final punch list has been completed .
e . Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due
and payable .
f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city
and there is a dispute regarding (i) final quantities , or (ii) liquidated damages, city shall make a
progress payment in the amount that city deems due and payable .
g . In the event of a dispute regarding either final quantities or liquidated damages , the parties shall
attempt to resolve the differences within 30 calendar days.
09/10/04 4
MWBE DOCUMENTATION
FORTW"ORTH
"-, -· ---.
City of Fort Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable.
If the total dollar value of the contract is less than $25,000, the M/WBE oal is not a licable .
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
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 following times allocated , in order
for the entire bid to be considered responsive to the specifications . The Offerer shall deliver the MWBE documentation
in person to the appropriate employee of the managing department and obtain a date/time receipt. Such receipt shall
be evidence that the City received the documentation in the time allocated . A faxed copy will not be accepted .
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 .
stated goal :
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/suoolier work : opening date , exclusive of the bid opening date .
5. 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 .
FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED
NON-RESPONSIVE TO SPECIFICATIONS
Any questions, please contact the M/WBE Office at (817) 392-6104.
Rev . 11/1 /05
FORT WORTH
~
PRIME COMPANY NAME:
PROJECT NAME:
City's M/WBE Project Goal:
%
City of Fort Worth
Subcontractors/Suppliers Utilization Form
ATTACHMENT 1A
Page 1 of 4
Check applicable block to describe prime
I M,W/DBE I I NON-M,W/DBE
BID DATE
Prime's M/WBE Project Utilization: PROJECT NUMBER
%
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 Offerer agrees to enter into a formal agreement with the MM/BE firm(s) 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 (9) 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 1st tier, a payment by a subcontractor to
its supplier is considered 2nd 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 MinorityMlomen Business Enterprise (MM/BE).
If hauling services are utilized, the prime will be given credit as long as the MM/BE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The MM/BE may lease
trucks from another MM/BE firm , including MM/BE owner-operators , and receive full MM/BE credit. The
MM/BE may lease trucks from non-MMIBEs , including owner-operators , but will only receive credit for the
fees and commissions earned by the MM/BE as outlined in the lease agreement.
Rev. 5/30/03
FORTWORTH --.....,.,-
ATTACHMENT 1A
Page 2 of 4
Primes are required to identify ALL subcontractors/suppliers , regardless of status ; i.e., Minority , Women and non-M/WBEs .
Please list M/WBE firms first , use additional sheets if necessary .
Certification N
(check one) 0
SUBCONTRACTOR/SUPPLIER T
n
Company Name i N T Detail Detail
C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w
Telephone/Fax r B B R 0 B E E C T E
A
Rev . 5/30/03
fORTWORTH
~
ATIACHMENT1A
Page 3 of 4
Primes are required to identify ALL subcontractors/suppliers , regardless of status ; i.e., Minority , Women and non-M/WBEs .
Please list M/WBE firms first, use additional sheets if necessary .
Certification N
(check one) 0
SUBCONTRACTOR/SUPPLIER T n
Company Name i N T Detail Detail
C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D VI Telephone/Fax r B B R 0 B E E C T E
A
Rev. 5/30/03
fORTWORTH
~
Total Dollar Amount of M/WBE Subcontractors/Suppliers
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS
$
$
$
ATTACHMENT 1A
Page 4 of 4
The Contractor will not make additions , deletions, or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a
Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offerer further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including
M/W/DBE(s) arrangements submitted with the bid . The Offerer also agrees to allow an audit and/or
examination of any books, records and files held by their company. The bidder agrees to allow the
transmission of interviews with owners, principals, officers, employees and applicable
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work
performed by the M/W/DBE(s) 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 create a material
breach of contract may result in a determination of an irresponsible Offerer and barred from participating in
City work for a period of time not less than one (1) year.
Authorized Signature Printed Signature
Title Contact Name!Title (if different)
Company Name Telephone and/or Fax
Address E-mail Address
City/State/Zip Date
Rev . 5/30/03
FORT'WORTH
"-r, w· ~
City of Fort Worth
Prime Contractor Waiver Form
ATIACHMENT 18
Page 1 of 1
PRIME COMPANY NAME: Check applicable block to describe
prime
PROJECT NAME: I MiW/DBE I I NON-MiW/DBE
BID DATE
City 's M/WBE Project Goal: PROJECT NUMBER
%
If both answers to this form are YES, do not 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 must complete A TI ACHMENT 1 C. This form is only applicable if both answers are yes.
Failure to complete this form in its entirety and be received by the Managing Department on or before
5:00 p.m., five (5} City business days after bid opening, exclusive of the bid opening date, will result in the
bid being considered non-responsive to bid specifications.
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 NO project, this is your normal business practice and provide an operational profile of your business .
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. 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 MiWBE(s) on this contract, the payment
therefore and any proposed changes to the original MiWBE(s) 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 by the MiWBEs 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 creates a material breach of
contract may result in a determination of an irresponsible offerer and barred from participating in City work for a
period of time not less than one (1) year.
Authorized Signature Printed Signature
Title Contact Name (if different}
Company Name Phone Number Fax Number
Address Email Address
City/State/Zip Date
Rev. 5/30/03
FORT WORTH "-, w -
PRIME COMPANY NAME :
PROJECT NAME:
City's M/WBE Project Goal :
%
City of Fort Worth
Good Faith Effort Form
I PROJECT NUMBER
ATTACHMENT 1C
Page 1 of 3
Check applicable block to describe
prime
I MNV/DBE I I NON-MNV/DBE
BID DATE
If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your
DBE 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 M/WBE or non-M/WBE. (DO NOT LIST NAMES
OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the
2"a tier.
(Use additional sheets, if necessa,y)
List of Subcontracting Opportunities List of Supplier Opportunities
Rev . 05/30/03
ATTACHMENT 1C
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
__ No
Date of Listing __ / ___ ./ __
3.) 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 mail, exclusive of the day the bids are
opened?
__ Yes (If yes, attach M/WBE mail listing to i nclude name of firm 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?
__ Yes (If yes , attach list to include name of M/WBE firm , person contacted , phone number and date and time of contact.)
__ No
NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile
is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and
documentation faxed.
NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, 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 least two-
thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with
questions 3 and 4.
5.) 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 in-camera access to and
inspection of any relevant documentation by City personnel.
(Please use additional sheets, if necessary, and attach.)
Company Name Telephone Contact Person Scope of Work Reason for Rejection
Rev. 05/30/03
ADDITIONAL INFORMATION:
ATTACHMENT 1C
Page 3 of 3
Please provide additional information you feel will further explain your good and honest efforts to obtain
M/WBE participation on this project.
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 1 C will be contacted and the reasons for not using them will be verified by
the City's M/WBE Office.
Authorized Signature Printed Signature
Title Contact Name and Title (if different)
Company Name Phone Number Fax Number
Address Email Address
City/State/Zip Date
Rev. 05/30/03
FORT'WORTH -w· r-" CITY OF FORT WORTH
Joint Venture Elie;ibility Form
All questions must be answered; use "NA" if applicable.
Joint Venture
Page 1 of 3
Name of City project:----------------------------------
A joint venture form must be completed on each project
RFP/Bid/Purchasing Number: ___________ _
1. Joint venture information:
Joint Venture Name:
Joint Venture Address :
(If applicable)
Telephone: Facsimile: E-mail address :
Cellular:
Identify the firms that comprise the joint venture:
Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the
joint venture
M/WBEfirm
I
Non-M/WBE
I 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 S . f cope o wor k fi per orme db th J . t V t ,y e om en ure:
Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE:
Rev . 5/30/03
Joint Venture
Page 2 of 3
3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward
meeting the project goal?
4. Attach a copy of the joint venture agreement.
5. List components of ownership of joint venture: (Do not c omplete if this information is descr ibed in joint venture agreement)
Profit and loss sharing:
Capital contributions, including
equipment:
Other applicable ownership interests :
6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day
management and decision making of the joint venture:
Financial decisions
(to include Acco unt Payabl e and Re ceiv abl e):
Management decisions :
a . Estimating
----------------------------------------------b. Marketing and Sales
----------------------------------------------
C. Hiring and Firing of management
personnel
----------------------------------------------d . Purchasing of major equipment
and/or supplies
Supervision of field operations
The City's Minority and Women Business Enterprise Office will review your joint venture submission and
will have final approval of the M/WBE percentage applied toward the goal for the project listed on this
form .
NOTE:
From and after the date of project award , if any of the participants , the individually defined scopes of work or the dollar
amounts/percentages change from the originally approved information, then the participants must inform the City 's
M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and
may result in debarment in accord with the procedures outlined in the City 's M/WBE Ordinance .
Rev. 5/30/03
Joint Venture
P 3 of 3 age
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 laws/ordinances concerning false
__ statements or willful _ misrepresentation of facts.----------------------------------------------------------------------------------------------------------------------
Name ofM/WBE firm Name ofnon-M/WBE firm
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Title Title
Date Date
Notarization
State of __________________ County of ______________ _
On this _____________ day of _______ ~ 20----> before me appeared
_____________________ and ____________________ _
to me personally known 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 --------------------------Print Name
Notary Public --------------------------Signature
Commission Expires _______________________ _ (seal)
Rev. 5/30/03
BID PACKAGE
Final Bid Summary
City of Fort Worth
Rolling Hills WTP, Lake Worth Spillway, and Westside WTP
Alert Notification and Security Systems
City Project No. 00496
BASE BID ITEMS
Pay CPMS Est Unit of Description Item No. Qty Measure
1 BID-1 LS Mass Notification System for Rolling Hi lls Water Treatment Plant.
00121 (not including the Alternate Bid Item -TRWD Pump Station Site .)
Perimeter Protection Security System which includes CCTV, video
analytic server workstation , video storage device, Long Range
4 BID-1 LS Acoustic Device , and perimeter surveillance ground radar system at
00121 the Westside Water Treatment Plant and meets the minimum
performance criteria specified in section 13701 . Includes electrical
and fiber .
Security Access Control System (S/ACS ) which includes Card
Reade rs and door switches in buildings at Westside Water
5 BID-2 LS Treatment Plant , and gate operators , high speed gates , intercom ,
00122 knox box , and card readers at the main entrance of the Westside
WTP . S/ACS shall be integrated with the Perimeter Protection
Security System . Includes electrical and fiber.
Security Access Control System Conversion at North and South
Holly WTPs , Eagle Mountain WTP , Rol ling Hills WTP , Village Creek
6 BID-1 LS WWTP , City Security Office , and Gordon Swift Bldg., including
00121 hardware , software , additional card readers , and data migration.
S/ACS shall be integrated with the Perimeter Protection Security
System at Rolling Hills WTP . Includes electrical and fiber .
1 BID-1 LS LRAD WS-LR2 , at Westside Water Treatment Plant (See sheet
00121 500 )
Total Bid
Unit Bid Amount Bid Price
~ $594 424 .00
~ $1 208 321 .00
~ $102 200 .00
~ $140 683 .00
~ $151 467 .00
$2.197,095.00
Within ten (I 0) d ays after notification by the City of Fort Worth , the undersigned will execu te the
formal contract and will delive r an approved Surety Bond and such other bonds as re quired by the
Contract Docume nt s , for the faithfu I pe rformance of the Contract. The attached bid security in the
amount of5% is to become the property of the City of fort Worth, Texas, in the event th e contract and
bond or bonds are not executed and delivered within the time above set forth , as liquidated damages for
the delay and additional work caused thereby .
If as a requirement of thi s project, the undersigned bidder certifies that they have been furni shed at least
one set of the General Contract Documents and General or Speci a l Specifications for Projects, and that
they have thoroughly read and completely understand all the requirements and conditions of tho se
General Docume nts and the specific Contract Docume nts and appurtenant plans.
The undersigned assured that its employees and applicants for employment and those of any labor
organization, subcontractors, or employment agency in either furnishing or 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 with ten ( 10) calendar days after issue of the work order a nd to
complete the contract within days after be ginning construction as set forth in the written work
order to be furni shed by the Owner.
(Check One Box and complete, as a pplicable)
D The principal place of business of our company is in the State of
a. Nonresident bidders in the State of , our principal place of busin ess , are
re quired to be percent lowe r than re s ident bidders by state law. A copy of
the statute is attached.
b. Nonresident bidders in the State of , our principal place of busine ss, are not
required to underbid resident bidders.
The principal pl ace of business of our company or our parent company or majority owner
is in th e State of Texas.
R eceipt is a cknowledged of the following
a dd e nda:
Addendum No. 1: S).,..-ti:r
Addendum No. 2 : .>M '4'"
Addendum No. 3:
Addendum No. 4:
Addendum No. 5:
Addendum No. 6:
.S ho.""'"'"' Ho....,r~ho.""
o.f-f"rc.12. : 9-, ::>--3. ~.3 -ioo i
Respectfully submitted,
By:~~~
Title : AC. C.OM."'+" /'A.A.n"";je.r--
Company: S c..-h"""'e.\c'-<2.r £ \ cz..c.+r;" <:....
Address : I {, ~o W . C-ro.s.6y Q't.cl
GCArroll+o ... .,T:x ,S:DC>l,
Date : ~1,~1,c,
5 h~ t..vr"\. h ~""' ra.."'-~ .... ~ b '-" ~ ld.~ "'-'.s. Sc.h~ Qi cl er -<2.\ Q. c.-t r~ ~ . c or'Y\
-
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the
award of contracts to nonresident bidders. This law provides that , in order to be
awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside of the State of
Texas) bid projects for construction, improvements , suppl ies or services in Texas
at an amount lower than the lowest Texas resident bidder by the same amount
that a Texas resident bidder would be required too underbid a nonresident bidder
in order to obtain a comparable contract in the State in which the nonresident's
principal place of business is located . The appropriate blanks in Section A must be
filled out by all out-of-state or nonresident bidders in order for your bid to meet
specifications. The failure of out-of-state or nonresident contractors to do so will
automatically disqualify that bidder. Resident bidders must check the box in
Section B.
(Check One Box an d com pl ete, as app lic a bl e)
D The principal place of business of our company is in the State of
BIDDER:
a. No nres id ent bidders in the State of , our principal pl ace of
business, are r equired to be percent lower than resident
bidd ers by state law . A copy of th e statute is attached .
b . Nonresident bidders in the State of , our principal pl ace of
bu siness, are not required to und erbid reside n t bidders.
The prin c ip a l place of bu s in ess of our co mp any or our parent comp any
or majority owner is in the State of Texas.
By:~~~
Title : Acc.. o"' .. +-/"A.Cc. "'"'".jQ. r
Company: ..S c.... h"' cz.-, ~a r e I c:1.c--h-"T c....
Address: I &..S-0 ~. C..n,.s b'1 P-c:l.
~rrol l+o,,....,I)(' ,.5'00 b
D ate:
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
GENERAL AND SPECIAL CONDITIONS
Cl-1
Cl-1.1
Cl-1.2
Cl-1.3
Cl-1.4
Cl-1.5
Cl-1.6
Cl-1.7
Cl-1.8
Cl-1.9
Cl-1.10
Cl-1.11
Cl-1.12
Cl-1.13
Cl-1.14
Cl-1.15
Cl-1.16
Cl-1.17
Cl-1.18
Cl-1.19
Cl-1.20
Cl-1.21
Cl-1.22
Cl-1.23
Cl-1.24
Cl-1.25
Cl-1.26
Cl-1.27
Cl-1.28
Cl-1.29
Cl-1.30
Cl-1.31
Cl-1.32
PART C -GENERAL CONDITIONS
TABLE OF CONTENTS
OCTOBER 19, 2009
TABLE OF CONTENTS
DEFINITIONS Cl-1 (1)
Definition of Terms Cl-1 (1)
Contract Documents Cl-1 (2)
Notice to Bidders Cl-1 (2)
Proposal Cl-1 (2)
Bidder Cl-1 (2)
General Conditions Cl-1 (2)
Special Conditions Cl-1 (2)
Specifications Cl-1 (2)
Bonds Cl-1 (2)
Contract Cl-1 (3)
Plans Cl-1 (3)
City Cl-1 (3)
City Council Cl-1 (3)
Mayor Cl-1 (3)
City Manager Cl-1 (3)
City Attorney Cl-1 (3)
Director of Public Works Cl-1 (3)
Director, City Water Department Cl-1 (3)
Engineer Cl-1 (3)
Contractor Cl-1 (3)
Sureties Cl-1 (4)
The Work or Project Cl-1 (4)
Working Day Cl-1 (4)
Calendar Days Cl-1 (4)
Legal Holidays Cl-1 (4)
Abbreviations Cl-1 (4)
Change Order Cl-1 (5)
Paved Streets and Alleys Cl-1 (5)
Unpaved Streets or Alleys Cl-1 (6)
City Street Cl-1 (6)
Roadway Cl-1 (6)
Gravel Street Cl-1 (6)
C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL
C2-2.1
C2-2.2
C2-2.3
C2-2.4
Proposal Form
Interpretation of Quantities
Examination of Contract Documents and Site of Project
Submitting of Proposal
(1)
C2-2 (1)
C2-2 (1)
C2-2 (2)
C2-2 (2)
C2-2.5
C2-2.6
C2-2.7
C2-2.8
C2-2.9
C2-2.10
C2-2.11
C2-2.12
C3-3
C3-3.l
C3-3.2
C3-3.3
C3-3.4
C3-3.5
C3-3.6
C3-3.7
C3-3.8
C3-3.9
C-3-3.10
C3-3.11
C3-3.12
C3-3.13
C3-3.14
C3-3.15
C4-4
C4-4.1
C4-4.2
C4-4.3
C4-4.4
C4-4.5
C4-4.6
C4-4.7
C5-5
C5-5.1
C5-5.2
C5-5.3
C5-5.4
C5-5 .5
C5-5.6
C5 -5 .7
Rejection of Proposals
Bid Security
Delivery of Proposal
Withdrawing Proposals
Telegraphic Modifications of Proposals
Public Opening of Proposal
Irregular Proposals
Disqualification of Bidders
AW ARD AND EXECUTION OF DOCUMENTS:
Consideration of Proposals
Minority Business Enterprise/Women Business
Enterprise Compliance
Equal Employment Provisions
Withdrawal of Proposals
A ward of Contract
Return of Proposal Securities
Bonds
Execution of Contract
Failure to Execute Contract
Beginning Work
Insurance
Contractor's Obligations
Weekly Payrolls
Contractor's Contract Administration
Venue
SCOPE OF WORK
Intent of Contract Documents
Special Provisions
Increased or Decreased Quantities
Alteration of Contract Documents
Extra Work
Construction Schedule
Schedule Tiers Special Instructions
CONTROL OF WORK AND MATERIALS
Authority of Engineer
Conformity with Plans
Coordination of Contract Documents
Cooperation of Contractor
Emergency and/or Rectification Work
Field Office
Construction Stakes
(2)
C2-2 (3)
C2-2 (3)
C2-2 (3)
C2-2 (3)
C2-2 (3)
C2-2 (4)
C2-2 (4)
C2-2 (4)
C3-3 (1)
C3-3 (1)
C3-3 (1)
C3-3 (1)
C3-3 (2)
C3-3 (2)
C3-3 (2)
C3-3 (3)
C3-3 (3)
C3-3 (4)
C3-3 (4)
C3-3 (6)
C3-3 (6)
C3-3 (6)
C3-3 (7)
C4-4 (1)
C4-4 (1)
C4-4 (1)
C4-4 (2)
C4-4 (2)
C4-4 (3)
C4-4 (6)
C5-5 (1)
C5-5 (1)
C5-5 (1)
C5-5 (2)
C5-5 (2)
C5-5 (3)
C5-5 (3)
C5-5.8
C5-5.9
C5-5.10
C5-5.11
C5-5.12
C5-5.13
C5-5.14
C5-5.15
C5-5.16
C5-5.17
C5-5.18
C6-6
C6-6.1
C6-6.2
C6-6.3
C6-6.4
C6-6.5
C6-6 .6
C6-6.7
C6-6.8
C6-6.9
C6-6.10
C6.6.11
C6-6.12
C6-6.13
C6-6.14
C6-6.15
C6-6.16
C6-6 .17
C6-6.18
C6-6.19
C6-6 .20
C6-6.21
C7-7
C7-7 .1
C7-7.2
C7-7.3
C7-7.4
C7-7.5
C7-7 .6
C7-7.7
C7-7.8
Authority and Duties of City Inspector
Inspection
Removal of Defective and Unauthorized Work
Substitute Materials or Equipment
Samples and Tests of Materials
Storage of Materials
Existing Structures and Utilities
Interruption of Service
Mutual Responsibility of Contractors
Clean-Up
Final Inspection
LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
Laws to be Observed
Permits and Licenses
Patented Devices, Materials, and Processes
Sanitary Provisions
Public Safety and Convenience
Privileges f Contractor in Streets, Alleys,
and Right-of-Way
Railway Crossings
Barricades, Warnings and Flagmen
Use of Explosives, Drop Weight, Etc.
Work Within Easements
Independent Contractor
Contractor's Responsibility for Damage Claims
Contractor's Claim for Damages
Adjustment or Relocation of Public Utilities, Etc.
Temporary Sewer and Drain Connections
Arrangement and Charges for Water Furnished by the City
Use of a Section or Portion of the Work
Contractor's Responsibility for the Work
No Waiver of Legal Rights
Personal Liability of Public Officials
State Sales Tax
PROSECUTION AND PROGRESS
Subletting
Assignment of Contract
Prosecution of The Work
Limitation of Operations
Character of Workmen and Equipment
Work Schedule
Time of Commencement and Completion
Extension of Time Completion
(3)
C5-5 (3)
C5-5 (4)
C5-5 (4)
C5-5 (4)
C5-5 (5)
C5-5 (5)
C5-5 (5)
C5-5 (6)
C5-5 (7)
C5-5 (7)
C5-5 (8)
C6-6 (1)
C6-6 (1)
C6-6 (1)
C6-6 (1)
C6-6 (2)
C6-6 (3)
C6-6 (3)
C6-6 (3)
C6-6 (4)
C6-6 (5)
C6-6 (6)
C6-6 (6)
C6-6 (8)
C6-6 (8)
C6-6 (8)
C6-6 (9)
C6 -6 (9)
C6-6 (9)
C6-6 (9)
C6-6 (10)
C6-6 (10)
C7-7 (1)
C7-7 (1)
C7-7 (1)
C7-7 (2)
C7-7 (2)
C7-7 (3)
C7-7 (3)
C7-7 (3)
C7-7.9
C7-7.10
C7-7.11
C7-7.12
C7-7.13
C7-7.14
C7-7.15
C7-7 .16
C7-7.17
C8-8
C8-8.1
C8-8 .2
C8-8.3
C8 -8.4
C8-8.5
C8-8.6
C8-8.7
C8-8.8
C8-8.9
C8-8.10
C8-8.11
C8-8 .12
C8-8.13
Delays
Time of Completion
Suspension by Court Order
Temporary Suspension
Termination of Contract due to National Emergency
Suspension or Abandonment of the Work
and Annulment of the Contract:
Fulfillment of Contract
Termination for Convenience of the Owner
Safety Methods and Practices
MEASUREMENT AND PAYMENT
Measurement Of Quantities
Unit Prices
Lump Sum
Scope of Payment
Partial Estimates and Retainage
Withholding Payment
Final Acceptance
Final Payment
Adequacy of Design
General Guaranty
Subsidiary Work
Miscellaneous Placement of Material
Record Documents
(4)
C7-7 (4)
C7-7 (4)
C7-7 (5)
C7-7 (5)
C7-7 (6)
C7-7 (6)
C7-7 (8)
C7-7 (8)
C7-7 (11)
C8-8 (1)
C8-8 (1)
C8-8 (1)
C8 -8 (1)
C8-8 (2)
C8-8 (3)
C8-8 (3)
C8-8 (3)
C8-8 (4)
C8-8 (4)
C8-8 (4)
C8-8 (4)
C8-8 (4)
PART C -GENERAL CONDITIONS
Cl-1 DEFINITIONS
SECTION C 1-1 DEFINITIONS
Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the
following terms or pronouns in place of them are used, the intent and meaning shall be
understood and interpreted as follows:
Cl-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
PART B -PROPOSAL
PARTC-GENERALCONDITIONS
PART D -SPECIAL CONDITIONS
PART E -SPECIFICATIONS
PERMITS/EASEMENTS
PARTF-BONDS
PART G-CONTRACT
(Sample)
(Sample)
(CITY)
(Developer)
(Sample)
(Sample)
White
White
Canary Yell ow
Brown
Green
El-White
E2-Golden Rod
E2A-White
Blue
White
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)
PARTC-GENERALCONDITIONS
PART D -SPECIAL CONDITIONS
PART E-SPECIFICATIONS
PERMITS/EASEMENTS
PARTF-BONDS
PART G-CONTRACT
PART H-PLANS (Usually bound separately)
Cl-1 (1)
Cl-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.
C 1-1.4 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 Proposal, which becomes binding upon the Bidder when it is officially
received by the Owner, has been publicly opened and read and not rejected by the Owner.
Cl-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.
Cl-1.6 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 ..
Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements
which are necessary for the particular project covered by the Contract Documents and not
specifically covered in the General Conditions. When considered 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.
Cl-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 .
Cl-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 .
b.
C.
d .
C2-2 .6)
Performance Bond (see paragraph C3-3 .7)
Payment Bond (see paragraph C3-3.7)
Maintenance Bond (see paragraph C3-3.7)
Proposal or Bid Security (see Special Instructions to Bidders, Part A and
Cl-1 (2)
Cl-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.
Cl-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 project, including 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.
Cl-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.
Cl-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 tern
of the City of Fort Worth, Texas.
Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of
the City of Fort Worth, Texas, or his duly authorized representative.
Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort
Worth, Texas, or his duly authorized representative.
Cl-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.
Cl-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.
Cl-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.
Cl-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
Cl-1 (3)
directly or through a duly authorized representative. A sub-contractor is a person , firm ,
corporation, supplying labor and materials or only labor, for the work at the site of the
project.
Cl-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 for any and all requirements as
set forth in the Contract Documents and approved changes therein.
Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and
covered by the Contract Documents, including but not limited to the furnishing of all
labor, materials, tools, equipment, and incidentals necessary to produce a completed and
serviceable project.
Cl-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. and 6 :00 p.m., with exceptions
as permitted in paragraph C7-7.6
Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days
being excepted.
Cl-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.
2.
3.
4.
5.
6.
7 .
8.
9.
New Year's day
M.L. King, Jr. Birthday
Memorial Day
Independence Day
Labor Day
Thanksgiving Day
Thanksgiving Friday
Christmas Day
Such other days in lieu of holidays as
the City Council may determine
January 1
Third Monday in January
Last Monday in May
July 4
First Monday in September
Fourth Thursday in November
Forth Friday in November
December 25
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.
Cl-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the
Contract Documents, the intent and meaning shall be as follow s :
Cl-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 of Testing Mono. Monolithic
Materials % Percentum
AWWA American Water Works R Radius
Association I.D. Inside Diameter
ASA American Standards Association O.D. Outside Diameter
Ill Hydraulic Institute Elev . Elevation
Asph . Asphalt F Fahrenheit
Ave. Avenue C Centigrade
Blvd. Boulevard In. Inch
CI Cast Iron Ft. Foot
CL Center Line St. Street
GI Galvanized Iron CY Cubic Yard
Lin. Linear or Lineal Yd. Yard
lb. Pound SY Square yard
MH Manhole L.F. Linear Foot
Max. Maximum D.I. Ductile Iron
C 1-1.27 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.
Cl-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.
4 . Concrete, with or without separate base material.
5 . Any combination of the above .
Cl-1 (5)
Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or
other surface is any area except those defined for "Paved Streets and Alleys."
Cl-1.30 CITY STREET: A city street is defined as that area between the right-of-way
lines as the street is dedicated.
Cl-1.31 ROADWAY: The roadway is defined as the area between parallel lines two
(2') back of the curb lines or four ('4) feet back of the average edge of pavement where
no curb exists .
Cl-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.
Cl-1 (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 approximate 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 and 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 shall submit his Proposal on the
form furnished 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 be 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 receipt of
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
filed 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 among 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 financ i al 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:
1. 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.
C2-2 (4)
PART C -GENERAL CONDITIONS
C3-3 AW ARD AND EXECUTION OF
DOCUMENTS
SECTION C3-3 AW ARD 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 WITHDRAW AL 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 AW ARD 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 the 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 the 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)
d.
5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill
344, Acts 56th 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.
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 work until
authorized in writing to do so by the Owner. Should the Contractor fail to commence
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 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.
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 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).
C3-3 (4)
2. Blasting, prior to any blasting being done.
3. Collapse of buildings or structures adjacent to excavation ill
excavation are performed adjacent to same).
4. Damage to underground utilities for $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.
f.
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.
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 whom 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 has 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 furnished
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 ADMINISTRATION: 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-
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 (6)
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 Contractor's local representative fail to perform to 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)
SECTION C4-4 SCOPE OF WORK
PART C -GENERAL CONDITIONS
C4-4 SCOPE OF WORK
C4-4.l 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 fee 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 not 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 certified 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 CONSTRUCTION SCHEDULE: Before commencing any work under this
contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline
construction schedule that meets the requirements described in this specification, showing
by Critical Path Method (CPM) the planned sequence and timing of the Work associated
with the Contract. All submittals shall be submitted in PDF format , and schedule files
shall also be submitted in native file format (i.e. file formats associated with the
scheduling software). The approved scheduling software systems for creating the
schedule files are:
Primavera (Version 6 .1 or later or approved by OWNER)
Primavera Contractor (Version 6.1 or later or approved by OWNER)
Primavera SureTrak (Version 3.x or later or approved by OWNER)
Microsoft Project (Version 2003/2007 or later or approved by OWNER)
It is suggested that the CONTRACTOR employ or retain the services of a qualified
Project Scheduler to develop the required schedules. A qualified Project Scheduler
would have the following minimum capabilities and experience.
a. Experience preparing and maintaining detailed schedules, as well as 1 year of
experience using approved scheduling software systems as defined in this
specification .
b. Knowledge of Critical Path Method of scheduling and the ability to analyze
schedules to determine duration, resource allocation, and logic issues.
C4-4 (3)
c. Understanding of construction work processes to the extent that a logical critical
path method schedule can be developed, maintained, and progressed that
accurately represents the scope of work performed.
C4-4.6(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall
develop, submit and review the draft detailed baseline construction schedule with the
OWNER to demonstrate the CONTRACTOR's understanding of the contract
requirements and approach for performing the work. The CONTRACTOR will prepare
the final detailed baseline construction schedule based on OWNER comments, if any .
The CONTRACTOR's first (1st) payment application will only be processed after the
detailed baseline construction schedule has been submitted by the CONTRACTOR and
accepted by the OWNER.
The following guidelines shall be adhered to in preparing the baseline construction
schedule.
a. Milestone dates and final project completion 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 no
greater than 20 work days. Fabrication, delivery and submittal activities are
exceptions to this guideline.
c. Activity durations shall be in work days and normal holidays and weather
conditions over the duration of the contract shall be accounted for within the
duration of each activity.
d. The critical path shall be clearly shown on the construction schedule.
e. Float time is defined as the amount of time between the earliest start date and the
late start date using CPM. Float time is a shared and expiring resource and is not
for the exclusive use or benefit of the CONTRACTOR or OWNER.
f. Thirty days shall be used for submittal review unless otherwise specified.
The construction schedule shall be divided into general activities as indicated in the
Schedule Guidance Document and each general activity shall be broken down into sub-
activities in enough detail to achieve sub-activities of no greater than 20 days duration.
The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of
this contract document by reference for all purposes, the same as if copies verbatim
herein.
For each general activity, the construction schedule shall identify all trades or
subcontracts applicable to the project whose work is represented by activities that follow
the guidelines of this section.
For each of the trades or subcontracts applicable to the project, the construction schedule
shall indicate the following: procurement, construction, pre-acceptance activities, and
C4-4 (4)
events in their logical sequence for equipment and materials. Include applicable activities
and milestones such as:
1. Milestone for formal Notice to Proceed
2. Milestone for Final Completion or other completion dates specified in the contract
documents
3 . Preparation and transmittal of submittals
4. Submittal review periods
5. Shop fabrication and delivery
6. Erection and installation
7. Transmittal of manufacturer's operation and maintenance instructions
8. Installed equipment and material testing
9. Owner's operator instructions (if applicable)
10 . Final inspection
11. Operational testing
C4-4.6(b) PROGRESS CONSTRUCTION SCHEDULE : The CONTRACTOR shall
prepare and submit monthly to the OWNER for approval the updated schedule in
accordance with C4-4.6 and C4-4.7 and the OWNER's Schedule Guidance Document
inclusive. As the Work progresses, the CONTRACTOR shall enter into the schedule and
record actual progress as described in the Schedule Guidance Document.
The updated schedule submittal shall also include a concise narrative report that
highlights the following, if appropriate and applicable:
• Changes in the critical path,
• Expected schedule changes,
• Potential delays,
• Opportunities to expedite the schedule,
• Coordination issues the OWNER should be aware of or can assist with,
• Other schedule-related issues that the CONTRACTOR wishes to communicate to
the OWNER.
a. The CONTRACTOR' s monthly progress payment applications will not be accepted
and processed for payment without monthly schedule updates, submitted in the time
and manner required by this specification and the Schedule Guidance Document, and
which accurately reflects the allowable costs due under the Contract Documents and
is accepted by the OWNER.
b. Only one schedule update will be required per month in accordance with the Schedule
Guidance Document and this specification.
c. Failure to maintain the Schedule in an accepted status may result in the OWNER
withholding payment to the CONTRACTOR until the schedule is accepted.
C4-4 (5)
C-4-4.6(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: 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 schedule progress and to ensure completion of the
Work within the allotted Contract time.
Failure of the CONTRACTOR to comply with these requirements shall be considered
grounds for determination by the OWNER that the CONTRACTOR is failing to execute
the Work with due diligence as will ensure completion within the time specified in the
Contract.
C4-4.7 SCHEDULE TIERS SPECIAL INSTRUCTIONS:
The requirements for the schedule are determined based on the nature and needs of the
project. The schedule for all projects shall be Tier 3 unless otherwise stated in the
contract documents . The requirements for each Tier are described below.
CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document
provided in the Contract Documents.
TIER 3 COST LOADING SPECIAL INSTRUCTIONS:
1. At a minimum, each Activity Breakdown Structure (ABS) in the
scheduling software shall be cost-loaded with the total contract dollars
associated with the respective ABS elements.
TIER 4 COST LOADING SPECIAL INSTRUCTIONS:
1. Adhere to all Tier 3 requirements, and additionally the following:
2. Work (Schedule of Values Pay Items using the OWNER's standard
items) shall be loaded into the scheduling software using the "NON-
LABOR" resource type showing the quantity of work to be done along
with the corresponding value of the work measured in dollars. It is
intended that Earned Value will be calculated as the schedule resources
are progressed.
TIER 5 COST LOADING SPECIAL INSTRUCTIONS:
1. Adhere to all Tier 4 requirements, and additionally the following:
• Labor resources (Man-Hours) shall be loaded into the scheduling
software using the "LABOR" resource type with man-hours and
without cost.
C4-4 (6)
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
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
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.
C5-5.5 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 10 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.
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 any orders or instructions or the City Inspector, the
Contractor may within six days make written appeal to the 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, the 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.
CS-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, except as 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.
CS-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
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 Contractor's expense. Contractor shall indemnify 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 obstruction encountered is such as
to necessitate changes in the lines and grades of considerable magnitude or requires the
building of special works, provision of which is not made in these Contract Documents,
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 interruption 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 be as short as possible.
Thank You,
Contractor
Address Phone
b. Emergency : In the event that an unforeseen service interruption occurs ,
notice shall be as above, but immediate.
CS-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.
CS-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 manner 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
found 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
C6-6.l LAWS TO BE OBSERVED:The Contractor shall at all 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
is required or desires to use any design , device, material, or process covered by letter,
patent, or copyright, he shall provide for 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 sanitary 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 greater obstruction or inconvenience to the public than 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 frre 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
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 Devices for Streets and Highways" issued
under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways",
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 removal 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 property. 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 he has insurance coverage to protect against any damages and/or injuries
arising out of such use of explosives.
C6-6.10 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 in 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
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 crossed, 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 case 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 its 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:
1. The claim has been settled and a release has been obtained from the
claimant involved, or
2. 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
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 whom a claim for damages 1s
outstanding as a result of work performed under 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 ant 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, vouchers, 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 to 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 with 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-l .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, m 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
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 NOW AIYER 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 carrymg 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 contract 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 SUBLETTING: 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 shall 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 OPERA TIO NS: 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.
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 Cl-1.23 "WORKING DAYS" or
the date stipulated in the "WORK ORDER" for beginning work, whichever comes frrst.
Nothing in these Contract Documents shall be construed as prohibiting the Contractor
from working on Saturday, Sunday or Legal Holidays , providing that the following
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 Cl-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.
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 City 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 last
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 be 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
LIQUIDATED
DAMAGES
PER DAY
Less than $ 5 ,000 inclusive $ 35 .00
$ 5,001 to $ 15 ,000 inclusive $ 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.
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
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 be 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
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 Owner.
b. Substantial evidence that progress of the work operations by the
Contractor is insufficient to complete the work within the specified time.
C7-7(6)
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 financially unable to carry on the work 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.
1. 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 Owner 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 property of any kind provided by 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:
1. Stop work under the contract on the date and to the extent
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 plans,
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 disposition of
C7-7(9)
C.
D.
E .
F.
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.
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.
AMOUNTS: Subject to the prov1S1ons of Item C7-7.l(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 section, 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.
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 .
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 ;
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
otherwise recovered by or 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.
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.l MEASUREMENT OF QUANTITIES: The determination 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.
The "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 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,
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 of the
Contractor to repair, correct, renew, or replace at his own and 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,
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 1st and the 5th
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 10th day 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 estimate 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 shall have been fulfilled on the part of the Contractor, the Contractor shall
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 mJury 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 that 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.ll 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 MATERIAL: 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.
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.
CS -8(5)
A.
SECTION Cl:
SUPPLEMENTARY CONDITIONS TO PART C-GENERAL CONDITIONS
General
These Supplementary Conditions amend or supplement the General Conditions of the
Contract and other provisions of the Contract Documents as indicated below. Provisions
which are not so amended or supplemented remain in full force and affect.
B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in
its entirety and replaced with the following:
Partial pay estimates shall be submitted by the Contractor or prepared by the City on the
5th day and 20th day of each month that the work is in progress. The estimate shall be
proceeded 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 the work as a permanent
part thereof, but which at the time of the 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
voice 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 at the time of execution, retainage shall be ten per cent
(10%). For contracts of $400,000 or more at the time of execution, retainage shall be five
percent (5%).
Contractor shall pay subcontractors in accord with the subcontract agreement within five
(5) business days after receipt by Contractor of the payment by City. Contractor's failure
to make the required payments 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 same will be subject to correction in the estimate rendered
following the discovery of the mistake in any previous estimate. Partial payment by
Owner for the amount of work done or of its quality or sufficiency or acceptance of the
work done; shall not release the Contractor of any of its 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 accordance with the specifications or other
provisions of this contract.
C . Part C -General Conditions: Paragraph C3-3.l l of the General Conditions is deleted and
replaced with D-3 of Part D -Special Conditions.
D . C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR
INSURANCE AND BONDING"
Revised
10/24/02
Pg . 1
E.
F.
G.
C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS : Page C6-6
(8), is deleted in its entirety and replaced with the following:
Contractor covenants and agrees to indemnify City's engineer and architect, and their
personnel at the project site for Contractor's sole negligence. In addition, Contractor
covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
Owner, its officers, servants and employees, from and against any and all claims or suits
for property loss, property damage, personal injury, including death, arising out of, or
alleged to arise out of, the work and services to be performed hereunder by Contractor, its
officers, agents, employees, subcontractors, licensees or invitees, whether or not any such
iniurv, damage or death is caused, in whole or in part, by the negligence or alleged
negligence of Owner, its officers, servants, or employees. Contractor likewise covenants
and agrees to indemnify and hold harmless the Owner from and against any and all injuries
to Owner's officers, servants and employees and any damage, loss or destruction to
property of the Owner arising from the performance of any of the terms and conditions of
this Contract, whether or not any such iniurv or damage is caused in whole or in part
by the negligence or alleged negligence of Owner, its officers, servants or employees.
In the event Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor
either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a
release from the claimant involved, or (b) provides Owner with a letter from 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.
INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section
C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4 .3 INCREASED OR
DECREASED QUANTITIES to read as follows :
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
as established in the contract documents. No allowance will be made for any changes in
lost or anticipated profits nor 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 the overall quantities of sanitary sewer pipe in each pipe size but not
to the various depth categories .
C3-3. l 1 INSURANCE : Page C3-3 (7): Add subparagraph "h. ADDITIONAL
Revised
10/24/02
Pg.2
INSURANCE REQUIREMENTS "
a. The City , its officers, employees and servants shall be endorsed as an additional insured
on Contractor's insurance policies excepting employer's liability insurance coverage under
Contractor's workers' compensation insurance policy.
b. Certificates of insurance shall be delivered to the City of Fort Worth, contract
administrator in the respective department as specified in the bid documents, 1000
Throckmorton Street, Fort Worth, TX 76102 , prior to commencement of work on the
contracted project .
c . Any failure on part of the City to request required insurance documentation shall not
constitute a waiver of the insurance requirements specified herein.
d . Each insurance policy shall be endorsed to provide the City a minimum thirty days
notice of cancellation, non-renewal, and/or material change in policy terms or coverage.
A ten days notice shall be acceptable in the event of non-payment of premium.
e. Insurers must be authorized to do business in the State of Texas and have a current
AM. Best rating of A : VII or equivalent measure of financial strength and solvency.
f Deductible limits , or self-funded retention limits , on each policy must not exceed
$10,000.00 per occurrence unless otherwise approved by the City.
g . Other than worker 's compensation insurance, in lieu of traditional insurance, 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.
h. Workers' compensation insurance policy(s) covering employees employed on the
project shall be endorsed with a waiver of subrogation providing rights of recovery in
favor of the City.
i. City shall not be responsible for the direct payment of insurance premium costs for
contractor's insurance .
j . Contractor's insurance policies shall each be endorsed to provide that such insurance is
primary protection and any self-funded or commercial coverage maintained by City shall
not be called upon to contribute to loss recovery.
k. In the course o f the project, Contractor shall report , in a timely manner, to City's
officially designated contract administrator any known loss occurrence which could give
rise to a liability claim or lawsuit or which could result in a property loss .
1. Contractor's liability shall not be limited to the specified amounts of insurance
required he r ein.
Revised
10/24/02
Pg. 3
H.
I.
m. Upon the request of City, Contractor shall provide complete copies of all insurance
policies required by these contract documents.
C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is
deleted in its entirety and replaced 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 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,
imperfections, 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.
C8-8.10 GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page C8-8(4) is deleted
in its entirety and replaced with the following:
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 work not
done in accordance with the Contract Documents or relieve the Contract.or 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 other work or property
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 .
Revised
10/24/02
Pg.4
J.
Any reference to any shorter period of time of warranty contained elsewhere within the
specifications shall be resolved in favor ofthis specifications, 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.
In the Special Instructions to Bidders, TPW contracts place the following in lieu of the
existing paragraph 2.
Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL, Page C2-2 (4) 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, to the Purchasing Manager or his
representative at the official location and stated time 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 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 as
designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing
Manager, City of Fort Worth Purchasing Division, P.O. 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 opening 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 any 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
K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated
November 1, 1987; (City let projects) make the following revisions:
1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to
read:
Revised
10/24/02
Pg . 5
L.
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
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 .
2. Pg. C3-3(5) Paragraph C3-3. l l INSURANCE delete subparagraph "a.
COMPENSATION INSURANCE".
3. Pg. C3-3(6), Paragraph C3-3 . l l INSURANCE delete subparagraph "g. LOCAL
AGENT FOR INSURANCE AND BONDING".
RIGHT TO AUDIT: Part C -General Conditions, Section C8-8
MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following:
C8-8.14 RIGHT TO AUDIT:
(a) 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 the subcontract , 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 . City shall give subcontr actor reasonable advance notice
of intended audits .
( c) Contractor and subcontractor agree to phot ocopy such documents as may be
requested by the City. The City agrees to reimburse the Cont ractor for the cost of copies
as follows:
1. 50 copies and under -IO cents per p age
Revised
10/24/02
Pg. 6
2, More than 50 copies -85 cents for the first page plus
fifteen cents for each page thereafter
M. 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 C6-6.10 work
within easements, page C6-6(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 considered to be included in the Linear Foot price of the pipe.
N. Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS
AND WATCHMEN:
1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the
word flagmen.
2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other
precautionary measures to take all reasonable necessary measures.
0. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE:
Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS
ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be
deleted in its entirety and replaced with the following:
Upon request , Contractor agrees to provide to Owner complete and accurate information
regarding actual work performed by a Minority Business Enterprise (MBE) and/or a
Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor
further agrees to permit an 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 the
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 ( other than 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 than thee (3) years .
Revised
10/24/02
Pg . 7
P . WAGE RATES: Section C3-3 .13 of the General Conditions is deleted and replaced with
the following:
(a) The contractor shall comply with all requirements of Chapter 2258, Texas Government
Code, including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258,
Texas Government Code. Such prevailing wage rates are included in these contract
documents.
(b) The contractor shall, for a period of three (3) years following the date of acceptance of
the work, maintain records that show (i) the name and occupation of each worker
employed by the contractor in the construction of the work provided for in this contract;
and (ii) the actual per diem wages paid to each worker. These records shall be open at all
reasonable hours for inspection by the City. The rovisions of Section C-1, L. Right to
Audit (Rev. 9/30/02) pertain to this inspection.
( c) The contractor shall include in its subcontracts and/or shall otherwise re uire all of its
subcontractors to com ly with aragra hs (a) and (b) above.
(d) With each partial payment estimate or payroll period, whichever is less, an affidavit
stating that the contractor has complied with the requirements of Chapter 2258, Texas
Government Code.
The contractor shall post the P.revailing wage rates in a cons icuous place at the site of the
roject at all times.
Revised
10/24/02
Pg . 8
PART D .. S P ECIAL CONDI T IONS
D-1 GENERAL ........................................................................................................................... 3
D-2 COORDINATION MEETING ............................................................................................... 5
D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ..................... 5
D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT. ..................................... 7
D-5 CROSSING OF EXISTING UTILITIES ................................................................................ 7
D-6 EXISTING UTILITIES AND IMPROVEMENTS .................................................................... 8
D-7 CONSTRUCTION TRAFFIC OVER PIPELINES ................................................................. 8
D-8 TRAFFIC CONTROL .......................................................................................................... 9
D-9 DETOURS ........................................................................................................................ 10
D-10 EXAMINATION OF SITE ............................................................................................... 10
D-11 ZONING COMPLIANCE ................................................................................................ 10
D-12 WATER FOR CONSTRUCTION ................................................................................... 10
D-13 WASTE MA TE RIAL ...................................................................................................... 10
D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ....................................................... 10
D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ............................. 11
D-16 BID QUANTITIES .......................................................................................................... 11
D-17 CUTTING OF CONCRETE ........................................................................................... 11
D-18 PROJECT DESIGNATION SIGN .................................................................................. 12
D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ...................................... 12
D-20 MISCELLANEOUS PLACEMENT OF MATERIAL.. ....................................................... 12
D-21 CRUSHED LIMESTONE BACKFILL ............................................................................. 12
D-22 2 :27 CONCRETE .......................................................................................................... 13
D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION .......................................... 13
D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ............. 14
D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................. 15
D-26 SANITARY SEWER MANHOLES ................................................................................. 16
D-27 SANITARY SEWER SERVICES ................................................................................... 19
D-28 REMOVAL , SALVAGE , AND ABANDONMENT OF EXISTING FACILITIES ................. 20
D-29 DETECTABLE WARNING TAPES ................................................................................ 23
D-30 PIPE CLEANING ........................................................................................................... 23
D-31 DISPOSAL OF SPOIL/FILL MATERIAL ........................................................................ 23
D-32 MECHANICS AND MATERIALMEN 'S LIEN .................................................................. 23
D-33 SUBSTITUTIONS .......................................................................................................... 24
D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .............. 24
D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES ........................................... 27
D-36 BYPASS PUMPING ...................................................................................................... 28
D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ........... 28
D-38 SAMPLES AND QUALITY CONTROL TESTING .......................................................... 30
D-39 TEMPORARY EROSION , SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE) ................................................................................ 31
D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ......................... 32
D-41 PROTECTION OF TREES, PLANTS AND SOIL .......................................................... 32
D-42 SITE RESTORATION ................................................................................................... 33
D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST ............................................... 33
D-44 TOPSOIL , SODDING , SEEDING & HYDROMULCHING .............................................. 33
D-45 CONFINED SPACE ENTRY PROGRAM ...................................................................... 38
D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................. 39
D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ....................... 39
D-48 CONCRETE ENCASEMENT OF SEWER PIPE ........................................................... 40
D-49 CLAY DAM .................................................................................................................... 40
02/09/20 10 SC-1
PART D -SPEClAL CONOlTlONS
D-50 EXPLORATORY EXCAVATION (D-HOLE) ................................................................... 40
D-51 INSTALLATION OF WATER FACILITIES ..................................................................... 40
51.1 Polyvinyl Chloride (PVC) Water Pipe .......................................................................... .40
51.2 Blocking ...................................................................................................................... .41
51 .3 Type of Casing Pipe .................................................................................................... .41
51 .4 Tie-Ins .......................................................................................................................... 41
51.5 Connection of Existing Mains ....................................................................................... 41
51.6 Valve Cut-Ins .............................................................................................................. .42
51 .7 Water Services ............................................................................................................ 42
51 .8 2-lnch Temporary Service Line .................................................................................... 44
51.9 Purging and Sterilization of Water Lines ..................................................................... .45
51.1 O Work Near Pressure Plane Boundaries ...................................................................... .46
51.11 Water Sample Station ................................................................................................. .46
51 .12 Ductile Iron and Gray Iron Fittings ............................................................................... .46
D-52 SPRINKLING FOR DUST CONTROL ........................................................................... 47
D-53 DEWATERING .............................................................................................................. 47
D-54 TRENCH EXCAVATION ON DEEP TRENCHES .......................................................... 47
D-55 TREE PRUNING ........................................................................................................... 47
D-56 TREE REMOVAL .......................................................................................................... 48
D-57 TEST HOLES ................................................................................................................ 48
D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND
NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING
CONSTRUCTION ......................................................................................................................... 49
D-59 TRAFFIC BUTTONS ..................................................................................................... 50
D-60 SANITARY SEWER SERVICE CLEANOUTS ............................................................... 50
D-61 TEMPORARY PAVEMENT REPAIR ............................................................................. 50
D-62 CONSTRUCTION STAKES .......................................................................................... 50
D-63 EASEMENTS AND PERMITS ....................................................................................... 51
D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................. 51
D-65 WAGE RATES ............................................................................................................. 52
D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ..................................... 53
D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE) ............................................................................................................................. 54
D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS ..................................................................................................... 56
D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD .................................................. 56
D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION ...................................................... 56
D-71 AIR POLLUTION WATCH DAYS ...................................................................................... 57
D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ........................................... 57
02/09/2010 SC-2
PART D -SPEClAL CONDITIONS
This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C1 -
Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is
additive to any provision in Part C -General Conditions and part C1 -Supplementary Conditions
to Part C of the Contract are to be read together. Any conflict between Part C -General
Conditions and Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall
control.
FOR: ROLLING HILL S WATER TREATMENT PLANT , LAKE WORTH SPILLWAY, AND
WESTSIDE WATER TREATMENT PLANT , ALERT NOTIFICATION AND SECURITY
IMPROVEMENTS
FORT WORTH , TEXAS
CITY PROJECT NO . 00496
D-1 GENERAL
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. Contract Documents
3. SpecialCondWons
The following Special Conditions shall be applicable to this project under the provisions stated
above. The Contractor shall be responsible for defects in this project due to faulty materials and
workmanship , or both, for a period of two (2) years from date of final acceptance of this project by
the City of Fort Worth and will be required to replace at his expense any part or all of this project
which becomes defective due to these causes.
Subject to modifications as herein contained, the Fort Worth Water Department's General
Contract Documents and General Specifications , with latest revisions , are made a part of the
General Contract Documents for this project. The Plans, these Special Contract Documents and
the rules , regulations , requirements , instructions , drawings or details referred to by manufacturers
name, or identification include therein as specifying , referring or implying product control ,
performance , quality , or other shall 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.
Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-
qualified with the Water Department to perform such work in accordance with procedures
described in the current Fort Worth Water Department General Specifications, which general
specifications shall govern performance of all such work.
This contract and project, where applicable , may also be governed by the two following published
specifications , except as modified by these Special Provisions :
02/09/2010 SC-3
PART D .. SPECIAL CONDlTlONS
1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -
CITY OF FORT WORTH
2 . STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH
CENTRAL TEXAS
Any conflict between these contract documents and the above 2 publications shall be resolved in
favor of these contract documents .
A copy of either of these specifications may be purchased at the office of the Transportation and
Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth,
Texas 76102 . The specifications applicable to each pay item are indicated by the call-out for the
pay item by the designer. If not shown, then applicable published specifications in either of these
documents may be followed at the discretion of the Contractor. General Provisions shall be those
of the Fort Worth document rather than Division 1 of the North Central Texas document.
Bidders shall not separate, detach or remove any portion, segment or sheets from the
contract document at any time. Failure to bid or fully execute contract without retaining
contract documents intact may be grounds for designating bids as "non-responsive" and
rejecting bids or voiding contract as appropriate as determined by the City Engineer.
INTERPRETATION AND PREPARATION OF PROPOSAL:
A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered,
accompanied by its proper Bid Security, to the Purchasing Manager or his representative at
the official location and stated time 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 Bidders must have the proposal
actually del ivered . Each proposal shall be in a sealed envelope plainly marked 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 Purchasing Manager, City of Fort Worth
Purchasing Division , PO Box 17027 , Fort Worth, Texas 76102 .
B . WITHDRAWING PROPOSALS : Proposals actually filed with the Purchasing Manager cannot
be withdrawn prior to the time set for opening 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 .
C. TELEGRAPHIC MODIFICATION 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 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 communicat ion 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.
02/0912.010 SC-4
PART D -SPECIAL CONDITIONS
D-2 COORDINATION MEETING
For coordination purposes , weekly meetings at the job site may be required to maintain the
project on the desired schedule . The contractor shall be present at all meetings.
D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
A. Definitions :
1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of
authority to self-insure issued by the commission , or a coverage agreement (TWCC-81,
TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance
coverage for the person's or entity's employees providing services on a project , for the
duration of the project.
2. Duration of the project -includes the time from the beginning of the work on the project
until the contractor's/person's work on the project has been completed and accepted by
the governmental entity .
3 . Persons providing services on the project ("subcontractor" in §406 .096)-includes all
persons or entities performing all or part of the services the contractor has undertaken to
perform on the project , regardless of whether that person contracted directly with the
contractor and regardless of whether that person has employees . This includes , without
limitation , independent contractors , subcontractors , leasing companies , motor carriers ,
owner operators , employees of any such entity , or employees of any entity which
furnishes persons to provide services on the project. "Services" include , without limitation ,
providing , hauling, or delivering equipment or materials , or providing labor, transportation ,
or other services related to a project. "Services" does not include activities unrelated to
the project, such as food/beverage vendors , office supply deliveries , and delivery of
portable toilets .
B. The Contractor shall provide coverage , based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements , which meets the statutory
requirements of Texas Labor Code, Section 401 .011 (44) or all employees of the Contractor
providing services on the project, for the duration of the project.
C . The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends during
the duration of the project, the contractor must, prior to the end of the coverage period , file a
new certificate of coverage with the governmental entity showing that coverage has been
extended .
E. The Contractor shall obtain from each person providing services on a project , and provide the
governmental entity :
1. A certificate of coverage , prior to that person beginning work on the project , so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
02/09/2010 SC-5
PART D -SPECIAL CONDITIONS
2 . No later than seven days after receipt by the contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
F. The contractor shall retain all required certificates of coverage for the duration of the project
and for one year thereafter.
G . The contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within ten (10) days after the contractor knew or should have known, of any change
that materially affects the provision of coverage of any person providing services on the
project.
H. The contractor shall post on each project site a notice , in the text, form and manner
prescribed by the Texas Worker's Compensation Commission, informing all persons providing
services on the project that they are required to be covered, and stating how a person may
verify coverage and report lack of coverage .
I. The contractor shall contractually require each person with whom it contracts to provide
services on a project, to:
1. Provide coverage, based on proper reporting on classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code , Section 401 .011 (44) for all of its employees providing services on the project ,
for the duration of the project;
2. Provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
3. Provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage , if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
4 . Obtain from each other person with whom it contracts, and provide to the Contractor:
a.) A certificate of coverage, prior to the other person beginning work on the project; and
b.) A new certificate of coverage showing extension of coverage, prior to the end of the
coverage period, if the coverage period shown on the current certificate of coverage
ends during the duration of the project.
5. Retain all required certificates of coverage on file for the duration of the project and for
one year thereafter.
6 . Notify the governmental entity in writing by certified ma il or personal delivery, within ten
(10) days after the person knew or should have known , of any change that materially
affects the provision of coverage of any person providing services on the project; and
0210912010 SC-6
PART D .. SPECIAL CONDITlONS
7 . Contractually require each person with whom it contracts, to perform as required by
paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom
they are providing services .
8 . By signing this contract or providing or causing to be provided a certificate of coverage ,
the contractor is representing to the governmental entity that all employees 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
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 commission's Division of Self-Insurance Regulation . Providing false or
misleading information may subject the contractor to administrative, criminal, civil penalties
or other civil actions .
9. The contractor's failure to comply with any of these provisions is a breach of contract by
the contractor which entitles the governmental entity to declare the contract void if the
contractor does not remedy the breach within ten days after receipt of notice of breach
from the governmental entity.
J. 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 Worker's Compensation Act or other Texas
Worker's Compensation Commission rules . This notice must be printed with a title in at least
30 point bold type and text in at least 19 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 any additional words or changes:
"REQUIRED WORKER'S 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 Worker's Compensation Commission at (512) 463-3642 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-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT
During the construction of this project, it will be necessary to deactivate , for a period of time ,
existing lines . The Contractor shall be required to coordinate with the Water Department to
determine the best times for deactivating and activating those lines .
D-5 CROSSING OF EXISTING UTILITIES
Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or
proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet
barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be
02109/2.010 SC -7
PART D -SPECIAL COND1Tl0NS
constructed of ductile iron pipe . The Engineer shall determine the required length of
replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51
Ductile Iron Pipe with polyethylene wrapping . The material for sanitary sewer service lines shall
be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a
urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps .
Backfill , fittings, tie-ins and all other associated appurtenances required are deemed subsidiary
work, the cost of which shall be included in the price bid in the Proposal for each bid item .
D-6 EXISTING UTILITIES AND IMPROVEMENTS
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 exposed by his construct ion operations . Contractor shall
make all necessary provisions (as approved or authorized by the applicable utility company) for
the support, protection 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. It is understood that the
Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with
the proposed 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 are deemed subsidiary work and the cost of same and 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 of any conflicts in g rades and alignment.
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.
The utility lines and conduits shown on the plans are for information only and are not guaranteed
by the City of the Engineer to be accurate as to extent, location , and depth ; they are shown on
the plans as the best information available at the time of design , from the owners of the utilities
involved and from evidences found on the ground .
D-7 CONSTRUCTION TRAFFIC OVER PIPELINES
It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe
under shallow bury conditions . It will be the responsibility of the Contractor to protect both the new
02109/2010 SC-8
PART D ~ SPECIAL CONDlTIONS
line and the existing lines from these possibly excessive loads . The Contractor shall not, at any
time, cross the existing or new pipe with a truck delivering new pipe to the site . Any damage to
the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's
expense , to the satisfaction of the City .
In locations where it is not permissible to cross the existing or proposed pipes without additional
protection the Contractor may elect to provide additional protection of the pipes so that more
frequent crossings of the pipes are allowed. It still is , however, the responsibility of the Contractor
to repair any damage to the existing or proposed lines , if the damage results from any phase of
his construction operation .
D-8 TRAFFIC CONTROL
The contractor will be required to obtain a "Street Use Permit" prior to starting work . As part of
the "Street Use Permit" a traffic control plan is required . The Contractor shall be responsible for
providing traffic control during the construction of this project consistent with the provisions set
forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and
Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on
Highways," codified as Article 6701d Vernon 's Civil Statutes , pertinent sections being Section
Nos. 27 , 29 , 30 and 31 .
Unless otherwise included as part of the Construction documents , the Contractor shall submit a
traffic control plan (duly sealed , signed and dated by a Registered Professional Engineer (P .E.) in
the state of Texas}, to the City Traffic Engineer [Tel (817)392 -8770] at or before the
preconstruction conference . The P.E. preparing the traffic control plan may utilize standard traffic
reroute configurations posted as "Typicals " on the City 's Buzzsaw website. Although work will not
begin until the traffic control plan has been reviewed and approved , the Contractor's time will
begin in accordance with the timeframe mutually established in the 'Notice to Proceed ' issued the
Contractor.
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 817-392-7738) to remove the sign . In
the case of regulatory signs , the Contractor must replace the permanent sign with a temporary
sign meeting the requirements of the above-referenced manual and such temporary sign must be
installed prior to the removal 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 reinstalled , the Contractor shall again contact the Signs and Markings
Division to reinstall the permanent sign and shall leave his temporary sign in place until such
reinstallation is completed .
Work shall not be performed on certain locations/streets during "peak traffic periods " as
determination by the City Traffic Engineer and in accordance with the applicable provision of the
"City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas ."
The lump sum pay item for traffic control shall cover design and / or installation , and maintenance
of the traffic control plan .
02/09/2010 SC-9
PART D -SPECIAL CONDlTlONS
D-9 DETOURS
The contractor shall prosecute his work in such a manner as to create a minimum of interruption
to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the
project area .
D-10 EXAMINATION OF SITE
It shall be the responsibility of the prospective bidder to visit the project site and make such
examinations and explorations as may be necessary to determine all conditions, which may affect
construction of this project. Particular attention should be given to methods of providing ingress
and egress to adjacent private and public properties, procedures for protecting existing
improvements and disposition of all materials to be removed. Proper consideration should be
given to these details during the preparation of the Proposal and all unusual conditions, which
may give, rise to later contingencies should be brought to the attention of the Owner prior to the
submission of the Proposal.
D-11 ZONING COMPLIANCE
During the construction of this project, the Contractor shall comply with present zoning
requirements of the City of Fort Worth in the use of vacant property for storage purposes.
D-12 WATER FOR CONSTRUCTION
The Contractor at his own expense will furnish water for construction.
D-13 WASTE MATERIAL
All waste material shall become the property of the Contractor and shall be disposed of by the
Contractor at locations approved by the Engineer. All material shall be disposed of in such a
manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to
street improvements or to abutting property.
D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE
The Contractor shall be aware that keeping the project site in a neat and orderly condition is
considered an integral part of the contracted work and as such shall be considered subsidiary to the
appropriate bid items. Clean up work shall be done as directed by the Engineer as the work
progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on
a daily basis. Clean up work shall include , but not be limited to:
• Sweeping the street clean of dirt or debris
• Storing excess material in appropriate and organized manner
• Keeping trash of any kind off ofresidents ' property
If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next
estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will
be reduced by 25%.
Final cleanup work shall be done for this project as soon as all construction has been completed .
No more than seven days shall elapse after completion of construction before the roadway , right-
02/09/2010 SC-10
PART D -SPECIAL CONDITIONS
of-way , or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make
a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its
representative . This cleanup shall include removal of all objectionable rocks , pieces of asphalt or
concrete and other construction materia ls, and in general preparing the site of the work in an
orderly manner and appearance. The City of Fort Worth shall give final acceptance of the
completed project work.
D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES
The following procedures will be followed regarding the subject item on this contract:
1. A warning sign not less than five inches by seven inches , painted yellow with black letters
that are legible at twelve feet shall be placed inside and outside vehicles such as cranes ,
derricks, power shovels , drilling rigs, pile drivers, hoisting equipment or similar apparatus .
The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS
EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ."
2 . Equipment that may be operated within ten feet of high voltage lines shall have insulating
cage-type of guard about the boom or arm , except back hoes or dippers , and insulator
links on the lift hook connections.
3 . When necessary to work within six feet of high voltage electric lines, notification shall be
given the power company (ONCOR) who will erect temporary mechanical barriers, de-
energize the lines , or raise or lower the lines . The work done by the power company shall
not be at the expense of the City of Fort Worth . The notifying department shall maintain
an accurate log of all such calls to ONCOR, and shall record action taken in each case .
4 . The Contractor is required to make arrangements with the ONCOR company for the
temporary relocation or raising of high voltage lines at the Contractor's sole cost and
expense.
5 . No person shall work within six feet of a high voltage line without protection having been
taken as outlined in Paragraph (3).
D-16 BID QUANTITIES
Bid quantities of the various items in the proposal are for comparison only and may not reflect the
actual quantities . There is no limit to which a bid item can be increased or decreased.
Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured
quantities . To the extent that C4-4.3 conflicts with this provision , this provision controls . No claim
will be considered for lost or anticipated profits based upon differences in estimated quantities
versus actual quantities .
D-17 CUTTING OF CONCRETE
When existing concrete is cut , such cuts shall be made with a concrete saw. All sawing shall be
subsidiary to the unit cost of the respective item.
02/09/2010 SC-11
PART D -SPEClAL CONDITIONS
D-18 PROJECT DESIGNATION SIGN
Project signs are required at all locations . It shall be in accordance with the attached Figure 30
(dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the
exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs
shall be attached to barricades used where manhole rehabilitation or replacement is being
conducted . Signs suspended from barricading shall be placed in such a way that signs do not
interfere with reflective paint or coloring on the barricades . Barricade signs shall be in
accordance with Figure 30, except that they shall be 1 '-0" by 2 '-0 " in size . The information box
shall have the following information :
For Questions on this Project Call:
(817) 392-8306 M-F 7:30 am to 4:30 p.m.
or
(817) 392-8300 Nights and Weekends
Any and all cost 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-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT
At locations in the project where mains are required to be placed under existing sidewalks and/or
driveways, such sidewalks and/or driveways shall be completely replaced for the full existing
width , between existing construction or expansion joints with 3000 psi concrete with reinforcing
steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works
Department Standard Specifications for Construction , Item 504.
At locations where mains are required to be placed under existing curb and gutter, such curb and
gutter shall be replaced to match type and geometry of the removed curb and gutter shall be
installed in accordance with City of Fort Worth Public Works Department Standard Specification
for Construction , Item 502 .
Payment for cutting , backfill, concrete, forming materials and all other associated appurtenances
required, shall be included in the square yard price of the bid item for concrete sidewalk or
driveway repair.
D-20 MISCELLANEOUS PLACEMENT OF MATERIAL
Material has been 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.
D-21 CRUSHED LIMESTONE BACKFILL
Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for
trench backfill on this project. The material shall conform to Publ ic Works Standard Specifications
for Street and Storm Drain Construction Division 2 Item 208 .2 -Materials and Division 2 Item
02/09/2010 SC-12
PART D -SPECIAL CONDITIONS
208.3 -Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2
Excavation and Backfill, Construction Specifications , General Contract Documents .
Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal
multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of
Backfill Materials , Construction Specifications , and General Contract Documents.
D-22 2:27 CONCRETE
Transportation and Public Works Department typical sections for Pavement and Trench Repair
for Utility Cuts Figures STR-028,STR-029 and STR-031 refer to using 2 :27 Concrete as base
repair. Since this call-out includes the word "concrete", the consistent interpretation of the
Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement
per cubic yard of concrete .
D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION
Trench excavation and backfill under parking lots, driveways , gravel surfaced roads , within
easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2
Backfill and E2-2 Excavation and Backfill of the General Contract
Documents and Specifications except as specified herein .
1. TRENCH EXCAVATION : In accordance with Section E2-2 Excavation and Backfill , if the
stated maximum trench widths are exceeded , either through accident or otherwise , and if the
Engineer determines that the design loadings of the pipe will be exceeded , the Contractor will be
required to support the pipe with an improved trench bottom . The expense of such remedial
measures shall be entirely the Contractor's own. All trenching operations shall be confined to the
width of permanent rights-of-way, permanent easements , and any temporary construction
easements . All excavation shall be in strict compliance with the Trench Safety Systems Special
Condition of this document.
2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be
backfilled above the top of the embedment material with Type "C" backfill material. Excavated
material used for Type "C" backfill must be mechanically compacted unless the Contractor can
furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than
8 . Such evidence shall be a test report from an independent testing laboratory and must include
representative samples of soils in all involved areas, with a map showing the location and depth
of the various test holes . If excavated material is obviously granular in nature , containing little or
no plastic material , the Engineer may waive the test report requirement. See E1-2 .3 , Type "C" or
"D" Backfill , and E2-2 .11 Trench Backfill for additional requirements . When Type "C" back-fill
material is not suitable , Type "B" backfill material shall be used only with the consent and
approval of the Engineer. In general , all backfill material for trenches in existing paved streets
shall be in accordance with Figure WTR-029. Sand material specified in WTR-029 shall be
obtained from an approved source and shall consist of durable particles free of thin or elongated
pieces , lumps of clay , soil , loam or vegetable matter and shall meet the following gradation:
02/09/2010 SC-13
PART D -SPEClAL CONDITIONS
• Less than 10% passing the #200 sieve
• P.I. = 10 or less
Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed
Limestone for Embedment of the General Contract Documents and Specifications shall be
replaced with the following:
Sieve Size
1"
1/2"
3/8"
#4
#8
% Retained
0-10
40-75
55-90
90-100
95-100
All other provisions of this section shall remain the same.
3 . TRENCH COMPACTION : All trench backfill shall be placed in lifts per E2-2.9 Backfill.
Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90%
Standard Proctor Density (A.S.T.M. D698) by mechanical devices specifically designed for
compaction or a combination of methods subject to approval by the Engineer.
Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95%
Standard Proctor Density by mechanical devices specifically designed for compaction or a
combination of methods subject to approval by the Engineer. Backfill material to be compacted
as described above must be within +-4% of its optimum moisture content.
The City , at its own expense, will perform trench compaction tests per A.S.T.M . standards on all
trench backfill. Any retesting required as a result of failure to compact the backfill material to
meet the standards will be at the expense of the Contractor and will be billed at the commercial
rates as determined by the City. These soil density tests shall be performed at two (2) foot
vertical intervals beginning at a level two (2) feet above the top of the installed pipe and
continuing to the top of the completed backfill at intervals along the trench not to exceed 300
linear feet. The Contractor will be responsible for providing access and trench safety system to
the level of trench backfill to be tested . No extra compensation will be allowed for exposing the
backfill layer to be tested or providing trench safety system for tests conducted by the City .
4. MEASUREMENT AND PAYMENT: All material , with the exception of Type "B" backfill, and
labor costs of excavation and backfill will be included in the price bid per linear foot of water and
sewer pipe .
D-24 TRENCH PAVEMENT (PERMANENT} REPAIR (E2-19} FOR UTILITY CUTS
The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing
pavement repair equal to or superior in composition, thickness , etc., to existing pavement as
detailed in the Public Works Department typical sections for Pavement and Trench Repair for
Utility Cuts, Figures STR-028 through STR-031 .
The results of the street cores that were conducted on the project streets, to determine HMAC
depths on exist ing streets, are provided in these specifications and contract documents .
02/09/2010 SC-14
PART D .. SPECIAL CONDITIONS
All required paving cuts shall be made with a concrete saw in a true and straight line on both
sides of the trench, a minimum of twelve (12) inches outside the trench walls . The trench shall be
backfilled and the top nine (9) inches shall be filled with required materials as shown on paving
details , compacted and level with the finished street surface. This finished grade shall be
maintained in a serviceable condition until the paving has been replaced . All residential
driveways shall be accessible at night and over weekends .
It has been determined by the Transportation and Public Works Department that the strip of
existing HMAC pavement between the existing gutter and the edge of the trench pavement repair
will not hold up if such strip of existing pavement is two (2) feet or less in width .
Therefore , at the locations in the project where the trench wall is three (3) feet or less from the lip
of the existing gutter, the Contractor shall be required to remove the existing paving to such
gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches
outside the trench wall nearest the center of the street to the gutter line.
The pavement shall be replaced within a maximum of five (5) working days , providing job
placement conditions will permit repaving . If paving conditions are not suitable for repaving , in
the opinion of the Owner, the repaving shall be done at the earliest possible date.
A permit must be obtained from the Construction Services Section by the Contractor in
conformance with Ordinance No . 3449 and/or Ordinance No . 792 to make utility cuts in the street.
The Construction Services section will inspect the paving repair after construction . This permit
requirement may be waived if work is being done under a Performance Bond and inspected by
the Construction Services section .
D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS)
A. GENERAL: This specification covers the trench safety requirements for all trench excavations
exceeding depth of five (5) feet 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. The design for the trench safety shall be signed and sealed by a Registered
Professional Engineer licensed in Texas. The trench safety plan shall be specific for each
water and/or sanitary sewer line included in the project.
B. STANDARDS : The latest version of the U.S . Department of Labor, Occupational Safety and
Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations , are hereby
made a part of this specification and shall be the minimum governing requirements for trench
safety .
C . DEFINITIONS :
1. 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.
2 . BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a
series of horizontal level or steps , usually with vertical or near-vertical surfaces between
levels.
02/09/2010 SC-15
PART D • SPECIAL CONDITIONS
3 . SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined
away from the excavation .
4 . 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 workers 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 pre-manufactured or job-built in accordance with OSHA standards .
5 . 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 cross-braces , vertical rails, (uprights),
horizontal rails (wales) and/or sheeting.
D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing
ground to the bottom of embedment or bottom of excavation . The quantity of trench safety
systems shall be based on the linear foot amount of trench depth greater than five (5) feet.
E. PAYMENT -Payment 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-26 SANITARY SEWER MANHOLES
A. GENERAL: The installation, replacement , and/or rehabilitation of sanitary sewer manholes
will be required as shown on the plans , and/or as described in these Special Contract
Documents in addition to those located in the field and identified by the Engineer. All
manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes,
Valve Vaults , Etc ., and E2-14 Vault and Manhole Construction of the General Contract
Documents and Specifications, unless amended or superseded by requirements of this
Special Condition. For new sewer line installations , the Contractor shall temporarily plug all
lines at every open manhole under construction in order to keep debris out of the dry sewer
lines. The plugs shall not be removed until the applicable manhole complete with cone
section has been constructed and the lid installed to keep out debris as a result of additional
construction .
1. CONCRETE COLLARS : Concrete collars will be required on all manholes specified as
per COFW Standard Detail SAN-009 .
2 . DELETED
3. LIFT HOLES : All lift holes shall be plugged with a pre-cast concrete plug. The lift hole
shall be sealed on the outside of the manhole with Ram-Nek or an approved equal
sealant. The lift hole shall be sealed on the inside of the manhole with quick setting
cement grout.
4. FINAL RIM ELEVATIONS : Manhole rims in parkways , lawns and other improved lands
shall be at an elevation not more than one ( 1) nor less than one-half ( 1 /2) inch above the
02/0912010 SC-16
PART D -SPECIAL CONDlTlONS
surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting
for not less than three (3) feet each direction to existing finish grade of the ground. The
grade of all surfaces shall be checked for proper slope and grade by string lining the entire
area regarded near the manhole.
Manholes in open fields, unimproved land , or drainage courses shall be at an elevation
shown on the drawings or minimum of 6 inches above grade .
5. MANHOLE COVERS : All lids shall have pick slots in lieu of pick holes. Manhole frames
and covers shall be PAMREX, or approved equal , with 30-inch clear opening . Covers
shall set flush with the rim of the frame and shall have no larger than 1 /8-inch gap
between the frame and cover. Bearing surfaces shall be machine finished. Locking
manhole lids and frames will be restricted to locations within the 100-year floodplain and
areas specifically designated on the plans .
6 . SHALLOW CONE MANHOLES : Shallow manhole construction will be used when
manhole depth is four (4) feet or less . All shallow cone manholes shall be built in
accordance with Figure 105 . All shallow cone manholes shall have a cast iron lid and
frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED .
7. MANHOLE STEPS : No manhole steps are to be installed on any sanitary sewer manhole .
8. EXTERIOR SURFACE COATING : Exterior surfaces of all manholes shall be coated with
two mop coats of coal tar epoxy , Koppers "Bitumastic Super Service Black" Tnemec "46-
450 Heavy Tnemecol," or equal to , a minimum or 14 mils dry film thickness .
9 . MANHOLE JOINT SEALING : All interior and/or exterior joints on concrete manhole
sections constructed for the City of Fort Worth Water Department, excluding only the
joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint
sealants as per Figure M.
This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal ,
Ram-Nek , E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe
form or suitable cross-sectional area or flat-tape and shall be sized as recommended by
the manufacturer and approved by the Engineer. The joint sealer shall be protected by a
suitable removable wrapper and shall not in any way depend on oxidation , evaporation, or
any other chemical action for either its adhesive properties or cohesive strength . The
Joint sealer shall remain totally flexible without shrinking , hardening , or oxidizing
regardless of the length of time it is exposed to the elements . The manufacturer shall
furnish an affidavit attesting to the successful use of the product as a pre-formed flexible
joint sealant on concrete pipe and manhole sections for a period of at least five years .
B. EXECUTION :
1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame
shall be sealed with the above-specified materials . All surfaces to be in contact with the
joint sealant shall be thoroughly cleaned of dirt, sand , mud , or other foreign matter. The
manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in
accordance with the recommendations . The protective wrapper shall remain on the joint
sealant until immediately prior to the placement of the pipe in the trench . After removal of
02109/2 010 SC -17
PART D .. SPEClAL CONDlTlONS
the protective wrapper, the joint sealant shall be kept clean . Install frames and cover over
manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames
and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer.
2 . SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth
saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a
minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical.
Remove manhole frame from the manhole structure and observe the condition of the
frame and grade rings . Any frame or grade ring that is not suitable for use as determined
by the Engineer shall be replaced. Grade rings that are constructed of brick , block
materials other than pre-cast concrete rings, or where necessary and approved by the
Engineer, shall be replaced with a pre-cast flattop section . Pre-cast concrete rings , or a
pre-cast concrete flattop section will be the only adjustments allowed .
In brick or block manholes, replace the upper portion of the manhole to a point 24 inches
below the frame . If the walls or cone section below this level are structurally unsound ,
notify the Engineer prior to replacement of the grade rings and manhole frame. Existing
brickwork , if damaged by the Contractor, shall be replaced at the Contractor's expense .
Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose
debris. Coat exposed manhole surfaces with an approved bonding agent followed by an
application of quick setting hydraulic cement to provide a smooth working surface .
If the inside diameter of the manhole is too large to safely support new adjustment rings or
frames , a flat top section shall be installed .
Joint surfaces between the frames , adjustment rings , and cone section shall be free of
dirt , stones , debris and voids to ensure a watertight seal. Place flexible gasket joint
material along the inside and outside edge of each joint , or use trowelable material in lieu
of pre-formed gasket material. Position the butt joint of each length of joint material on
opposite sides of the manhole . No steel shims , wood , stones , or any material not
specifically accepted by the Engineer may be used to obtain final surface elevation of the
manhole frame.
In paved areas or future paved areas , castings shall be installed by using a straight edge
not less than ten (10) feet long so that the top of the casting will conform to the slope and
finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the
finished elevation . Allowances for the compression of the joint material shall be made to
assure a proper final grade elevation .
3 . EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with
two mop coats of coal tar epoxy . Kopper "Bitumastic Super Service Black"; Tnemec "46-
450 Heavy Tnemecol ", or equal , to a minimum of 14 mils dry film thickness.
4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire
brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint
sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be
wrapped with 6 mil plastic to protect the sealant from damage during backfilling.
02/0912010 SC-18
PART D .. SPECIAL CONDITIONS
C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include
all labor, equipment, and materials necessary for construction of the manhole including , but
not limited to , joint sealing, lift hole sealing and exterior surface coating . Payment shall not
include pavement replacement , which if required , shall be paid separately .
The price bid for reconstruction of existing manholes shall include all labor equipment and
materials necessary for construction of new manhole , including, but not limited to, excavation,
backfill, disposal of materials , joint sealing , lift hole sealing and exterior surface coating .
Payment shall not include pavement replacement, which if required, shall be paid separately.
The price bid for adjusting and/or sealing of existing manholes shall include all labor,
equipment and materials necessary for adjusting and/or sealing the manhole , including but
not limited to , joint sealing , lift hole sealing, and exterior surface coating .
Payment for concrete collars will be made per each . Payment for manhole inserts will be
made per each .
D-27 SANITARY SEWER SERVICES
Any reconnection , relocation, re-routes , replacement , or new sanitary sewer service shall be
required as shown on the plans , and/or as described in these Special Contact Documents in
addition to those located in the field and identified by the Engineer as active sewer taps . The
service connections shall be constructed by the Contractor utilizing standard factory
manufactured tees . City approved factory manufactured saddle taps may be used , but only as
directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a
case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of
tapping crews with building owners and the Engineer in order that the work be performed in an
expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be
required . Severed service connections shall be maintained as specified in section C6-6 .15 .
D. SEWER SERVICE RECONNECTION : When sewer service reconnection is called for the
Contractor shall vertically adjust the existing sewer service line as required for reconnection
and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum
bend of 45 degrees . The tap shall be located so as to line up w ith the service line and avoid
any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be
replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer
services on sewers being rehabilitated using pipe enlargement methods shall be replaced to
the property or easement line or as directed by the Engineer. Procedures listed below for
Sewer Service Replacement shall be adhered to for the installation of any sewer service line
including the incidental four (4) feet of service line which is included in the price bid for
Sanitary Sewer Taps . Payment for work such as backfill , saddles, tees , fittings incidental four
(4) feet of service line and all other associated appurtenances required shall be included in
the price bid for Sanitary Sewer Taps .
E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during
construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer
as required for the connection of the sewer service line . If the sewer service line is in such
condition or adjustment necessitates the replacement of the sewer service line , all work shall
be performed by a licensed plumber. The Engineer shall determine the length of the
02/09/2010 SC-19
PART D -SPECIAL CONDtTIONS
replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as
approved by the Engineer. For situations involving sewer service re-routing, whether on
public or private property , the City shall provide line and grade for the sewer service lines as
shown on the project plans . Prior to installing the applicable sewer main or lateral and the
necessary service lines , the Contractor shall verify (by de-holing at the building clean-out) the
elevations (shown on the plans) at the building clean-out and compare the data with the
elevation at the proposed connection point on the sewer main, in order to ensure that the two
(2) percent minimum slope (or as specified by the Engineer) requirement is satisfied .
Elevations shall also be verified at all bend locations on the service re-route. All applicable
sewer mains, laterals and affected service lines that are installed without pre-construction de-
holing at the affected residences (to verify design elevations) shall be removed and replaced
as necessary at the Contractor's expense in the event grade conflicts are brought to light after
de-holing is conducted. All elevation information obtained by the Contractor shall be
submitted to the Inspector. The Engineer shall be immediately notified in the event that the
two (2) percent minimum slope is not satisfied . If the Contractor determines that a different
alignment for the re-route is more beneficial than shown on the plans, the Contractor shall
obtain and submit all relevant elevation information for the new alignment to the Inspector and
shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by
the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of
the installed service line and submit signed documentation verifying that the line has been
installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to
uncover any sewer service for which no grade verification has been submitted . All re-routes
that are not installed as designed or fail to meet the City code shall be reinstalled at the
Contractor's expense. The Contractor shall ensure that the service line is backfilled and
compacted in accordance with the City Plumbing Code. Connection to the existing sewer
service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or
neoprene coupling A.S.T.M . C-425 with series 300 stainless steel compression straps . The
Contractor shall remove the existing clean-out and plug the abandoned sewer service line.
The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or
relocations located on private property. Furthermore, the contractor shall utilize the services
of a licensed plumber for all service line work on private property. Permit(s) must be obtained
from the City of Fort Worth Development Department for all service line work on private
property and all work related to the service line must be approved by a City of Fort Worth
Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to
beginning work on the sanitary sewer service re-route and proof of final acceptance by the
Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer
re-route .
Payment for work and materials such as backfill, removal of existing clean-outs, plugging the
abandoned sewer service line, double checking the grade of the installed service line, pipe
fittings, surface restoration on private property (to match existing), and all other associated
work for service replacements in excess of four (4) linear feet shall be included in the linear
foot price bid for sanitary sewer service line replacement on private property or public right of
way. Payment for all work and material involving the "tap" shall be included in the price bid for
sanitary sewer service taps.
D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES
02/09/2010 SC-20
PART D -SPECIAL CONDITIONS
Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as
shown on the plans , and/or described in these Special Contract Documents in addition to those
located in the field and identified by the Engineer. This work shall be done in accordance with
Section E2-1.5 Salvaging of Material and E2-2 .7 Removing Pipe, of the General Contract
Documents and Specifications, unless amended or superseded by requirements of this Special
Condition .
A. SALVAGE OF EXISTING WATER METER AND METER BOX: Exist ing water meter and
meter box shall be removed and returned to the Water Department warehouse by the
Contractor in accordance with Section E2-1 .5 Salvaging of Materials.
B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water
meter and concrete vault lid shall be removed and returned to the Water Department
warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials . The
concrete vault shall be demolished in place to a point not less than 18 inches below final
grade . The concrete vault shall then be backfilled and compacted in accordance with backfill
method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated
material approved by the Engineer. Surface restoration shall be compatible with existing
surrounding surface and grade.
C. SALVAGE OF EXISTING FIRE HYDRANTS : Existing fire hydrants shall be removed and
returned to the Water Department warehouse by the Contractor in accordance with Section
E2-1.5 Salvaging of Materials . The void shall be backfilled and compacted in accordance with
backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable
excavated material approved by the Engineer. Surface restoration shall be compatible with
existing surrounding surface and grade.
D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be
removed and returned to the Water Department warehouse by the Contractor in accordance
with Section E2-1.5 Salvaging of Materials . The void area caused by the valve removal shall
be backfilled and compacted in accordance with backfill method as specified in Section
E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the
Engineer. Surface restoration shall be compatible with existing surrounding surface and
grade . If the valve is in a concrete vault , the vault shall be demolished in place to a point no
less than 18" below final grade.
E. ABANDONMENT OF EXISTING GATE VALVE : Existing gate valve and box lid shall be
abandoned by first closing the valve to the fully closed position and demolishing the valve box
in place to a point not less than 18 inches below final grade . Concrete shall then be used as
backfill material to match existing grade .
F. ABANDONMENT OF EXISTING VAULTS : Vaults to be demolished in place shall have top
slab and lid removed and vault walls demolished to a point not less than 18" below final
grade . The void area caused shall then be backfilled and compacted in accordance with
backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable
excavated material approved by the Engineer. Surface restoration shall be compatible with
the existing surrounding grade .
G . ABANDONMENT OF MANHOLES : Manholes to be abandoned in place shall have all pipes
entering or exiting the structure plugged with lean concrete . Manhole top or cone section
02109/2010 SC-21
PART D -SPEClAL CONDITIONS
shall be removed to the top of the full barrel diameter section, or to point not less than 18
inches below final grade. The structure shall then be backfilled and compacted in accordance
with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either
clean washed sand of clean, suitable excavated material approved by the Engineer. Surface
restoration shall be compatible with surrounding service surface. Payment for work involved
in backfilling, plugging of pipe(s) and all other appurtenances required , shall be included in the
appropriate bid item -Abandon Existing Sewer Manhole .
H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting
the structure disconnected. The complete manhole, including top or cone section, all full
barrel diameter section, and base section shall be removed . The excavation shall then be
backfilled and compacted in accordance with backfill method as specified in Section E2-2.9
Backfill. Backfill material may be with Type C Backfill or Type B Backfill , as approved by the
Engineer. Surface restoration shall be compatible with surrounding surface.
I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be
required to cut, plug , and block existing water mains/services or sanitary sewer mains/services
in order to abandon these lines . Cutting and plugging existing mains and/or services shall be
considered as incidental and all costs incurred will be considered to be included in the linear
foot bid price of the pipe, unless separate trenching is required.
J . REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the
Contractor's responsibility to properly dispose of all removed pipe . All removed valves , fire
hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage
Yard .
C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or
removing existing facilities shall be included in the linear foot bid price of the pipe , except as
follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch
and larger, and sanitary sewer manholes, regardless of location .
Payment will be made for salvaging , abandoning and/or removing all other existing facilities
when said facility is not being replaced in the same trench (i.e ., when removal requires a
separate trench).
L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of
existing sewer mains after the construction of a new sewer main , the Contractor shall be
responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a
final determination that all existing service connections have been relocated to the new main .
Once this determination has been made, the existing main will be abandoned as indicated
above in Item I.
0210912010 SC -22
PART D ... SPECIAL CONDITIONS
0-29 DETECTABLE WARNING TAPES
Detectable underground utility warning tapes which can be located from the surface by a pipe
detector shall be installed directly above non-metallic water and sanitary sewer pipe . The
detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc . or approved equal,
and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective
inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents
found in the soil. The minimum overall thickness of the tape shall be 5.5 mils , and the width shall
not be less than two inches with a minimum unit weight of 2% pounds/1 inch/100'. The tape shall
be color coded and imprinted with the message as follows :
Type of Utility Color Code
Water Safety Blue
Sewer Safety Green
Legends
Caution! Buried Water Line Below
Caution! Buried Sewer Line Below
Installation of detectable tapes shall be per manufacturer's recommendations and shall be as
close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18
inches between the tape and the pipe . Payment for work such as backfill , bedding , blocking,
detectable tapes , and all other associated appurtenances required shall be included in the unit
price bid for the appropriate bid item(s).
0-30 PIPE CLEANING
Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall
be swept daily and kept clean during installation . A temporary night plug shall be installed on all
exposed pipe ends during any period of work stoppage .
D-31 DISPOSAL OF SPOIUFILL MATERIAL
Prior to the disposing of any spoil/fill material , the Contractor shall advise the City of Fort Worth's
Flood Plain Administrator ("Administrator''), of the location of all sites where the Contractor intends
to dispose of such material. Contractor shall not dispose of such material until the proposed sites
have been determined by the Administrator to meet the requirements of the Flood Plain
Ordinances of the City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved
by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A
floodplain permit can be issued upon approval of necessary Engineering studies . No fill permit is
required if disposal sites are not in a floodplain . Approval of the Contractor's disposal sites shall
be evidenced by a letter signed by the Administrator stating that the site is not in a known flood
plain or by a Flood Plain Fill Permit authorizing fill within the flood plain . Any expenses
associated with obtaining the fill permit, including any necessary Engineering studies , shall be at
the Contractor's expense . In the event that the Contractor disposes of spoil/fill material at a site
without a fill permit or a letter from the administrator approving the disposal site , Contractor shall
remove the spoil/fill material at his expense and dispose of such materials in accordance with the
Ordinances of the City and this section.
0-32 MECHANICS AND MATERIALMEN'S LIEN
The Contractor shall be required to execute a release of mechanics and material men 's liens
upon receipt of payment.
02/0912010 SC-23
PART D .. SPECIAL CONDITIONS
D-33 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 Contractor procures the proposed substitute .
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-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER
A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be
abandoned , removed (except where being replaced in the same location}, or rehabilitated
(pipe enlargement, cured-in-place pipe, fold and form pipe , slip-line , etc.}, shall be cleaned ,
and a television inspection performed to identify any active sewer service taps , other sewer
laterals and their location. Work shall consist of furnishing all labor, material, and equipment
necessary for the cleaning and inspection of the sewer lines by means of closed circuit
television. Satisfactory precautions shall be taken to protect the sewer lines from damage that
might be inflicted by the improper use of cleaning equipment.
1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line
cleaning equipment shall be constructed for easy and safe operation . The equipment
shall also have a selection of two or more high-velocity nozzles. The nozzles shall be
capable of producing a scouring action from 15 to 45 degrees in all size lines designated
to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring
manhole walls and floor. The gun shall be capable of producing flows from a fine spray to
a solid stream . The equipment shall carry its own water tank, auxiliary engines , pumps ,
and hydraulically driven hose reel.
Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in
such a way that a portion of the dam may be collapsed at any time during the cleaning
operation to protect against flooding of the sewer. The movable dam shall be equal in
diameter around the outer periphery to ensure removal of grease . If sewer cleaning balls
or other equipment, which cannot be collapsed , is used , special precautions to prevent
flooding of the sewers and public or private property shall be taken. The flow of sewage
present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning
devices whenever possible .
2 . CLEANING PROCEDURES : The designated sewer manholes shall be cleaned using
high-velocity jet equipment. The equipment shall be capable of removing dirt, grease,
rocks , sand , and other materials and obstructions from the sewer lines and manholes . If
cleaning of an entire section cannot be successfully performed from one manhole , the
equipment shall be set up on the other manhole and cleaning again attempted . If, again ,
02/0912010 SC-24
PART D -SPECIAL CONDITIONS
successful cleaning cannot be performed or equipment fails to traverse the entire manhole
section, it will be assumed that a major blockage exists, and the cleaning effort shall be
abandoned . When additional quantities of water from fire hydrants are necessary to avoid
delay in normal working procedures, the water shall be conserved and not used
unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by
the hydrant. Before using any water from the City Water Distribution System, the
Contractor shall apply for and receive permission from the Water Department. The
Contractor shall be responsible for the water meter and related charges for the setup ,
including the water usage bill. All expenses shall be considered incidental to cleaning .
3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid
or semisolid material resulting from the cleaning operation shall be removed at the
downstream manhole of the section being cleaned . Passing material from manhole
section to manhole section , which could cause line stoppages, accumulations of sand in
wet wells, or damage pumping equipment, shall not be permitted .
4 . All solids or semisolid resulting from the cleaning operations shall be removed from the
site and disposed of at a site designated by the Engineer. All materials shall be removed
from the site no less often than at the end of each workday and disposed of at no
additional cost to the City.
5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM
BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS
OR SANITARY SEWER MANHOLES .
6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection
shall be one specifically designed and constructed for such inspection. Lighting for the
camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The
camera shall be operative in 100% humidity conditions . The camera , television monitor,
and other components of the video system shall be capable of producing picture quality to
the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no
payment will be made for an unsatisfactory inspection .
B. EXECUTION :
1. TELEVISION INSPECTION: The camera shall be moved through the line in either
direction at a moderate rate , stopping when necessary to permit proper documentation of
any sewer service taps . In no case will the television camera be pulled at a speed greater
than 30 feet per minute . Manual winches , power w inches , TV cable , and powered rewinds
or other devices that do not obstruct the camera view or interfere with proper
documentation shall be used to move the camera through the sewer line .
When manually operated winches are used to pull the television camera through the line ,
telephones or other suitable means of communications shall be set up between the two
manholes of the section being inspected to ensure good communications between
members of the crew .
The importance of accurate distance measurements is emphasized . All television
inspection videotapes shall have a footage counter. Measurement for location of sewer
service taps shall be above ground by means of meter device . Marking on the cable , or
02/09/2010 SC-25
PART D -SPECIAL CONDITIONS
the like , which would require interpolation for depth of manhole, will not be allowed .
Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or
other suitable device , and the accuracy shall be satisfactory to the Engineer.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera . The methods used for securing passage of the camera are to be at
the option of the Contractor. The cost of retrieving the Television camera , under all
circumstances , when it becomes lodged during inspection, shall be incidental to Television
inspection.
2. DOCUMENTATION : Television Inspection Logs : Printed location records shall be kept by
the Contractor and will clearly show the location in relation to an adjacent manhole of each
sewer service taps observed during inspection. In addition, other points of significance
such as locations of unusual conditions, roots, storm sewer connections, broken pipe,
presence of scale and corrosion, and other discernible features will be recorded, and a
copy of such records will be supplied to the City.
3 . PHOTOGRAPHS : Instant developing, 35 mm, or other standard-size photographs of the
television picture of problems shall be taken by the Contractor upon request of the
Engineer, as long as such photographing does not interfere with the Contractor's
operations .
4 . VIDEOTAPE RECORDINGS : The purpose of tape recording shall be to supply a visual
and audio record of problem areas of the lines that may be replayed . Video tape
recording playback shall be at the same speed that it was recorded . The television tapes
shall be furnished to the City for review immediately upon completion of the television
inspection and may be retained a maximum of 30 calendar days .
Equipment shall be provided to the City by the Contractor for review of the tapes . The
Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be
erased without the permission of the Engineer. If the tapes are of such poor quality that
the Engineer is unable to evaluate the condition of the sewer line or to locate service
connections, the Contractor shall be required to re-televise and provide a good tape of the
line at no additional cost to the City . If a good tape cannot be provided of such quality that
can be reviewed by the Engineer, no payment for televising this portion shall be made.
Also, no payment shall be made for portions of lines not televised or portions where
manholes cannot be negotiated with the television camera.
THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION
FOR REVIEW AND DETERMINATION OF SAGS . Upon completion of review of the tapes
by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer
are to be corrected . The Engineer will return tapes to the Contractor upon completion of
review .
All costs associated with this work shall be incidental to unit prices bid for items under
Television Inspection of the Proposal.
C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF
SANITARY SEWERS : The cost for Pre-Construction Cleaning and Television Inspection of
sanitary sewers shall be per linear foot of sewer actually televised . The Contractor shall
02/09/2010 SC-26
PART D .. SPECIAL CONDITIONS
provide the Engineer with tapes of a quality that the particular piece of sewer can be readily
evaluated as to existing sewer conditions and for providing appropriate means for review of
the tapes by the Engineer including collection and removal , transportation and disposal of
sand and debris from the sewers to a legal dump site.
Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to
provide video image required for line analysis .
The primary purpose of cleaning is for television inspection and rehabilitation; when a portion
of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall
be incidental and no payment shall be made .
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera . The methods used for securing passage of the camera are to be at the
option of the Contractor, and the costs must be included in the bid price for TV Inspections .
The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged
during inspection, shall be incidental to TV Inspection .
The item shall also include all costs of installing and maintaining any bypass pumping required
to provide reliable, regular sewer service to the area residents . All bypass pumping shall be
incidental to the project.
D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES
A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer
manholes.
B. EXECUTION :
1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with
all connections in place . Lift holes shall be plugged, and all drop-connections and gas
sealing connections shall be installed prior to testing.
The sewer lines entering the manhole shall be plugged and braced to prevent the plugs
from being drawn into the manhole . The plugs shall be installed in the lines beyond the
drop-connections, gas sealing connections, etc. The test head shall be placed inside the
frame at the top of the manhole and inflated in accordance with the manufacturer's
recommendations . A vacuum of ten inches of mercury (1 O"Hg) shall be drawn and the
vacuum pump will be turned off. With the valve closed , the level of vacuum shall be read
after the required test time. The required test time shall be determined from the Table I
below in accordance with ASTM C1244-93 :
02/09/2010
Table I
MINIMUM TIME REQUIRED FOR VACUUM DROP
OF 1" Hg (1 O"Hg -9"Hg) (SEC)
Depth of MH.
(FT.)
Oto 16'
48-lnch Dia.
Manhole
40 sec.
SC-27
60-lnch Dia .
Manhole
52 sec.
PART D -SPECIAL CONDITIONS
18' 45 sec. 59 sec .
20' 50 sec. 65 sec.
22' 55 sec. 72 sec.
24' 59 sec. 78 sec.
26' 64 sec. 85 sec.
28' 69 sec. 91 sec.
30' 74 sec. 98 sec.
For Each 5 sec. 6 sec.
Additional 2'
1. ACCEPTANCE : The manhole shall be considered acceptable, if the drop in the level of
vacuum is less than one-inch of mercury (1" Hg) after the required test time . Any
manhole, which fails to pass the initial test, must be repaired by either pressure grouting
through the manhole wall or digging to expose the exterior wall of the manhole in order to
locate the leak and seal it with an epoxy sealant. The manhole shall be retested as
described above until it has successfully passed the test.
Following completion of a successful test, the manhole shall be restored to its normal
condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be
removed and disposed of in a manner satisfactory to the Engineer.
C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the
contract price per each vacuum test. This price shall include all material, labor, equipment,
and all incidentals, including all bypass pumping, required to complete the test as specified
herein .
D-36 BYPASS PUMPING
The Contractor shall bypass the sewage around the section or sections of sewer to be
rehabilitated and/or replaced . The bypass shall be made by plugging existing upstream manhole
and pumping the sewage into a downstream manhole or adjacent system or other method as may
be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size
to handle the flow without sewage backup occurring to facilities connected to the sewer.
Provisions shall be made at driveways and street crossings to permit safe vehicular travel without
interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted
to discharge sewage into the trenches . Payment shall be incidental to rehabilitation or
replacemen t of the sewer line .
D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER
A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television
inspection performed by an independent sub-Contractor hired by the prime Contractor. Work
shall consist of furnishing all labor, material, and equipment necessary for inspection of the
sewer lines by means of closed circuit television . Satisfactory precautions shall be taken to
protect the sewer lines from damage that might be inflicted by the improper use of cleaning
equipment.
02/09/2010 SC-28
PART D -SPECIAL CONDITIONS
B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall
be one specifically designed and constructed for such inspection . Lighting for the camera
shall be operative in 100% humidity conditions . The camera, television monitor, and other
components of the video system shall be capable of producing picture quality to the
satisfaction of the Engineer; and if unsatisfactory , equipment shall be removed and no
payment will be made for an unsatisfactory inspection.
C. EXECUTION:
1. TELEVISION INSPECTION: The camera shall be moved through the line in either
direction at a moderate rate, stopping when necessary to permit proper documentation of
any sewer service taps. In no case will the television camera be pulled at a speed greater
than 30 feet per minute . Manual winches, power winches , TV cable , and powered rewinds
or other devices that do not obstruct the camera view or interfere with proper
documentation shall be used to move the camera through the sewer line . No more than
2000 linear feet of pipe will be televised at one time for review by the Engineer.
When manually operated winches are used to pull the television camera through the line ,
telephones or other suitable means of communications shall be set up between the two
manholes of the section being inspected to ensure good communications between
members of the crew .
The importance of accurate distance measurements is emphasized . All television
inspection video tapes shall have a footage counter. Measurement for location of sewer
service taps shall be above ground by means of meter device . Marking on the cable, or
the like, which would require interpolation for depth of manhole , will not be allowed.
Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or
other suitable device , and the accuracy shall be satisfactory to the Engineer.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera . The methods used for securing passage of the camera are to be at
the option of the Contractor. The cost or retrieving the Television camera, under all
circumstances , when it becomes lodged during inspection, shall be incidental to Television
inspection .
Sanitary sewer mains must be laced with enough water to fill all low pints. The television
inspection must be done immediately following the lacing of the main with no water flow . If
sewer is active , flow must be restricted to provide a clear image of sewer being inspected.
2 . DOCUMENTATION: Television Inspection Logs : Printed location records shall be kept by
the Contractor and will clearly show the location in relation to an adjacent manhole of each
sewer service tap observed during inspection . All television logs shall be referenced to
stationing as shown on the plans. A copy of these television logs will be supplied to the
City.
3. PHOTOGRAPHS : Instant developing, 35 mm , or other standard-size photographs of the
television picture of problems shall be taken by the Contractor upon request of the
Engineer, as long as such photographing does not interfere with the Contractor's
operations.
02109/2010 SC-29
PART D .. SPECIAL CONDITIONS
4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual
and audio record of problem areas of the lines that may be replayed. Video tape
recording playback shall be at the same speed that it was recorded . The television tapes
shall be furnished to the City for review immediately upon completion of the television
inspection and may be retained a maximum of 30 calendar days. Equipment shall be
provided to the City by the Contractor for review of the tapes . Tapes will be returned to
the Contractor upon completion of review by the Engineer. Tapes shall not be erased
without the permission of the Eng ineer.
If the tapes are of such poor quality that the Engineer is unable to evaluate the condition
of the sewer line or to locate service connections, the Contractor shall be required to re-
televise and provide a good tape of the line at no additional cost to the City. If a good
tape cannot be provided of such quality that can be reviewed by the Engineer, no
payment for televising th is portion shall be made . Also , no payment shall be made for
portions of lines not televised or portions where manholes cannot be negotiated with the
television camera.
D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY
SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be
per linear foot of sewer televised . The Contractor shall prov ide the Engineer with tapes of a
quality that the particular piece of sewer can be readily evaluated as to sewer conditions and
for providing appropriate means for review of the tapes by the Engineer.
Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to
prov ide video image required for line analysis . The quantity of TV inspection shall be
measured as the total length of new pipe installed . All costs associated with this work shall be
included in the appropriate bid item -Post-Construction Television Inspection.
The item shall also include all costs of installing and maintain ing any bypass pumping required
to provide reliable , regular sewer service to the area residents . All bypass pumping shall be
incidental to the project.
D-38 SAMPLES AND QUALITY CONTROL TESTING
A. The Contractor shall furnish , at its 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 analys is for sand and crushed stone to
be used along with the name of the pit from which the ma t erial was taken . The contractor
shall provide manufacturer's certifications for all manufactured items to be used in the project
and will bear any expense related 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 w ill 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
02/09/20 10 SC-30
PART D ~ SPECIAL CONDITIONS
relieve the contractor of its 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-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE)
A. 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 .
B. 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 temporary
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 CONTRACTOR'S capability and progress in keeping the finish grading,
mulching , seeding , and other such permanent pollut ion-control measures current in
accordance with the accepted schedule . Should seasonal conditions make such limitations
unrealistic, temporary soil-erosion-control measures shall be performed as directed by the
Engineer.
2. Waste or disposal areas and construction roads shall be located and constructed in a
manner that will minimize the amount of sediment entering streams .
3 . Frequent fordings 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.
02/09/2010 SC-31
PART D ~ SPECl,AL CONDIT tONS
4 . When work areas or material sources are located in or adjacent to live streams, such
areas shall be separated from the stream by a dike 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 .
5. All waterways shall be cleared as soon as practicable of false work, piling , debris or other
obstructions placed during construction operations that are not a part of the finished work.
6 . The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and
reservoirs with fuels , oils , bitumen, 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 .
C. 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-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES
The Contractor shall provide ingress and egress to the property being crossed by this
construction and adjacent property when construction is not in progress and at night. Drives shall
be left accessible at night, on weekends , and during holidays . The Contractor shall conduct his
activities to minimize obstruction of access to drives and property during the progress of
construction . Notification shall be made to an owner prior to his driveway being removed and/or
rebuilt.
D-41 PROTECTION OF TREES, PLANTS AND SOIL
All property along and adjacent to the Contractors ' operations including lawns , yards , shrubs ,
trees , etc., shall be preserved or restored after completion of the work , to a condition equal to or
better than prior to start of work.
Any trees or other landscape features scarred or damaged by the Contractor's operations shall be
restored or replaced at the Contractor's expense . Trimming or pruning to facilitate the work will
be permitted only by experienced workmen in an approved manner (No trimming or pruning
without the property owners ' consent). Pruned limbs of 1" d iameter or larger shall be thoroughly
treated as soon as possible with a tree wound dressing.
By ordinance, the Contractor must obtain a permit from the City Forester before any work
(trimming , removal , or root pruning) can be done on trees or shrubs growing on public property
including street Rights-of-Ways and designated alleys . This permit can be obtained by calling the
Forestry Office at 817-392-5738 . All tree work shall be in compliance with pruning standards for
Class II Pruning as described by the National Arborist Association . A copy of these standards
can be provided by calling the above number. Any damage to public trees due to negligence by
the Contractor shall be assessed using the current formula for S hade Tree Evaluation as defined
by the International Society of Arboriculture . Payment for negligent damage to public trees shall
be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City.
To prevent the spread of the Oak Wilt fungus , all wounds on Live Oak and Red Oak trees shall
be immediately sealed using a commercial pruning paint.
02/09/2010 SC-32
PART D ... SPE.CIAL CONDITlONS
No separate payment will be made for any of the work involved for this item and all costs incurred
will be considered a subsidiary cost of the project.
D-42 SITE RESTORATION
The contractor shall be responsible for restoring the site to original grade and condition after
completion of his operations subject to approval of the Engineer. The basis for approval by the
Engineer will be grade restoration to plus minus one-tenth (0.1) of a foot.
D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST
Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth
Standard Product List, for the bid to be considered responsive. Products and processes listed in
the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth
minimum technical requirements .
D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING
This item shall be performed in accordance with the City of Fort Worth Parks and Community
Services Department Specifications for Topsoil, Sodding and Seeding .
1. TOPSOIL
DESCRIPTION : This item will consist of furnishing and placing a minimum of six (6) inches of
topsoil, free from rock and foreign material, in all parkways and medians to the lines and
grades as established by the Engineer.
CONSTRUCTION METHODS : Topsoil will be secured from borrow sources as required to
supplement material secured from street excavation . All excavated materials from streets
which is suitable for topsoil will be used in the parkways and medians before any topsoil is
obtained from a borrow source . Topsoil material secured from street excavation shall be
stockpiled at locations approved by the Engineer, and at completion of grading and paving
operations , topsoil shall be placed on parkway areas so as to provide a minimum six (6)
inches of compacted depth of topsoil parkways .
2. SODDING
DESCRIPTION : Sodding will consist of furnishing and planting Bermuda , Buffalo or St.
Augustine grass in the areas between the curbs and walks , on terraces , in median strips , on
embankments or cut slopes, or in such areas as designated on the Drawings and in
accordance with the requirements of this Specification . Recommended Buffalo grass varieties
for sodding are Prairie and 609.
MA TE RIALS : Sod shall consist of live and growing Bermuda , Buffalo or St. Augustine grass
secured from sources where the soil is fertile. Sod to be placed during the dormant state of
these grasses shall be alive and acceptable . Bermuda and Buffalo grass sod shall have a
healthy , virile root system of dense , thickly matted roots throughout a two (2) inch minimum
thickness of native soil attached to the roots . St. Augustine grass sod shall have a healthy,
02/09/2010 SC-33
PART D • SPECIAL CONDITIONS
virile root system of dense , thickly matted roots throughout a one (1) inch minimum thickness
of native soil attached to the roots .
The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter
deleterious to its growth or which might affect its subsistence or hardiness when transplanted .
Sod to be placed between curb and walk and on terraces shall be the same type grass as
adjacent grass or existing lawn .
Care shall be taken at all times to retain native soil on the roots of the sod during the process
of excavating, hauling , and planting. Sod material shall be kept moist from the time it is dug
until planted . When so directed by the Engineer, the sod existing at the source shall be
watered t o the extent required prior to excavating. Sod material shall be planted within three
days after it is excavated.
CONSTRUCTION METHODS: After the designated areas have been completed to the lines ,
grades , and cross-sections shown on the Drawings and as provided for in other items of the
contract, sodding of the type specified shall be performed in accordance with the
requirements hereinafter described . Sodding shall be either "spot" or "block"; either Bermuda,
Buffalo or St. Augustine grass.
a. Spot Sodding
Furrows parallel to the curb line or sidewalk lines , twelve (12) inches on centers or to the
dimensions shown on the Drawings, shall be opened on areas to be sodded . In all
furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch
centers at proper depth so that the top of the sod shall not be more than one-half (1/2)
inch below the finished grade. Holes of equivalent depth and spacing may be used
instead of furrows . The soil shall be firm around each block and then the entire sodded
area shall be carefully rolled with a heavy , hand roller developing fifteen (15) to twenty-five
(25) pounds per square inch compression . Hand tamping may be required on terraces.
b. Block Sodding .
At locations on the Drawings or where directed, sod blocks shall be carefully placed on the
prepared areas. The sod shall be so placed that the entire designated area shall be
covered , and any voids left in the block sodding shall be filled with additional sod and
tamped . The entire sodded area shall be rolled and tamped to form a thoroughly compact
solid mass. Surfaces of block sod , which , in the opinion of the Engineer, may slide due to
the height or slope of the surface or nature of the soil , shall, upon direction of the
Engineer, be pegged with wooden pegs driven through the sod block to the firm earth ,
sufficiently close to hold the block sod firmly in place.
When necessary , the sodded areas shall be smoothed after planting has been completed
and shaped to conform to the cross-section previously provided and existing at the time
sodd ing operations were begun . Any excess dirt from planting operations shall be spread
uniformly over the adjacent areas or disposed of as directed by the Engineer so that the
completed surface will present a sightly appearance .
02109/2010 SC-34
PART D .. SPEC IAL CONDITIONS
The sodded areas shall be thoroughly watered immediately after they are planted and
shall be subsequently watered at such times and in a manner and quantity directed by the
Engineer until completion and final acceptance of the project by the City of Fort Worth.
3 . SEEDING
DESCRIPTION : "Seeding" will consist of preparing ground, providing and planting seed or a
mixture of seed of the kind specified along and across such areas as may be designated on
the Drawings and in accordance with these Specifications .
MATERIALS :
a. General. All seed used must carry a Texas Testing Seed label showing purity and
germination , name , type of seed , and that the seed meets all requirements of the Texas
Seed Law. Seed furnished shall be of the previous season 's crop and the date of analysis
shown on each tag shall be within nine (9) months of time of delivery to the project. Each
variety of seed shall be furnished and delivered in separate bags or containers. A sample
of each variety of seed shall be furnished for analysis and testing when directed by the
Engineer.
The specified seed shall equal or exceed the following percentages of Purity and
germination:
Common Name Purity Germination
Common Bermuda Grass 95% 90%
Annual Rye Grass 95% 95%
Tall Fescue 95% 90%
Western Wheatgrass 95% 90%
Buffalo Grass Varieties
Top Gun 95% 90%
Cody 95% 90%
Table 120.2.(2)a.
URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS)
Dates
Feb 1
to
May 1
Mixture for Clay or Tight Soils
(Eastern Sections)
Bermudagrass 40
Buffalograss 60
(Western Sections)
Buffalograss 80
Bermudagrass 20
Total : 100 Total : 100
Table, 120.2.(2)b
Mixture for
Sandy Soils
(All Sections)
Bermudagrass 60
Buffalograss 40
Total : 100
TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS)
02/09/2010
Dates
Aug 15
to
May 1
(All Sections)
Tall Fescue
Western Wheatgrass
Annual Rye
SC-35
50
50
50
PART D .. SPEClAL CONDITIONS
Total : 100
CONSTRUCTION METHODS: After the designated areas have been completed to the lines,
grades, and cross-sections shown on the Drawings and as provided for in other items of this
Contract, seeding of the type specified shall be performed in accordance with the
requirements hereinafter described .
a . Watering . Seeded areas shall be watered as directed by the Engineer so as to prevent
washing of the slopes or dislodgment of the seed .
b. Finishing. Where applicable , the shoulders, slopes, and ditches shall be smoothed after
seed bed preparation has been completed and shaped to conform to the cross-section
previously provided and existing at the time planting operations were begun .
BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly
distributed over the areas shown on the Drawings and where directed . If the sowing of seed
is by hand, rather than by mechanical methods, the seed shall be sown in two directions at
right ang les to each other. Seed and fertilizer shall be distributed at the same time provided
the specified uniform rate of application for both is obtained . "Finishing" as specified in
Section D-45, Construction Methods, is not applicable since no seed bed preparation is
required .
DISCED SEEDING : Soil over the area shown on the Drawings as directed to be seeded shall
be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be
reduced to less than one (1) inch in diameter or they shall be removed . The area shall then
be finished to line and grade as specified under "Finishing " in Section D-45 , Construction
Methods.
The seed , or seed mixture , specified shall then be planted at the rate required and the
application shall be made uniformly. If the sowing of seed is by hand rather than by
mechanical methods, seed shall be raked or harrowed into the soil to a depth of
approximately one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of
the "Cultipacker" type . All rolling of the slope areas shall be on the contour.
ASPHALT MULCH SEEDING : The soil over the area shown on the Drawings, or as directed to
be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the
seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed.
The area shall then be finished to line and grade as specified under "Finishing" in Section D-
45, Construction Methods.
Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six
(6) inches is thoroughly moistened .
After the watering , when the ground has become sufficiently dry to be loose and pliable , the
seed , or seed mixture specified , shall then be planted at the rate required and the application
shall be made uniformly. If the sowing of seed is by hand , rather than mechanical methods,
the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may
be distributed at the same time, provided the specified uniform rate of application for both is
obtained. After planting , the seed shall be raked or harrowed into the soil to a depth of
approximately one-quarter (1/4) inch . The planted surface area and giving a smooth surface
02/09/2010 SC-36
PART D -SPECIAL CONDITIONS
without ruts or tracks . In between the time compacting is completed and the asphalt is
applied, the planted area shall be watered sufficiently to assure uniform moisture from the
surface to a minimum of six (6) inches in depth.
The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall
be of the type and grade as shown on the Drawings and shall conform to the requirements of
the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown
on the Drawings, or if Drawings are not included , then MS-2 shall be used. Applications of the
asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to
the area in such a manner so that a complete film is obtained and the finished surface shall
be comparatively smooth.
RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES : Areas where
temporary cool season species have been planted may be replanted beginning February 1
with warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the
following manner. The cool season species shall be mowed down to a height of one (1) inch
to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate
soil penetration .
* Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil
and places the seed in the slit which is then pressed close with a cult packer wheel.
4 . HYDROMULCH SEEDING:
If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and
have a germination rate of 90%. Contractor shall ensure that the grass establishes .
5 . CONSTRUCTION WITHIN PARK AREAS
TURF RESTORATION OF PARK AREAS : FERTILIZER
DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas
as are designated on the Drawings and in accordance with these Specifications .
MA TE RIALS : All fertilizer used shall be delivered in bags or containers clearly labeled
showing the analysis . The fertilizer is subject to testing by the City of Fort Worth in
accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with
an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings. The 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.
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. Total amount of nutrients furnished and
applied per acre shall equal or exceed that specified for each nutrient.
CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and
proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to
be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry
and in good physical condition . Fertilizer that is powdered to caked will be rejected .
Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer.
02109/2010 SC-37
PART D -SPECIAL CONDlTIONS
Unless otherwise indicated on the Drawings , fertilizer shall be applied uniformly at the average
rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400)
pounds per acre for all types of "Seeding".
MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard
in place on the project site . Measurement will be made only on topsoils secured from borrow
sources .
Acceptable material for "Seeding" will be measured by the linear foot, complete in place .
Acceptable material for "Sodding" will be measured by the linear foot , complete in place .
Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding .
PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract
unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid
for each item of work . Its price shall be full compensation for excavating (except as noted
below), loading, hauling , placing and furnishing all labor, equipment , tools, supplies, and
incidentals necessary to complete work.
All labor, equipment , tools and incidentals necessary to supply , transport, stockpile and place
topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding " bid items
and will not be paid for directly.
"Spot sodding" or "block sodding" as the case may be , will be paid for at the contract unit price
per square yard, complete in place , as provided in the proposal and contract. The contract
unit price shall be the total compensation for furnishing and placing all sod; for all rolling and
tamping ; for all watering ; for disposal of all surplus materials; and for all materials , labor,
equipment, tools and incidentals necessary to complete the work , all in accordance with the
Drawings and these Specifications .
The work performed and materials furnished and measured as provided under "Measurement"
shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case
may be, which price shall each be full compensation for furnishing all materials and for
performing all operations necessary to complete the work accepted as follows :
Fertilizer material and application will not be measured or paid for directly , but is considered
subs idiary to Sodding and Seeding .
D-45 CONFINED SPACE ENTRY PROGRAM
It shall be the responsibil ity of the contractor to implement and maintain a variable "CONFINED
SPACE ENTRY PROGRAM" which must meet OSHA requ irements for all its employees and
subcontractors at all times during construction. All active sewe r manholes , regardless of depth ,
are defined by OSHA , as "permit required confined spaces ". Contractors shall submit an
acceptable "CONFINED SPACE ENTRY PROGRAM " fo r all applicable manholes and maintain an
active file for these manholes . The cost of complying with this program shall be subsidiary to the
pay items involving work in confined spaces .
02/09/2010 SC-38
PART D -SPECI.AL COND1Tl0NS
D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION
7. Prior to the final inspection being conducted for the project, the contractor shall contact the
city inspector in writing when the entire project or a designated portion of the project is
substantially complete.
8. The inspector along with appropriate City staff and the City 's consultant shall make an
inspection of the substantially completed work and prepare and submit to the contractor a
list of items needing to be completed or corrected .
9 . The contractor shall take immediate steps to rectify the listed deficiencies and notify the
owner in writing when all the items have been completed or corrected .
10 . Payment for substantial completion inspection as well as final inspection shall be
subsidiary to the project price. Contractor shall still be required to address all other
deficiencies, which are discovered at the time of final inspection.
11. Final inspection shall be in conformance with general condition item "C5-5 .18 Final
Inspection" of PART C -GENERAL CONDITIONS .
D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS)
1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs ,
tree trunks , and tree roots at each work site . All such measures shall be considered as
incidental work included in the Contract Unit Price bid for applicable pipe or structure
installation except for short tunneling/tree augering .
2 . Any and all trees located within the equipment operating area at each work site shall , at
the direction of the Engineer, be protected by erecting a "snow fence" along the drip line
or edge of the tree root system between tree and the construction area .
3. Contractor shall inspect each work site in advance and arrange to have any tree limbs
pruned that might be damaged by equipment operations. The Engineer shall be notified
at least 24 hours prior to any tree trimming work . No trimming work will be permitted within
private property without written permission of the Owner.
4 . Nothing shall be stored over the tree root system within the drip line area of any tree .
5. Before excavation (off the roadway) within the drip line area of any tree , the earth shall be
sawcut for a minimum depth of 2 feet.
6 . At designated locations shown on the drawings, the "short tunnel" method using Class 51
D.I. pipe shall be utilized .
7 . Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during
construction shall be removed and replaced with the same type and diameter tree at the
contractor's expense .
8. Contractor shall employ a qualified landscaper for all the work required for tree care to
ensure utilization of the best agricultural practices and procedures .
02109/2010 SC-39
PART D -SPECIAL CONDITIONS
9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter
shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe
installation shall be pressure grouted .
0-48 CONCRETE ENCASEMENT OF SEWER PIPE
Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of
concrete encasement as measured in place along the centerline of the pipe for each pipe
diameter ind icated . The Contract Unit Price shall include all costs associated with installation and
reinforcement of the concrete encasement.
0-49 CLAY DAM
Clay dam construction shall be performed in accordance with the Wastewater Clay Dam
Construction, figure in the Drawings in these Specifications , at locations indicated on the
Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an
impervious barrier to reduce groundwater percolation through the pipeline trench. Construction
material shall consist of compacted bentonite clay or 2 :27 concrete . Payment for work such as
forming, placing and finishing shall be subsidiary to the price bid for pipe installation .
0-50 EXPLORATORY EXCAVATION (D-HOLE)
The Contractor shall be responsible for verifying the locations of ~ existing utilities prior to
construction , in accordance with item D-6. At locations identified on the drawings, contractor shall
conduct an exploratory excavation (D-Hole}, to locate and verify the location and elevation of the
existing underground utility where it may be in potential conflict with a proposed facility alignment.
The exploratory excavation shall be conducted prior to construction of the entire project only
at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report
of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the
start of construction of the entire project. If the contractor determines an existing utility is in
conflict with the proposed facility , the contractor shall contact the engineer immediately for
appropriate des ign modifications .
The contract or shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain
a safe and proper driving surface to ensure the safety of the general public and to meet the
approval of the City inspector. The contractor shall be liable for any and all damages incurred
due to the exploratory excavation (D -Hole).
Payment shall not be made for verification of existing utilities per item D-6 . Payment for
exploratory excavation (D-Hole}, at locations identified on the plans or as directed by the
Engineer, shall include full compensation for all materials, excavation , surface restoration, field
surveys , and all incidentals necessary to complete the work , shall be the unit price bid . No
payment shall be made for exploratory excavation(s) conducted after construction has begun .
0 -51 INSTALLATION OF WATER FACILITIES
51.1 Polyvinyl Chloride (PVC) Water Pipe
POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance
with the material standard contained in the General Contract Documents . Payment for
work such as backfill, bedding , blocking , detectable tapes and all other associated
0210912010 SC-40
PART D .. SPECIAL CONDITIONS
appurtenant required, shall be included in the linear foot price bid of the appropriate BID
ITEM(S).
51.2 Blocking
Concrete blocking on this Project will necessarily be required as shown on the Plans and
shall be installed in accordance with the General Contract Documents . All valves shall
have concrete blocking provided for supporting . No separate payment will be made for
any of the work involved for the item and all costs incurred will be considered to be
included in the linear foot bid price of the pipe or the bid price of the valve .
51.3 Type of Casing Pipe
1. WATER:
The casing pipe for open cut and bored or tunneled section shall be AWWA C-200
Fabricated Electrically Welded Steel Water Pipe , and shall conform to the provisions
of E1-15, E1-5 and E1-9 in Material Spec ifications of General Contract Documents
and Specifications for Water Department Projects . The steel casing pipe shall be
supplied as follows :
For the inside and outside of casing pipe, coal-tar protective coating in accordance
with the requirements of Sec. 2.2 and related sections in AWWA C-203 . Touch-up
after field welds shall provide coating equal to those specified above. C. Minimum
th ickness fo r casing pipe used shall be 0.375 inch .
Stainless Steel Casing Space.rs {centering style) such as manufactured by Cascade
Waterworks Manufacturing Company or an approved equal shall be used on all non -
c.oncrete pipes when installed in cas ing . Installation shall be as recommended by the
Manufacture r.
2. SEWER:
Boring used on this project shall be in accordance with the material standard E 1-15 and
Construction standard E2-15 as per Fig . 110 of the General Contract Documents .
3. PAYMENT:
Payment for all materials, labor, equipment , excavation , concrete grout , backfill, and
incidental work shall be included in the unit price bid per foot.
51.4 Tie-Ins
The Contractor shall be responsible for making tie -ins to the existing water mains. It shall
be the responsibility of the Contractor to verify the exact location and elevation of the
existing line tie-ins . And any differences in locations and elevation of existing line tie -ins
between the contract drawings and what may be encountered in the field shall be
considered as incidental to construction. The cost of making tie-ins to existing water or
sanitary sewer mains shall be included in the linear foot bid price of the pipe .
51.5 Connection of Existing Mains
The Contractor shall determine the exact location , elevation , configuration and angulation
of existing water or sanitary sewer lines prior to manufacturing of the connecting piece.
02/09/2010 SC-41
PART D .. SPECIAL CONDlTlONS
Any differences in locations , elevation, configuration , and or angulation of existing lines
between the contract drawings and what may be encountered in the said work shall be
considered as incidental to construction . Where it is required to shut down existing mains
in order to make proposed connections, such down time shall be coordinated with the
Engineer, and all efforts shall be made to keep this down time to a minimum . In case of
shutting down an existing main, the Contractor shall notify the City Project Manager,
Construction Services, Phone 817-392-8306, at least 48-hours prior to the required shut
down time . The Contractor's attention is directed to Paragraph CS-5 .15 INTERRUPTION
OF SERVICE, Page CS-5(5), PART C -GENERAL CONDITIONS OF THE WATER
DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL
SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing
as to the location, time , and schedule of the service interruption.
The cost of removing any existing concrete blocking shall be included in the cost of
connection. Unless bid separately all cost incurred shall be included in the linear foot
price bid for the appropriate pipe size.
51.6 Valve Cut-Ins
It may be necessary to cut-in gate valves to isolate the water main from which the
extension and/or replacement is to be connected . This may require closing valves in other
lines and putting consumers out of service for that period of time necessary to cut in the
new valve; the work must be expedited to the utmost and all such cut-ins must be
coordinated with the engineer in charge of inspection. All consumers shall be individually
advised prior to the shut out and advised of the approximate length of time they may be
without service .
Payment for work such as backfill, bedding, fittings, blocking and all other associated
appurtenants required, shall be included in the price of the appropriate bid items.
51. 7 Water Services
The relocation, replacement, or reconnection of water services will be required as shown
on the plans, and/or as described in these Special Contract Documents in addition to
those located in the field and identified by the Engineer.
All service's shall be constructed by the contractor utilizing approved factory manufactured
tap saddles (when required) and corporation stops, type K copper water tubing, curb stops
with lock wings, meter boxes, and if required approved manufactured
service branches . All materials used shall be as specified in the Material Standards (E 1-
17 & E1-18) contained in the General Contract Documents .
All water services to be replaced shall be installed at a minimum depth of 36 inches below
final grade.
All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1-
inch Type K copper, 1-inch diameter tap saddle when required , and 1-inch corporation
from the main line to the meter box .
All services which are to be replaced or relocated shall be installed with the service main
tap and service line being in line with the service meter unless otherwise directed by the
02/09/2010 SC-42
PART D -SPECIAL COND1Tl0NS
Engineer.
A minimum of 24 hours advance notice shall be given when service interruption will be
required as specified in Section C5-5.15 INTERRUPTION OF SERVICE.
All water service meters shall be removed, tagged, and collected by the contractor for
pickup by the Water Department for reconditioning or replacement. After installation of the
water service in the proposed location and receipt of a meter from the project inspector the
contractor shall install the meter. The meter box shall be reset as necessary to be flush
with existing ground or as otherwise directed by the Engineer. All such work on the
outlet side of the service meter shall be performed by a licensed plumber.
1. WATER SERVICE REPLACEMENTS : Water service replacement or relocation is
required when the existing service is lead or is too shallow to avoid breakage during street
reconstruction . The contractor shall replace the existing service line with Type K copper
from the main to the meter, curb stop with lock wings, and corporation stop .
Payment for all work and materials such as backfill, fittings , type K copper tubing , curb
stop with lock wings, service line adjustment, and any relocation of up to 12-inches from
center line existing meter location to center line proposed meter location shall be included
in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind
Meter. Any vertical adjustment of customer service line within the 5 foot area shall be
subsidiary to the service installation.
Payment for all work and materials such as tap saddle (if required), corporation stops, and
fittings shall be included in the price bid for Service Taps to Main.
1. WATER SERVICE RECONNECTION : Water service reconnection is required when the
existing service is copper and at adequate depth to avoid breakage during street
reconstruction . The contractor shall adjust the existing water service line as required for
reconnection and furnish a new tap with corporation stop . The contractor will be paid for
one (1) Service Tap to Main for each service reconnected plus for any copper service line
used in excess of five (5) feet from Main to five (5) feet behind the Meter.
2 . WATER SERVICE METER AND METER BOX RELOCATIONS : When the replacement
and relocation of a water service and meter box is required and the location of the meter
and meter box is moved more than twelve (12) inches , as measured from the center line
of the existing meter to location to the center line of the proposed meter location , separate
payment will be allowed for the relocation of service meter and meter box. Centerline is
defined by a line extended from the service tap through the meter. Only relocations made
perpendicular to this centerline will be paid for separately . Relocations made along the
centerline will be paid of in feet of copper service line .
When relocation of service meter and meter box is required , payment for all work and
materials such as backfill , fittings , five (5) feet of type K copper service and all materials ,
labor, and equipment used by and for the licensed plumber shall be included in the price
bid for the service meter relocation . All other costs will be included in other appropriate bid
item(s).
02/09/2010 SC-43
PART D -SPECIAL CONDITIONS
This item will also be used to pay for all service meter and meter box relocations as
required by the Engineer when the service line is not being replaced . Adjustment of only
the meter box and customer service line within 5 feet distance behind the meter will not
justify separate payment at any time. Locations with multiple service branches will be paid
for as one service meter and meter box relocation.
4 . NEW SERVICE: When new services are required the contractor shall install tap saddle
(when required), corporation stop, type K copper service line, curb stop with lock wings,
and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2
inch water meters or smaller. The reinforced plastic water meter boxes shall comply with
section E1-18A-Reinforced Plastic Water Meter Boxes.
Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb
stop with lock wings shall be included in the Linear Foot price bid for Service Line from
Main to Meter five (5) feet behind the meter.
Payment for all work and materials such as tap saddle, corporation stops, and fittings shall
be included in the price bid for Service Taps to Mains.
Payment for all work and materials such as furnishing and setting new meter box shall be
included in the price bid for furnish and set meter box.
1. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the
contractor shall furnish approved factory manufactured branches.
Payment for multiple service branches will include furnishing and installing the multiple
service branch only and all other cost will be included in other appropriate bid item(s).
2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple
service lines with taps servicing a single service meter encountered during construction
shall be replaced with one service line that is applicable for the size of the existing service
meter and approved by the Engineer.
Payment shall be made at the unit bid price in the appropriate bid item(s).
51.8 2-lnch Temporary Service Line
A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide
temporary water service to all buildings that will necessarily be required to have severed
wate r service during said work . The contractor shall be responsible for coordinating the
schedule of the temporary service connections and permanent service reconnections with
the building owners and the Engineer in order that the work be performed in an
expeditious manner. Severed water service must be reconnected within 2 hours of
discontinuance of service.
A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an
appropriate fire hydrant adapter fitting shall be required at the temporary service point of
connection to the City water supply . The 2-inch temporary service main and 3/4-inch
service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2"
temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated
lime (HTH) prior to installation.
02/09/2010 SC-44
PART D .. SPECIAL CONDITIONS
The out-of-service meters shall be removed , tagged and collected by the Contractor for
delivery to the Water Department Meter Shop for reconditioning or replacement. Upon
restoring permanent service , the Contractor shall re-install the meters at the correct
location . The meter box shall be reset as necessary to be flush with the existing ground or
as otherwise directed by the Engineer.
The temporary service layout shall have a minimum available flow rate of 5 GPM at a
dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to
determine the length of temporary service allowed , number of service taps and number of
feed points .
When the temporary service is required for more than one location the 2-inch temporary
service pipes , 3/4-inch service lines and the 2-inch meter shall be moved to the next
successive project location .
Payment for work such as fittings, 3/4-inch service lines , asphalt, barricades , all service
connections, removal of temporary services and all other associated appurtenants
required , shall be included in the appropriate bid item.
B. In order to accurately measure the amount of water used during construction , the
Contractor will install a fire hydrant meter for all temporary service lines. Water used
during construction for flushing new mains that cannot be metered from a hydrant will be
estimated as accurately as possible. At the pre-construction conference the contractor will
advise the inspector of the number of meters that will be needed along with the locations
where they will be used . The inspector will deliver the hydrant meters to the locations.
After installation , the contractor will take full responsibility for the meters until such time as
the contractor returns those meters to the inspector. Any damage to the meters will be the
sole responsibility of the contractor. The Water Department Meter Shop will evaluate the
condition of the meters upon return and if repairs are needed the contractor will receive an
invoice for those repairs . The issued meter is for this specific project and location only .
Any water that the contractor may need for personal use will require a separate hydrant
meter obtained by the Contractor, at its cost , from the Water Department.
51.9 Purging and Sterilization of Water Lines
Before being placed into service all newly constructed water lines shall be purged and
sterilized in accordance with E2 -24 of the General Contract Documents and Specifications
except as modified herein. The City will provide all water for INITIAL cleaning and
sterilization of water lines . All materials for construction of the project , including
appropriately sized "pipe cleaning pigs ", chlorine gas or chlorinated lime (HTH) shall be
furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities
to provide a chlorine residual of fifty (50) PPM . The residual of free chlorine shall be
measured after 24 hours and shall not be less than 1 O parts per million of free chlorine .
Chlorinated water shall be disposed of in the sanitary sewer system . Should a sanitary
sewer not be available , chlorinated water shall be "de-chlorinated " prior to disposal. The
line may not be placed in service until two successive sets of samples , taken 24 hours
apart , have met the establ ished standards of purity.
02/09/2010 SC-45
PART D .. SPECIAL CONDITIONS
Purging and sterilization of the water lines shall be considered as incidental to the project
and all costs incurred will be considered to be included in the linear foot bid price of the
pipe.
51.10 Work Near Pressure Plane Boundaries
Contractor shall take note that the water line to be replaced under this contract may cross
or may be in close proximity to an existing pressure plane boundary. Care shall be taken
to ensure all "pressure plane" valves installed are installed closed and no cross
connections are made between pressure planes
51.11 Water Sample Station
GENERAL:
All water sampling station installations will be per attached Figure 34 or as required in
large water meter vaults as per Figure 33 unless otherwise directed by the Engineer.
The appropriate water sampling station will be furnished to the Contractor free of charge;
however, the Contractor will be required to pick up this item at the Field Operations
Warehouse.
PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials
necessary for the installation of the 3/4-inch type K copper service line will be shall be
included in the price bid for copper Service Line from Main to Meter.
Payment for all work and materials necessary for the installation tap saddle (if required},
corporation stops , and fittings shall be included in the price bid for Service Taps to Main.
Payment for all work and materials necessary for the installat ion of the sampling station ,
concrete support block, curb stop , fittings, and an incidental 5-feet of type K copper
service line which are required to provide a complete and functional water sampling station
shall be included in the price bid for Water Sample Stations .
PAYMENT FOR FIGURE 33 INSTALLATIONS : Payment for all work and materials
necessary for the installation tap saddle , gate valve , and fittings shall be included in the
price bid for Service Taps to Main .
Payment for all work and materials necessary for the installation of the sampling station,
modification to the vault , fittings , and all type K copper service line which are required to
provide a complete and functional water sampling station shall be included in the price bid
for Water Sample Stations .
51.12 Ductile Iron and Gray Iron Fittings
Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe ,
fittings , and Specials , Sub section E2-7 .11 Cast Iron Fittings :
E2-7 .11 DUCTILE-IRON AND GRAY-IRON FITTINGS : All ductile-iron and gray-iron
fittings shall be furnished with cement mortar lining as stated in Section E1-7 . The price
bid per ton of fittings shall be payment in full for all fittings , joint accessories , polyethylene
wrapping , horizontal concrete blocking , vertical tie-down concrete blocking , and concrete
cradle necessary for construction as designed.
02/09/2010 SC-46
PART D • SPEClAL CONDlTIONS
All ductile-iron and gray-iron fittings , valves and specials shall be wrapped with
polyethylene wrapping conforming to Material Specification E 1-13 and Construction
Specification E2-13 . Wrapping shall precede horizontal concrete blocking , vertical tie-
down concrete blocking , and concrete cradle. Payment for the polyethylene wrapping,
horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall
be included in bid items for vales and fittings and no other payments will be allowed.
D-52 SPRINKLING FOR DUST CONTROL
All applicable provisions of Standard Specifications Item 200 , "Sprinkling for Dust Control" shall
apply. However, no direct payment will be made for this item and it shall be considered to this
contract.
D-53 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 be conducted 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 project price .
D-54 TRENCH EXCAVATION ON DEEP TRENCHES
Contractor to prevent any water flowing into open trench during construction. Contractor shall not
leave excavated trench open overnight. Contractor shall fill any trench the same day of
excavation . No extra payment shall be allowed for this special condition .
D-55 TREE PRUNING
A. REFERENCES : National Arborist Association's "Pruning Standards for Shade Trees ".
B. ROOT PRUNING EQUIPMENT
1. Vibratory Knife
2 . Vermeer V-1550RC Root Pruner
C. NATURAL RESOURCES PROTECTION FENCE
3 . Steel "T" = Bar stakes, 6 feet long .
4 . Smooth Horse-Wire : 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge).
02/09/2010 SC-47
PART D -SPECIAL CONDITIONS
5. Surveyor's Plastic Flagging : "Tundra" weight, International fluorescent orange or red
color.
6. Combination Fence : Commercially manufactured combination soil separator fabric on
wire mesh backing as shown on the Drawings .
D. ROOT PRUNING
7 . Survey and stake location of root pruning trenches as shown on drawings .
8 . Using the approved specified equipment, make a cut a minimum of 36 inches deep in
order to minimize damage to the undisturbed root zone .
9. Backfill and compact the trench immediately after trenching .
10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the
Engineer.
11 . Within 24 hours, prune flush with ground and backfill any exposed roots due to
construction activity . Cover with wood chips of mulch in order to equalize soil
temperature and minimize water loss due to evaporation .
12 . Limit any grading work within conservation areas to 3-inch maximum cut or fill , with no
roots over 1-inch diameter being cut unless cut by hand or cut by specified methods,
equipment and protection .
E. MULCHING : Apply 2-inches to 4-inches of wood chips from trimming or clearing operation
on areas designated by the Engineer.
F. Tree Pruning shall be considered subsidiary to the project contract price .
D-56 TREE REMOVAL
Trees to be removed shall be removed using applicable methods , including stump and root ball
removal , loading , hauling and dumping . Extra caution shall be taken to not disrupt existing
utilities both overhead and buried . The Contractor shall immediately repair or replace any
damage to utilities and private property including , but not limited to , water and sewer services,
pavement , fences , walls , sprinkler system piping , etc., at no cost to the Owner. All costs for tree
removal, including temporary service costs, shall be considered subsidiary to the project contract
price and no additional payment will be allowed .
D-57 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 this condition.
Whether prospective bidders perform this subsurface exploration jointly or independently, and
whether they make such determination by the use of test holes o r other means , shall be left to the
discretion of such prospective bidders .
If test borings have been made and are provided for bidder's information , at the locations shown
on the logs of borings in the appendix of this specification , it is ex pressly declared that neither the
02109/2010 SC-48
PART D - SPECIAL CONDITIONS
City nor the Engineer guarantees the accuracy for the information or that the material
encountered in excavations is the same , either in character, location, or elevation, as shown on
the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations,
as he deems necessary to determine the nature of the material to be excavated. The Contractor
assumes all responsibility for interpretation of these records and for making and maintaining the
required excavation and of doing other work affected by the geology of the site .
The cost of all rock removal and other associated appurtenances , if required, shall be included in
the linear foot bid price of the pipe.
D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION
OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION
Prior to beginning construction on any block in the project, the contractor shall , on a block by
block basis , prepare and deliver a notice or flyer of the pending construction to the front door of
each residence or business that will be impacted by construction . The notice shall be prepared as
follows :
The notification notice or flyer shall be posted seven (7) days prior to beginning any construction
activity on each block in the project area . The flyer shall be prepared on the Contractor's
letterhead and shall include the following information : Name of Project, City Project No (CPN).,
Scope of Project (i.e . type of construction activity), actual construction duration within the block,
the name of the contractor's foreman and his phone number, the name of the City's inspector and
his phone number and the City 's after-hours phone number. A sample of the 'pre-construction
notification ' flyer is attached.
The contractor shall submit a schedule showing the construction start and finish time for each
block of the project to the inspector. In addition , a copy of the flyer shall be delivered to the City
Inspector for his review prior to being distributed . The contractor will not be allowed to begin
construction on any block until the flyer is delivered to all residents of the block.
In the event it becomes necessary to temporarily shut down water service to residents or
businesses during construction, the contractor shall prepare and deliver a notice or flyer of the
pending interruption to the front door of each affected resident. The notice shall be prepared as
follows :
The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption . The
flyer shall be prepared on the contractor's letterhead and shall include the following information :
Name of the project, City Project Number, the date of the interruption of service , the period the
interruption will take place , the name of the contractor's foreman and his phone number and the
name of the City's inspector and his phone number. A sample of the temporary water service
interruption notification is attached .
A copy of the temporary interruption notification shall be delivered to the inspector for his review
prior to being distributed . The contractor shall not be permitted to proceed with interruption of
water service until the flyer has been delivered to all affected residents and businesses.
Electronic versions of the sample flyers can be obtained from the Project Construction Inspector ..
02/0912010 SC-49
PART D -SP ECIAL CONDITIONS
All work involved with the notification flyers shall be considered subsidiary to the contract price
and no additional compensation shall be made.
D-59 TRAFFIC BUTTONS
The remova l and replacement of traffic buttons is the responsibility of the contractor and shall be
considered a subsidiary item . In the event that the contractor prefers for the Signals , Signs and
Markings Division (SSMD) of the Transportation/Public Works Department to install the markings ,
the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs
incurred , both labor and material. No additional compensation shall be made to the contractor for
this reimbursement.
D-60 SAN ITARY SEWER SERVICE CLEANOUTS
Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two-
way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high
traffic areas such as driveways , streets, sidewalks , etc . whenever possible. When it is not
possible, the cleanout stack and cap shall be cast iron .
Payment for all work and materials necessary for the installation of the two-way service cleanout
which are required to provide a complete and functional sanitary sewer cleanout shall be included
in the price bid for Sanitary Sewer Service Cleanouts .
D-61 TEMPORARY PAVEMENT REPAIR
The Contractor shall provide a temporary pavement repair immediately after trench backfill and
compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of
compacted flex base . The existing asphalt shall be saw cut to provide a uniform edge and the
entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide
smooth rideability on the street as well as provide a smooth transition between the existing
pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary
pavement repair pay item.
The contractor shall be responsible for maintaining the temporary pavement until the paving
contractor has mobilized . The paving contractor shall assume maintenance responsibility upon
such mobilization . No additional compensation shall be made for maintaining the temporary
pavement.
D-62 CONSTRUCTION STAKES
The City , through its Surveyor or agent , will provide to the Contractor construction stakes or other
customary method of markings as may be found consistent with professional practice,
establishing line and grades for roadway and utility construction , and centerlines and benchmarks
for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever
practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage
etc.), and one set of excavation/or stabilization stakes , and one set of stakes for curb and
gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, ma intain , transfer,
etc., all stakes furnished until completion of the construction phase of the project for which they
were furnished .
0210912 010 SC-50
PART D • SPECIAL CONDITIONS
If the City or its agent determines that a sufficient number of stakes or markings provided by the
City, have been lost , destroyed, or disturbed, to prevent the proper prosecution and control of the
work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the
Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas
Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to
lack of replacement of construction stakes will be accepted , and time will continue to be charged
in accordance with the Contract Documents.
D-63 EASEMENTS AND PERMITS
The performance of this contract requires certain temporary construction, right-of-entry
agreements, and/or permits to perform work on private property.
The City has attempted to obtain the temporary construction and/or right-of-entry agreements for
properties where construction activity is necessary on City owned facilities, such as sewer lines or
manholes . For locations where the City was unable to obtain the easement or right-of-entry , it
shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject
property. This shall be subsidiary to the contract. The agreements , which the City has obtained ,
are available to the Contractor for review by contacting the consultant who distributes the plans
for the project. Also , it shall be the responsibility of the Contractor to obtain written permission
from property owners to perform such work as cleanout repair and sewer service replacement on
private property . Contractor shall adhere to all requirements of Paragraph C6-6 .1 O of the General
Contract Documents. The Contractor's attention is directed to the agreement terms along with
any special conditions that may have been imposed on these agreements , by the property
owners.
The easements and/or private property shall be cleaned up after use and restored to its original
condition or better. In event additional work room is required by the Contractor, it shall be the
Contractor's responsibility to obtain written permission from the property owners involved for the
use of additional property required . No additional payment will be allowed for this item .
The City has obtained the necessary documentation for railroad and/or highway permits required
for construction of this project. The Contractor shall be responsible for thoroughly reviewing ,
understanding and complying with all provisions of such permits , including obtaining the requisite
insurance, and shall pay any and all costs associated with or required by the permit(s). It is the
Contractor's responsibility to provide the required flagmen and/or provide payment to the
appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For
railroad permits , any and all railroad insurance costs and any other incidental costs necessary to
meet the conditions associated with permit(s) compliance , including payment for flagmen , shall be
included in the lump sum pay bid item for "Associated Costs for Construction within Railroad /
Agency Right-of-way ". No additional compensation shall be allowed on this pay item .
D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING
After the pre-construction conference has been held but before construction is allowed to begin
on this project a public meeting will be held at a location to be determined by the Engineer. The
contractor, inspector, and project manager shall meet with all affected residents and present the
projected schedule , including construction start date , and answer any construction related
questions. Every effort will be made to schedule the neighborhood meeting within the two weeks
02/0912010 SC-51
PART D -SPECIAL CONDITIONS
following the pre-construction conference but in no case will construction be allowed to begin
until this meeting is held.
D-65 WAGE RATES
Compliance with and Enforcement of Prevailing Wage Laws
Duty to pay Prevailing Wage Rates .
The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code
(Chapter 2258), including the payment of not less than the rates determined by the City Council
of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 . Such
prevailing wage rates are included in these contract documents .
Penalty for Violation .
A contractor or any subcontractor who does not pay the prevailing wage shall , upon demand
made by the City , pay to the City $60 for each worker employed for each calendar day or part of
the day that the worker is paid less than the prevailing wage rates stipulated in these contract
documents . This penalty shall be retained by the City to offset its administrative costs , pursuant to
Texas Government Code 2258.023 .
Complaints of Violations and City Determination of Good Cause .
On receipt of information , including a complaint by a worker, concerning an alleged violation of
2258.023 , Texas Government Code, by a contractor or subcontractor, the City shall make an
initial determination , before the 31st day after the date the City receives the information , as to
whether good cause exists to believe that the violat ion occurred . The City shall notify in writing
the contractor or subcontractor and any affected worker of its initial determination . Upon the
City 's determination that there is good cause to believe the contractor or subcontractor has
violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants
as the difference between wages paid and wages due under the prevailing wage rates, such
amounts being subtracted from successive progress payments pending a final determination of
the violation.
Arbitration Required if Violation Not Resolved .
An issue relating to an alleged violation of Section 2258.023 , Texas Government Code , including
a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in
accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the
contractor or subcontractor and any affected worker do not resolve the issue by agreement
before the 15th day after the date the City makes its initial dete rmination pursuant to paragraph
(c) above . If the persons required to arbitrate under this section do not agree on an arbitrator
before the 11th day after the date that arbitration is required , a district court shall appoint an
arbitrator on the petition of any of the persons . The City is not a party in the arbitration . The
decision and award of the arbitrator is final and binding on all parties and may be enforced in any
court of competent jurisdiction .
Records to be Maintained .
The contract or and each subcontractor shall, for a period of three (3) years following the date of
acceptance of the work , maintain records that show (i) the name and occupation of each worker
employed by the contractor in the construction of the work provided for in this contract; and (ii) the
actual per diem wages paid to each worker. The records shall be open at all reasonable hours for
02/09/2010 SC-52
PART D -S P EC IAL CONDITI O NS
inspection by the City . The provisions of the Audit section of these contract documents shall
pertain to this inspection .
Pay Estimates.
With each partial payment estimate or payroll period , whichever is less , the contractor shall
submit an affidavit stating that the contractor has complied with the requirements of Chapter
2258 , Texas Government Code.
Posting of Wage Rates .
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the
project at all times .
Subcontractor Compliance .
The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) through (g) above .
(Wage rates are attached at the end of this section .)
(Attached)
D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE
A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos
National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR
Part 61, Subpart M. This specification will establish procedures to be used by all
Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with
NESHAP. Nothing in this specification shall be construed to void any provision of a
contract or other law , ordinance, regulation or policy whose requirements are more
stringent.
B. ACP is defined under NESHAP as a Category II , non-friable material in its intact state but
which may become friable upon removal , demolition and/or disposal. Consequently, if the
removal/ disposal process renders the ACP friable, it is regulated under the disposal
requirements of 40 CFR 61 .150 . A NESHAP notification must be filed with the Texas
Department of Health . The notification must be filed at least ten days prior to removal of
the material. If it remains in its non -friable state , as defined by the NESHAP , it can be
disposed as a conventional construction waste . The Environmental Protection Agency
(EPA) defines friable as material , when dry, which may be crumbled , pulverized or
reduced to powder by hand pressures .
C. The Generator of the hazardous material is responsible for the identification and proper
handling , transportation , and disposal of the material. Therefore , it is the policy of the City
of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable
or not.
D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and
prudent manner that it remains intact and does not become friable . The Excavator is
02/09/2010 SC-53
PART D • SPECIAL CONDITIONS
responsible to employ those means , methods , techniques and sequences to ensure this
result.
E . Compliance with all aspects of worker safety and health regulations including but not
limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of
Fort Worth assumes no responsibility for compliance programs, which are the
responsibility of the Excavator. (Copy of forms attached)
F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe
unless otherwise stated or indicated on the project plans or contract documents .
D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE)
PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a
Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required
for all construction activities that result in the disturbance of one to five acres (Small Construction
Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined
as an "operator'' by state regulations and is required to obtain a permit. Information concerning
the permit can be obtained through the Internet at http://www.tnrcc.state .tx.us/permitting/water
perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and
designed in accordance with North Central Texas Council of Governments Best Management
Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can
be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural
controls discussed in the BMP Manual will necessarily apply to this project. Best Management
Practices are construction management techniques that , if properly utilized , can minimize the
need for physical controls and possible reduce costs. The methods of control shall result in
minimum sediment retention of not less than 70%.
NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater
than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent
(NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction
activity as well as a commitment that the contractor understands the requirements of the permit
for storm water discharges from construction activities and that measures will be taken to
implement and maintain storm water pollution prevention at the site . The NOi shall be submitted
to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required
$100 application fee.
The NOi shall be mailed to :
Texas Commission on Environmental Quality
Storm Water & General Permits Team ; MC-228
P .O . Box 13087
Austin , TX 78711-3087
A copy of the NOi shall be sent to:
City of Fort Worth
Department of Environmental Management
5000 MLK Freeway
0210912010 SC-54
PART D .. SPEClAL CONDITIONS
Fort Worth , TX 76119
NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the
contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared
by the engineer. It serves as a notice that the site is no longer subject to the requirement of the
permit.
The NOT should be mailed to :
Texas Commission on Environmental Quality
Storm Water & General Permits Team ; MC-228
P.O . Box 13087
Austin, TX 78711-3087
STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an
erosion control and toxic waste management plan and a narrative defining site parameters and
techniques to be employed to reduce the release of sediment and pollution from the construction
site. Copies of the project SWPPP's are available for viewing at the office of the Consultant
disbursing the plans for the project. The selected Contractor shall be provided with three copies
of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted
to the Texas Commission on Environmental Quality .
LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5
ACRES : A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including
payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the
Engineer shall be prepared and implemented at least 48 hours before the commencement of
construction activities . The SWPPP shall be incorporated into in the contract documents. The
contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan
must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the
conditions of the permit since the actual construction activities may vary from those anticipated
during the preparation of the SWPPP. Modifications may be required to fully conform to the
requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the
construction site . Any alterations to the SWPPP proposed by the contractor must be prepared
and submitted by the contractor to the engineer for review and approval. A Notice of Termination
(NOT) form shall be submitted within 30 days after final stabilization has been achieved on all
portions of the site that is the responsibility of the permittee, or, when another permitted operator
assumes control over all areas of the site that have not been finally stabilized .
SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN
ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required . However,
a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site
Notice must be sent to the City of Fort Worth Department of Environmental Management at the
address listed above . A SWPPP, prepared as described above, shall be implemented at least 48
hours before the commencement of construction activities . The SWPPP must include
descriptions of control measures necessary to prevent and control soil erosion, sedimentation and
water pollution and will be included in the contract documents. The control measures shall be
installed and maintained throughout the construction to assure effective and continuous water
pollution control. The controls may include , but not be limited to , silt fences , straw bale dikes, rock
berms , diversion dikes, interceptor swales, sediment traps and basins , pipe slope drain , inlet
protection , stabilized construction entrances , seeding , sodding , mulching , soil retention blankets ,
or other structural or non-structural storm water pollution controls . The method of control shall
02/09/2010 SC-55
PART D ~ SPECIAL CONDITlONS
result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual."
Deviations from the proposed control measures must be submitted to the engineer for approval.
PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lump sum as shown
on the proposal as full compensation for all items contained in the project SWPPP .
D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS
It is the Contractor's responsibility to coordinate any event that will require connecting to or the
operation of an existing City water line system with the City's representative . The Contractor may
obtain a hydrant water meter from the Water Department for use during the life of named project.
In the event the Contractor requires that a water valve on an existing live system be turned off
and on to accommodate the construction of the project , the Contractor must coordinate this
activity through the appropriate City representative . The Contractor shall not operate water line
valves of existing water system. Failure to comply will render the Contractor in violation of Texas
Penal Code Title 7 , Chapter 28 .03 (Criminal Mischief) and the Contractor will be prosecuted to the
full extent of the law . In addition , the Contractor will assume all liabilities and responsibilities as a
result of these actions.
D-69 ADDITIONAL SUBMITTAL$ FOR CONTRACT AWARD
The City reserves the right to require any pre-qualified contractor who is the apparent low
bidder(s) for a project to submit such additional information as the City, in sole discretion may
require , including but not limited to manpower and equipment records , information about key
personnel to be assigned to the project, and construction schedule , to assist the City in evaluating
and assess ing the ability of the apparent low bidder(s) to deliver a quality product and
successfully complete projects for the amount bid within the stipulated time frame . Based upon
the City 's assessment of the submitted information , a recommendation regarding the award of a
contract will be made to the City Council. Failure to submit the additional information if requested
may be grounds for rejecting the apparent low bidder as non-responsive . Affected contractors will
be notified in writing of a recommendation to the City Council.
D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION
Time is of the essence in the completion of this contract. In order to insure that the contractor is
responsive when notified of unsatisfactory performance and/or of failur~ to maintain the contract
schedule , the following process shall be applicable :
The work progress on all construction projects will be closely monitored. On a bi-monthly basis
the percentage of work completed will be compared to the percentage of time charged to the
contract. If the amount of work performed by the contractor is less than the percentage of time
allowed by 20% or more (example : 10% of the work completed in 30% of the stated contract time
as may be amended by change order), the following proactive measures will be taken :
1. A letter will be mailed to the contractor by certified mail , return receipt requested
demanding that , within 1 O days from the date that the letter is received, it provide
02109r2010 SC-56
PART D .. SPECIAL CONDITIONS
sufficient equipment, materials and labor to ensure completion of the work within the
contract time. In the event the contractor receives such a letter, the contractor shall
provide to the City an updated schedule showing how the project will be completed
within the contract time.
2. The Project Manager and the Directors of Water Department , and Department of
Transportation and Public Works will be made aware of the situation. If necessary, the
City Manager's Office and the appropriate city council members may also be informed .
3. Any notice that may, in the City's sole discretion , be required to be provided to
interested individuals will distributed by the Water Department's Public Information
Officer.
4. Upon receipt of the contractor's response, the appropriate City departments and
directors will be notified . The Water Department's Public Information Officer will, if
necessary, then forward updated notices to the interested individuals.
5 . If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily
a second time prior to the completion of the contract , the bonding company will be
notified appropriately.
D-71 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 1 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.
D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS
02/09/2010 SC-57
PART D -SPECIAL CONDITIONS
Contractor is required to secure a Street Use Permit , issued by the City of Fort Worth
Transportation and Public Works Permit Center (817-392-6594) prior to any work in public right of
way. Perm it will not be issued without a traffic control plan sealed and signed by a registered
professional engineer licensed to practice in the State of Texas. Failure to acquire the proper
permit and permission may result in a fine of $500/day to the contractor performing the work .
Payment by the contractor for all Street Use Permits shall be considered subsidiary to the
contract cost and no additional compensation shall be made .
END OF PART D -SPECIAL CONDITIONS
02/09/2010 SC-58
PART D -SPECIAL COND ITIONS
(To be printed on Contractor's Letterhead)
Date:
CPN No .:
Project Name:
Mapsco Location :
Limits of Construction :
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH,
OUR COMPANY WILL WORK ON WATER AND/ OR SEWER LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS
NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE,
PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT< TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL
02/09/2010 SC-59
02/09/2010
PART D .. SPECIAL CONDlTlONS
FORT WORTH '-,,,z---,.,
Data: ____ _
DOENO.XXXX
Project Name:
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON--------
BETWEEN THE HOURS OF _______ AND ______ .
IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL:
MR. AT __________ _
(CONTRACTORS S_lJPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. ___________ AT __________ _
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
___________ ,CONTRACTOR
--------------·-·-·
SC-60
PART D -SPEC IAL CONDI T IONS
F TEXAS DEPARTMENT OF HEALT H DEM OLITI ON J REN OVATt ON
o NOTIFICA T.I ON F ORM
r NOTE:~ CI RC LE ITEMS THAT ARE AM E.N.DE O T H
0 NOTIFI CAT IO N#_· ---------ff '1) Aba!ement Contrector: __________________ TDH Ucense Number:.._~----
1 Address : City: State ; __ .-Zip: ___ _
¢ Office. P hO ne .N umber: .,__.__ ________ Job Site Ph0ne~Numb0t :_. -------------
e Site .Supervisor : TDH Ucens;a Number:--------------
U. Slte ·Supel\lisor: TDH License Number.. _____ -----,,----------
5 Trained On-$ite NESHAP Jnd ividua1 ·._ ______________ Certification Date =·--------
.a
·n
I
y
D
T
DcmoJitlOtt C cntracto r : __________ .....,.,__Offlce Phooe Numbe~.._.__ _________ _
Address ; _______________ Ci l y: _________ Sta1e; ___ _,Zip : ___ _
2) Project Conwltsnl or Ope:.ra1or-: ________________ roH License Number:. _____ _
Mailing Add1es3; ___ . ------,..--------,:,:------=,----=-=----,-,------,-~-....... --------Clty:. ________ s1ate : ____ .Zi~; ____ Offlce Phone Number; .. ·--------
A ' 3) FacllityOWJler:, _______________________________ _
H Att~ntlon: ______________ ----------------------
P Me il in9Addr~ss ;_·---------------------------,,---------
A City; S1ate: Zip ; Owner Phone Number._L_.'l._. -----
··Noto: Tho lnY oi~e for lhu n otificatio n feo wlll be se nt to th e ow ner ot tne butitflng and u1c blllll'l9 aeklrct.ss tor tho Invoice will b&
obt aine d rro m tho lnrorm"Uon ffii:it Is !)tovidod In thl.1. section . D
: N . 4} DescrfpUon (lr Facirity Na me:·---------,-------------------=,------
. E Physic.i i A,ddress.;._,..---:---,----------County: City: ______ --'Zip; ___ _
! S faclllly Phooe umber Facility C9 ntact Person,: _____________ _
~ Desc~ip io n of Area!Room Nu mbe:.r:. ___________________________ _
A Prior Use =~--------------'Futut a usa:. ________ ~-~-------
'p Age or 131.iildi~Faclllty: _____ S;:w: ___ -'Number of Fl oors: _____ Sdlool (K ~ 12}: C: YES lJ NO
a
T
D
H
D
L
5} Type of Wor k:; (1 De m o'litlo 11, D Renovation (Abatem ent) Annu al Consolidated
Work wiU b e d~ring ; Oay o Etienlng lJ Night : Phased Pr(lject Cescripllon of work schedu1c:. _____________________________ _
6) Is th.i s a Pub lic B u i fd!ng ? Cl YES
NESHAP-On ly F!:!crllty? D YES
11 NO Fed~ral Faclllty? YES = NO I ndustrial Sita? D YES D NO
D NO Is Building/Facility Occupied? 0 YES a NO
7) No1iflretion Type CHECK ONLY ONE
V Ol'fglnal (1 0 Working Oay.s} .J C.1 11 c e llatio ri c Amemiment O EmergencyfOrdc:rod
.o
I
a
ti
0
n
i
y
E,
s
02/09/2010
Ir lhi s is an ame dmmt, wliic;ti.amefld'rnen1 number Is this?_ (Enclose copy of orlgliial andlor la s t amendmen t )
If a n emeroency , who did you talx with at 'IDH7 · Emer!Jeney#: _____ _
Cate and Hou , of Ematr.ency {1-il-llMMlDDIYY}~· ------.,,--
D8'Seripllon of Iha s1,.1dden, Uf!ex;pected event and exp lanat.ion o'r how tM event caused u nsare conditions or Wou!d ca use
equipment damage (compute1s , machinery, etc. _______________________ _
8) Descrip Ion of proced~s o be followed In the even t that u.noxpect8d asbestos is ro und or pr e\liQu$ly riQll -frieble
asbestos material becomes otumbl8d, pul•,et ized, or reduoed 1o powder ;----------------
9) W$$ an Asbes i o$ s.t1rvey penormed? YES NO oace: J I TD H Inspect or Licem,e No : _____ _
An:alylical Method ; PLM D TE ,t D Assumed T DH Labata!ory Lice~ No: ...... -----
(For rAHPA (p ublic bui!ding) proje cls: an assu mption mus be mMe by a TDH Licoosed l ns;i:,eclar)
10} Descr ip '.on of plan ed cremoliliOrHlr renovation work, t)pe of material, end method(s) to be used . ..,· -------
11} Description of wark praC:ic.es <1nd engineerfng controls 10 be used to prcvefl t emissions or asbes1os a the
demolitiao'renov.a1ion ;, __ ...._ ___________________________ _
SC-61
PART D -SPECl:AL CONDlTIONS
12) ALL 3ppllcab?c llctns in lhrt fol lewi ng tabl e rnust be c;omplete(I : IF NO ASB'ESTOS PRESENT CHECK HERE =
Appro:idma.te 3mount of Check. unit of measurement
Asbe&tos-CoQtaining Building M i,teriaJ 1----~As;;.b;;,;e;;;s;.;:;tos ........ __ -1--..--....--.--..---..-i
TYPe
Pip.as St1 rface Are:;i
RACM lo bli!' removed
RACM NOT remqved
lnte flQr Cate 1 non.rr iabt a removed
1:x.atio.r.Cate o I non-fnabte removed
Cate O I l"lOn•fr iable NOT re_r:n_o'>'ed
Jnter.lor Cat o II non-ftiabre removed
Exterror Gate. H non-fri able :removed
Ca II non -friab le li0 1' remov!ld
RACM Off-Facility Compooen t
13) Waste Tra11Sport er Nam ~:----------------TUH Uoense Numbe r.------Address: ___________ Ci ty : ___________ Stai e : ___ Zip :. ___ _
Conta c,1 Person ; F'hoo a N um ~r: '--_._ _______ _
14) Waste Dis p o.s.a l Sita Name :, _______ ---:-~----------~--------
Add re ijs;._· --:---~---------...:Cit~_· _________ State: ___ Zip:--~-
T ~ephone : TNRCC ~r m:t N1,1 mber: --------
15) For shuctu rally unso und facllltles. att3ch a copyo · d.a molioon ordet and ide n ifyGQvemment.sil Offici al be\low :
Nam0:. ~istrat ion No:-------------TI ~ .
Oate of orde1 (M M/D D/YY} . I Dale order tD begi n (MMID DJYY) f I
16) Sche du led Dates of As~stoo Abat em en t (MMIDD/YY} start ---'-' _......:.., __ Compl ~te: -"""'''------'''-
17) Sci'led'u led Dat~!il Demoli•ion/Renovoo:ion {MM/OD/YY} Slart: J Complelti: / .
-Note : tr ibe st.art dale on ibis n.oliflcation ,el!n not bo mot; lh o TDH Regfona l or Local Pro~~ office Mustiba ,contacl.ed by
p hona.prlortoth&-61art date. Fall u re l .o do !iO l!ii ~ vto~tton t:n aco~r~co lo TAHPA. soctlon 29~.6 1.
I her eb y certify that all Inform ation I have pro vided Is c01rect, complet{l , ai'lfl 1i'tle to 1tle b1?St of my knowledge. I ackn [)YaiJe dge
l hat I am resp_onsi1:l le "f~r all aspeets or the notifi1Ca1io n form , inc ludi ng, bu t not li miting. c-ontec1t alld submiss ion dates., Th o
maxi mum p enally ts $10 ,00 0 pee day per wo latl oo .
(Sig ra ~l ll r~ of a uil ding Owne r/ Operator
or Delega ted Consul ta n1/Contractot)
MA IL TO:
(Prl oted Nam B) (Date}
ASB E S'rOS NOl l fflCA TlON SECTION
TOXIC SUl3STANCES CONTRO L DWI SION
TE XA.S DEPARTMEl'll i OF HEAL tH
P060X M 3~6
AUSTIN , TX 78714-:lS:l.B
PH: 512 -S 34-ti600 . 1-800 ~572-5548
(Telep hf;lrle)
{Fax Nu rn ~r)
F-orm .APBf/5,, da fec1 0712 9/02. Repla.ces TDH form dated 07/f 3l0 1. For ass.I.stance in c:cmpleling form. c;fJJ/ HJ00-572-554 8
02/09i2010 SC-62
PART D .. SPECIAL CONDITIONS
02109i2010 SC-63
PART D .. SPECIAL CONDlT IONS
City of Fort W orth
H ighway (Heavy) Construction
Prevailin g Wa ge Rates For 2008
C l assific ations
Air Tool O pera to.
Asp ha lt R aker
As phald Sh oveler
Asphali D istrib!Udor O oerat cr
Asphalt Pallino Machine Ope rator
B atching f'lant W~.he r
B room o:r Sweeoer Ooer a.tor
6uildc·zer Operator
Carpe nter (Rough)
Concre t e ~tnis?l e r-lP aving
Con cre fe Fmisher -Sfructur es
Con cre f e Paving Cu rbin g Mach. Oos r.
Con c re fe P a'llino F in isn ina M ach. Ope.r.
Con c rete Paving Joint S eale r Oper .
Con cre te P aving S a·N Oper.
Concre fe P aving S pr eade r O per.
Concre te Rubber
Crane , Clamsh el l, 'B ackhoe , D riclt,
Orag l'i ne. S h ovel
E leclrielan
A ag ge r
Form Buird er-S!ructui es
F o rm Setler-Paving & C\Jro s
Found ation Drill Qpera!nr , Craw le r Mo u nted
Found ation Drill O perator , T ruc k Mourned
F ront &lei l oader
l aborer-Common
1 l e'b orer-Utili!y
M eo'h :.m ic
Mill'ing Machine Operator , Fine G rade
, Mixer Operator
Mol or Grade r Operal or (Fine Grade)
M o.tor Grader O o e.raior, Rouah O i!er
P a.inter. Structures
l?av emen! Ma rk ing, M achine Oper.
P ip e l a.v er
Ro!J er , Steel Whee l Plant-Mix Pavem efl!s
R-O lleT . Sfeet Wheel 01her Flatwh,e e l o
Tam nino
Roller. P n-euma ti c. Seli -:Pr.nn ..!led Scra per
Re inforcin 11 Slee! S etier (P aving)
Rei:nforci n a Stee l S etter (Structur e)
So rce is AGC o' Texas
( wy , Kvy. ilitie s tndust rial 81anch)
,w,w .access.gpogoy,'davrsba ccru
02/09/2010
Ho u rlv R ates Classificatio n,s
$t OJJ>8 Scrape r Opera l .or
$13 .QQ S ervicer
$8Jj,{) Slip F er m Ma chine O perafor
$13.QQ S creader Box .Onerato r
$12 .78 Tra cfo,r ope,ra.to r . C ra•.IAe,r Tvae
$1 4 .15 Tractor cpeator , P neuma.tic
s~.aa Tra ve lin a Mixer Q pe ratw
$13 .22 Truck Drive,r~ S in gle Axle (Ugh!)
$12.8.0 Truck Dri~•eE-Single Axle (Heavy)
$12..85 Truck Dri•,e,r -Tandem .Axl e S emi -Tra ile r
$13 .27 Truck Dr ive.rs L c·A·bovi'Fl oat
$·12 .00 Truck DriY es0 Transil Mix
Wagon D ·11. Bo · g M achine . Po sl Hole
$13 .63 Driller
$12.50 !/if e lder
$13 .o,6 Vilor11. Zone Basri,cade Ser•,icer
$14.00
$10 .61
$14 .12
$18. t2
$8.43
$t1 .63
$11 .83
$13.67
$16 .lO
$12 .62
sg_ t 8
$10.85
$16.Q7
$11.83
$11 .58
$15 .20
$1 4 .00
$13_ f7
$10.04
$1:1.04
$1.1.28
$10.QQ
$H .07
$14 .8<!
$16.:Nl
SC-64
Hrt v Rts.
S 1'1.42
$12.32
S 12 .33
$10.92
$12.60
$12 .91
$1.2 .0 3
$10 .9 '\
$11 .47
$11.76
:S 14.93,
$12.08
S14 .00
S 13.57
$10.0Q
Compliance with and Enforcement of Prevailing Wage Laws
(a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all
requirements of Chapter 2258, Texas Government Code (Chapter 2258),
including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter
2258. Such prevailing wage rates are included in these contract documents.
(b) Penalty for Violation. A contractor or any subcontractor who does not pay the
prevailing wage shall, upon demand made by the City, pay to the City $60 for
each worker employed for each calendar day or part of the day that the worker is
paid less than the prevailing wage rates stipulated in these contract documents.
This penalty shall be retained by the City to offset its administrative costs,
pursuant to Texas Government Code 2258.023.
( c) Complaints of Violations and City Determination of Good Cause. On receipt of
information, including a complaint by a worker, concerning an alleged violation
of 2258.023, Texas Government Code, by a contractor or subcontractor, the City
shall make an initial determination, before the 31st day after the date the City
receives the information, as to whether good cause exists to believe that the
violation occurred. The City shall notify in writing the contractor or
subcontractor and any affected worker of its initial determination. Upon the
City's determination that there is good cause to believe the contractor or
subcontractor has violated Chapter 2258, the City shall retain the full amounts
claimed by the claimant or claimants as the difference between wages paid and
wages due under the prevailing wage rates, such amounts being subtracted from
successive progress payments pending a final determination of the violation.
(d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged
violation of Section 2258.023, Texas Government Code, including a penalty owed
to the City or an affected worker, shall be submitted to binding arbitration in
accordance with the Texas General Arbitration Act (Article 224 et seq., Revised
Statutes) if the contractor or subcontractor and any affected worker do not resolve
the issue by agreement before the 15th day after the date the City makes its initial
determination pursuant to paragraph ( c) above. If the persons required to arbitrate
under this section do not agree on an arbitrator before the 11th day after the date
that arbitration is required, a district court shall appoint an arbitrator on the
petition of any of the persons. The City is not a party in the arbitration. The
decision and award of the arbitrator is final and binding on all parties and may be
enforced in any court of competent jurisdiction.
( e) Records to be Maintained. The contractor and each subcontractor shall, for a
period of three (3) years following the date of acceptance of the work, maintain
records that show (i) the name and occupation of each worker employed by the
contractor in the construction of the work provided for in this contract; and (ii) the
actual per diem wages paid to each worker. The records shall be open at all
reasonable hours for inspection by the City. The provisions of the Audit section
of these contract documents shall pertain to this inspection.
(f) Pay Estimates. With each partial payment estimate or payroll period, whichever
is less, the contractor shall submit an affidavit stating that the contractor has
complied with the requirements of Chapter 2258, Texas Government Code .
(g) Posting of Wage Rates . The contractor shall post the prevailing wage rates in a
conspicuous place at the site of the project at all times .
(h) Subcontractor Compliance. The contractor shall include in its subcontracts
and/or shall otherwise require all of its subcontractors to comply with paragraphs
(a) through (g) above.
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 7/8/2008
DATE: Tuesday, July 08, 2008
LOG NAME: 30WAGE RA TES
SUBJECT:
REFERENCE NO.: **G-16190
Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects
RECOMMENDATION:
It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded
public works projects.
DISCUSSION:
Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works
shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to
execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in
that locality .
Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of
Builders and Contractors (ABC) and the American Sub-Contractors Association (ASA), conducts a wage
rate survey for North Texas construction . The attached 2008 Prevailing Wage Rate data was compiled from
that survey .
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that this action will have no material effect on City funds .
TO Fund/Account/Centers
Submitted for City Manager's Office b_y_;_
Originating Department Head:
Additional Information Contact:
FROM Fund/Account/Centers
Fernando Costa (8476)
A. Douglas Rademaker (6157)
Eric Bundy (7598)
HEAVY & HIGHWAY CONSTRUCTION
PREY AILING WAGE RATES 2008
Air Tool Operator
Asphalt Distributor Operator
Asphalt Paving Machine Operator
Asphalt Raker
Asphalt Shoveler
Batching Plant Weigher
Broom or Sweeper Operator
Bulldozer Operator
Carpenter
Concrete Finisher, Paving
Concrete Finisher, Structures
Concrete Paving Curbing Machine Operator
Concrete Paving Finishing Machine Operator
Concrete Paving Joint Sealer Operator
Concrete paving Saw Operator
Concrete Paving Spreader Operator
Concrete Rubber
Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator
Electrician
Fla22er
Form Builder/Setter, Structures
Form Setter, Paving & Curb
Foundation Drill Operator, Crawler Mounted
Foundation Drill Operator, Truck Mounted
Front End Loader Operator
Laborer, Common
Laborer, Utility
Mechanic
Milling Machine Operator, Fine Grade
Mixer Operator
Motor Grader Operator, Fine Grade
Motor Grader Operator, Rough
Oiler
Painter, Structures
Pavement Marking Machine Operator
Pipe I aver
Reinforcing Steel Setter, Paving
Reinforcing Steel Setter, Structure
Roller Operator, Pneumatic, Self-Propelled
Roller Operator, Steel Wheel , Flat Wheel/Tamping
Roller Operator, Steel Wheel , Plant Mix Pavement
Scraper Operator
Servicer
Slip Form Machine Operator
Spreader Box Operator
Tractor Operator, Crawler Type
Tractor Operator, Pneumatic
Traveling Mixer Operator
Truck Driver, Lowboy-Float
Truck Driver, Single Axle, Heavy
Truck Driver, Single Axle, Light
Truck Driver, Tandem Axle, Semi -Trailer
Truck Driver, Transit-Mix
Wagon Drill, Boring Machine , Post Hole Driller Operator
Welder
Work Zone Barricade Servicer
$10.06
$13 .99
$12 .78
$11.01
$ 8.80
$14 .15
$ 9 .88
$13 .22
$12.80
$12 .85
$13 .27
$12 .00
$13 .63
$12 .50
$13.56
$14.50
$10 .61
$14.12
$18 .12
$ 8.43
$11.63
$11.83
$13.67
$16.30
$12.62
$ 9.18
$10 .65
$16 .97
$11.83
$11.58
$15 .20
$14 .50
$14 .98
$13 .17
$10.04
$11.04
$14 .86
$16.29
$11.07
$10 .92
$11.28
$11.42
$12.32
$12.33
$10 .92
$12 .60
$12 .91
$12 .03
$1 4 .93
$11.47
$10 .91
$11 .75
$12 .08
$14 .00
$13 .57
$10 .09
Classification
AC Mechanic
AC Mechani c Helper
Acoustical Ceili ng Mechanic
Bricklayer/Stone Mason
Br lcktaver/Stone Mason Helper
Carpenter
Carpenter Helper
Concrete Finisher
Concrete Form Builder
Drywall Mechanic
Drvwall Helner
Drywall Taper
Drywall Taoer Heloer
Electrician (Journeyman)
Electrician Heloer
Electroni c Technician
Electronic Technician Helper
Floor Layer (Resilient)
Floor Layer He l per
Glazier
Glazier Helper
Insulator
Insulator Helper
Laborer Common
Laborer Skilled
Lather
Painter
Painter Helper
Pipefltter
Pipefitter Heloer
Plasterer
Plasterer Helper
2008 PREVAILING WAGE RATES
CONSTRUCTION INDUSTRY
I
Hrly Rate I Classification
$21.69 Plumber
$12.00 Plumber Heloer
$15.24 Reinforcing Steel Setter
$19.12 Roofer
$10.10 Roofer Helper
$16.23 Sheet Metal Worker
$11 .91 Sheet Metal Worker Helper
$13.49 Sorinkler Svstem Installer
$13 .12 Sprinkler Svstem Installer He lper
$14.62 Steel Worker Structural
$10.91 Concrete Pumo
Crane , Clamsheel, Backhoe, Derrick, D'Line
$13.00 Shovel
$9.00 Forklift
$20.20 Front End Loader
$14.43 Truck Drive r
$19 .86 Welder
$12.00 Welder Helper
$20 .00
$13 .00
$18 .00
$13 .00
$14.78
$11 .25
$10.27
$13.18
$16 .10
$14.83
$8 .00
$18.85
$12.83
$17 .25
$12.25
I Hrly Rate
$20.43
$14.90
$10.00
$14.00
$10.00
$16.96
$12.31
$18.00
$9.00
$17.43
$20 .50
$17.76
$12.63
$10.50
$14 .91
$16.06
$9 .75
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATIONS
TABLE OF CONTENTS
GENERAL REQUIREMENTS
Summary of Work
Coordination
Abbreviations
Project Meetings
Submittals
Construction Schedule
Schedule of Values
Operation and Maintenance Data
Construction Temporary Facilities and Controls
General Material and Equipment Stipulations
Manufacturers ' Services
DIVISION 1
01010
01040
01092
01200
01300
01310
01370
01430
01500
01600
01640
01650
01700
01710
01720
01740
Testing , Adjusting, Balancing , Demonstration , and Startup of Systems
Contract Closeout
DIVISION 2
02225
02373
DIVISION 3
03200
03300
03600
DIVISION 5
05120
DIVISION 9
09900
Cleaning
Project Record Documents
Warranties and Bonds
SITE WORK
Flowable Fill
Drilled Piers
CONCRETE
Concrete Reinforcement
Cast in Place Concrete
Grout
METALS
Structural Steel
COATINGS
Painting
DIVISION 13 SPECIAL CONSTRUCTION
13700
13701
13702
13703
13704
13705
13706
CFW06057
Security and Access Control System
Perimeter Protection System
Security Panel
Computer Equipment
Network Connectivity
Fiber Optic Cable
Uninterruptible Power Supply
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG
ISSUE : 0
JULY , 2010
TABLE OF CONTENTS
TABLE OF CONTENTS (Continued)
DIVISION 16 -ELECTRICAL
16010
16012
16110
16120
16130
16170
16191
16289
16360
16660
16723
Electrical General Provisions
Identifications
Raceways
Conductors -600 V and Below
Boxes
Metal Framing
Miscellaneous Equipment
Transient Voltage Suppression
Underground Duct Banks
Grounding System
Alert Notification System
CFW06057 ii
ALERT NOTIFICAT ION AND SECURITY IMPROVEMENTS
MFG
ISSUE: 0
JULY, 2010
TABLE OF CONTENTS
SECTION 01010
SUMMARY OF WORK
PART1 GENERAL
1.01 SCOPE
A. This section generally describes the project and provides an overview of the extent of
the work to be performed . Detailed requirements and extent of work is stated in the
applicable specification sections and shown on the plans. The Contractor shall, except
as otherwise specifically stated herein or in any applicable parts of these Contract
Documents, provide and pay all labor, materials , equipment, tools , construction
equipment, and other facilities and services necessary for proper execution , testing ,
and completion of the work and to make the system fully operational.
B. Any part or item of the work which is reasonably implied or normally required to make
each installation satisfactorily and completely operable shall be performed by the
Contractor and the expense thereof shall be included in the applicable unit prices or
lump sum prices bid for the various items of work. It is the intent of these
specifications to provide the Owner with complete operable systems, subsystems, and
other items of work . All miscellaneous appurtenances and other items or work that are
incidental to meeting the intent of these specifications shall be considered as having
been included in the applicable unit prices or lump sum prices bid for the various items
of work even though these appurtenances and items may not be specifically called for
in the specifications or indicated on the plans .
1.02 CONTRACT DESCRIPTION
A. It is the intent to award contract work for mass notification systems at the Rolling Hills
Water Treatment Plant and Security Systems to include cameras, ARGUS radar
systems, LRAD-RX acoustic systems , and intelligent video surveillance systems at the
Rolling Hills Water Treatment Plant, the Lake Worth Dam Spillway, and the Westside
Water Treatment Plant. In addition , access controls shall be installed at Westside WTP
and on a few selected doors at Rolling Hills WTP and North Holly WTP. The contract
award will be based on a fixed price lump sum proposal.
1.03 DESCRIPTION OF THE PROJECT
A. The work covered by these Contract Documents comprises the construction of Mass
Alert Notification Systems at the City of Fort Worth Rolling Hills Water Treatment Plant
and Security surveillance-detection-tracking-deterrent systems at the City of Fort
Worth Rolling Hills Water Treatment Plant , the Lake Worth Dam Spillway and the
Westside Water Treatment Plant. The scope of work to be completed is defined by the
specifications and the plans. In general terms , the work consists of furnishing all labor,
materials , equipment, tools , appurtenances, and related items as required to complete
the Alert Notification Systems, the Security surveillance-detection-tracking-deterrent
systems and the access control systems .
1.04 DEFINITIONS
A. Owner: City of Fort Worth , Texas
B. Owner's Representative : An authorized representative of Owner assigned to make
detailed supervision of any or all portions of the Work included in the Contract and
performed by the Contractor. Owner's Representative will assume all duties and
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01010 -1
ISSUE : 0
JULY, 2010
SUMMARY OF WORK
responsibilities and have all rights and authority assigned to the Owner's
Representative in the Contract Documents in connection with the completion of the
work in accordance with Contract Document.
C. Engineer's Representative : An authorized representative of Engineer assigned to
assist the Owner's Representative make detailed supervision of any or all portions of
the Work included in the Contract and performed by the Contractor. Engineer's
Representative will assume all duties and responsibilities and have all rights and
authority assigned to the Engineer's Representative in the Contract Documents in
connection w ith the completion of the work in accordance with Contract Document.
1. 05 CONTRACTS
A. The work of this project will be executed in a single contract.
8 . The Contractor shall thoroughly familiarize himself with all of the Contract Documents
in order to fully understand the extent of this work and be aware of any "cross
references". The delineation noted there between the various sections of the
Specifications and contracts are for a general overview of the work. The work to be
executed is not necessarily limited to those descriptions .
1.06 WORK SEQUENCE
A. Work shall be conducted in a single phase .
8 . Construct work in stages to accommodate the Owner's use of the premises during the
construction period; coordinate the construction schedule and operations with the
Owner's representative and as specified in Section 01310 .
C. Parts of the proposed work in this project may require facilities or plant shut downs .
The Contractor shall coordinate that portion of work with the Owner as specified in
Section 01310 .
1.07 QUALITY CONTROL
A. The Contractor is responsible for quality control throughout the project.
8 . All Contractor's operations shall be under the quality control of the Contractor's
General Superintendent. The General Superintendent shall be experienced in all
aspects of the project , including pipe laying , concrete work , mechanical piping ,
electrical and instrumentation work. The General Superintendent's experience and
diligence will be the key to maintain proper quality control during the project .
C. Dimensions and elevations indicated on the plans for existing facilities were obtained
by the Owner solely for use as references by the Engineer in establishing design
criteria for th is project. The accuracy of the information is not guaranteed , and it is not
to be construed as part of the project specifications governing construct ion of the
project. Neither the Owner, Engineer, or the Owner's and/or Engineer's
Representative accept any responsibility for any deviation in dimensions and/or
elevations shown on the plans.
D. Daily records fo r quality control purposes shall be maintained for all aspects of the
work and all tests performed throughout construction .
E. One (1) copy of daily records and all tests performed shall be maintained by the
Contractor, with one (1) copy given to the Engineer and two (2) copies to the Owner.
CFW06057
ALERT NOTIFICAT ION AND SECURITY IMPROVEMENTS
MFG 01010 - 2
ISSUE : 0
JULY ,2010
SUMMARY OF WORK
F. All records of the work shall be kept available by the Contractor for the Engineer or the
Owner at any time .
G . A specific plan and a check list shall be made between the Contractor, the Engineer,
and the Owner for observation and inspection to assure that all work requirements
have been met.
1.08 CONTRACTOR'S DUTIES AND RESPONSIBILITIES
A. Designate required delivery data for each product as specified in Section 01310 .
B. Furnish , install, connect, and finish products.
C. Serve as an overall coordinator among all subcontractors.
D. Handle material and equipment at site including uncrating , storage, and security .
E. Protect Owner's operations and facilities from being interrupted and damaged as a
result of the Contractor's operations .
F. Repair or replace items damaged as a result of the Contractor's operations .
G . Assume full responsibility for executing all work including site , structural , process
piping and equipment , instrumentation , and electrical work .
H. Fully understand and fulfill his duties and responsibilities regarding coordination and
cooperation with other contractors working on the project.
I. Prepare record documents as specified in Sect ion 01720 .
1.09 CONTRACTOR'S USE OF PREMISES
A. The temporary facilities shall be in accordance with Section 01500 .
B. Coordinate use of premises with the Owner's Representative .
C. Assume full responsibility for the protection and safekeeping of products under this
contract , stored at the site .
D. Move any materials or products stored which interfere with operations of the Owner or
other contractors .
E. The contractor shall maintain roads during construction and restore all roads and
surrounding properties to their original condition.
1.10 OWNER OCCUPANCY
A. Owner will occupy the premises during the entire period of construction for the conduct
of his normal operations. Cooperate with Owner's Representative in all construction
operations to minimize conflict , and to facilitate Owner's usage.
B. The facilities ' sites on which the work is to be completed are operating facilities and
are critical components of the Owner's water and wastewater systems. Except as
specified in Sect ion 01310 , the Contractor shall conduct his work such that capacity of
the Owner's facilities are not impacted .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01010 -3
ISSUE : 0
JULY , 2010
SUMMARY OF WORK
1.11 PERMITS
A. The Contractor shall obtain and pay for all building and trade permits relevant to
Contractor's work.
B. The Contractor shall coordinate and schedule any building or trade inspections or
approvals required for the project .
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
CFW06057
END OF SECTION
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01010 - 4
ISSUE : 0
JULY , 2010
SUMMARY OF WORK
SECTION 01040
COORDINATION
PART 1 GENERAL
1.01 RELATED WORK
A. Section 01010-Summary of Work
B. Section 01300 -Submittals
C. Section 01640 -Manufacturer's Services
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION
3.01 COORDINATION WITH PLANT CONTRACTOR AT THE WESTSIDE WATER
TREATMENT
A. The Westside Water Treatment Plant is currently under construction . The Plant
Contractor is McCarthy. Contractor shall closely coordinate construction activities with
the Plant Contractor currently constructing the water treatment facility .
B. The Contractor shall not unduly interfere with or delay the work of the Plant Contractor.
C. If the Contractor damages work performed by the Plant Contractor, the Contractor
shall repair the damaged work to the satisfaction of the Owner.
D. The Contractor shall attend meetings with, provide schedules to and communicate
regularly with the Plant Contractor to coordinate the work.
3.02 COORDINATION OF SHOP DRAWINGS AND SUBMITTAL DATA
A. Shop Drawings, Product Data, and Samples .
1. Supplier shall submit shop drawings, product data , and samples to the Engineer
as specified .
2. Engineer and Owner each shall retain one (1) set of drawings, product data, and
samples. One (1) set of shop drawings, product data , and samples will be
provided to the Installation Contractor following execution of that contract.
3. Installation Contractor shall use this information to prepare the foundations and
piping, and install the equipment.
B. Quality Control Submittals :
CFW06057
1. Design Data .
a. Supplier shall submit the specified design data to the Engineer as specified .
b. Engineer and Owner each shall retain one (1) set of design data. One (1) set
of design data shall be provided to the Installation Contractor if this
information is necessary for the proper installation of the equipment.
2. Test Reports.
a. Supplier factory and field test procedures. Supplier shall submit factory and
field test procedures as specified to the Engineer for review and comment.
b. Supplier factory and field test reports
(i) Supplier shall submit factory and field test reports as specified to the
Engineer.
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY , 2010
MFG 01040 -1 COORDINATION
CFW06057
(ii) Engineer shall notify the Contractor as to the acceptability of the test
reports.
c. Third Party field test procedures
(i) Supplier shall submit field test recommendat ions to the Owner for use in
developing the field test procedures if Owner elects to conduct additional
verification testing .
(ii) Owner shall retain a qualified third party testing company to conduct the
field testing .
(iii) Installation Contractor shall develop the field test procedures with
guidance from the Supplier and third party testing company .
(iv) Installation Contractor shall obtain agreement of the field test protocol
from the Supplier and testing company.
(v) Installation Contractor shall submit field test procedures as specified to
the Engineer for review and comment.
d . Third Party field test reports.
(i) The third party testing company shall submit the field test reports to the
Engineer.
(ii) Engineer shall notify the Installation Contractor and the Supplier as to the
acceptability of the test reports .
3. Certifications .
a . Certifications of Acceptable Delivery, Unloading, and Storage .
(i) Supplier's Field Representative shall certify the acceptable delivery,
unloading, and storage by signing the appropriate form.
(ii) Installation Contractor shall also certify the acceptable delivery,
unloading, and storage by signing the appropriate form.
b. Supplier's Certification of Proper Installation.
(i) Supplier's Field Representative shall certify the proper installation by
signing the appropriate form .
(ii) Installation Contractor shall also sign the appropriate form .
(iii) Startup and field testing of the equipment shall not occur until receipt of
this form by the Engineer.
4. Supplier's Instructions.
a. Unloading Instructions.
(i) Supplier shall provide unloading instructions with the equipment when it
is delivered to the project site.
(ii) Supplier shall provide the services of Supplier's Field Representative to
provide guidance to the Installation Contractor in the proper unloading of
the equipment.
(iii) Installation Contractor shall unload the equipment in accordance with
manufacturer's instructions.
b. Storage Instructions.
(i) Supplier shall provide storage instructions with the equipment when it is
delivered to the project site .
(ii) Installation Contractor shall store the equipment in accordance with
manufacturer's instructions, including providing power for energizing of
space heaters if required .
c. Installation Instructions.
(i) Supplier shall provide installation instructions and anchor bolt template
delivered with equipment to the project site.
(ii) Supplier shall provide the services of Supplier's Field Representative to
verify proper installation of the equipment.
(iii) Installation Contractor shall install equipment as recommended by
Supplier and shown on the drawings .
d. Start-up Instructions .
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY, 2010
MFG 01040 -2 COORDINATION
(i) Supplier shall provide startup instructions delivered with equipment to the
project site .
(ii) Supplier shall provide the services of a manufacturer's representative to
verify proper installation prior to startup of the equipment.
(iii) Installation Contractor shall install initial startup of the equipment as
recommended by the Supplier.
3.03 COORDINATION OF EQUIPMENT DELIVERY
A. Supplier shall coordinate with the Installation Contractor regarding the specific timing
of delivery of the equipment.
3.04 COORDINATION OF MANUFACTURE 'S FIELD SERVICES
A. Supplier shall provide the services of a manufacturer's representative as specified in
Section 01640 -Manufacturer's Services.
B. Installation Contractor shall coordinate with the Supplier regarding the exact timing of
the manufacturer's representative services .
3.05 COORDINATION OF OPERATION AND MAINTENANCE MANUALS
A. Supplier shall submit the Operation and Maintenance Manuals as specified to the
Installation Contractor.
B. Installation Contractor shall submit the Operation and Maintenance Manuals to the
Engineer for review.
C. Engineer shall provide comments to the Installation Contractor for coordination with
the Supplier.
D. Operation and Maintenance Manuals shall be acceptable to the Engineer prior to
delivery of the equipment to the project site .
END OF SECTION
CFW0605 7
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01040 -3
ISSUE : 0
JULY , 2010
COORDINATION
SECTION 01092
ABBREVIATIONS
PART1 GENERAL
1.01 ABBREVIATIONS
A. Abbreviations for trade organizations and government agencies: Whenever
references to the following design and construction industry organizations , and
government agencies may be made in these Technical Specifications , the intent and
meaning shall be interpreted as following:
AA Aluminum Association
AABC Associated Air Balance Council
AAMA American Architectural Manufacturers Association
AASHTO American Association of State Highway and Transportation Officials
ACI American Concrete Institute
ADC Air Diffusion Council
AFBMA Anti-Friction Bearing Manufacturers Association
AGA American Gas Association
AGMA American Gear Manufacturers Association
Al Asphalt Institute
AISC American Institute of Steel Construction
AISI American Iron and Steel Institute
AITC American Institute of Timber Construction
ALS American Lumber Standards
AMA Acoustical Materials Association
AMCA Air Movement and Control Association
ANSI American National Standards Institute
APA American Plywood Association
API American Petroleum Institute
APWA American Public Works Association
AREA American Railway Engineering Association
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01092 -1
ISSUE : 0
JULY , 2010
ABBREVIATIONS
ARI Air Conditioning and Refrigeration Institute
ASA American Standards Association
ASAE American Society of Agricultural Engineers
ASCE American Society of Civil Engineers
ASHRAE American Society of Heating, Refrigerating and Air Conditioning
Engineers , Inc.
ASME American Society of Mechanical Engineers
ASTM American Society for Testing and Materials
AWi Architectural Woodwork Institute
AWPA American Wood Preservers Association
AWPB American Wood Preservers Bureau
AWPI American Wood Preservers Institute
AWS American Welding Society
AVVWA American Water Works Association
BHMA Builders Hardware Manufacturers Association
CBMA Certified Ballast Manufacturers Association
CDA Copper Development Association
CGA Compressed Gas Association
CIPRI Cast Iron Pipe Research Institute
CISPI Cast Iron Soil Pipe Institute
CLFMI Chain Link Fence Manufacturers Institute
CMAA Crane Manufacturers Association of America
CRSI Concrete Reinforcing Steel Institute
CS Commercial Standard
CSA Canadian Standards Association
CSI Construction Specifications Institute
CTSS Caltrans Standard Specification
DOH Department of Health , Commonwealth of Puerto Rico
DTPW Department of Transportation and Public Works , Commonwealth of
Puerto Rico
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01092 -2
ISSUE : 0
JULY, 2010
ABBREVIATIONS
EJCDC
EPA
EQB
ETL
FCC
FEMA
FGMA
FM
FS or
Fed . Sp .
GA
HI
HMI
ICBO
ICEA
IEEE
IES
IFI
ISA
ISO
JIC
MIA
MIL
or Mil. Sp.
MLSFA
MMA
MS
MSS
NAAMM
CFW06057
Engineers Joint Contract Documents Committee
Environmental Protection Agency
Environmental Quality Board, Commonwealth of Puerto Rico
Engineering Test Laboratories
Federal Communications Commission
Federal Emergency Management Agency
Flat Glass Marketing Association
Factory Mutual
Federal Specification General Services Administration
Gypsum Association
Hydraulic Institute
Hoist Manufacturers Institute
International Conference of Building Officials
Insulated Cable Engineers Association
Institute of Electrical and Electronic Engineers, Inc.
Illuminating Engineering Society
Industrial Fasteners Institute
Instrument Society of America
Insurance Service Office
Joint Industry Conferences of Hydraulic Manufacturers
Marble Institute of America
Military Specifications
Mrtal Lath/Steel Framing Association
Monorail Manufacturers Association
Military Specifications
Manufacturers Standardization Society of the Valve and Fittings
Industry , Inc.
National Association of Architectural Metal Manufacturers
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY , 2010
MFG 01092 -3 ABBREVIATIONS
NACE National Association of Corrosion Engineers
NBHA National Builders Hardware Association
NCTCOG North Central Texas Council of Governments
NEC National Electrical Code
NEMA National Electrical Manufacturers Association
NESC National Electric Safety Code
NFPA National Fire Protection Association
NFPA National Forest Products Association
NHLA National Hardwood Lumber Association
NHPMA Northern Hardwood and Pine Manufacturers Association
NLMA National Lumber Manufacturers Association
NRCA National Roofing Contractors Association
NSF National Sanitation Foundation Testing Laboratory
NSPE National Society of Professional Engineers
NSWNA National Solid Wastes Management Association
NTMA National Terrazzo and Mosaic Association
NWWDA National Wood Window and Door Association
OECI Overhead Electrical Crane Institute
OSHA Occupational Safety and Health Administration (both Federal and
State)
PCI Prestressed Concrete Institute
PEI Porcelain Enamel Institute
PPI Plastic Pipe Institute
PRASA Puerto Rico Aqueduct and Sewer Authority
PS Product Standards Section - U.S. Department of Commerce
RMA Rubber Manufacturers Association
SAE Society of Automotive Engineers
SCPRF Structural Clay Products Research Foundation
SDI Steel Deck Institute
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01092 -4
ISSUE: 0
JULY , 2010
ABBREVIATIONS
SDI Steel Door Institute
SIGMA Sealed Insulating Glass Manufacturing Association
SJI Steel Joist Institute
SMACNA Sheet Metal and Air Conditioning Contractors National Association
SPI Society of the Plastics Industry
SSPC Steel Structures Painting Council
SWI Steel Window Institute
TAS Technical Aid Series, Construction Specification Institute
TEMA Tubular Exchanger Manufacturers Association
TCA Tile Council of America
USC Uniform Building Code
UFC Uniform Fire Code
UL Underwriters Laboratories Inc.
UMC Uniform Mechanical Code
USBS U.S. Bureau of Standards
USSR U.S. Bureau of Reclamat ion
USCOE U.S . Army Corps of Engineers
USEPA U.S. Environmental Protection Agency
WCLIB West Coast Lumber Inspection Bureau
WWPA Western Wood Products Association
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01092 -5
ISSUE : 0
JULY , 2010
ABBREVIATIONS
SECTION 01200
PROJECT MEETINGS
PART1 GENERAL
1.01 PRE-CONSTRUCTION CONFERENCE
A. A Pre-construction Conference shall be held at locations designated by Owner after
award of Contract and prior to the start of construction activities for each site . Owner's
Representative shall notify the Contractor as to the dates and times of the conferences
one (1) week in advance of each proposed date. Owner's Representative , Engineer's
Representative , Contractor's Project Manager and Project Superintendent , as well as
Contractor's Subcontractor Representatives and major suppliers shall attend .
B. Contractor shall be prepared to discuss the following items as a minimum :
1. Distribution and discussion of:
a . List of major subcontractors and suppliers
b. Projected construction schedules
2 . Construction Plan and Progress Schedule according to General Conditions
3. Liquidated damages
4 . Major equipment deliveries and priorities
5. Project coordination :
a. Designation of responsible personnel
b. Communication plan
6 . Procedures and processing of:
a. Field decisions
b. RFls
c. Proposal requests
d . Submittals/Shop Drawings
e . Change Orders
f. Applications for Payment
7. Adequacy of distribution of Contract Documents
8. Procedures for maintaining record documents
9. Use of premises:
a. Office , work , and storage areas
b. Owner's requirements
10 . Construction facilities , controls, and construction aids
11. Temporary utilities
12 . Safety Plan according to General Conditions
13. Security procedures
14. Housekeeping procedures
15. Submittal schedule
16 . Quality control
17 . Planned outages
18 . Laboratory testing
19 . Factory and Field Testing
C. The Owner shall preside at the conference , prepare the minutes of the meetings , and
distribute copies to all participants who so request by fully completing the attendance
form to be circulated at the beginning of each conference .
1.02 PROJECT MEETINGS
A. The Owner shall conduct construction meetings involving :
CFW06057
ALERT NOT IFICATION AND SECURITY IMPROVEMENTS
MFG 01200 -1
ISSUE : 0
JULY, 2010
PROJECT MEETINGS
1. Contractor's Project Manager
2. Contractor's Project Superintendent
3 . Owner's designated Representative(s)
4 . Engineer's designated Representative(s)
5. Contractor's subcontractors and major manufacturers and/or suppliers as
appropriate to the work in progress
B. Conduct meetings every two weeks at the Contractor's project field office or location
determined by Owner.
C. The Owner's Representative shall take meeting minutes and submit copies of meeting
minutes to participants and designated recipients identified at the Pre-construction
Conferences. Corrections, additions, or deletions to the minutes shall be noted and
addressed at the next meeting .
D. The Owner's Representative shall schedule meetings for the most convenient time
frame .
E. The Contractor shall update record drawings , schedule of payments, and construction
schedule prior to submittal of application for each progress payment. Contractor shall
also have available at each meeting an updated list of record drawing notes and an
updated progress schedule.
F. Suggested Agenda :
1. Review work progress
2. Field observations, problems, and conflicts
3 . Problems that impede construction schedules
4 . Review off-site fabrication and delivery schedules
5. Corrective measures and procedures to regain projected schedules
6. Revisions to construction schedules
7 . Plan progress schedules during succeeding work period
8. Coordination of schedules
9. Review submittal schedules ; expedite as required
10 . Maintenance of quality standards
11. Review proposed changes for effect on construction schedules and completion
dates
12. Safety issues
13. Other business
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01200 -2
ISSUE: 0
JULY ,2010
PROJECT MEETINGS
SECTION 01300
SUBMITTALS
PART1 GENERAL
1.01 REQUIREMENTS
A. Product Submittals and Shop Drawings :
1. Submit shop drawings , product data and samples for all equipment , material , and
products .
2 . Shop drawings, product data, and samples are not considered a part of contract
documents.
3 . Review of shop drawings by the Engineer shall not relieve the Contractor of the
responsibility from meeting all contract requirements as defined by the Contract
Documents.
B. Operation and Maintenance Submittals : Operation and maintenance data shall be
submitted for each piece of equipment and process listed in Section 01620 and as
specified in Section 01430 .
1.02 TYPES OF PRODUCT AND SHOP DRAWING SUBMITTAL DATA
A. As applicable, the following types of data are required :
1. Fabrication, erection , or placement data -Dimensioned plans , lists , and
schedules
2 . Catalog sheets
3. Specification sheets
4 . Certifications
5. Laboratory, shop , or mill test reports
6 . Basis of design and design calculations , test procedures , and related information
as required per various sections of these specifications
7. Anchor bolt layouts
8. Lifting device plans
9. Experience and facilities brochures
10 . Samples
11 . Parts lists
12 . Recommended normal wear and tear spare parts for one year of operation
13 . Short and long term maintenance procedures
14. Shipping procedures and details of ocean container
15 . Short and long term storage procedures
16 . Operation and Maintenance manuals
17 . Manufacturer's certification of proper installation
18. Warranties
19 . Other submittals required to complete the Contract
1.03 PRODUCT SUBMITTALS AND SHOP DRAWINGS INFORMATION
A. All data needed to determine the following items shall be submitted .
CFW06057
1. Compliance with specifications including kind , type , size , arrangement , finishes ,
and operation of component materials and devices .
2. Compliance with plans including dimensions, orientation , appearance , external
connections and anchorages , and installation clearances.
3. Specific purpose or design conditions and adequacy to meet same : weights ,
dynamic, loads , supports required , and operating characteristics .
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE: 0
JULY, 2010
MFG 01300 -1 SUBMITTALS
PART2
PART3
4 . Coordination with other work including items needed by this trade , but furnished
by others, and information needed by others to perform their part.
5 . Exceptions to or deviations from specified requirements , if any , and reasons for
same . Mark deviations in a separate color in submittals and specifically identify
deviations in the shop drawing transmittal.
6 . Delivery Date :
a . This should be stated as a firm date of delivery , not measured from approval
of plans to date of shipping. For this purpose , the contractor shall allow
twenty-one (21) calendar days exclusive of ma iling days for review and
approval of the submittal by the Engineer after the submittal has been
received by the Engineer. The Engineer does not assume responsibil ity for
correctness or completeness of the data , however.
b . The Contractor should determine that proposed delivery dates will not cause
delay of result in failure to complete the project on time .
c . No extension of time or waiver of liqu idated damages will be granted due to
failure to deliver on time.
7 . All submittal data shall be written in English unless specified in other sections . All
dimensions and units shall be in accordance with the following table.
Linear measures Feet
Flow rates U.S . Gallons per minute (gpm) or million gallons
per day (mgd)
Total dynamic head (TOH) Feet
Hydraulic surface elevation Feet
and headless
Power Horsepower
Weight Pounds
Volumes U .S . Gallons
Bolt Sizes Inches or fractions thereof
Stresses Pounds per square inch
Forces Pounds , kips
PRODUCTS (NOT USED)
EXECUTION
3 .01 PREPARATION OF SUBMITTALS
A. All documents and markings in the submittal shall be clearly legible . Documents
considered not clearly legible by the Eng i neer shall be rejected .
B . Shop Drawings :
1. Preparation by a qualified detailer is required .
2 . Identify details by reference to sheet, detail numbers , and specification section ,
schedule , or other identifying system as shown on the contract drawings .
3 . Include all information required for submission.
4 . Submit the number of copies as specified in paragraph 3 .03.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01300 -2
ISSUE : 0
JULY, 2010
SUBMITTALS
C. Product Data:
1. Modify the manufacturer's standard schematic plans to delete or supplement
information as applicable .
2 . For manufacturer's catalog sheets , brochures, diagrams, schedules, performance
charts , illustrations and other descriptive data:
a. Clearly mark each copy to identify pertinent materials , products, or models
b . Show dimensions and clearances required
c. Show performance characteristics and capacities
d. Show wiring diagrams and controls
3 . Include all information required for submission .
D. Submission Requirements :
1. Accompany submittals with a transmittal letter in duplicate .
2 . Include the following information for each submittal :
a. Submittal number, date, and revision dates
b . Project title and number
c. The names, addresses, and phone numbers of:
(i) Engineer
(ii) Supplier
(iii) Contractor
d . Identification of product or material
e. Relation to adjacent structure or materials
f . Field dimensions clearly identified as such
g . Specification section number
h . Applicable standards , such as ASTM number or Federal specification
i. A blank space on each shop drawing, approximately 5" x 5", for the
Engineer's stamp
j. Identification of deviations from contract documents
k. Contractor's stamp with his signature signed certifying that he has reviewed
the submittal, verified field measurements , and that the submittal complies
with all requirements of the contract documents .
I. List each deviation from contract requirements and a discussion of the reason
for each .
m. List each deviation from applicable codes and standards and a discussion of
the reason for each .
3. Submit all required shop drawings , product data , and samples for each item of
work at one time . Suitably organize and index 8-1 /2" x 11 ", 11" x 17", and other
compatibly sized materials in a 3-ring binder. Larger shop drawings may be
submitted together either rolled or folded . Include an index.
4. Lists and discussions of deviations from Contract Documents , applicable codes ,
and/or standards shall be placed together in a clearly labeled section called
"Deviations ". If no deviations are requested, the "Deviations " section shall state
that no deviations are included in the submittal.
3.02 ROUTING OF SUBMITTALS
A. Submittal data and routine correspondence should be routed as follows :
CFW06057
1. Supplier (or subcontractor) to Contractor (through representative if applicable) for
review process .
2. Contractor to Engineer for review and approval or comment.
3. Engineer to Contractor for further distribution to Owner and Owner's
Representative .
4. Contractor to Supplier (or subcontractor).
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY ,2010
MFG 01300 -3 SUBMITTALS
3.03 NUMBER OF PAPER COPIES REQUIRED
A. The Supplier shall submit all of the required number of copies in the original submittal.
The number of paper copies required is :
Contractor 2
Engineer's File 2
Supplier's Copy 1
Owner's Copies 3
Total (Minimum) 8
B. In addition to the paper copies , provide two (2) copies of all documents electronically.
Electronic copies shall be submitted on a CD .
3.04 ELECTRONIC FILES
A. The approved version of each submittal shall be provided in a PDF format viewable
with Adobe Acrobat Reader.
3.05 DISPOS ITION OF SUBMITTALS
A. The Eng ineer will first review the submittal contents for completeness and compliance
with this section. Partial or incomplete submittals or submittals made not in
accordance with the requirements of this section will be returned without any further
review.
B. After review , the Engineer shall mark each item with one of the following :
1. No Exceptions Taken -furnish item as submitted
2 . Exceptions As Noted -furnish item with changes as noted
3. Rev ise and Resubm it -revise and resubmit to incorporate Engineer's comments
4 . Rejected (item is not acceptable) -resubmit alternat ive item conforming to the
project requirements
C. Contractor will distribute reviewed copies as noted in paragraph 3.03 .
3.06 RESUBMISSION REQUIREMENTS
A. Shop Drawings:
1. Revise initial plans as required and resubmit as specified for initial submittal.
2 . Indicate on plans any changes , which have been made, including those requested
by the Engineer.
B . Product Data and Samples: Submit new data and samples as required for initial
submission .
3.07 REPETITIVE REVIEW
A. Submittals for each item will be reviewed not more than two times at the Engineer's
expense . All subsequent reviews will be performed at times convenient to the
Engineer and at no additional expense to the Owner. The Contractor shall pay the
Engineer based on the Engineer's then prevailing rates .
CFW06057
ALERT NOTIFICAT ION AND SECURITY IMPROVEMENTS
MFG 01300-4
ISSUE : 0
JULY ,2010
SUBMITTALS
B. The need for more than one resubmission or any other delay in obtaining Engineer's
review of submittals, will not entitle the Contractor to an extension of Contract Time .
3 .08 ENGINEER DUTIES
A. The submittal schedule shall allow suffic ient time for the Engineer to adequately
complete his review. A minimum of twenty-one (21) calendar days exclusive mailing
days shall be allotted for the review of each submittal. Allow more time for large,
voluminous, or complex submittals . The supplier assumes all responsibility for delays
due to incomplete or incorrect submission .
B. Affix stamp and signature, and indicate results of his review as specified in paragraph
3.04. Review of submittals shall not constitute approval of any deviation from the
requirements of these specifications and plans, unless those deviations are clearly
noted on the submittal as specified in Paragraph 3.01 .
C. Return submittals to Contractor for distribution and to the Owner and Owner's
Representative.
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01300 -5
ISSUE: 0
JULY, 2010
SUBMITTALS
SECTION 01310
CONSTRUCTION SCHEDULE
PART1 GENERAL
1.01 SCOPE
A. Prepare and submit a construction schedule that accomplishes the work, as described
in Section 01010, within the allotted time and adheres to the overall schedule and
project specific constraints listed herein.
B. Owner shall provide a Notice to Proceed for the work.
C. Complete the work in accordance with the schedule.
D. Update the schedules as necessary to reflect changes in the work and actual site
conditions. In no case shall the contract completion date be altered, unless specifically
approved by the Owner. Schedules shall be updated and submitted at least once per
month. The Owner may request updates more often if needed to coordinate the work.
E. Prepare and submit monthly progress reports.
F. Coordinate the Work with activities of the Owner and other contractors.
G. The Construction Schedule is a tool for the Contractor's and Owner's and/or
Engineer's Representative's use in executing and monitoring the progress of the Work.
Failure to include any items of Work in the schedule does not relieve the Contractor of
his responsibility to complete the work as specified in the Contract Documents.
1.02 RELATED WORK
A. General Provisions.
B. Section 0101 O -Summary of Work.
C. Section 01300 -Submittals.
D. Section 01370 -Schedule of Values.
1.03 SIGNIFICANCE OF CONSTRUCTION SCHEDULING DOCUMENTS
A. The percentage completion reported for each activity as listed in the monthly progress
report and prices of those activities as stated in Section 01370 will be used in part to
determine the amount of each monthly payment to the Contractor.
B. The CPM network diagram, bar charts, and monthly progress reports will be primary
references in evaluating claims for delay and requests for time extensions.
C. No monthly progress payments will be made to the Contractor until all required
scheduling reports and documents have been received and accepted by the Owner .
1.04 PROJECT SCHEDULING CONSTRAINTS
A. The submittals schedule shall allow sufficient time for the Engineer to adequately
complete their review. A minimum of fifteen (15) calendar days shall be allowed for
CFW06057 ISSUE : O
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS JULY , 2010
MFG 01310 -1 CONSTRUCTION SCHEDULE
the Engineer's review of each submittal. A minimum of seven (7) calendar days shall
be allowed for the Owner to review and transmit the Engineer's comments to the
Contractor. Allow more time for large, voluminous, or complex submittals. Delays
caused by resubmittal and subsequent reviews shall be the responsibility of the
Contractor.
B. The work must be completed in such a manner to allow the existing treatment plants to
operate at their maximum capacity throughout the duration of the project, except as
provided in this Section. The facilities on which the work is to be completed are
operating facilities and are critical components of the Owner's water supply system.
C. The following milestone dates and/or days after the date of commencement of work,
shall be met for the work indicated below:
1. Substantial Completion 1 ....................................... 60 days after notice to proceed
a. Westside Water Treatment Plant: Construction activities related to
underground electrical conduit, pole bases, and equipment pads. Coordinate
site work with Plant Contractor.
2. Substantial Completion 2 ...................................... 180 days after notice to proceed
a. Construction activities at the Rolling Hills Water Treatment Plant
b. Construction activities at the Lake Worth Dam
c. Construction activities related to the Security/Access Control System, except
at the Westside Water Treatment Plant.
3. Substantial Completion 3 ............................................................. October 15 , 2011
a. Construction activities at the Westside Water Treatment Plant. Coordinate
work with the Plant Contractor.
4. Final Completion 1 ................................................ 240 days after notice to proceed
a. Construction activities at the Rolling Hills Water Treatment Plant
b . Construction activities at the Lake Worth Dam
c. Construction activities related to the Security/Access Control System, except
at the Westside Water Treatment Plant.
5. Final Completion 2 ................................................................... December 15, 2011
a. Construction activities at the Westside Water Treatment Plant. Coordinate
work with the Plant Contractor.
6. For items 1, 3 and 5 above related to construction activities at the Westside Water
Treatment Plant, the Contractor shall closely coordinate construction activities
with the Plant Contractor currently constructing the water treatment facility.
Substantial and Final Completion dates indicated above may be modified
depending on the progress and schedule of the Plant Contractor. The Contractor
shall adjust his schedule as needed to ensure the security components are fully
operational prior to the Plant Contractor's final completion date. The Contractor
shall not unduly interfere with or delay the work of the Plant Contractor.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION
3.01 SCHEDULE DOCUMENTATION
A. Prepare and submit the following construction schedule within fifteen (15) days of the
date of effective date of the agreement.
B . Execute the Work in a manner consistent with the proposed schedule. Revise the
schedule monthly as necessary to reflect the actual conduct of work.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01310 -2
ISSUE : 0
JULY ,2010
CONSTRUCTION SCHEDULE
C . The Rolling Hills WTP shall have first priority in the commencement of construction .
Construction at the Village Creek WWTP may be started simultaneously or may be
started after commencement at Rolling Hills WTP .
D. Contractor shall coordinate his work to prevent damages or delays to concurrent work
completed by others under other construction contracts .
E. Except as specified herein , the Owner shall have continuous use of all facilities without
impediment or interference from the Contractor's operation .
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01310 -3
ISSUE : 0
JULY, 2010
CONSTRUCTION SCHEDULE
SECTION 01370
SCHEDULE OF VALUES
PART 1 GENERAL
1.01 SCOPE
A. The Contractor shall develop and submit to the Owner for approval a schedule of
values for the project .
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION
3 .01 SCHEDULE OF VALUES
A. Within fifteen (15) calendar days following the effective date of the Contract, the
Contractor shall submit to the Engineer, in triplicate, a tentative schedule of values (a
breakdown of each lump sum bid), which shall be used to determine partial payment
estimates and may be used to verify costs of credits, change orders, etc.
1. The tentative schedule of values will be reviewed by the Engineer to determine
whether, in his judgement, the schedule of values is of sufficient detail and if the
prices included are "unbalanced" or "front-end loaded", in an effort to inflate the
price of those items of work to be completed in the early stages of the work.
2. The Engineer will provide the Contractor with his comments and/or may request
additional information from the Contractor to justify certain item quantities and
prices therefore. On the basis of the Engineer's comments, the Contractor shall
revise and resubmit the tentative schedule for further review and/or approval.
3. Once the tentative schedule is accepted by the Project Manager, it shall become
the schedule of values to be used in determining partial payment estimates . Six
(6) copies of this schedule shall be submitted to the Engineer for distribution and
his use.
4 . No partial payment request (including the first) shall be approved until the
schedule of values has been approved by the Owner and the Engineer.
B. Each partial payment request by the Contractor shall include the approved schedule of
values, modified to indicate the total quantity and price of the work completed to the
date of the request. After acceptance of the Schedule of Values Submittal, no
modifications will be made to the schedule of values, except as required by approved
change orders .
C. In so far as possible, total quantities and unit prices shall be shown for all items of
work, separating for each item the materials and labor and such other sub-items as the
Contractor may desire. "Lump sum", "miscellaneous", and other such general entries
in the schedule shall be avoided whenever possible . Such items as Bond premiums,
insurance , temporary facilities and equipment storage may be listed separately in the
schedule of values, provided the costs can be substantiated. Overhead and profit
shall not be listed as separate items .
D. The sum of the items listed on the schedule of values shall equal the contract lump
sum price . The value for mobilization costs list in the Schedule of Value shall not
exceed 5% of the total contract price . No additional payment will be allowed if the
quantities shown on the schedule are less than those actually required to accomplish
the work, unless the quantities are altered by a change order.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01370 -1
ISSUE: 0
JULY , 2010
SCHEDULE OF VALUES
3.02 FORECASTS OF PAYMENTS
A. Within fifteen (15) days after the award of the Contract , prepare and submit to the
Engineer and Owner a chart forecasting the monthly partial payment amounts that are
anticipated for this project . During progress of the job, mark this chart to show actual
payments to date and revise the forecast of payments whenever the actual payment
varies by more than 10 percent from the forecast. Submit the revised chart to the
Engineer and Owner monthly .
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01370 -2
ISSUE : 0
JULY , 2010
SCHEDULE OF VALUES
SECTION 01430
OPERATION AND MAINTENANCE DATA
PART1 GENERAL
1.01 SCOPE
A. Provide operation and maintenance data for the equipment referenced in other
sections of these specifications .
B. Instruct Owner's personnel in maintenance of products and in operation of equipment
and systems.
C. Provide the following Operation & Maintenance Manuals:
1. Security and Access Control Systems
2 . Perimeter Protection Sysytems
3 . Alert Notification System
1.02 DEFINITIONS
A. Operation and Maintenance Data : All product-related information and documents,
which are required for preparation of the system Operation and Maintenance Manual ,
shall be supplied by the manufacturer for initial use during testing and startup .
B. Operation and Maintenance (O&M) Manual : All information and documents specially
developed by the Contractor for operation and maintenance of entire system based on
the Operation and Maintenance Data supplied by the manufacturer.
C. Preventive Maintenance Instructions: All information and instructions required by
operating personnel to keep a product or piece of equipment properly lubricated ,
adjusted, and otherwise maintained so that the item functions economically throughout
its full design life . The instructions shall include short and long-term maintenance
procedures .
D. Corrective Maintenance : All information and instructions required by operations
personnel to repair a product or piece of equipment in the field.
E. Short and Long-Term Storage Instructions: All information and instructions required to
store the equipment on site for a short and long duration prior to installation.
1.03 RELATED WORK
A. Section 01300 -Submittals .
B. Section 01640 -Manufacturer's Services .
C. Section 01720 -Project Record Documents:
D. Division 16-Equipment.
1.04 FORMAT OF SUBMITTALS
A. Prepare data in form of an instructional manual for use by Owner's personnel.
B. Format:
1. Size : 8-~ inches x 11 inches or 11 inches x 17 inches , folded.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY , 2010
MFG 01430 -1 OPERATION AND MAINTENANCE DATA
2. Paper:
a. 40-pound minimum, white, for typed pages .
b. Holes reinforced with plastic, cloth , or metal.
3. Text: Manufacturer's data printed or neatly typewritten.
4. Plans :
a . Provide reinforced punched binder tab bound in w ith text
b. Fold 11 inches x 17 inches plans to size of text pages
5 . Provide fly-leaf for each separate product or each piece of operating equipment:
a . Typed description of product tag number as shown in plans and specifications
and major component parts of equipment
b. Left-hand binding margin of 1.25 inches
c. Indexed tabs
6. Cover: Identify each volume with typed or printed title "OPERATION AND
MAINTENANCE MANUAL". List:
a . Title of Project
b. Identity of separate structure as applicable
c. Identity of general subject matter covered in the volume
C. Organization and Packaging :
1. Submit data in a 3-ring binder arranged in logical sequence; neatly boxed in
cardboard boxes .
2. Provide a table of contents for each box.
3. Label exterior of each box with typewritten labels indicating the titles of contents.
4. Use dividers between major categories of information such as operating
instructions, preventive maintenance instructions, etc. When necessary, place
each major category in a separate box.
5. Identify products by their functional names and tag number in the table of contents
and at least once in each chapter or section. Thereafter, abbreviations and
acronyms with the tag number may be used if their meaning is explained in a table
in the back of each box . Exclusive use of model or catalog numbers or letters for
identification is not acceptable.
D. Do not staple pages, plans, and illustrations.
E. An electronic form of the approved O&M Manual shall be provided in PDF format
viewable with Adobe Acrobat Reader.
1.05 QUALITY ASSURANCE
A. Preparation of operation and maintenance data shall done by personnel :
1. Trained and experienced in operation and maintenance of described products.
2 . Familiar with requirements of this section.
3. Skilled as technical writer to the extent required for communicating essential data.
4 . Skilled as draftsman competent to prepare required plans.
1.06 GENERAL REQUIREMENTS
A. Complete and detailed O&M Manual for overall system shall be provided in English
and Spanish . The literature and manuals with Operation and Maintenance Data for
each subassembly shall be written in either English or Spanish.
B. All dimensions and units shall be in accordance with the following table.
CFW06057
ALERT NOTIFICAT ION AND SECURITY IMPROVEMENTS
MFG 01430 - 2
ISSUE : 0
JULY , 2010
OPERATION AND MAINTENANCE DATA
Linear measures
Flow rate
Total dynamic head (TDH)
Hydraulic surface elevation and
headless
Power
Weight
Volumes
Bolt Sizes
Stresses
Forces
Feet
U.S. Gallons per minute (gpm) or million gallons
per day (mgd)
Feet
Feet
Horsepower
Pounds
U.S. Gallons
Inches or fractions thereof
Pounds per square inch
Pounds , kips
C . Include , as a minimum requirement, the following items:
1. Tracing , photocopy , or other suitable reproduction of the equipment nameplates .
2 . Equipment performance curves where applicable .
3. Pre-installation , short and long-term storage and handling , installation , and start-
up instructions .
4. Name , address , and telephone number of the manufacturer.
5. Name , address , and telephone number of source of replacement parts and
service nearest to the project site.
6. Complete detailed written preventive short and long-term maintenance
instructions as defined in paragraph 1.02 .B. of this section for each system and
subassembly .
7. Recommended spare parts lists for one year of operation and life expectancy of
each part .
8. Written explanations of all safety considerations relating to operation or
ma intenance procedures .
9. Parts lists showing parts and catalog numbers with exploded view showing
interrelationship of parts .
10 . A written explanation with illustrations as required for each preventive
maintenance task .
11 . Recommended schedule for execution of preventive maintenance tasks .
12 . Lubrication and other consumables charts , including rate of consumption and
alternate lubricants .
13. Troubleshooting instructions and diagnostic procedures.
14 . List of required maintenance tools and equipment.
1.07 CONTENT OF MANUAL
A. Neatly typewritten table of contents for each volume, arranged in systematic order.
CFW06057
1. Contractor, name of responsible principal, address , telephone number, and e-mail
address (if available).
2. A list of each product required to be included , indexed to content of the volume.
3. List with each p roduct, name, address , telephone number, and e-mail address (if
available) of:
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE: 0
JULY , 2010
MFG 01430 - 3 OPERATION AND MAINTENANCE DATA
a. Subcontractor or installer.
b . Identify area of responsibility.
c . Local source of supply for parts and replacement.
4. Identify each product-by-product name and other identifying symbols as set forth
in Contract documents .
B. Product Data:
1. Include only those sheets that are pertinent to the specific product .
2 . Annotate each sheet to:
a . Clearly identify specific product or part installed
b. Clearly identify data applicable to installation
c. Delete reference to inapplicable information
C. Plans :
1. Supplement product data with plans as necessary to clearly illustrate:
a . Relations of component parts of equipment and systems
b . Control and flow diagrams
2 . Coordinate plans with information in Project Record Documents to assure correct
illustration of completed installation.
3. Do not use Project Record Plans as maintenance plans.
D . Written text, as required to supplement product data for the particular installation :
1. Organization in consistent format under separate headings for different
installation .
2. Provide logical sequence of instructions of each procedure.
E. Copy each warranty , bond , and service contract issued . Provide information sheet for
Owner's personnel giving the following:
1. Proper procedure in event of failure
2. Instances that might affect validity of warranties or bonds
1.08 MANUAL FOR MATERIALS AND FINISHES
A. Content for architectural products , applied mate rials, and finishes shall include:
1 . Manufacturer's data giving full product information .
a . Catalog number, size, composition
b . Color and texture designations
c. Information required for reordering specially manufactured products
2. Instructions for care and maintenance.
a . Manufacturer's recommendation for types of cleaning agents and methods
b . Cautions against cleaning agents and methods which are detrimental to
product
c. Recommended schedule for cleaning and maintenance
B . Content for moisture protection and weather exposure products shall include :
1. Manufacturer's data giving full product information .
a . Applicable standards
b. Chemical composition
c . Details of installation
2. Instructions for inspection , maintenance , and repair.
C . Refer to respective specifications sections for additiona l requirements for maintenance
data.
CFW06057
ALERT NOTIFICAT ION AND SECURITY IMPROVEMENTS
MFG 01430 - 4
ISSUE: 0
JULY , 2010
OPERAT ION AND MAIN T ENANCE DATA
1.09 MANUAL FOR EQUIPMENT AND SYSTEMS
A. Content for each unit of equipment and system shall include:
1. Description of unit and component parts .
a. Function, normal operating characteristics , and limiting conditions
b. Performance curves, engineering data, and tests
c. Complete nomenclature and commercial number of replaceable parts
2. Operating procedures .
a. Startup , break-in, routing, and normal operating instructions
b. Regulation , control, stopping, shutdown, and emergency instructions
c. Summer and winter operating instructions
d . Special operating instructions
3. Maintenance procedures .
a. Routine operations
b. Guide to troubleshooting
c. Disassembly, repair, and re-assembly
d. Alignment, adjustment, and checking
4 . Servicing and lubrication schedule .
a. List of lubricants required
5. Manufacturer's printed operating and maintenance instructions
6 . Description of sequence of operation by control manufacturer
7. Original manufacturer's parts list, illustrations, assembly plans, and diagrams
required for maintenance .
a . Predicted life of parts subject to wear
b. Items recommended to be stocked as spare parts
8. As-installed control diagrams by controls manufacturer.
9. Each contractor's coordination plans.
a. As-installed color-coded piping diagrams
10. Charts of valve tag numbers with location and function of each valve .
11. List of original manufacturer's spare parts, manufacturer's current prices , and
recommended quantities to be maintained in storage.
12. Other data as required under pertinent sections of the specifications .
B. Content for each electric and electronic system as appropriate shall include:
1. Description of system and component parts .
a . Function, normal operating characteristics , and limiting conditions
b. Performance curves , engineering data, and tests
c. Complete nomenclature and commercial number of replaceable parts
2. Circuit directories of panelboards.
a. Electrical service
b. Controls
c. Communications
3. As-installed color-coded wiring diagrams.
4 . Operating procedures .
a. Routine and normal operating instructions
b. Sequences required
c. Special operating instructions
5. Maintenance procedures .
a. Routine operations
b. Guide to troubleshooting
c. Disassembly , repair, and re-assembly
d . Adjustment and checking
6. Manufacturer's printed operating and maintenance instructions .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY ,2010
MFG 01430 -5 OPERATION AND MAINTENANCE DATA
7. List of orig inal manufacturer's spare parts , manufacturer's current prices, and
recommended quantities to be maintained in storage .
8 . Other data as required under pertinent sections of the specifications .
C. Prepare and include additional data when the need for such data becomes apparent
during instruction of Owner's personnel.
D. Refer to respective sections of the specifications for additional requirements for
operating and maintenance data .
1.10 SU BM ITT AL SCHEDULE
A. Adequate Operations and Maintenance Data shall be submitted for initial use in testing
and startup .
B. Submit draft O&M Manual to the Owner no later than 50% of physical completion .
C. Submit final O&M Manual to the Owner no later than 90% of physical completion or
two (2) months before the substantial completion , whichever is earlier.
D. Submit updated Operation and Maintenance Data to the Owner as it becomes
available .
E. Submit documents in accordance w ith Section 01300 .
F. Attach a letter of transmittal with each submittal and include the following in the letter:
1. Date of submittal
2. Contract title and number
3. Supplier's name and address
4 . List of attachments and specification sections to which they relate
5. Reference to or explanation of any related submittals previously submitted or to
be submitted at a future date
G. The Owner may withhold an additional ten (10) percent of progress payments until
satisfactory operation and maintenance data has been submitted.
1.11 INSTRUCTION OF OWNER 'S PERSONNEL
A. Prior to final inspection or acceptance , fully instruct Owner's designated operating and
maintenance personnel in operation , adjustment , and maintenance of products,
equipment , and systems .
B. O&M Manual shall constitute the basis of instruction. The O&M Manual shall be
approved prior to conducting training . Review contents of O&M Manual with Owner's
operating and maintenance personnel in full detail to explain all aspects of operating
and maintenance considerations .
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
CFW06057
END OF SECTION
ALERT NOTIFICAT ION AND SECURITY IMPROVEMENTS
MFG 01430 -6
ISSUE : 0
JULY ,2010
OPERAT ION AND MAINTENANCE DATA
SECTION 01500
CONSTRUCTION TEMPORARY FACILITIES AND CONTROLS
PART1 GENERAL
1.01 DESCRIPTION
A. The facilities and controls specified in this section are considered minimum for the
project. The Contractor shall provide additional facilities and controls, which he
considers necessary for the proper execution of the work and to meet his
responsibilities for protection of persons, property, and the environment.
B. The Contractor shall furnish facilities and equipment that will be efficient, appropriate,
and large enough to secure a satisfactory quality of work and a rate of progress that
will ensure the completion of the work within the contract time stipulated in the
Contract Documents. If at any time such facilities appears to the Owner's
Representative to be inefficient, inappropriate , or insufficient for securing the quality of
work required or for producing the rate of progress specified, he may order the
Contractor to increase the efficiency, change the character, or increase the facilities
and equipment at the expense of the Contractor, and the Contractor shall conform to
such order. Failure of the Owner's Representative to give such order shall in no way
relieve the Contractor of his obligations to secure the quality of work and rate of
progress required .
C. The Contractor shall limit his operations to the designated storage area and work
areas. The Contractor shall not use any of the Owner's facilities nor the facilities of
other Contractors . Use of any area other than the designated storage and work areas
shall be by prior written approval of the Owner's Representative . Use of any staging or
storage areas is subject to weather impact. The Contractor, at his option , may elect to
provide certain improvements to counter effects of the weather. Regardless, the
Contractor shall be responsible for restoring areas used by his forces for staging and
storage, to their pre-construction condition or better.
1.02 SUBMITTALS AND APPROVALS
A. Submit plan of temporary facilities noting location of all temporary facilities including
storage areas and areas where hazardous or dangerous materials or waste will be
stored .
B. Obtain any necessary permits and or approvals necessary for the storage of fuels,
lubricants, paints or other hazardous or dangerous materials or waste.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION
3.01 PERMITS
A. The Contractor is responsible for obtaining all regulatory permits required for the
temporary facilities, if needed.
3 .02 BUILDINGS
A. Contractor's Field Office
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01500 -1
ISSUE : 0
JULY, 2010
CONSTRUCTION TEMPORARY FACILITIES
AND CONTROLS
1. The Contractor may provide a temporary field office for his use at the project site
on an approved location .
2 . The building shall be weatherproof with a lockable door with adequate
illumination .
3.03 UTILITIES
A. Sanitary Facilities : The Contractor shall provide and maintain toilet units and other
sanitary facilities for his employees and subcontractor's employees that will comply
with the regulations of the City of Fort Worth and local health departments , OSHA , and
as directed by the Owner's Representative. Chemical toilets , if used, shall be of
watertight construction . The Contractor shall provide a minimum of one toilet per 10
employees . Chemical toilets shall be maintained by the Contractor until the
completion of construction or as directed by the Owner's Representative . Upon
completion of the work , all sanitary facilities shall be removed and the areas restored
to its original condition. Contractor's personnel shall not be permitted to use Owner's
Representative's sanitary facilities and shall be required to use Contractor provided
facilit ies .
B. Air, Steam, and Water for Construction :
1. The Contractor shall arrange for all necessary temporary air, steam , and water
services including securing of any necessary permits and the temporary piping
and appurtenances required therefor, as may be required for the cleaning and
testing of pipelines and equipment necessary for his work .
2 . The Contractor shall make the necessary arrangements to supply water required
for testing of the pipelines and equipment necessary for his work prior to
acceptance of the work .
3 . Cost of water usage and permit shall be borne by the Contractor.
C. Light and Power for Construction:
1. The Contractor shall determine the type and amount required , and make
arrangements for providing temporary electric power with sufficient power capacity
to meet the reasonable need of the Contractor and all subcontractors .
2 . The Contractor shall maintain the temporary electric power system during the
Contract period at his expense . Electrical power for the Contractor's construction
trailers and associated equipment shall also be supplied and paid for by the
Contractor, if applicable .
3 . Temporary power installation shall meet the construction safety requirements of
National Electrical Code, Federal (OSHA), City of Fort Worth , and other governing
agencies .
4 . Electrical service shall be of adequate capacity for all lights, construction tools ,
and equipment without overloading the temporary facilities . The temporary
systems and their components shall be furnished and installed in conformance
with the requirements of the National Electrical Code and all local authorities
having jurisdiction .
3.04 FIRE EXTINGUISHERS
A. The Contractor shall provide portable UL-rated , Class ABC dry chemica l fire
extinguishers for temporary offices and similar spaces . In other locations , provide
portable UL-rated , Class ABC dry chemical extinguishers , or a combination of NFPA
recommended Classes for exposure . Comply with NFPA 10 and 241 for classification ,
extinguishing agent and size required by location and class of fire exposure .
CFW06057
ALERT NOTIFICAT ION AND SECURITY IMPROVEMENTS
MFG 01500 -2
ISSUE: 0
JULY , 2010
CONST RUCTION TEMPORARY FACILITIES
AND CONTROLS
3.05 SITE MAINTENANCE
A. The Contractor shall limit his operations and storage of equipment and materials to the
areas designated and as directed by the Owner's Representative .
B. Except as provided herein , no sidewalk, private property , or other area adjacent to the
plant site shall be used for storage of the Contractor's equipment and materials unless
prior written approval is obtained from the legal owner.
C. The Contractor shall maintain the area during construction in a manner that will not
obstruct operations of existing facilities. The Contractor shall proceed with his work in
an orderly manner, maintaining the construction site free of debris and unnecessary
equipment or materials.
D. At all times, maintain areas covered by the Contract and Owner's properties free from
accumulations of waste, debris, and rubbish caused by construction operations.
Follow cleaning procedures outlined in Section 01710 .
E. Provide approved containers if needed for collection and disposal of waste materials ,
debris, and rubbish .
F. Excavated materials shall be removed from the site in a manner that will cause the
least damage to adjacent lawns, grassed areas , trees, gardens , shrubbery, or fences
regardless of whether these are on Owner's or other private property or on public
rights-of-way .
3 .06 CONSTRUCTION AIDS
A. Furnish, install, and maintain required construction aids :
1. Provide construction aids required by personnel and to facilitate the execution of
the work: scaffolds, staging, ladders , stairs, ramps, runways, platforms, railings ,
hoists , cranes, chutes, and other such facilities and equipment.
2. When permanent stair framing is in place, provide temporary treads, platforms,
and railings for use by construction personnel.
3 .07 SECURITY AND TEMPORARY PROTECTION
A. The Contractor shall furnish, install, and maintain suitable barriers and protections to
protect the work, existing facilities, and existing roads from construction operations .
Damage to existing roads caused by the Contractor's vehicles shall be repaired by the
Contractor at no cost to the Owner. Damage to existing roads that is considered a
safety issue by the Owner shall be repaired immediately by the contractor at no
additional cost to the Owner.
B. The Contractor will take all necessary measures and be solely responsible for the
protection of temporary facilities, finished construction areas , equipment, and materials
at the site until the project has been completed and accepted by the Owner. The
Contractor shall repair and restore any and all damage to finished work to its original
or better state at no cost to the Owner.
3.08 SAFETY AND CONSTRUCTION SIGNS INSTALLATION
A. The Contractor shall install safety and hazardous warning signs , such as
"CAUTIONM'ATCH STEP ", "DANGER/HIGH VOLTAGE ", "DANGER/HAZARDOUS
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01500 -3
ISSUE: 0
JULY , 2010
CONSTRUCTION TEMPORARY FACILITIES
AND CONTROLS
CHEMICAL", "NO SMOKING ", etc., to meet the construction safety requirements of
Federal (OSHA), City of Fort Worth , and other governing agencies .
B. The Contractor shall install information signs with NFPA hazard rating data for all
haza rdous materials to provide fire fighters adequate information in case a fire hazard
occurs on the construction site.
3.09 TEMPORARY STORAGE FACILITIES
A. Prior to starting the work , the Contractor shall submit to the Engineer or Owner's
Representative a layout for temporary storage facilities . The proposed storage
facilities shall be located inside the areas as indicated on the plans . Where indicated
onsite space for temporary storage facilities is limited , the allocation of the available
space will be made by the Engineer or Owner's Representative . Should the
Contractor require space in addition to that allocated , the Contractor shall make his
own arrangements for storage of materials and equipment in locations off the
construction site.
B. For the allocated space, the Contractor shall submit to the Engineer or Owner's
Representative for approval, a proposed plan and layout for all temporary facilities and
services , including water, sanitary, power, and telephone .
C . The Contractor shall erect , or provide as approval , temporary storage buildings of the
various sizes as required for the protection of mechanical and electrical equipment and
mate rials as recommended by manufacturers of such equipment and materials. The
buildings shall be provided with such environmental control systems that meet
recommendations of manufacturers of all equipment and materials stored in the
buildings . The buildings shall be of sufficient size and so arranged or partitioned to
provide security for their contents and provide ready access for inspection and
inventory. At or near the completion of the work, the temporary storage buildings shall
be dismantled , removed from the site , and shall remain the property of the Contractor.
D. Combustible materials (paints, solvents, fuels , etc.) shall be stored in a well-ventilated
building separated from other buildings . This building shall comply with local building
and fi re codes governing such storage areas .
E. The Contractor shall construct temporary storage yards for the storage of materials
that are not subject to damage by weather conditions. Materials such as pipe and
reinforcing and structural steel shall be stored on pallets or racks , off the ground, and
in a manner that allows ready access for inspection and inventory. Temporary gravel
surfacing of the storage yards shall meet with the approval of the Engineer or Owner's
Representative .
3.10 ACCESS AND PARKING AREAS
A. Access to the project sites for construction personnel, materials , and equipment shall
be through the main entrance of each plant. Signs shall be installed, if needed to
divert all traffic to that gate, including signs inside the plant site. Location of job sign
will be as directed by the Owner's Representative .
B. Contractor and subcontractor parking areas shall be as directed by the Owner.
C. The Contractor shall control vehicular traffic and parking to preclude interference
access by emergency vehicles or operations of existing facilities .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01500 -4
ISSUE: 0
JULY , 2010
CONST RUCTION TEMPORARY FACILITIES
AND CONTROLS
D. The Contractor shall limit the number of vehicles on site to minimum required for the
work in progress .
E. Traffic control and protective devices used shall conform to the Manual on Traffic
Control Devices for Streets and Highways . Barricades, warning signs , flares , flashing
devices , and flag persons shall be provided by the Contractor.
3.11 FIRST AID FACILITIES
A. Maintain at a well-known location at the job site all articles for giving first aid to the
injured . Make standing arrangements for the immediate removal of persons , including
employees , who may be injured on the job site to a hospital or a doctor's care. In no
case shall employees be permitted to work at a job site before the employer has made
standing arrangements for removal of injured persons to a hospital or a doctor's care .
3 .12 REMOVAL OF TEMPORARY FACILITIES AND CONTROLS
A. Prior to final inspection , remove all temporary buildings , sanitary conveniences , signs ,
and other items . Remove , as required , all temporary roads and parking areas . Clean
up all construction areas at the site .
B. In unfinished areas , the site shall be left in a condition that will restore original
drainage, evenly graded , seeded, or planted as necessary, and left with an
appearance equal to , or better than original.
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01500 -5
ISSUE : 0
JULY , 2010
CONSTRUCTION TEMPORARY FACILITIES
AND CONTROLS
SECTION 01600
GENERAL MATERIAL AND EQUIPMENT STIPULATIONS
PART1 GENERAL
1.01 SCOPE
A. All material and equipment furnished and installed under this Contract shall conform to
the general stipulations set forth in this section , except as otherwise specified in other
sections .
8. Provide material and equipment as specified conforming to the following :
1. New and in current production, conforming to applicable specifications and
standards .
2 . Comply with size , make , type, and quality specified unless specifically authorized
in writing by the Engineer.
3. Manufactured and fabricated products .
a. Design , fabricate , and assemble in accordance with good engineering and
shop practices.
b. Manufacture like parts of duplicate units to standard sizes and gauges, to be
interchangeable .
c. Products shall be suitable for service conditions .
d . Equipment capacities, sizes, and dimensions shown or specified shall be
adhered to unless variations are specifically approved in writing .
C. Material and equipment installed in chemical storage or use areas shall be designed to
operate under the corrosive service conditions that exist in that area .
1.02 RELATED WORK
A. Section 01300 -Submittals .
8 . Section 01640 -Manufacturer's Services .
C. Section 01650 -Testing , Adjusting , Balancing , Demonstration , and Startup of
Systems.
1.03 MANUFACTURER'S EXPERIENCE
A. Unless specifically named in the specifications, a manufacturer shall have furnished
equipment of the type and size specified, which has been in successful operation for
not less than the past five (5) years .
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION
3.01 CONTRACTOR'S SELECTION OF MATERIALS AND EQUIPMENT
A. Coordinate all details of the equipment with other related parts of the work , including
verification that all structures , piping , wiring , and equipment components are
compatible.
B. For products specified only by reference standard , select a product meeting that
standard .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01600 -1
ISSUE : 0
JULY , 2010
MATERIAL AND EQUIPMENT ST IPULATIONS
C . For products specified by naming several products or manufacturers, select any one of
the products or manufacturers named, which complies with the specifications.
D. For products specified by naming one or more products or manufacturers, "or
approved equal", "or approved equivalent", the Contractor must submit a request for
substitution for any product or manufacturer not specifically named.
E. For products specified by naming only one product and manufacturer, there is no
option .
3.02 SUBSTITUTIONS
A. The Contractor shall be responsible for all structural and other alterations in the Work
requi red to accommodate equipment differing in parameters, dimensions , or other
characteristics from that contemplated in the contract documents.
B. For a period of thirty (30) days after contract date, the Engineer will consider written
requests from the Contractor for substitution of products or manufacturers.
C. The Contractor shall submit a separate request for each product or manufacturer,
supported with complete data, with plans and samples as appropriate, including:
1. Comparison of the qualities of the proposed substitution with that specified .
2 . Changes required in other elements of the work because of the substitution .
3 . Effect on the construction schedule .
4 . Cost data comparing the proposed substitution with the product specified.
5 . Listing of any required license fees or royalties.
6. Availability of maintenance service, and source of replacement materials .
D. The Engineer shall be the sole judge of the acceptability of the proposed substitution.
E. In su bmitting a request for a substitution, the Contractor represents to the Owner and
Engineer that he:
1. Has investigated the proposed product and determined that it is equivalent to or
superior in all respects to that specified.
2. Will provide the same or superior warranties or bonds for the substitution as for
t he product specified .
3. Will coordinate the installation of an accepted substitution into the work, and make
all other changes as may be required to make the work complete in all respects.
4. Waives all claims for additional costs, under his responsibility , which may
subsequently become apparent.
F. The Engineer will review requests for substitutions with reasonable promptness, and
notify Contractor, in writing, of the decision to accept or reject the requested
substitution . The Engineer shall be the sole judge of the acceptability of any proposed
substitution . The Engineer may request additional fees for reviewing substitutions and
such fes will be deducted from the Contract Price. If additional fees are requested by
the Engineer, the Engineer will provide the cost to the Owner prior to reviewing the
information.
G . Structural, mechanical, and electrical changes that are necessitated because the
Contractor selects equipment with dimensional , power , or mechanical differences from
that shown on the plans shall be made by the Contractor at no additional cost to the
Owner. All engineering costs associated with revisions shall be borne by the
Contractor.
CFW06057
ALERT NOTIFICAT ION AND SECURITY IMPROVEMENTS
MFG 01600 -2
ISSUE : 0
JULY ,2010
MATERIAL AND EQUIPMENT STIPULATIONS
3.03 WORKMANSHIP AND MATERIALS
A. The Contractor shall guarantee all equipment against faulty or inadequate design ,
improper assembly or erection , defective workmanship or materials , and leakage ,
breakage, or other fa ilure. Materials shall be suitable for service conditions .
B . All equipment shall be designed , fabricated , and assembled in accordance with
recognized and acceptable engineering and shop practice . Individual parts shall be
manufactured to standard sizes and thicknesses so that repair parts , furnished at any
time , can be installed in the field . Like parts of duplicate units shall be
interchangeable . Equipment shall not have been in service at any time prior to
delivery , except as required by tests.
C . Except where otherwise specified , structural and miscellaneous fabricated steel used
in equipment shall conform to AISC standards . All structural members shall be
designed for shock or vibratory loads . Unless otherwise specified , all steel , which will
be submerged all or in part during normal operation of the equipment, shall be at least
Y4-inch th ick.
D . Manufacturer shall supply to the Owner a Certificate of Compliance on equipment
furnished that it meets the specification requirements .
3.04 ANCHOR BOLTS
A. Equipment suppliers shall furnish suitable anchor bolts for each item of equipment.
Anchor bolts , together with templates or setting plans , shall be delivered sufficiently
early to permit setting the anchor bolts when the structural concrete is place . Anchor
bolts shall comply with the anchor bolts and expansion anchors section , and , unless
otherwise specified , shall be at least 3/4-inch in diameter.
B . Unless other indicated or specified, anchor bolts for items of equipment mounted on
baseplates shall be long enough to permit 1-1 /2 inches of grout beneath the baseplate
and provide adequate anchorage into structural concrete .
3.05 SPECIAL TOOLS AND ACCESSORIES
A. Equipment requiring periodic repair and adjustment shall be furnished complete with
all special tools , instruments , and accessories required for proper maintenance.
Equipment requiring special devices for lifting or handling shall be furnished complete
with those devices .
3 .06 SHOP PAINTING
A. All steel and iron surfaces shall be protected by suitable coatings applied in the shop.
Surfaces , which will be inaccessible after assembly , shall be protected for the life of
the equipment. Coatings shall be suitable for the environment where the equipment is
installed . Exposed surfaces shall be finished, thoroughly cleaned and filled , as
necessary , to provide a smooth , uniform base for painting . Electric motors , speed
reducers , starters , and other self-contained or enclosed components shall be shop-
primed or finished with an oil-resistant enamel or universal-type primer suitable for top
coating in the field with a universal primer and aliphatic polyurethane system .
B. Surfaces to be coated after installation shall be prepared for painting as recommended
by the paint manufacturer for the intended service , and then shop-painted with one or
more coats of the specified primer. Unless other specified , the shop prime r for steel
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01600 -3
ISSUE: 0
JULY, 2010
MATERIAL AND EQUIPMENT STIPULAT IONS
and iron surfaces shall be Ameren "Amercoat 385 Epoxy", Carboline "Carboguard 888
Primer", or Tnemec "Series N27 S.T. Typoxy".
C. Machined, polished, and nonferrous surfaces , which are not to be painted, shall be
coated with rust-preventive compound, Houghton "Rust Veto 344".
3.07 PREPARATION FOR SHIPMENT BY MANUFACTURERS
A. All equipment shall be suitably packaged to facilitate handling and to protect against
damage during transit and storage . All equipment shall be boxed , crated, or otherwise
completely enclosed and protected during shipment , handling, and storage . All
equipment shall be protected from exposure to the elements and shall be kept dry at
all time .
B. Painted surfaces shall be protected against impact , abrasion, discoloration, and other
damage . Painted surfaces which are damaged prior to acceptance of equipment shall
be repaired to the satisfaction of Engineer's or Owner's Representative.
C. Grease and lubricating oil shall be applied to all bearings and similar items when
preparing the shipment.
D. Each item of equipment shall be tagged or marked as identified in the delivery
schedule or on the Shop Drawings . Complete packing lists and bills of material shall
be included with each shipment.
3.08 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT
A. Arrange deliveries of products in accordance with construction schedules ; coordinate
to avoid conflict with work and conditions at the site .
B. Immediately on delivery, inspect shipments to assure compliance with requirements of
Cont ract Documents and approved submittals, and that the products are properly
protected and in undamaged condition, in manufacturer's original containers or
packaging, with identifying labels intact and legible .
C. Provide equipment and personnel to handle products by methods to prevent soiling or
damage to products or packaging.
3.09 STORAGE AND PROTECTION OF MATERIALS AND EQUIPMENT
A. Upon delivery, all materials and equipment shall immediately be stored and protected
in accordance with manufacturer's recommendations until installed in the Work.
B. Indoors:
1. Store products in accord with manufacturer's instructions, with seals and labels
intact and legible.
2. Store products subject to damage by the elements in weathertight enclosures .
3. Maintain temperature and humidity within the ranges required by manufacturer's
instructions for all materials and equipment. In general, pumps, motors , electrical
equipment , and all equipment with antifriction or sleeve bearings shall be stored in
weathertight structures maintained at a temperature above 60°F. Equipment,
controls , and insulation shall be protected against moisture and water damage .
C . Outdoors :
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01600 -4
ISSUE : 0
JULY , 2010
MATERIAL AND EQUIPMENT STIPULATIONS
1. Store fabricated products above the ground , on blocking or skids ; prevent soiling
or staining . Cover products, which are subject to deterioration with impervious
sheet coverings , shall provide adequate ventilation to avoid condensation.
2 . Store loose granular materials in a well-drained area on solid surfaces to prevent
mixing with foreign matter.
3. Arrange storage in a manner to provide easy access for inspection . Make
periodic inspections of stored products to assure that products are maintained
under specified conditions , and free from damage or deterioration .
D. Materials and equipment shall not show any pitting , rust, decay , or other deleterious
effects of storage when installed in the work.
E. Contractor may store materials and equipment in bonded warehouse off-site subject to
Owner's approval.
3 .10 COMPLIANCE WITH MANUFACTURER'S INSTRUCTIONS FOR INSTALLATION
AND OPERATION
A. All equipment shall not be installed or operated except by , or with the guidance of,
qualified personnel having the knowledge and experience necessary to obtain proper
results . When so specified, or when employees of the Contractor or subcontractors
are not qualified , such personnel shall be field representatives of the manufacturer of
the equipment or materials being installed . Qualified field representatives shall be
provided by each equipment manufacturer as specified in Section 01640 .
B. When Contract Documents require that installation of work shall comply with
manufacturer's printed instructions , obtain and distribute copies of such instructions to
parties involved in the installation , including two (2) copies to the Engineer's or
Owner's Representative . Maintain one set of complete instructions at the job site
during installation and until completion .
C. Handle , install , connect, clean , condition , and adjust products in strict accordance with
such instructions and in conformity with specified requirements.
D. Should job conditions or specified requirements conflict with manufacturer's
instruction , consult with the manufacturer for further instructions .
E. Do not proceed with work without clear instructions .
F. Perform work in accordance with manufacturer's instructions. Do not om it any
preparatory step or installation procedure unless specifically authorized in writing by
the manufacturer.
G . Manufacturer shall supply to the Owner a Certificate of Proper Installation that it has
been installed in accordance with the manufacturer's instructions .
H. All equipment installed under this Contract shall be placed into successful operation
after proper testing , adjusting , balancing , demonstration, and startup as specified in
Section 01650 .
3 .11 PROTECTION AFTER INSTALLATION
A. Provide substantial coverings as necessary to protect installed products from damage
from traffic and subsequent construction operations . Remove when no longer needed .
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01600 -5
ISSUE : 0
JULY , 2010
MATERI AL AND EQU IPMENT ST IP U LATIONS
SECTION 01640
MANUFACTURERS' SERVICES
PART1 GENERAL
1.01 DEFINITIONS
A. Person-Day: One person for one (1) days consisting of eight (8) hours at the project
site.
1.02 CONTRACTOR'S RESPONSIBILITIES FOR MANUFACTURER'S FIELD SERVICES
AND FIELD TESTING
A. The Contractor shall provide and pay for the services of manufacturer's
representatives to perform the specified services and all costs associated with field
testing of equipment.
B. The Contractor shall schedule manufacturer's field services and all field testing to
avoid conflicting with other field testing or other manufacturer's field services .
C. The Contractor's responsibilities for field testing shall include:
1. Provide all required materials, labor, equipment, and power required for testing .
2. Perform all tests in presence of the Owner's and/or Engineer's Representative.
3 . Prepare and submit to Engineer five (5) copies of written reports detailing the
results of the tests and identifying corrective action for materials and equipment
that fail to pass field tests.
4. Repair all materials and equipment that fail during testing with no additional
compensation.
D. Related requirements specified elsewhere:
1. Inspections and testing required by laws, ordinances, rules, regulations, orders , or
approvals of public authorities: conditions of Contract.
2. Certification of products as specified in respective specification sections.
3. Test, adjust, and balance equipment as specified in respective specification
sections.
4. Field tests required and standards for testing as specified in respective
specification sections .
1.03 SUBMITTALS
A. Trip Reports: Submit a written trip report within one (1) week of each site visit stating
purpose for visit, observation, and recommendations .
B. Quality Control Submittals : Complete and submit seven (7) copies of Manufacturer's
Certificate of Proper Installation to the Engineer, through the Contractor. One form is
appended at end of this section.
C. Training Schedule : Submit not less than thirty (30) calendar days prior to substantial
completion and revise as necessary for acceptance .
D. Preliminary Training Plan: Submit thirty (30) days prior to Project Completion.
E. Final Training Plan : Submit after training coordination meeting.
F. Training Materials :
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY , 2010
MFG 01640 -1 MANUFACTURERS' SERVICES
1. Submit written outlines of proposed training sessions not less than ninety (90)
calendar days prior to substantial completion .
2. Furnish complete training materials , to include operation and maintenance data as
required in this section to be retained by each trainee .
1.04 QUALIFICATION OF MANUFACTURER'S REPRESENTATIVE
A. Authorized representative of the manufacturer, factory trained , experienced in the
technical applications , installation , operation, and maintenance of respective
equipment , subsystem , or system, and capable of providing a quality training program
for the Owner's staff. Representative subject to acceptance by Owner and Engineer.
No substitute representatives will be allowed unless prior written approval by Engineer
has been given.
1.05 MINIMUM REQUIREMENTS FOR FIELD SERVICES PROVIDED BY
MANUFACTURER'S REPRESENTATIVE
A. Where manufacturers' field services are specified, furnish manufacturer's qualified
representative .
B. Schedule manufacturer's field services . Avoid conflicting with other field testing or
other manufacturer's field services . Determine that all conditions necessary to allow
successful testing have been met before scheduling services .
C. Manufacturer's field services shall include as a minimum :
1. Inspecting existing site facilities prior to starting work and factoring in all
constraints in equipment design and configuration .
2 . Inspection, checking , and adjustment as required for equipment to function as
warranted by manufacturer and necessary to furnish written approval of
installation .
3 . Performing periodic visits to site during construction to assure installation
tolerance and methods meet manufacturer and industry standards .
4 . Revisiting the site as required to correct problems and until equipment installation
and operation are acceptable to the Owner's and/or Engineer's Representative.
5. Resolution of assembly or installation problems attributable to, or associated with,
respective manufacturer's products and systems.
6 . Assistance during functional and performance testing and start-up demonstration ,
and until product acceptance by the Owner's and/or Engineer's Representative.
7. Training of Operator's personnel in the operation and maintenance of respective
product as required herein.
8. Completion of Manufacturer's Certificate of Proper Installation (form enclosed at
end of this section) with applicable certificates for proper installation and initial,
interim, and final test or service.
D. Instruct Owner's personnel in the operation and maintenance of the equipment in
accordance with Section 01430 , and other requirements as specified in respective
specification sections.
1.06 TRAINING SCHEDULE
A. List specified equipment and systems with respective manufacturers that require
training services and include:
1. Estimated dates for installation completion .
2 . Estimated training dates to allow for multiple sessions at the project sites .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01640 -2
ISSUE : 0
JULY, 2010
MANUFACTURERS' SERVICES
B. Adjust training schedule to ensure training of appropriate personnel as deemed
necessary by operator, and to allow full participation by manufacturers'
representatives . Adjust schedule for interruptions in operability of equipment.
C. Coordinate facility startup and followup training with the Owner's and/or Engineer's
Representative as specified in other specification sections.
1.07 TRAINING PLAN
A. Preliminary Training Plan : Submit for each project site:
1. Title and objectives .
2 . Training schedule.
3. Prerequisite training and experience of attendees .
4 . Recommended types of attendees (e .g., managers , engineers , operators,
maintenance).
5. Course description and outline of course content.
6. Duration.
7. Location (e.g., training center or site).
8. Format (e .g., lecture, self-study, demonstration , hands-on).
9. Instruction materials and equipment requirements .
B. Final Training Plan : Submit the following after training coordination meeting .
1. Updated versions of course descriptions from preliminary training plan .
2 . Who will attend each course .
3. Schedule of training courses including dates , durations , and locations of each
class .
4. Detailed course schedule for each day showing time allocated to each topic .
5. Resumes of instructors providing the training.
1.08 TRAINING OPERATOR'S PERSONNEL
A. Furnish trained , articulate English-speaking personnel to coordinate and expedite
training , to be present during training coordination meetings with Engineer, and familiar
with operation and maintenance manual information as specified in Section 01430 .
B. Furnish manufacturers' representatives for detailed classroom and onsite hands-on
training to Operator's personnel on operation and maintenance of specified product
(system, subsystem , component) and as may be required in applicable specifications.
Manufacturer's Representative should be familiar with facility operation and
maintenance requirements as well as with specified equipment.
C. If equipment is installed at multiple facilities , Manufacturer's Representative shall
provide applicable training at each facility .
D. Pre-Startup Training :
1. Coordinate training sessions with Operator's personnel and manufacturers'
representatives, and with submission of operation and maintenance manuals in
accordance with the requirements as specified in Section 01430 .
2. Complete at least 14 days prior to actual startup .
E. Post-Startup Training : As required in specifications , furnish and coordinate training of
Operator's personnel by respective manufacturer's representatives.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01640 -3
ISSUE : 0
JULY , 2010
MANUFACTURERS' SERVICES
1.09 SUPPLEMENTS
A. The form, Manufacturer's Certificate of Proper Installation , following "END OF
SECTION", is part of this specification .
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
CFW06057
END OF SECTION
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01640 -4
ISSUE : 0
JULY . 2010
MANUFACTURERS' SERVICES
MANUFACTURER'S CERTIFICATE OF PROPER INSTALLATION
COMPANY: EQPT SERIAL NO .: ---------------------
EQPT TAG NO.: _______ _ EQPT/SYSTEM : _______ _
PROJECT NO .: ________ _ SPEC . SECTION ----------
I hereby certify that the above-referenced equipmenUsystem has been :
(Check applicable)
D Installed in accordance with Manufacturer's recommendations .
D Inspected , checked, and adjusted .
D Serviced with proper initial lubricants.
D Electrical and mechanical connections meet quality and safety standards .
D All applicable safety equipment has been properly installed .
D System has been performance tested, and meets or exceeds specified
performance requirements , (when complete system of one manufacturer).
Comments : -------------------------------
I, the undersigned Manufacturer's Representative , hereby certify that I am (i) a duly authorized
representative of the manufacturer, (ii) empowered by the manufacturer to inspect , approve,
and operate his equipment , and (iii) authorized to make recommendations required to assure
that the equipment furnished by the manufacturer is complete and operational , except as may
be otherwise indicated herein . I further certify that all information contained here in is true and
accurate.
Date: ___________ , 20_
Manufacturer: ------------------------------
By Manufacturer's Authorized Representative: _________________ _
(Authorized Signature)
SECTION 01650
TESTING, ADJUSTING, BALANCING, DEMONSTRATION,
AND ST ART UP OF SYSTEMS
PART1 GENERAL
1.01 SCOPE
A. Provide all materials , equipment , and personnel required to test , adjust , balance , and
start the various mechanical systems installed as a part of the work.
B. Provide procedures for demonstration of equipment operation and instruction of
Owner's personnel.
C. Prov ide procedures for starting of mechanical , electrical , instrumentation , security and
alert systems.
1.02 RELATED WORK
A. Section 01640 -Manufacturers' Services .
B. Respective Sections : Specific requirements for testing , adjusting , balancing,
demonstration , and startup of systems .
1.03 SUBMITTALS
A. No later than thirty (30) days prior to testing , adjusting , and balancing of the first
system , submit to the Owner's and/or Engineer's Representative a complete schedule
indicating when and by when testing, adjusting , and balancing will be complete .
B. Submit to the Owner's and/or Engineer's Representative a final schedule of testing ,
adjusting and balancing listing times and dates for each system two (2) weeks prior to
proposed dates .
C. Submit preliminary schedule to the Owner's and/or Engineer's Representative listing
times and dates for demonstration of each item of equipment and each system one (1)
month prior to proposed dates .
D. No later than th irty (30) days prior to the startup of system , submit to Owner's and/or
Engineer's Representative a complete startup schedule listing times and dates for
start-up of each item of equipment.
E. Prior to start of test ing , adjusting , and balancing work , submit to Owner's and/or
Engineer's Representative the name of organization proposed to perform services .
Designate Contractor's managerial responsibilities for coordination of entire testing ,
adjusting , and balancing.
F. Submit to the Owner's and/or Engineer's Representative documentation to confirm
organization qualifications for testing, adjusting , balanc ing and startup work.
G . Submit to the Owner's and/or Eng ineer's Representative three (3) preliminary
specimen copies of each of the report forms proposed for use.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEME NTS
MFG 01650 -1
ISSUE: 0
JULY , 20 10
TESTING & STARTUP OF S YSTEMS
H. Fifteen (15) days prior to either the Owner's Beneficial Use of the System or
Subst antial Completion, submit to Owner's and/or Engineer's Representative three (3)
copies of final testing, adjusting, and balancing reports .
1. The Contractor shall prepare the overall report.
2 . Each form shall bear the signature of recorder and that of supervisor of reporting
organization .
3 . Identify each instrument used and latest date of calibration of each.
4 . Report any defects or deficiencies noted during performance of services.
I. Submit to the Owner's and/or Engineer's Representative reports of testing, adjusting,
and balancing which is postponed due to seasonal, climatic, occupancy , or other
reasons beyond Contractor's control , promptly after execution of those services.
J . Submit to the Owner's and/or Engineer's Representative a minimum of five (5) copies
of startup reports from the manufacturer's representative within one (1) week after
startup, listing satisfactory startup dates .
K . Submit to the Owner's and/or Engineer's Representative reports within one week after
completion of demonstrations, that demonstrations and instructions have been
satisfactorily completed. Give time and date of each demonstration, and hours
devoted to demonstration, with a list of persons present.
1.04 CONTRACTOR RESPONSIBILITIES
A. Prepare each system for testing, adjusting, balancing, startup, and demonstration .
B. Cooperate with testing organization or manufacturer's representative to provide access
to equipment and systems. Operate systems at designated times and under
conditions required for proper testing, adjusting, balancing, demonstration, and startup.
C. Notify testing organization and the Owner's and/or Engineer's Representative seven
(7) days prior to time system will be ready for testing , adjusting, and balancing .
D. Prepare overall reports.
1.05 TESTING ORGANIZATION'S RESPONSIBILITIES
A. Comply with procedural standards for certifying association under whose standards
service will be performed.
B. Notify Owner's Representative in writing seven (7) days prior to beginning of
operations .
C. Accurately record data for each step during performance of services.
D. Prepare the final testing , adjusting, and balancing reports for inclusion in Contractor's
overall report.
1.06 MANUFACTURERS' RESPONSIBILITIES
A. Each manufacturer shall provide field services and authorized manufacturer's
representative as specified in Section 01640.
B. Manufacturer's representative shall demonstrate operation of equipment and systems ,
instruct Owner's personnel , and provide written report that demonstrations and
instructions have been completed.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01650 -2
ISSUE: 0
JULY, 2010
TESTING & STARTUP OF SYSTEMS
C. Manufacturer's representative shall be present at site to inspect, verify , and approve
equipment installation prior to startup .
D. Manufacturer's representative shall supervise placing equipment in operation during
startup.
E. A written report shall be provided that equipment has been properly stored , installed,
and lubricated, is in accurate alignment , is free from any undue stress imposed by
connecting lines or anchor bolts , and has been satisfactorily operated under full-load
conditions .
1.07 OWNER 'S RESPONSIBILITIES
A. Owner will coordinate attendance of Owner's personnel at agreed-upon times for
testing , adjusting , and balancing of systems , as needed .
B. Owner will coordinate attendance of Owner's personnel at agreed-upon times for
startup and demonstration .
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION
3.01 TESTING , ADJUSTING , AND BALANCING
A. Preparation :
1. Verify installation of system to be tested is complete and in continuous operation .
2 . Verify ambient conditions and related facilities are in full operation .
B. Procedure :
1. Operate each system through the design performance range . Adjust , balance ,
calibrate , and in general , check out the equipment, safety devices , controls , and
process system within the design conditions .
2 . If required by the specifications , the Owner's Representative shall provide a
supply of chemicals sufficient for two (2) weeks [ten (10) working days] of testing .
Should testing exceed this time , the Owner's Representative may , at his
discretion, charge the Contractor for the excess chemicals , such amount to be
permanently deducted from the Contract Price.
3. A condition of acceptance of the requirements of this section shall be the
satisfactory operation of the constructed facilities using all specified systems in
combination with each other, for a period of thirty (30) days, unless otherwise
specified . Any interruption caused by the malfunction of any constructed item or
system shall cause the 30-day clock to be set to zero and the test restarted. The
time need not be continuous , based on malfunctions of associated existing
facilities .
4 . Submit final reports.
C. Post Construction Warranty Service (Alert Notification System only):
1. Visit each project site quarterly during the warranty period . Schedule intervals in
three (3) month increments .
2 . During quarterly site visits , perform applicable tests , adjustments , and balancing
as specified in this section .
3 .02 DEMONSTRATION
A. Preparation :
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01650 -3
ISSUE : 0
JULY, 2010
TESTING & STARTUP OF SYSTEMS
1. Verify equipment has been inspected and certified by the manufacturer and put
into operation in accordance with Section 01640 .
2 . Verify equipment and systems are fully operational.
3 . Have copies of completed operation and maintenance manuals at hand for use in
demonstrations and instructions.
4. Submit schedule of systems demonstrations.
B. Procedures :
1. Demonstrate operation and maintenance of equipment and systems of Owner's
personnel a minimum of two (2) weeks prior to date of final inspection . For
equipment requiring seasonal operation , perform instructions for other seasons
with in six (6) months .
2 . Use operation and maintenance manuals as basis of instruction . Review contents
of manual with personnel in detail to explain all aspects of operation and
maintenance.
3 . Demonstrate startup, operation , control, adjustment , troubleshooting, servicing,
maintenance, and shutdown of each item of equipment at agreed-upon times , at
designated location(s).
4. The amount of time required for instruction on each item of equipment and system
is that specified in equipment schedule or in individual sections.
5. Prepare and insert additional data in operations and maintenance manuals when
need for additional data become apparent during instructions.
6 . Submit system demonstration reports .
3.03 STARTUP
A. Inspection by Manufacturer's Representative :
1. Verify that equipment installation complies with manufacturer's and Contract
requirements .
2 . Verify that status of work meets requirements for starting of equipment and
systems .
3 . Prepare a field inspection report as specified in paragraph 1.04 and Certification
of Proper Installation (CPI) as specified in Section 01640 .
B. Preparation:
CFW06057
1. Coordinate sequence for startup of various items of equipment and systems.
2 . Provide confirmation notice to Owner's Representative seven (7) days prior to
startup of each item of equipment.
3 . Have Contract Documents, shop drawings, product data, and operation and
maintenance data at hand during entire startup process.
4. Verify that each piece of equipment has been checked for proper operation,
installation and field conditions , which may cause damage.
5 . Verify control systems are fully operational.
6. Verify that tests, meter readings , and specific electrical characteristics agree with
those specified by electrical equipment manufacturer.
7 . Verify wiring to motors and controls required by mechanical work for operational
smoke and fire protection demonstrations is complete.
8 . Bearings: Inspect for cleanliness ; clean and remove foreign matter. Verify
alignment; take corrective measures.
9 . Drives: Inspect for tension on belt drives, adjustment of varipitch sheaves and
drives , alignment, proper equipment speed , and cleanliness . Take corrective
action .
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY, 2010
MFG ·01650 -4 TESTING & STARTUP OF SYSTEMS
10 . Motors: Verify that motor amperage agrees with nameplate value . Inspect for
conditions, which produce excessive current flow and which exist due to
equipment malfunction . Take corrective action .
11 . Alert Systems: Verify that sound levels have been checked and adjusted ,
supervisory control of components is functioning, and signal strengths are within
manufacturer's recommended ranges .
C. Procedure
CFW06057
1. The Contractor will execute startup under supervision of responsible
manufacturer's representative .
2 . The Contractor will place equipment in operation in proper sequence as per
manufacturer's recommendations.
3. Submit system startup report.
END OF SECTION
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY , 2010
MFG 01650 -5 TESTING & STARTUP OF SYSTEMS
SECTION 01700
CONTRACT CLOSEOUT
PART1 GENERAL
1.01 REQUIREMENTS
A. Contractor shall comply with related requirements in other parts of the Contract
Documents, including, but not limited to , fiscal provisions, legal submittals , and
additional administrative requirements .
B. Closeout submittals required for trades shall comply with the respective sections of the
specifications .
1.02 RELATED WORK
A. Section 01010 -Summary of Work.
B. Section 01430 -Operation and Maintenance Data .
C. Section 01710 -Cleaning.
D. Section 01720 -Project Record Documents .
E. Section 01740 -Warranties and Bonds.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION
3 .01 SUBSTANTIAL COMPLETION
A. When Contractor considers the work to be substantially complete , he shall submit
written certification to the Owner's and/or Engineer's Representative that:
1. Contract Documents have been reviewed .
2. The Contractor has inspected for compliance with Contract Documents .
3. The Contractor has developed a punch list of which no item shall have more than
a 30-day completion time.
4 . Work has been completed in accordance with the Contract Documents.
5. Equipment and systems have been tested in the presence of the Contractor and
Owner's and/or Engineer's Representative and are operational.
6. Work is completed and ready for final inspection.
B. Owner's and/or Engineer's Representative will conduct site observations with the
Contractor to verify the status of completion with reasonable promptness after receipt
of such certification .
C. Should the Work be designated as incomplete or defective:
CFW06057
1. Owner's and/or Engineer's Representative will promptly notify the Contractor in
writing, listing the incomplete or defective work .
2. The Contractor shall take immediate steps to remedy the stated deficiencies and
send a second written certification , as specified in paragraph A , to Owner's and/or
Engineer's Representative that the work is complete.
3. Owner's and/or Engineer's Representative and Contractor will reinspect the work .
ALERT NOTIFICAT ION AND SECURITY IMPROVEMENTS
ISSUE: 0
JULY, 2010
MFG 01700 - 1
CONTRACT CLOSEOUT
D. When the work is designated as acceptable under the Contract Documents , the
Contractor shall be requested to make closeout submittals .
E. If more than one substantial completion and one closeout site visit is required,
associated additional Engineer's Representative fees will be deducted from the
contract price .
3.02 SUPPLIER'S CLOSEOUT SUBMITIALS
A. Project Record Documents . As required in Section 01720 .
B. Operation and Maintenance Data , Instructions to Owner's and/or Engineer's
Representative . As required in Section 01430, and/or specified in respective sections
of specifications .
C. Spare Parts and Maintenance Materials . As specified in respective sections of
specifications.
D. Evidence of Payment and Release of Liens . Submit the following in such form as
approved by Owner prior to release of final payment.
1. Contractor's affidavit of payment of debts and claims .
2. Contractor's affidavit of release of liens, with :
a . Consent of surety to final payment.
b . Separate releases or waivers of liens for subcontractors .
3. All submittals shall be duly executed before delivery to the Owner.
E. Certificate of Insurance for Products and Completed Operations .
F. Equipment Warranties and Bonds . As required Section 01740 .
G . Certification from all manufacturers of proper equipment installation .
H. Submittals required by federal, state , and local regulatory agencies .
3.03 ACCESSORY ITEMS
A. The Contractor shall provide the Owner's and/or Engineer's Representative, prior to
the acceptance of the equipment, all special accessories required to place each item
of equipment in full operation. These special accessory items include the specified
spare parts, special maintenance tools, adequate oil , and grease as required for the
first lubrication of the equipment.
3.04 FINAL PAYMENT REQUEST
A. Submit a final payment request to Owner's and/or Engineer's Representative .
B. Statement shall reflect all adjustments to Contract Price :
1. Original Contract Price
2 . Additions and deductions resulting from:
a. Previous change orders
b . Deductions for uncorrected work
c. Deductions for liquidated damages
d . Reductions for additional Engineering charges
3 . Total Contract Price, as adjusted
4. Previous payments
5. Sum remaining due
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01700 -2
ISSUE: 0
JULY , 2010
CONTRACT CLOSEOUT
C. Owner's and/or Engineer's Representative will prepare any final change orders
reflecting approved adjustments to Contract Price, which were not made by previous
change orders.
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01700 -3
ISSUE : 0
JULY , 2010
CONTRACT CLOSEOUT
SECTION 01710
CLEANING
PART1 GENERAL
1.01 SCOPE OF WORK
A. Execute cleaning during progress of the work and at completion of the work as
required by the Contract Documents .
1.02 RELATED WORK
A. Section 01500 -Construction Temporary Facilit ies and Controls.
1.03 DISPOSAL REQUIREMENTS
A. Conduct cleaning and disposal operations to comply with codes, ordinances ,
regulations , and anti-pollution laws.
PART 2 PRODUCTS
2 .01 MATERIALS
A. Use only those cleaning materials which will not create hazards to health or property
and which will not damage surfaces.
B. Use only those cleaning materials and methods recommended by manufacturer of the
surface material to be cleaned .
C. Use cleaning materials only on surfaces recommended by cleaning material
manufacturer.
D. Maintain MSDS on site for applicable cleaning materials .
PART 3 EXECUTION
3 .01 DURING CONSTRUCTION
A. Keep premises free from accumulation of waste materials or rubbish caused by his
operations or his subcontractor's operations . Oversee cleaning and ensure that
buildings , structures , and grounds are maintained free from accumulations of waste
material and rubbish .
B. At reasonable intervals during progress of work, clean up site, structures , buildings ,
and access , and dispose of waste materials , rubbish , and debris . Provide containers
and locate on site for collection of waste materials , rubbish , and debris . Do not allow
waste materials, rubbish , and debris to accumulate and become an unsightly or
hazardous condition .
C. Transport waste materials in a controlled manner with as few handlings as possible ; do
not drop or throw materials from heights . Schedule cleaning operations so that dust
and other contaminants resulting from cleaning process will not fall on wet , newly
painted surfaces . Sprinkle dusty debris with water.
D . Burning or burying of rubbish and waste materials on the site is not permitted .
Disposal of volatile fluid wastes (such as mineral spirits , oil , or paint thinner) in storm
CFW06057 ISSUE: 0
ALERT NOT IFICATION AND SECURITY IMPROVEMENTS JULY , 20 10
MFG 01710 - 1 CLEANING
or sanitary sewer systems is not permitted . Remove waste materials , rubbish , and
debris from the site and legally dispose of at public or private dumping site .
E. Properly clean up and dispose of any chemicals and materials , which may be toxic or
hazardous in accordance with all Federal and local codes .
3.02 DUST CONTROL
A. Clean interior spaces prior to the start of finish painting and continue cleaning on an
as -needed basis until painting is finished .
B. Schedule operations so that dust and other contaminants resulting from cleaning
process will not fall on wet or newly-coated surfaces .
3.03 FINAL CLEANING
A. At completion of construction and just prior to acceptance or occupancy , conduct a
final inspection of exposed interior and exterior surfaces . Perform final cleaning and
maintain cleaning until facilities , or portion thereof, is accepted by Owner's and/or
Engineer's Representative .
B. Remove grease, dust , dirt, stains, labels , fingerprints , and other foreign materials from
interior and exterior surfaces. Repair, patch , and touch-up marred surfaces to match
adjacent finishes . Broom clean paved surfaces ; rake clean other surfaces of grounds.
C. Remove waste materials and rubbish from and about the site as well as tools ,
construction equipment , machinery, and surplus materials .
D. Comply with cleaning instructions contained in the specifications . In absence of
specific cleaning instructions , follow accepted cleaning practices or the
recommendations of the manufacturer of the material to be cleaned.
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENT S
MFG 01710 -2
ISSUE : 0
JULY, 2010
CLEANING
SECTION 01720
PROJECT RECORD DOCUMENTS
PART1 GENERAL
1.01 RECORD DOCUMENTS
A. Prepare and maintain record documents to accurately reflect any and all changes to
the project equipment, materials , process , alignments , profiles , etc ., from the bid
definition of the work. Documents must be submitted at work completion as a
condition of Final Acceptance .
1.02 MAINTENANCE OF RECORD DOCUMENTS
A. Store record documents in an approved location apart from documents used for
manufacture and installation . Maintain documents in clean , dry, legible condition .
Make record documents available at all times for inspection by the Owner's and/or
Engineer's Representative , and turn over to the Engineer upon written request.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION
3.01 MARKING DEVICES
A. Mark all changes clearly on record documents with red pencil.
3 .02 RECORDING
A. Keep record documents current.
B. Stamp each document "PROJECT RECORD " in neat , large , printed letters . Legibly
mark plans to record actual equipment furnished :
1. Field changes of dimension and detail
2. Changes made by change order or field order
3. Details not on original contract plans
4. Request for Information (RFI)
3.03 SUBMITTAL
A. At project complet ion, deliver eight (8) clean sets of record documents and as-built
plans, one of wh ich must be in reproducible form on mylar paper , to the Owner's
and/or Engineer's Representative per requirements in the General Conditions . Place
all letter-sized material in a 3-ring binder, neatly indexed . Bind plans and shop plans in
rolls of convenient size for ease of handling . All markings by the Contractor shall be
clearly legible on all record documents submitted to the Owner's and/or Engineer's
Representative .
B. Accompany the submittal with a transmittal letter in dupl icate containing :
1. Date
2. Project title and number
3. Supplier's name and add ress
4. Title and number of each record document
5. Certification that each document as submitted is complete and accurate
6. Signature of Contractor.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVE ME NTS
ISSUE : 0
JULY , 2010
MFG 01720 -1 PROJECT RE CORD DOCUMENT S
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01720 -2
ISSUE : 0
JULY, 2010
PROJECT RECORD DOCUMENTS
SECTION 01740
WARRANTIES AND BONDS
PART1 GENERAL
1.01 PROJECT MAINTENANCE AND WARRANTY
A. Provide duplicate , notarized copies of all warranties. Execute Contractor's documents
and assemble documents executed by subcontractors , suppliers , and manufacturers .
Provide table of contents and assemble in binder with durable plastic cover.
B. Submit material prior to final application for payment. For equipment put into use with
Owner's permission during construction , submit within 10 days after beneficial use
operation . For items of work delayed materially beyond date of Substantial
Completion , provide updated submittal within ten days after final acceptance , listing
date of final acceptance as start of warranty period .
C. Mainta in and keep in good repair the improvements covered by these plans and
spec ifications during the life of the Contract .
D. Indemnify the Owner against any repairs, which may become necessary to any part of
the work performed and to items of equipment and systems procured or furnished
under this Contract , arising from defective workmanship or materials used therein , for
a period of two (2) years after date of final payment by the Owner for the work . Such
warranty period shall be provided by the Cont ractor regardless of supplier's standard
warranty provisions .
E. The Integrated Base Station (IBS) at the Fort Worth Holly Complex w ill receive
software upgrades as part of this project according to Section 16723 , paragraph 1. 01 ,
D. The Warranty will apply to this software upgrade and shall extend to include the
existing hardware associated with the IBS receiving the software update .
F. During the warranty period, the Contractor shall , at no additional expense to the
Owner, furnish all labor, materials , tools , and equipment required , and shall make such
repairs and removals or shall perform such work or reconstruction as may be made
necessary by any structural or functional defect or failure resulting from neglect , faulty
workmanship or faulty materials , in any part of the work performed by him . Such
repair shall also include refilling of trenches , excavations , or embankments that show
settlement or erosion after backfilling or placement.
G . Except as noted on the plans or as specified , all structures such as embankments and
fences , shall be returned to their original condition prior to the completion of the
Contract. Any and all damage to any facility not designated for removal resulting from
the Contractor's operations , shall be promptly repai red by the Contractor at no cost to
the Owner.
H. In the event the Contractor fails to proceed to remedy the defects of wh ich he has
been notified within fifteen (15) days of the date of such notice , the Owner reserves the
right to cause the required materials to be procured and the work to be done , as
described in the plans and specifications , and to hold the Contractor and the sureties
on his bond liable for the cost and expense thereof.
I. In the event that immediate repairs are necessary to continue operations of the facility ,
the Owner reserves the right to cause those repa irs to be made and hold the
Contractor liable for the expense of such repairs . In such a case , every reasonable
CFW06057 ISSUE : 0
ALERT NOTIFICATION AND SECURITY IMPROVEM ENTS JULY , 2010
MFG O 17 40 -1 WARRANT IES AND BONDS
effort will be made by the Owner to notify the Contractor in advance, but failure of such
notification shall not constitute a waiver of the Contractor's liability . In any case, the
Contractor will be notified as soon as reasonably possible of the need for such repairs .
J. Notice to the Contractor for repairs and reconstruction w ill be made as prescribed for
giving Notice in the Contract Documents.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
CFW0605 7
END OF SECTION
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 01740 -2
ISSUE : 0
JULY, 2010
WARRANTIES AND BONDS
SECTION 02225
FLOWABLE FILL
PART1 GENERAL
1.01 DESCRIPTION
A. Scope of Work : The work under this section of the specifications consists of furnishing
all labor, equipment , and materials , and performing all operations in connection with
the placement of flowable fill backfill as shown on the drawings and as specified .
Backfill shall include refilling trenches and excavations with flowable fill to the lines and
grades shown on the drawings , or as specified .
1.02 QUALITY ASSURANCE
A. Sources and Evaluation Testing : Materials to be used for flowable fill shall be obtained
in accordance with a sampling plan and ASTM D75 , Sampling Aggregates . Materials
testing to certify conformance with the specification requirements shall be performed
by an independent testing laboratory paid by the Contractor. Contractor's testing
agency shall perform tests upon change of source and at sufficient intervals to certify
conformance of all select material furnished for use on this project.
1.03 FLOWABLE FILL BACKFILL
A. Flowable fill backfill material shall be a controlled density material consisting of cement
and/or fly ash , sand , and water meeting the following requirements :
Weights Volume
Min . 501bs Cement .25
Min . 6001bs Fly Ash 4 .24
SSD 25001bs Sand 15 .17
55Gal 4581bs Water 7 .34
Total Cubic Feet 27
B. Above values are based on specific gravity as follows :
1. Cement - 3 .13
2. Fly Ash -2.27
3. Sand - 2 .64
4 . Water-1 .00
C. Unconfined compressive strength shall be 80 psi at 28 days and 150 psi at 56 days .
D. Any materials used shall be primarily granular with a plasticity index less than 12 , and
100% passing a %-inch sieve.
PART 2 EXECUTION
2 .01 EMBEDMENT AND STRUCTURAL FILL
A. Provide flowable fill material for structural back fill at locations shown in the drawings
or as specified .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 02225 -1
ISSUE: 0
JULY, 2010
FLOWABLE FILL
B. Depth of flowable fill shall be as shown on the drawings or as specified .
2.02 PLACEMENT:
A. Flowable fill shall be discharged directly from the truck into the space to be filled , or by
othe r methods approved by the Engineer.
B. Flowable fill shall be placed at full depth or if site conditions dictate part depth with
approval of the Engineer.
C. Formed walls or bulkheads shall be constructed to withstand the hydrostatic pressure
exerted by the flowable fill.
D. Flowable fill is self-consolidating. The use of a vibrator shall not be necessary.
E. Provisions shall be made for the flowable fill 's "bleed water" to run off or be removed .
F. Backfilling shall be done in a careful manner and no less than 24 hours after flowable
fill embedment, fill , or encasement has been placed.
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 02225 -2
ISSUE: 0
JULY, 2010
FLOWABLE FILL
PART1 GENERAL
1.01 SCOPE OF WORK
SECTION 02373
DRILLED PIERS
A. Furnish all labor, materials, equipment, and incidents necessary to install reinforced
concrete drilled piers . Work shall include drilled excavation , groundwater control and
dewatering, reinforcing steel, concrete, and all other work necessary to provide drilled
piers in place as specified herein and as shown on the Drawings .
1.02 RELATED WORK
A. Section 01300 : Submittals
B. Division 3: Concrete
1.03 REFERENCED STANDARDS
A. American Concrete Institute (ACI):
1. 305R, Hot Weather Concreting .
2. 306R, Cold Weather Concreting.
3. 318 -latest edition, Building Code Requirements for Reinforced Concrete.
4. 336 .1 -Standard Specifications for the Construction of Drilled Piers .
B. American Society for Testing and Materials (ASTM):
1. A36, Specification for Structural Steel.
2 . A252, Specification for Welded and Seamless Steel Pipe Piles .
1.04 SUBMITIALS
A. Shop Drawings:
1. Fabrication and/or layout drawings.
a. Log of installation of all drilled piers .
b. Shop drawings of all reinforcing , anchor bolts , dowels, and accessories
required for the drilled piers.
2. Product technical data including:
a. Acknowledgment that products submitted meet requirements of standards
referenced .
b. Manufacturer's installation instructions.
3. Certifications.
4. Test reports .
a. Copies of concrete strength tests for concrete placed in the drilled piers .
5. Concrete mix design as per section 03300
1.05 DEFINITIONS
A. Installer or Applicator: Installer or applicator is the person actually installing or applying
the product in the field at the Project site .
1. Installer or applicator are synonymous .
1.06 QUALITY ASSURANCE
A. Qualifications :
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 02373 -1
ISSUE : 0
JULY ,2010
DRILLED PIERS
1. Installer to have a minimum of 5 years experience in installing drilled piers in soils
similar to those to be encountered on this Project site .
2 . Submit written description of equipment and techn iques proposed for use and
names of three similar projects completed in last three years .
B. Qua lity of Work :
1. Drilled pier construction shall conform to the requirements of ACI 336.1 , except as
modified for herein .
C. Inspection :
Conformity to the Drawings and Specifications will be determined as follows:
1. Each shaft will be inspected by the Owner's Geotechnical Engineer for condition
of bearing strata and for debris and standing water prior to concrete placement.
2 . Measurement of the drilled shaft shall be made for size , depth , vertical alignment
and uniformity. All piers shall be drilled to depth shown on the Drawings at a
min imum .
3. Reinforcing cages shall be checked for proper spacing , clearance , length and
general conformance to the Drawings .
4 . Concrete placement shall be monitored for actual quantity placed .
5 . Slump tests and concrete test cylinders shall be taken for each pier.
1.07 DRILLED PIER MEASUREMENT AND PAYMENT
A. Payment of drilled piers will be made on a lump sum bas is per the specified diameter
as indicated on the Drawings . Acceptable drilled piers , complete in place , will be
measured from the top of pier elevation to the bottom pier elevation as shown on the
Drawings . Additional length required by the Owner's Representative due to
inadequate bearing material will be measured by the actual linear feet in place below
the bottom elevation as shown on Drawings and paid at the bid unit price per linear
foot. Additional pier length provided beyond the elevations shown on the drawings due
to Contractor's error will not be measured and will not be paid .
B. The bid price for drilled piers shall include pier drilling ; excavation for bells if required ;
removing excavated material ; furnishing , placing, casing if required ; dewatering where
necessary ; furnishing and placing concrete ; reinforcing steel ; dowels ; and furnishing all
labor, equipment and installation supervision . No extra payments will be made for steel
casing left in place .
C. No payment will be made for the following items:
1. Any drilled pier length extending above cut off elevation indicated .
2 . Drilled pier lengths resulting from Contractor over drilling a pier.
3. Drilled piers placed outside of specified tolerances .
4 . Drilled piers disapproved by Consulting Engineer for reasons stated elsewhere in
this Section.
5. Concrete placed prior to approval of bottom subgrade of pier by the Owner's
Representative .
PART 2 PRODUCTS
2.01 CONCRETE
A. Concrete :
1. 28-day minimum compressive strength : 3000 psi.
2 . Comply with Section 03300 .
CFW06057
ALERT NOTIFICAT ION AND SE CURITY IMPROVEMENTS
MFG 02373 - 2
ISSUE: 0
JULY,2010
DR IL LED PIERS
3. Maximum slump: 6 inches.
4. Portland cement: Type I.
5. Concrete admixtures : Comply with Section 03300 , when approved by Consulting
Engineer.
2 .02 REINFORCING STEEL
A. Provide reinforcing steel conforming to requirements of Section 03200 . Reinforcing
sizes , number, configurations , spacing and lengths to be as indicated on submittal
drawings . Splicing of pier steel shall not be allowed unless approved by the
Consulting Engineer.
2 .03 CASING
A. Casing steel, if required , to conform with requirements of either ASTM A252 , Grade 2 ,
or ASTM A36 . Weld sections of casing together with continuous full penetration welds
to make all joints watertight. Include cost of casing if required in base bid .
PART 3 EXECUTION
3.01 LINES AND LEVELS
A. Furnish lines and levels necessary for drilled pier installat ion. Contractor is solely
responsible for final placement and location of drilled piers .
3.02 INSTALLATION
A. Provide drilled piers with straight shafts of uniform requ ired diameter.
B. Drilled pier bottom elevation or elevations indicated on the submittal drawings are to
be used as a guide . Final elevation or elevations of bottom of drilled piers will be as
determined and directed by Owner's Representative .
C. Provide steel casing in drilled pier holes if required to allow clean ing and inspection of
the bottom of each drilled pier to prevent caving in and to prevent entering of ground
water into the drilled pier holes . Casing to be steel cylinders of adequate thickness as
required to support all loadings encountered during drilled pier installation .
D. Maintain bottom of drilled pier excavations free of loose , wet, soft or frozen materials ,
mud , snow and water until drilled pier concrete is placed . Prevent , by whatever means
are necessary , the drilled pier bottom excavations from becoming loose , wet , frozen or
soft before drilled pier concrete is placed . In no case shall there be more than a 2 in
depth of water at bottom of drilled pier at time of concrete placements . Excavate
drilled pier bottoms to a level plane .
E. Remove materials resulting from excavation for d rilled piers to designated area .
Remove excavated materials from around drilled pier holes as soon as excavation for
holes has been completed .
F. Do not begin excavation for any drilled piers until the Owner's Representative is
present to witness the excavation. The bottom subgrade of each drilled pier at time of
placing pier concrete shall be at an elevat ion which will provide the drilled pier the
following properties :
1. Free of loose , wet , soft or frozen materials.
2. Free of water exceeding a 2 in maximum depth .
3. Is at a min imum depth into the subgrade as shown on the drawings .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 02373 - 3
ISSUE : 0
JULY , 2010
DR ILLED PIERS
G. Do not place drilled pier concrete until the Owner's Representative approves the
bottom elevation of the drilled pier for the above requirements .
H. When drilled pier bottom elevation does not meet the requirements of this Section,
take corrective action as directed by the Owner's Geotechnical Engineer to bring
bottom elevation into conformance with requirements .
I. Place steel reinforcing cage in drilled pier holes as indicated after Owner's
Rep resentative has accepted drilled pier bottom subgrade. Adequately support
reinforcement by means to ensure indicated vertical position, concentric alignment and
required concrete cover over reinforcing steel. Provide additional reinforcing steel in
drilled piers as directed by Engineer due to revised condition of drilled pier installation.
Place all dowels and anchor bolts extending from tops of drilled piers immediately after
concrete shaft has been fully placed.
J. After approval of drilled pier bottom elevation is obtained , and reinforcing steel placed,
place concrete as soon as possible . Concrete shall be placed in manner that will
prec lude segregation of concrete aggregates, infiltration of water and soil, or any other
occurrence which would tend to decrease strength of concrete or supporting capacity
of finished drilled pier. Limit concrete free fall to 4 ft. Cover open holes for protection
of workmen, and to keep out foreign materials until concrete is placed . Concrete
placement shall commence no later than 24 hours after completion of hole drilling , to
avoid redrilling of hole . Place concrete in a continuous manner to prevent cold joints
from forming. Do not allow concrete to free fall through reinforcing steel.
K. Whe n concrete free fall is potentially greater than 4 ft, use tremie method to place
concrete. Use tremie pipe between 6 and 8 in dia. Provide positive control to ensure
that bottom of tremie pipe is at all times below concrete surface.
L. Vibrate top 10 ft of drilled pier concrete . Vibrate each 2 ft lift of this top 10 ft prior to
subsequent concrete being placed. Perform vibration after casing has been withdrawn
if casing is not permanent.
M. Surface of drilled pier at cut off elevation to be level with diameter required by
submittal drawings. Where top surface of drilled pier has a mushroomed configuration,
remove excess concrete in such manner to prevent damage to top of drilled pier and to
provide drilled pier of diameter required.
N. If during drilling, an underground obstruction prevents shaft from being drilled to
required depth, terminate shaft and fill with concrete . Notify Owner's Representative
for the termination of drilled pier. A new drilled pier arrangement and foundation
design shall be performed by the licensed Professional Engineer in the State where
the project is located and retained by the Contractor to replace terminated shaft .
0 . Do not place concrete for drilled piers against soft, loose or frozen ground .
P. Do not use concrete which has had water added more than 1 hr before placement.
Q . After placement of concrete for a drilled pier is completed, cure exposed top surface of
drilled pier of a minimum of 7 days. When outside temperature falls below 40°F ,
maintain temperature of exposed top surface of drilled piers at a minimum of 50°F
during the curing period. Follow recommendations of ACI 306R for curing concrete in
cold weather and recommendations of ACl305R for curing concrete in hot weather.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 02373 -4
ISSUE : 0
JULY, 2010
DRILLED PIERS
3.03 SUPERVISION AND INSPECTION
A Drilled pier installer to provide qualified , experienced person in his employ to supervise
all drilling and concrete filling of all drilled piers .
3.04 TOLERANCES
A Place each drilled pier plumb at locations indicated. Maximum allowable tolerance
from true vertical measured from center of shaft shall not exceed more than 1.5
percent of the drilled pier depth . Shaft at cut off elevation shall not be off center
horizontally from its required location more than 1/24 of shaft diameter or 2 in
whichever is less . If tolerances are exceeded , Contractor will be required to replace
piers.
3.05 CONCRETE STRENGTH TESTS
A Number of sets of concrete test cylinders to be cast and concrete strength testing to be
performed shall be in accordance with Section 03300. Along with each set of
cylinders, make one test each for slump, air content and concrete temperature.
Submit all test results in accordance with Section 03300 and Section 01300 .
3.06 DISAPPROVED DRILLED PIERS
A Drilled piers will be disapproved and replaced as directed by Consulting Engineer for
following reasons:
1. Concrete not reaching minimum required 28-day compressive strength, or
containing cracks, voids, soft materials , inclusions of earth or other foreign
materials, or any other defect which, in the opinion of the Consulting Engineer,
may affect the strength of the drilled pier.
2. Drilled piers out of horizontal and vertical alignment in excess of tolerances
specified.
3. Drilled piers of improper size and depth , and drilled piers suspected to be of
incorrect diameter due to any reason .
B. Any additional drilled piers or additional construction required due to disapproved
drilled piers will be placed by Contractor at no additional expense to Owner and no
contract extension time will be allowed.
3.07 DRILLED PIER RECORDS
A Keep a log of each installed drilled pier including :
1. Drilled pier location by column grid lines or by other means .
2. Pier Reinforcing placed .
3. Bottom elevation of drilled pier.
4. Cut off elevation of drilled pier.
5. Total length of drilled pier from bottom to cut off elevation .
6. Diameter of drilled pier shaft , and bell diameter (if bell is required)
7. Depth of casing.
8. Deviation from allowable installation tolerances .
9. Stratigraphy of subgrade materials encountered during drilling .
B. After all drilled piers are installed, submit copy of complete drilled pier logs to
Consulting Engineer.
END OF SECTION
CFW06057
ALERT NOT IFICATION AND SECURITY IMPROVEMENTS
MFG 02373 - 5
ISSUE : 0
JULY , 2010
DRILLED PIERS
SECTION 03200
CONCRETE REINFORCEMENT
PART1 GENERAL
1.01 SCOPE
This section specifies requirements for all concrete reinforcement. Also included is
grouting of reinforcement dowel bars.
1.02 RELATED WORK
Division 3 -Concrete : Coordinate the requirements of this section with all other
sections of Division 3 -Concrete .
1.03 REFERENCE STANDARDS
A. American Society for Testing and Materials (ANSI/ASTM):
1. ANSI/ASTM A 36 -Standard Specification for Structural Steel.
2. ANSI/ASTM A 497 -Standard Specification for Welded Deformed Steel Wire
Fabric for Concrete Reinforcement.
3. ANSI/ASTM A 615 -Standard Specification for Deformed and Plain Billet-Steel
Bars for Concrete Reinforcement.
B. American Concrete Institute (ACI):
1. ACI 315 -Manual of Standard Practice for Detailing Reinforced Concrete
Structures.
2. ACI 318-latest edition -Building Code Requirements for Reinforced Concrete .
C. Concrete Reinforcing Steel Institute (CRSI): CRSI Manual of Standard Practice .
1.04 SUBMITTALS
A. Certificates:
1. Submit the manufacturer's certificate 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.
B. Bill of Materials : Submit bills of materials to be reviewed with shop drawings .
C. Shop Drawings :
CFW06057
1. Submit shop drawings according to the General Conditions and Division 1,
General Requirements . Show reinforcement fabrication , bar placement location ,
splices , spacing 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 drawings 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 Owner's Representative .
3. Detail shop drawings in accordance with ACI 315 .
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG
ISSUE : 0
JULY , 2010
CONCRETE REINFORCEMENT
03200 -1
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 and allowable loading criteria .
E. Quality Control Submittals
1. Mechanical Threaded Connections .
a. Provide verification that device threads have been checked and meet all
requirements for thread quality , in accordance with manufacturer's published
methods.
2. Mill Test Reports. Certified copies, evidencing compliance with the requirements
of these Specifications, shall be delivered to the OWNER with all deliveries of
reinforcing steel.
1.05 DELIVERY, STORAGE AND HANDLING
Unloading, storing and handling bars on the job shall meet CRSI publication"Placing
Reinforcing Bars", and the following : 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.
1.06 NOTIFICATION
Notify the Owner's Representative at least 48 hours before concrete placement so that
reinforcement may be inspected and errors corrected without delaying the work.
PART 2 PRODUCTS
2.01 REINFORCEMENT
A. Deformed Bars: Use Grade 60 deformed bars conforming to ANSI/ASTM A 615 .
8. Marking : Clearly mark all bars with waterproof tags showing the number of bars , size,
mark , length and yield strength. Mark steel with the same designation as the member
in wh ich it occurs . Key marks to the concrete placement number as designated on the
concrett? place sequence shop drawings .
C. Welded Wire Fabric:
1. Welded Deformed Wire Fabric . Conform to ANSI/ASTM A 497 .
2 . Provide wire size, spacing and type as shown .
2 .02 TIE WIRE
A. 16-gauge, black, soft-annealed wire where tie wire is not closer than 1 inch from
surface of wall after tying in place .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG
03200 - 2
ISSUE : 0
JULY , 2010
CONCRETE REINFORCEMENT
B. Provide nylon-, epoxy-, or plastic-coated tie wire to fasten noncoated reinforcing steel ,
unless tie wire is bent to maintain a minimum of 1 inch from surface of wall.
2 .03 BAR SUPPORTS
Provide chairs, riser bars, ties and other accessories made of metal , except as
otherwise specified . Bar supports and accessories shall be of the sizes required to
provide concrete cover as specified. Metal bar supports and accessories shall be
Class 1 or 2 conforming to the requirements of CRSI Manual of Standard Practice .
2 .04 EPOXY GROUT
A. Epoxy grout shall be a Hilti HEA adhesive (vinylester resin with a dibenzoyl peroxide
hardener) or equal for the purpose of anchoring dowels into hardened concrete.
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 heat ,
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 Owner's Representative . Use a minimum number of splices located
at the points of minimum stress. Stagger splices in adjacent bars . Length of lap
splices shall be in accordance with ACI 315 , unless called out 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
Sheared Length
Stirrups, ties and spirals
All other bends
PART 3 EXECUTION
3.01 CLEANING
Tolerance in Inches
±_1
±. 1/4
+ 1
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.
3.02 PLACEMENT
A. Placement Tolerances : Place reinforcement within the following tolerances:
CFW06057
Placement
Concrete cover to formed surfaces
Minimum spacing between bars
Top bars in slabs and beams to 8-inch depth
Top bars in slabs and beams between 8 and 24-inch depth
Top bars in slabs and beams more than 24 inches in depth
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG
03200 - 3
Tolerance in Inches
+ 1/4
±. 1/4
+ 1/4
+ 1/2
+ 1
ISSUE: 0
JULY, 2010
CONCRETE REINFORCEMENT
Crosswise of members spaced evenly within
Lengthwise of members
+2
+2
B . Interferences : If reinforcing interferes with the location 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 Project Manager. Do not cut reinforcement to install inserts ,
conduits , mechanical openings or other items without approval of the Project Manager.
C. Concrete Cover: Except as otherwise shown on the contract drawings , provide a clear
cover measured from reinforcement to the face of the concrete as listed .
D .
Surfaces Minimum Cover in Inches
Slabs and joists:
Top and bottom bars for dry conditions :
#14 and #18 bars
#11 bars and smaller
Formed concrete surfaces exposed to earth , water, or weat her,
and over or in contact with sewage and for bottoms bearing on
work mat, or slabs supporting earth cover:
#5 bars and smaller
#16 through #18 bars
Beams and columns :
For dry conditions:
Stirrups, spirals , and ties
Principal reinforcement
Exposed to earth, water, sewage , or weather:
Stirrups and ties
Principal reinforcement
Walls :
For dry conditions :
#11 bars and smaller
#14 and #18 bars
Formed concrete surfaces exposed to earth , water,
sewage , weather, or in contact w ith ground :
Circular tanks with ring tension
All others
Footings and base slabs:
At formed surfaces and bottoms bearing on concrete work mat
At unformed surfaces and bottoms in contact with earth
Top of footings -same as slabs
Over top of piles
1-1/2 in .
3/4 in .
2 in .
2 in .
2 in .
1-1/2 in .
2 in .
2 in .
2-1/2 in .
3/4 in .
1-1/2 in .
2 in.
2 in .
2 in .
3 in .
2 i n.
Cover for reinforcing steel shall not be less than the m in imum given above (no minus
tolerance) and shall not exceed the minimum by more than 3 inch where the thickness
is 24 inches or less, or more than 2 inch where the concrete thickness is more than 24
inches.
Placement in Forms : Use spacers , chairs , wire ties and other accessory items
necessary to properly assemble, space and support reinforcing . Wire ties through
CFW06057 ISSUE : 0
ALERT NOTIFICATION AND SECURITY IMPROVEMEN T S JULY , 2010
MFG CONCRETE REINFORCEMENT
03200 -4
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 accessories . 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
each 9 square feet. Tie blocks to at least one reinforcing bar using tie wires
embedded in the block.
F. Splices :
1. Do not splice bars , except at locations shown on the drawings or the reviewed
shop drawings , without approval of the Owner's Representative.
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. Do not
make end laps midway between supporting beams , or directly over beams of
continuous structures. Offset end laps in adjacent widths to prevent continuous laps .
Tie laps and splices securely at ends and at least every 24 inches with 16-gauge black
annealed steel wire . Place welded wire fabric on concrete blocks at proper distance
above bottom of slab and rigidly support equal to that furnished for typical deformed
bar reinforced steel. Meet current ACI 318 and current Manual of Standard Practice,
Welded Wire Fabric, by the Wire Reinforcement Institute regarding placement, bends,
laps and other requirements. Do not use fabric that has been rolled. Install flat sheets
only.
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. Replace damaged reinforcing . Do not bend reinforcement after it is
embedded in concrete. Do not field bend any reinforcing without Owner's
Representative's approval.
J . Field Cutting: Reinforcing bars cut on the job shall be cut by shearing or sawing. Do
not cut bars with a cutting torch .
K. Tying Deformed Reinforcing Bars
1. Meet current edition of "Placing Reinforcing Bars", published by Concrete
Reinforcing Steel Institute and the Details and Notes on the Drawings.
2. Tie every other intersection on mats made up #3-#4-#5-#6 in such a manner to
hold bars at required spacing.
3. All noncoated tie wire shall be bent to prevent the tie wire from being closer than 1
inch from the surface of the concrete. Wire that is found to be close after the pour
shall be chipped out to a depth of% inch , cut off, and the hole patched .
L. Reinforcement Around Openings
CFW06057
1. Place an equivalent area of steel around pipe or opening and extend on each side
sufficiently to develop bond in each bar.
2. Refer to Details on Drawings for bar extension length of each side of opening.
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG
ISSUE: 0
JULY , 2010
CONCRETE REINFORCEMENT
03200 - 5
3. Where welded wire fabric is used , provide extra reinforcing using fabric or
deformed bars .
M. Welding Requirements
1. Do not perform any welding unless required submittal is approved as specified.
2. Meet ASTM A706 . Do not weld other bars.
3.03 GROUTING OF REINFORCING BARS
A Installation shall be according to manufacturer's instructions .
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEM ENTS
MFG
03200 - 6
ISSUE : 0
JULY , 2010
CONCRETE REINFORCEMENT
SECTION 03300
CAST-IN-PLACE CONCRETE
PART1 GENERAL
1.01 SCOPE
A. This section gives requirements for normal weight and structural concrete .
B. Coordinate the requirements of this section with all other sections of Division 3,
Concrete .
1.02 REFERENCE STANDARDS
A. American Society for Testing and Materials (ASTM).
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 .
C. Mixer Manufacturer's Bureau of the Associated General Contractors of America .
1.03 SUBMITTALS
A. Submit for approval a proposed design mix for each concrete strength and class
required by these Specifications . Failure to include any items of information noted in
this paragraph for a given concrete strength or type will be cause for requirement of a
resubmittal. Info rmation to be submitted for each strength and class shall include the
follow ing items :
CFW06057
1. Sources of concrete mix components including coarse aggregate , fine aggregate ,
cement , water admixtures , and pozzolans where included .
2. Chemical analysis (mill test report) for each cement type to be used .
3. Current laboratory sieve analysis, mechanical properties and deleterious
substance content for coarse and fine aggregate.
4. Concrete mix design
a . Constituent quantities per cubic yard .
b. Cement type and manufacturer.
c. Water/cement ratio , by weight.
d . Mix design slump .
e . Average laboratory cylinder strength test results at 7 and 28 days for concrete
mix designs (include standard deviation). Provide results of 14 day tests if
available .
f. Water soluble ion content at 28 days .
g . Laboratory shrinkage test results for concrete mix designs , where specified.
5 . Admixtures . Submit manufacturer's data brochures on admixtures proposed for
use .
a . Submit manufacturer's technical information on the air-entraining admixture
proposed for use . G ive requirements to control percent of air content under
various temperatures and job conditions .
b. Submit manufacturer's technical informat ion on the water-reduc ing admixture
proposed for use . Give dosage requirements to be used under various
temperatures and job conditions to produce a uniform , workable concrete mix.
ALERT NOTIFICAT ION AND SECURITY IMPROVEMENTS
MFG
ISSUE : 0
JULY, 2010
CAST-IN-PLAC E CONCRETE
03300 - 1
c. Submit manufacturer's technical information on the high range water-reducing
admixture (superplasticizer) proposed for use. Identify the portions of the
project for which use of a superplasticizer is proposed . Indicate slump range,
maximum drop without segregation, retarding time , water requirement percent
of control, and dosage requirements .
d. Submit manufacturer's technical information on any other admixtures
proposed to be used in the Work, including accelerating and retarding
admixtures. Identify the portions of the Project for which use of each
admixture is proposed . Give dosage requirements to be used under various
temperatures and job conditions to produce a uniform, workable concrete mix.
e. Provide certification of compliance with specified ASTM standards for each
admixture .
6 . Where pozzolans are used in combination with cement, provide laboratory test
results to certify compliance with specified ASTM standards and the
supplementary requirements included in these Specifications. Provide chemical
analysis of fly ash.
B. Submit concrete placement drawings showing lift numbers, locations of all joints,
concrete mix being placed, concrete finishes, and all pertinent embedments including
embedded plates, sleeves, pipes, conduits , anchors, etc., where applicable . Where
the Drawings permit the Contractor to select joint locations , show the selected
dimensions on the placement drawings. Approval of the placement drawings shall not
relieve the Contractor of the responsibility of placing all concrete and embedments as
specified .
C. Submit a work plan for cold weather concreting and for hot weather concreting,
describing proposed methods and procedures for mixing , delivering, placing, finishing,
and curing concrete . Include also procedures to be implemented upon abrupt changes
in weather conditions or due to equipment failures .
D. Furnish a delivery ticket for ready mixed concrete to the Owner's Representative as
each truck arrives . Each ticket shall provide a printed record of the weight of cement
batched and each separate aggregate individually batched. Use the type of indicator
that returns for zero punch or returns to zero after a batch is discharged . Clearly
indicate the weight of fine and coarse aggregate, cement, and water in each batch , the
quantity delivered, the time any water is added, and the numerical sequence of the
delivery. Show the time of day batched and time of discharge from the truck . Indicate
the number of revolutions of mix trucks .
E. Other product submittals of manufacturer's data sheet and product specifications
required include curing compounds and items specified in other Sections including
form release agents , bonding agents, etc . Identify the locations where each will be
used in the Work as a part of the submittal.
F. Submitted data shall demonstrate compliance with all requirements of this
Specification or deviations shall be clearly noted .
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.
B. Aggregate : Arrange and use aggregate stockpiles to avoid excessive segregation or
contamination with other materials or with other sizes of like aggregates . Build
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG
03300 -2
ISSUE: 0
JULY , 2010
CAST-IN-PLACE CONCRETE
stockpiles in successive horizontal layers not exceeding three feet in thickness .
Complete each layer before the next is started . Do not use frozen or partially frozen
aggregates.
C. Sand: Before using, allow sand to drain until a uniform moisture content is reached.
D. Admixtures: Store admixtures to avoid contamination, evaporation or damage. For
those used in the form of suspensions or nonstable solutions, provide suitable
agitating equipment to assure uniform distribution of ingredients . Protect liquid
admixtures from freezing and other 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 Method of Slump Test for Consistency of Portland Cement
Concrete (ASTM C143). 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 finishability 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 Method of Test for Air Content of Freshly Mixed Concrete by
the Pressure Method (ASTM C231 ), or Method of Test for Air Content of Freshly Mixed
Concrete by the Volumetric Method (ASTM C173). 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 Method of Test for Weight per Cubic Foot, Yield,
and Air Content (Gravimetric) of Concrete (ASTM C138), 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
Method of Making and Curing Concrete Compression and Flexural Test Specimens in
the Field (ASTM C31); Strength of Molded Concrete Cylinders (ASTM C39).
E. Number of Specimens : Number of sets of concrete test cylinders to be cast for each
concrete pour shall be as follows:
CFW06057
No. of C.Y . Concrete Poured
0 -25
25-75
75 -150
150 -250
250 -400
400 -550
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG
03300 - 3
Minimum No. of Sets of Cylinders
1
2
3
4
5
6
ISSUE: 0
JULY, 2010
CAST-IN-PLACE 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 Consulting Engineer to break
cylinder at different times.
PART 2 PRODUCTS
2 .01 MATERIALS
A Portland Cement:
1. Use cement conforming to ASTM C 150, Type II. Use the same brand of cement
upon which the selection of concrete was based . Only one brand of each type will
be permitted in any one structure, unless otherwise specified .
2. Cement used in concrete placed in openings in existing water bearing structures
shall be shrinkage compensating cement, ASTM C845.
3 . Fly ash is not permitted
B. Adm ixtures : 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 C 260 , such as Sika's "AER,"
Sonneborn's Aerolith ," or approved equal.
2 . Chemical Admixtures . Conform to ASTM C 494 , "Tentative 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 C 494 Type F.
Acceptable products are W. R. Grace -'WRDA-19", American Admixtures -
"Melment", Gifford-Hill-"PSI-Super", or approved equal.
C. Mixing Water: Fresh , clean and drinkable.
D. Aggregates: Use coarse aggregate from only one source and fine aggregate from only
one source for exposed concrete in a single structure .
1. Coarse aggregate for concrete of normal weight shall conform to ASTM C 33 .
Grading limits for precast, prestress members and for all members six inches or
less in least dimension, one inch to No . 4 . Grading for all other normal weight
concrete, 3/4 inches to No. 4 .
2. Use natural sand complying with ASTM C 33 for fine aggregate in normal weight
concrete.
E. Membrane-forming Curing Compound: ASTM C 309, commercial curing compound
which will not permanently discolor concrete. All curing compound shall be white .
F. Sheet Material for Curing Concrete: ASTM C 171, waterproof paper, polyethylene film
or white burlap-polyethylene sheeting.
2.02 PROPORTIONING
A Objective: Select proportion of ingredients to produce concrete having proper
durability , strength , appearance and other required properties. Proportion 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
CFW06057 ISSUE : 0
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS JULY , 2010
MFG CAST-IN -PLACE CONCRETE
03300 - 4
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 of concrete specified 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 less than that listed in paragraph 2 .02F.
E. Admixtures : Proportion admixtures according to the manufacturer'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 .
Minimum 28-Day
Compressive Strength
Water-Cement
Ratio
Class (psi) Max. (Gal/Sack)
Minimum Cement
Contents Sacks
Sacks per Cubic Yard*
Normal
Weight
A1 5000
4000
3000
2000
5 7
6-1/2
5
A
B
C
*
2 .
5
6-1/2
8 4
If the required strength is not secured with the minimum cement content as
specified , add cement or provide other aggregates as necessary.
Use: Unless otherwise specified, use the specified classes of concrete in the
following locations:
Class A1:
Class A:
Class B :
Class C:
Not Used
All other concrete structures other than specified in Class A 1,
drilled piers, and concrete pavement.
Sidewalks , pipe encasements, blocking
Embedment , blocking, and lean concrete seal slabs, and mud
slabs .
G . Water-Cement Ratio for Normal Weight Concrete : 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 .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG
03300 - 5
ISSUE : 0
JULY , 2010
CAST-IN-PLACE CONCRETE
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 outlined in ACI 613 , "Recommended Practice for
Selecting Proportions for Concrete ."
3 . Make and cure specimens in sets of six (6) according to ASTM C 192 , "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 C 39 , "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 .
2.03 MIXING NORMAL WEIGHT CONCRETE
A. Ready-Mixed Concrete: Mix and transport ready-m ixed concrete according to ASTM
C 94 , "Specifications for Ready-Mixed Concrete ." In addition to normal batch plant
procedures as outlined in ASTM C 94 , provisions must be made at the batch plant for
the following items :
CFW06057
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 cond itions 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 lim its of accuracy when weighing or
measuring materials .
3 .
4 .
5 .
6 .
Materials
Cement
Water
Aggregates
Admixtures
Percent Accuracy
1
1
2
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 .
Mo isture 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 .
Scales . Provide adequate facilities for accurate measurement and control of each
material entering each batch of concrete . Accuracy of weighing equ ipment must
conform to applicable requirements of ASTM and NRMCA for such equipment.
Recorders or Printers . Provide recorders/printers 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
ind icator 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
ALERT NOTI FI CAT ION AND S ECURITY IMPROVE MENTS
MFG
ISSUE : 0
JU LY , 2010
CAST-IN -PLACE CONCRETE
03300 - 6
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 of water, in
gallons , added at the batch plant. Deliver recorded ticket copies with concrete .
The testing agency will keep one copy.
7. Protection . Protect weighing, indicating, recording 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 locked at all times that the truck is
in use . Any addition of water must be directed by the Engineer. 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. Concrete may be rejected if counters have fewer than 70
or more than 150 turns when they arrive at the site .
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 .
C. Admixtures :
1. Charge air-entraining and chemical admixtures into the mixer as a solution using
an automatic dispenser or similar metering device . Measure admixture to an
accuracy within .± 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.
D. Temperature Control:
CFW06057
1. When the mean temperature falls below 40 degrees F, keep the admixed
temperature above 55 degrees F to maintain concrete temperature at the time of
placement in the forms above 60 degrees F nor more than 85 degrees F.
2. If water or aggregate has been heated, combine water with aggregate in the mixer
before cement is added. Do not add cement to mixtures of water and aggregate
when the temperature of the mixture is greater than 100°F.
3. In hot weather, cool ingredients before mixing to maintain temperature of the
concrete below the maximum placing temperature. If necessary, substitute well-
crushed ice for all or part of the mixing water. The maximum time interval
between the addition of mixing water and/or cement to the batch , and the placing
of concrete in the forms shall not exceed the following :
AGITATED CONCRETE
Air or Concrete Temperature
(whichever is higher) Maximum Time
(32 .2°C) 90°F or above ........................................................ .45 minutes
(23 .9°C) 75°F to 89°F (31.6°C) ............................................... 60 minutes
( 5.0°C) 40°F to 74°F (23.3°C) ................................................ 90 minutes
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG
ISSUE : 0
JULY , 2010
CAST-IN -PLACE CONCRETE
03300 - 7
PART 3 EXECUTION
3 .01 PREPARATION
A. Coordination: Mix concrete only in quantities for immediate use. Discard concrete
which has set. Retempering of set concrete is not permitted . 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 .
B. Protection from Adverse Weather: If adverse weather is imminent, no concrete
placement is permitted . 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. Cold Weather Concreting. Except as modified herein, cold weather concreting
shall comply with ACI 306. The temperature of concrete at the time of mixing
shall be not less than that shown in the following table for corresponding outdoor
temperature (in shade) at the time of placement:
Outdoor Temperature
Below40 F
Between 40 F and 45 F
Above 45 F
Concrete Temperature
No concrete placement
60 F
45 F
When placed, heated concrete shall not be warmer than 80 degrees F.
When freezing temperatures may be expected during the curing period , the
concrete shall be maintained at a temperature of at least 50 degrees F for five
days or 70 degrees F for three days after placement. Concrete and adjacent form
surfaces shall be kept continuously moist. Sudden cooling of concrete shall not
be permitted.
2 . Hot Weather Concreting . Except as modified herein , hot weather concreting shall
comply with ACI 305. At air temperature of 90 degrees 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 degrees F.
Plastic shrinkage cracking, due to rapid evaporation of moisture, shall be
prevented . Concrete shall not be placed when the evaporation rate (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
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG
03300 - 8
ISSUE: 0
JULY ,2010
CAST-IN-PLACE CONCRETE
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 C 94, "Specifications for Ready-Mixed
Concrete."
2. Provide metal or metal-lined 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 ice, 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 semiporous
subgrades to eliminate suction. Seal extremely porous subgrades in an approved
manner. Clean and moisten existing concrete surface prior to placing new concrete .
B. General Procedure:
CFW06057
1. Deposit concrete continuously, or in layers of such thickness that no concrete will
be deposited on concrete which has hardened sufficiently to cause formation 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
corners of forms . Eliminate air or stone pockets which may cause honeycombing,
pitting or planes of weakness. A minimum frequency of 7000 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,
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG
ISSUE : 0
JULY , 2010
CAST-IN-PLACE CONCRETE
03300 - 9
generally from five to 15 seconds . Do not over-vibrate causing segregation . Keep
a spare vibrator on the site during concrete placing operations .
C. 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 , edge form , or corner. 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.
Bullfloats or darbies shall be used to smooth the surface , leaving it free of humps
or hollows.
D. 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
placed . Do not drop concrete free more than five feet , or so that it can ricochet
from re inforcing 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 puddling; puddling shall be continuous
wh ile pouring concrete and shall be done primarily between forms and reinforcing
steel , around openings, or wherever needed to prevent honeycomb , fill voids or
drive out large air bubbles .
E. 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. Concrete shall be poured within the time specified in Section 02373 -Drilled
Piers after completion of drilling.
b. For footings and slabs , place mud slabs with in 4 hours after the excavation is
at final grade .
2 . Remove all water from excavation or shaft befo re placing concrete .
3 .04 COMPACTION OF CONCRETE
A. General: All concrete shall be placed and compacted w ith mechanical vibrators . The
number, type , and size of the units shall be approved by the Consulting Engineer in
advance of placing operations. No concrete will be ordered until sufficient approved
vibrators (including standby units in working order) are on the job .
B. Concrete Slabs: Concrete for slabs shall be compacted with Vibrating Screeds and
interna l vibrators .
C. Walls and Columns : Internal vibrators shall be used wherever possible, rather than
form vibrators . In general , for each vib rator needed to melt down the batch at the point
CFW06057
ALERT NOTI FICATION AND SEC URI T Y IMPROVEMENT S
MFG
03300 -10
ISSUE: 0
JU LY , 2010
CAST-IN-PLAC E CONCRETE
of discharge , one or more additional vibrators must be used to density , homogenize
and perfect the surface .
D. 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 liquefied , flattened and glistening .
3. Trapped air ceases to rise .
4. Coarse aggregate has blended into surface , but has not disappeared.
3.05 JOINTS
A. General : Construction , control and isolation joints shall be installed and sealed as
called for by the plans.
B. Construction Joints :
1. Construction joints shall be cast in such a manner that abutting members are
bonded , and free of honeycomb or voids .
2. The jo int surface of the previously cast member shall be cleaned free of all oil ,
grease , curing compound , dirt , or latence film, and shall be wetted . Horizontal
joints shall be coated with grout immediately prior to casting the adjacent member.
Cleaning shall be accomplished by high pressure water jet, wet sand blasting, dry
sand blasting , or scrubbing -singly or in combination -as required . Scrubbing
shall be done initially when concrete is green , so that any latence film will be
removed .
C. Control Joints :
1. Control joints shall be formed by sawing , or as otherwise shown . Sawing shall be
done as soon as the concrete hardens sufficiently to prevent raveling of the
concrete at the edges . All sawing operations including Joint Sealing shall be
completed within a period of time from 12 to 24 hours after concrete is placed .
Sawing shall not be done while the concrete temperature is falling . Joint shall be
cut 1/4" wide by 1-1/2" deep or as otherwise shown .
2. The Contractor shall have at least one spare saw available during the sawing
operation .
3. Control jo ints shall be cleaned and filled with sealant. Inject sealant through a
nozzle into the bottom of the joint, filling the joint without air voids. Control joints
shall be inspected by the Owner before sealant is installed .
3.06 REPAIRING SURFACE DEFECTS
A. Defective Areas : Repair defective areas immediately after the removal of forms.
CFW06057
Consulting Engineer may reject if necessary .
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
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 2-1 /2 parts sand by damp loose volume . Substitute
white Portland cement for part of the gray Portland cement on exposed concrete
ALERT NOT IF ICAT ION AND SECURITY IMPROVEMENTS
MFG
ISSUE : 0
JULY , 2010
CAST-IN-PLACE CONCRETE
03300 -11
in order to produce a color matching the color 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
t ools 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 non-shrink, non-metallic 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 tie 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, walls, 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. Shaping to Contour: Use strike-off templates or approved compacting-type screeds
riding on screed strips or edge forms to bring concrete surface to the proper contour.
See the section on Concrete Formwork for edge forms and screeds .
B. 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.
3.09 CURING PROCEDURES
A. All Freshly Cast Concrete : Shall be protected from damaging effects of the elements
(freezing , rapid drop in temperature, and loss of moisture) and from subsequent
construction operations . When necessary, the Contractor shall provide and use
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG
03300 -12
ISSUE : 0
JULY , 2010
CAST-IN-PLACE CONCRETE
insulation and tarpaulins to maintain the concrete temperature above 50°F for the first
week . Do not apply curing compound at the construction joints .
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 produced by hydration has passed ,
but for at least 24 hours . At the end of th is 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 wh ich 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 . 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
in itial 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 (shot-crete), the exposed
surfaces of the concrete shall be covered with two th icknesses of 10-ounce burlap
or other approved absorptive materials , tho roughly 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. Protection : If at any t ime during the progress of work the temperature is , or in the
opinion of the Engineer will drop below 40 degrees F, the Contractor shall make
suitable provisions to protect the concrete . This protection shall consist of the use of
insulating materials such as blankets , mats, etc ., and equipment for providing artificial
heat. Unvented salamanders or other heaters which produce carbon dioxide as a by-
product shall not be permitted in the building during the casting operation or for the
following 36 hours . Salamanders or other heaters shall be placed in the building prior
to concreting to maintain the temperature above 50 degrees F, and to remove any
frost from the subgrade . A thermometer accurate ±.2 degrees F shall be placed at the
interface of the slab under the curing blanket to record the temperature . If the
CFW06057
ALERT NOTIFICAT ION AND SECURITY IMPROVEMENTS
MFG
03300 -13
ISSUE: 0
JULY , 2010
CAST-IN-PLACE CONCRETE
temperature at this position falls below 50 degrees F, additional insulating material
shall be supplied to maintain the temperature above 50 degrees F. If heaters are
used, precautions shall be taken to prevent drying to the slab. Water jackets or other
suitable devices shall be provide on all heaters to maintain the relative humidity of the
atmosphere as high as possible .
E . After the curing period , the temperature of the exposed surface shall not be permitted
to drop faster than 30 degrees F, in 24 hours .
F. In hot weather, suitable precautions shall be taken to avoid drying of the slab prior to
the finishing operation. Wind-breaks , and/or sunshade shall be provided as directed
by the Owner. 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.
3.10 GROUTING STRUCTURAL STEEL BASE PLATES
Grout structural steel base plates solid with nonshrink grout. Use in accordance with
Section 03600, Grout.
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG
03300 -14
ISSUE: 0
JULY, 2010
CAST-IN-PLACE CONCRETE
SECTION 03600
GROUT
PART1 GENERAL
1.01 DESCRIPTION
A. Scope :
1. Provide all labor, materials, equipment, and incidentals as shown, specified and
required to furnish and install grout.
2. The types of grout include the following :
a. Non-Shrink Grout: This type of grout is to be used wherever grout is shown in
the Contract Documents, unless another type is specifically referenced. Two
classes of non-shrink grout (Class I and II) and areas of application are
specified herein .
b. Non-Shrink Epoxy Grout (Class Ill).
c. Grout Fill , Topping Grout.
d . Construction Joint Grout.
B. Related Sections :
1. Section 03200 : Concrete Reinforcement.
2. Section 03250 : Concrete Joints and Embedded Items.
3. Section 03300: Cast-In-Place Concrete.
4. Section 05120 : Structural Steel.
5. Section 05501 : Anchor Bolts, Expansion Anchors, and Concrete Inserts .
C. Application: The following is a listing of typical applications and the corresponding
type of grout which is to be used. Unless indicated otherwise, grouts shall be provided
as listed below whether called for on the Drawings or not.
Application Type of Grout
CFW06057
Beam and column (1 or 2 story) base plates
less than 16-inches in the least dimension .
Column base plates (greater than 2 story or
larger than 16-inches in the least dimension).
Base plates for storage tanks and other non-
motorized equipment and machinery less
than 30 horsepower.
Machinery over 30 horsepower and
equipment under 30 horsepower but subject
to severe shock loads and high vibration.
Filling blackout spaces for embedded items
such as railing posts, gate guide frames, etc .
Toppings and concrete fill less than 4-inches
thick .
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 03600 - 1
Non-shrink Class II
Non-shrink Class I
Non-shrink Class I
Non-shrink Class Ill
Non-shrink Class II (Class I
where placement time
exceeds 15 minutes)
Grout Fill , Topping Grout
ISSUE : 0
JULY , 2010
GROUT
Toppings and concrete fill greater than 4-
inches thick.
All anchor bolts and re inforcing steel set in
grout.
Any application not listed above , where grout
is called for on the Drawings.
Class B Concrete in
accordance with Section
03300 , Cast-In-Place
Concrete .
Refer to Section 03200 ,
Concrete Reinforcement,
and Section 05501, Anchor
Bolts , Toggle Bolts and
Concrete Inserts .
Non-shrink Class I, unless
noted otherwise
1.02 QUALITY ASSURANCE
A. Reference Standards : Comply with applicable provis ions and recommendations of the
following , except as otherwise shown or specified .
1. ACI 211 .1, Practice for Selecting Proportions for Normal , Heavy-Weight and Mass
Concrete.
2 . ACI 301 , Specification for Structural Concrete (Includes ASTM Standards referred
to herein).
3 . AS T M C 33 , Specification for Concrete Aggregates.
4 . ASTM C 109, Test Method for Compressive Strength of Hyd raulic Cement Mortars
(using 2-in . or 50 mm . Cube Specimens).
5 . ASTM C 150, Specification for Portland Cement.
6 . ASTM C 230 , Specification for Flow Table for use in Tests of Hydraulic Cement.
7 . ASTM C 531 , Test Method for Linear Shrinkage and Coefficient of Thermal
Expansion of Chemical-Resistant Mortars, Grouts , and Monolithic Surfacings .
8. ASTM C 579 , Test Method for Compressive Strength of Chemical -Resistant
Mortars, Grouts, Monolithic Surfacings and Polymer Concretes .
9 . ASTM C 827, Test Method for Early Volume Change of Cementitious Mixtures.
10 . ASTM C 882 , Test Method for Bond Strength of Epoxy-Resin Systems Used with
Concrete .
11 . ASTM C 937 , Specification for Grout Fluidifier for Preplaced-Aggregate Concrete .
12 . ASTM C 939 , Text Method for Flow of Grout for Preplaced-Aggregate Concrete
(Flow Cone Method).
13. ASTM C 1107, Specification for Packaged Dry , Hydraulic-Cement Grout (Non-
shrink).
14 . ASTM C 1181, Test Method fo r Compressive Creep of Chemical -Resistant
Polymer Machinery Grouts .
15 . ASTM D 696, Test Method for Coefficient of Linear Thermal Expansion of
Plastics .
B . Field Tests :
CFW06057
1. Compression test specimens will be taken du ri ng construction from the first
placement of each type of grout, and at intervals thereafter as selected by the
Engineer to ensure continued compliance with these specifications . The
specimens will be made by the Engineer or its representative .
2 . Compression tests and fabrication of specimens for non-shrink grout will be
performed as specified in ASTM C 109 at intervals during construction as selected
ALERT NOTIFICATION AND SECURITY IMPROVE MENT S
ISSUE : 0
JULY , 2010
MFG 03600 -2 GROUT
by the Engineer. A set of three specimens will be made for testing at seven days,
28 days, and each additional time period as appropriate .
3. Compression tests and fabrication of specimens for epoxy grout will be performed
as specified in ASTM C 579 , Method B, at intervals during construction as
selected by the Engineer. A set of three specimens will be made for testing at
seven days, and each earlier time period as appropriate .
4. The cost of all laboratory tests on grout will be borne by the Owner, but Contractor
shall assist in obtaining specimens for testing. However, Contractor shall be
charged for the cost of any additional tests and investigation on work performed
which does not conform to the requirements of the specifications. Contractor shall
supply all materials necessary for fabricating the test specimens.
1.03 SUBMITTALS
A. Shop Drawings, submit for approval the following:
1. For Grout Fill and Construction Joint Grout, copies of grout design mix and
laboratory test reports for grout strength tests.
B. Reports and Certificates, submit for approval the following :
1. For proprietary materials, submit copies of manufacturer's certification of
compliance with the specified properties for Class I, II, and Ill grouts.
2. Submit certified testing lab reports for ASTM C 1107 , Grade Band Grade C (a~
revised herein) requirements for Class I and II grouts tested at a fluid consistency
for temperatures of 45 , 73 .4, 90°F with a pot life of 30 minutes at fluid consistency .
3. Submit certification that materials meet specification requirements for
nonproprietary materials .
4. Submit certifications that all grouts used on the project are free of chlorides or
other chemicals causing corrosion.
5. Manufacturer's specifications and installation instructions for all proprietary
materials.
1.04 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Delivery of Materials : Grout materials from manufacturers shall be delivered in
unopened containers and shall bear intact manufacturer's labels .
B. Storage of Materials : Grout materials shall be stored in a dry shelter and shall be
protected from moisture .
PART 2 PRODUCTS
2.01 GROUTS
A. General: Non-shrink grout shall be a prepackaged, inorganic, flowable , non-gas-
liberating, non-metallic, cement-based grout requiring only the addition of water.
Manufacturer's instructions shall be printed on each bag or other container in which
the materials are packaged . The specific formulation for each class of non-shrink
grout specified herein shall be that recommended by the manufacturer for the
particular application.
B. Class I Non-Shrink Grout:
CFW06057
1. Class I non-shrink grouts shall have a minimum 28 day compressive strength of
7000 psi. This grout is for precision grouting and where water tightness and non-
shrink reliability in both plastic and hardened states are critical. Refer to areas of
application as specified herein.
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY , 2010
MFG 03600 -3 GROUT
2 . Shall meet the requirements of ASTM C 1107 Grade C and B (as modified below)
when tested using the amount of water required to achieve the following
properties:
a. Fluid consistency (20 to 30 seconds) in accordance with ASTM C 939 .
b. At temperatures of 45, 73.4, and 95°F .
3 . The length change from placement to time of final set shall not have a shrinkage
greater than the amount of expansion measured at 3 or 14 days. The expansion
at 3 or 14 days shall not exceed the 28-day expansion.
4 . The non-shrink property is not based on a chemically generated gas or gypsum
expansion .
5. Fluid grout shall pass through the flow cone , with a continuous flow, one hour after
mixing.
6 . Product and Manufacturer: Provide one of the following:
a. Masterflow 928 , as manufactured by Master Builders, Inc .
b. Five Star Grout, as manufactured by Five Star Products, Inc .
c. Hi-Flow Grout , as manufactured by the Euclid Chemical Company
C. Class II Non-Shrink Grout:
1. Class II non-shrink grouts shall have a minimum 28 day compressive strength of
7000 psi. This grout is for general purpose grouting applications as specified
herein.
2. Shall meet the requirements of ASTM C 1107 and the following requirements
when tested using the amount of water required to achieve the following
properties:
a . Flowable consistency (140 percent flow on ASTM C 230 , five drops in 30
seconds).
b. Fluid working time of at least 15 minutes.
c. Flowable for at least 30 minutes.
3. The grout when tested shall not bleed at maximum allowed water.
4. The non-shrink property is not based on a chemically generated gas or gypsum
expansion .
5. Product and Manufacturer: Provide one of the following:
a. Set Grout, as manufactured by Master Builders, Inc .
b. NBEC Grout, as manufactured by Five Star Products , Inc.
c. NS Grout, as manufactured by the Euclid Chemical Company .
D. Class Ill Non-Shrink Epoxy Grout:
CFW06057
1. Epoxy grout shall be a pourable , non-shrink , 100 percent solids system . The
epoxy grout system shall have three components : resin , hardener, and specially
blended aggregate , all premeasured and prepackaged . The resin component
shall not contain any non-reactive diluents . Resins containing butyl glycidyl ether
(BGE) or other highly volatile and hazardous reactive diluents are not acceptable.
Variation of component ratios is not permitted, unless specifically recommended
by the manufacturer. Manufacturer's instructions shall be printed on each
container in which the materials are packaged . The following properties shall be
attained with the minimum quantity of aggregate allowed by the manufacturer.
2. Product and Manufacturer: Provide one of the following :
a . E3-HP , as manufactured by The Euclid Chemical Company .
b. Sikadur 42 Grout Pak , as manufactured by Sika Corporation .
c. Five Star Epoxy Grout , as manufactured by Five Star Products, Incorporated.
3. The vertical volume change at all times before hardening shall be between 0.0
percent shrinkage and four percent expansion when measured according to
ASTM C 827 (modified for epoxy grouts by using an indicator ball with a specific
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE: 0
JULY , 2010
MFG 03600 -4 GROUT
gravity between 0 .9 and 1.1 ). Alternately , epoxy grouts which maintain an
effective bearing area of not less than 95 percent are acceptable.
4 . The length change after hardening shall be negligible (less than 0 .0006 in/in) and
the coefficient of thermal expansion shall be less than 0 .00003 in/in/F when tested
in accordance to the requirements of ASTM C 531.
5. The compressive creep at one year shall be negligible (less than .001 in/in) when
tested under a 400 psi constant load at 140°F in accordance to the requirements
of ASTM C 1181.
6 . The seven day compressive strength shall be a minimum of 13,000 psi when
tested in accordance to the requirements of ASTM C 579 .
7. The grout shall be capable of maintaining at least a flowable consistency for a
minimum of 30 minutes at 70°F .
8 . The shear bond strength to portland cement concrete shall be greater than the
shear strength of the concrete when tested in accordance to the requirements of
ASTM C 882 .
9 . The effective bearing area shall be a minimum of 95 percent.
E . Grout Fill , Topping Grout:
1. Grout for topping of slabs and concrete fill for built-up surfaces of tank, channel ,
and basin bottoms shall be composed of cement , fine aggregate , coarse
aggregate , water, and admixtures proportioned and mixed as specified herein . All
materials and procedures specified for normal concrete in Section 03300 , Cast-In -
Place Concrete , shall apply except as noted otherwise herein .
2 . Topping grout and concrete fill shall contain a minimum of 564 pounds of cement
per cubic yard with a maximum water cement ratio of 0.45. Where concrete fill is
thicker than 4-inches , Class B concrete , as specified in Section 03300 , Cast-In-
Place Concrete , may be used when accepted by the Engineer.
3 . Coarse aggregate shall be graded as follows :
U .S . STANDARD
SIEVE SIZE
1/2-inch
3/8-inch
No. 4
No . 8
No . 16
No. 30
PERCENT BY
WEIGHT PASSING
100
90 to 100
20 to 55
5 to 30
0 to 10
0
4. Final mix design shall be as determined by trial mix design under supervision of
the approved testing laboratory.
5 . Strength : Minimum compressive strength of Grout Fill at the end of 28 days shall
be 4000 psi.
F . Construction Joint Grout:
CFW0605 7
1. Construction Joint Grout approximates Class B concrete , as specified in Section
03300 , Cast-In-Place Concrete , with aggregate coarser than 1/2-inch removed.
The mix is to be designed as flowable w ith a high mortar content. It is intended to
be placed over construction joints and mixed with Class A concrete as specified in
Section 03300 , Cast-In-Place Concrete. The mix requirements are as follows:
a . Compressive Strength : 4 ,000 psi minimum at 28-days.
b . Maximum Water-Cement Ratio : 0 .45 by we ight.
c . Coarse Aggregate : ASTM C33 , No . 8 size .
ALERT NOTIFICATION AND SECURITY IMPROV EMENTS
ISSU E : 0
JULY, 2010
MFG 03600 - 5 GROUT
d . Fine Aggregate: ASTM C33 , approximately 60 percent by weight of total
aggregate .
e . Air Content: 6±1 percent.
f. Minimum Cement Content: 752 pounds per cubic yard .
G. Requirements for Grout Fill and Construction Joint Grout
1. Proportion mixes by either laboratory trial batch or field experience methods,
using materials to be employed on the Project for grout required . Comply with
ACI 211 .1 and report to Engineer the following data:
a . Complete identification of aggregate source of supply .
b. Tests of aggregates for compliance with specified requirements.
c. Scale weight of each aggregate .
d . Absorbed water in each aggregate.
e . Brand , type and composition of cement.
f. Brand , type and amount of each admixture .
g . Amounts of water used in trial mixes .
h. Proportions of each material per cubic yard .
i. Gross weight and yield per cubic yard of trial mixtures.
j. Measured slump .
k. Measured air content.
I. Compressive strength developed at seven days and 28 days , from not less
than three test specimens cast for each seven day and 28-day test , and for
each design mix .
2. Submit written reports to Engineer of proposed mix of grout at least 30 days prior
to start of Work. Do not begin grout production un ti l mixes have been approved
by Eng ineer.
3. Laboratory Trial Batches : When laboratory trial batches are used to select grout
proportions, prepare test specimens and conduct strength tests as specified in
ACI 301 , Section 4 -Proportioning . However, mixes need not be designed for
greater than 125 percent of the specified strength , regardless of the standard
deviation of the production facility .
4. Field Experience Method : When field experience methods are used to select
grout proportions, establish proportions as specified in ACI 301 , Section 4.
5. Admixtures: Use air-entraining admixture in all grout. Use amounts of admixtures
as recommended by the manufacturer for climatic conditions prevailing at the time
of placing . Adjust quantities and types of admixtures as required to maintain
quality control. Do not use admixtures which have not been incorporated and
tested in the accepted design mix , unless otherwise authorized in writing by
Engineer.
2 .02 CURING MATERIALS
A. Curing materials shall be as specified in Section 03300 , Cast-in-Place Concrete, and
as recommended by the manufacturer of prepackaged grouts.
2 .03 CONSISTENCY
A. The consistency of grouts shall be that necessary to completely fill the space to be
grouted for the particular application . '
B. The slump for topping grout and grout fill shall be adjusted to match placement and
finishing conditions , but shall not exceed 4-inches.
C. The slump for Construction Joint Grout shall be 7 ± 1-inches.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEM ENTS
MFG 03600 -6
ISSUE : 0
JULY , 2010
GROUT
PART 3 EXECUTION
3.01 INSPECTION
A. Contractor shall examine the substrate and conditions under which grout is to be
placed and notify Engineer, in writing, of unsatisfactory conditions. Do not proceed
with the Work until unsatisfactory conditions have been corrected in a manner
acceptable to Engineer.
3.02 INSTALLATION
A. General :
1. Place grout as shown on the Drawings and in accordance with manufacturer's
instructions. If manufacturer's instructions conflict with the Specifications do not
proceed until Engineer provides clarification.
2. Manufacturers of proprietary products shall make available upon 72 hours
notification the services of a qualified, full time employee to aid in assuring proper
use of the product under job conditions .
3. Placing grout shall conform to temperature and weather limitations in Section
03300, Cast-In-Place Concrete .
4 . Grout shall be cured following manufacturer's instructions for prepackaged grout
and the requirements in Section 03300, Cast-In-Place Concrete, for grout fill and
topping grout.
B. Columns, Beams and Equipment Bases:
1. Epoxy grout: After shimming equipment to proper grade, securely tighten anchor
bolts . Properly form around the base plates, allowing sufficient room around the
edges for placing the grout. Adequate depth between the bottom of the base
plate and the top of concrete base must be provided to assure that the void is
completely filled with the epoxy grout.
2. Non-shrink, non-metallic grout: After shimming columns, beams and equipment to
proper grade, securely tighten anchor bolts . Properly form around the base plates
allowing sufficient room around the edges for placing the grout. Adequate depth
between the bottom of the base plate and the top of concrete base must be
provided to assure that the void is completely filled with the non-shrink,
non-metallic grout.
C. Handrails and Railings :
1. After posts have been properly inserted into the holes or sleeves, fill the annular
space between posts and sleeve with the non-shrink, non-metallic grout. Bevel
grout at juncture with post so that moisture flows away from post.
D. Construction Joints:
1. Place a 6-inch minimum thick layer of Construction Joint Grout over the contact
surface of the old concrete at the interface of horizontal construction joints as
specified in Section 03250, Concrete Joints and Embedded Items, and Section
03300, Cast-In-Place Concrete.
E. Topping Grout:
CFW06057
1. All mechanical, electrical, and finish work shall be completed prior to placement of
topping grout. The base slab shall be given a roughened textured surface by
sandblasting or hydroblasting exposing the aggregates to ensure bonding to the
base slab .
2 . The minimum thickness of grout topping shall be 1-inch .
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY , 2010
MFG 03600 - 7 GROUT
3. The base slab shall be thoroughly cleaned and wetted prior to placing topping and
fill. No topping concrete shall be placed until the slab is complete free from
standing pools or ponds of water. A thin coat of neat Type II cement slurry shall
be broomed into the surface of the slab and topping or fill concrete shall be placed
whi le the slurry is still wet. The topping and fill shall be compacted by rolling or
tamping , brought to established grade , and floated . Grouted fill for tank and basin
bottoms where scraping mechanisms are to be installed shall be screeded by
blades attached to the revolving mechanism of the equipment in accordance with
the procedures outlined by the equipment manufacturer after the grout is brought
to the established grade.
4. Topping grout placed on sloping slabs shall proceed uniformly from the bottom of
the slab to the top, for the full width of the placement.
5. The surface shall be tested with a straight edge to detect high and low spots
which shall be immediately eliminated. When the topping has hardened
sufficiently , it shall be steel troweled to a smooth surface free from pinholes and
other imperfections. An approved type of mechanical trowel may be used as an
assist in this operation , but the last pass over the surface shall be by
hand-troweling . During finishing , no water, dry cement or mixture of dry cement
and sand shall be applied to the surface .
6. Cure and protect the grout topping as specified in Section 03300 , Cast-In-Place
Concrete .
F. Grout Fill
CFW06057
1. All mechanical , electrical, and finish work shall be completed prior to placement of
grout fill. Grout fill shall be mixed , placed , and finished as required in Section
03300, Cast-In-Place Concrete .
2. The minimum thickness of grout fill shall be 1-inch . Where the finished surface of
grout fill is to form an intersecting angle of less than 45 degrees with the concrete
surface it is to be placed against , a key shall be formed in the concrete surface at
the intersection point. The key shall be a minimum of 3-1/2-inches wide by 1-1/2-
inches deep .
3. The surface shall be tested with a straight edge to verify that the surface slopes
uniformly to drain and to detect high and low spots which shall be immediately
eliminated. When the grout fill has hardened sufficiently , it shall be steel troweled
to a smooth surface free from pinholes and other imperfections. During finishing,
no water , dry cement or mixture of dry cement and sand shall be applied to the
surface .
END OF SECTION
ALERT NOTI FICATION AND SECUR ITY IMPROVEMENTS
ISSUE : 0
JULY , 2010
MFG 03600 - 8 GROUT
SECTION 05120
STRUCTURAL STEEL
PART1 GENERAL
1.01 SCOPE
This section specifies primary structural steel elements such as columns, girders,
beams, trusses and railing , including connections , bracing , bearing plates , leveling
plates, bolts and other items. Refer to other sections of Division 5, Metals , for related
work .
1.02 REFERENCE STANDARDS
A. American Institute of Steel Construction (AISC).
1. Specifications for the Design, Fabrication and Erection of Structural Steel for
Buildings.
2. Code of Standard Practice for Steel Buildings and Bridges.
B. American Welding Society (AWS): Code for Welding in Building Construction .
C. American Society for Testing and Materials (ASTM).
D. Steel Structures Painting Council (SSPC): Steel Structures Painting Manual.
E. Research Council on Riveted and Bolted Structural Joints (RCRBSJ): Specification for
Structural Joints Using ASTM A325 or A490 Bolts.
1.03 SUBMITTALS
A. Shop Drawings:
1. Submit shop drawings as specified in Division 1, General Provisions . Give
sufficient detail to permit steel erection without referring to design drawings .
2 . Drawings must include all structural steel items , connections , bolt setting and
erection diagrams. Show holes , cuts, reinforcing and other details required to
prepare each item for erection to receive other work. Show location , types and
sizes of welds and fastenings.
3. Provide letter sealed by a Licensed Professional Engineer in the State of Texas
stating that all connections not specifically on the design structural drawings have
been designed and detailed under his supervision.
B. Certificates : Submit certified mill reports from the steel supplier. Reports must provide
heat or melt number mill analysis and test results for structural steel. If reports are not
submitted or if the material cannot be positively identified and directly related to the
reports , steel quality tests will be required at no cost to the OWNER.
1.04 DELIVERY AND STORAGE
CFW06057
Schedule material delivery so that items may be erected promptly after arrival. If
materials must be stored , keep them off the ground and clean , free of dirt , mud , grease
or oil.
ALERT NOTI F ICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY , 20 10
MFG 05120 - 1 STR UCT URAL STEEL
PART 2 PRODUCTS
2.01 MATERIALS
A. Structural Steel :
1. All rolled structu ral shapes , plates and bars must meet the standards for
ASTM A572 , Grade 50.
2. Clip angles , stiffeners , plates and other detail items must conform to standards of
the main member to which the items are attached unless noted otherwise .
3. Connection material conforming to ASTM A36 may be used with high strength
steel if the fabricator submits acceptable proof of adequacy .
B. Steel Pipe : Conform to ASTM A53 , Type E or S, Grade B, we lded or seamless . No
hydrostatic tests required .
C. Bolts : Use bolts conforming to the referenced standard .
1. High-strength bolts , bearing-type connections: ASTM A325 .
2. Anchorage furnished by steel fabricator.
a . Anchor bolts : ASTM A307 .
b. Threaded rods : ASTM A36
D. Welding Electrodes: Equivalent to AWS Low Hydrogen E 70XX Series suitable for the
welding process used .
E . Galvanizing:
1. Hot-dipped zinc coat structural items specifically designated as galvanized after
fabrication . Conform to the applicable standard , ASTM A 123 or ASTM A 153.
2. Use a repair coating which conforms to Federal Specifications O-G-93.
Acceptable products include :
a . Carboline Carbo Zinc No . 11 .
b. Galv-Weld Products Galv-Weld Alloy .
c . Koppers Organic Zinc coating .
3. Unless otherwise noted all structural steel shall be galvanized .
2 .02 SUBSTITUTIONS
Substitution of sections or details is not permitted without prior approval. If items
shown are not readily obtainable, request permission to substitute for the specified
item . Substitutions will be allowed on items of equal or superior properties which
conform to design criteria .
2 .03 FABRICATION
A. Begin fabrication of structural steel only after shop drawings have been reviewed with
no exceptions taken . Fabricate according to AISC reference standards , codes, and
these specifications unless directed or shown otherwise .
B . In the shop , weld connections to structural members and base plates to columns .
C . Drill , punch , cut and tap steel as required for anchorage, connection , or
accommodating other work as shown, specified , or otherwise directed . Items with
burned holes are considered defective and must be removed and replaced .
CFW06057
ALERT NOTI FICATION AND SECURITY IMPROVEMENTS
MFG 05120 -2
ISSUE: 0
JULY , 2010
ST RUCTURAL STEEL
2.04 WELDING
A. Perform welding in accord with the AWS reference standard . Use procedures such as
preheat or interpass temperature as recommended by AWS standards .
B. All shop and field welding must be performed by qualified welders who hold current
welding certificates .
C. Surfaces to be welded must be free of loose scale, slag, rust , grease, paint and other
foreign material. Mill scale which withstands vigorous wire brushing may remain.
D. Joint surfaces must be free of fins and tears caused by shearing . Wherever
practicable , prepare edges by gas cutting using a mechanically guided torch .
E. Protect electrodes from exposure to moisture and coating .
F. If shop welding is done by automatic , submerged arc process , verify that physical
properties of deposited weld metal will be similar to properties of the base metal.
G . No welding shall be done when the temperature of the base metal is below 32°F .
H. The cover bead or finish pass must have a smooth, uniform surface with reinforcement
of 1/16 to 1/8 inch. Surface voids, cracks in finish weldments, or undercutting of base
metal at the fusion line is not acceptable.
2 .05 SURFACE PREPARATION AND PAINTING
A. All surfaces shall be prepared and finished in accordance with Section 09900 .
Structural Steel shall be shop primed.
B. Galvanize structural steel items specifically shown or specified as galvanized .
Members that are warped during the galvanizing process will be rejected.
2 .06 INSPECTION AND TESTING
A. Mill or shop inspection and nondestructive testing (in addition to field inspection and
nondestructive testing) may be done by the OWNER.
B. Inspection in mill, shop, or field in no way relieves CONTRACTOR from his
responsibility to furnish satisfactory materials . Right is reserved to reject material at
any time before final acceptance if material and workmanship do not conform to
drawings and specifications.
PART 3 EXECUTION
3 .01 ERECTION
A. Erect the structure according to AISC specifications and codes and reviewed shop
drawings .
B. Furnish templates for setting anchor bolts in concrete.
C. Give careful attention to leveling and plumbing of structural steel at all stages of
construction. Adequately brace erected structural steel framework with temporary
bracing until permanent bracing is installed or final connection is made.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 05120 - 3
ISSUE : 0
JULY, 2010
STRUCTURAL STEEL
D. Support column base plates on steel wedges with no portion of a wedge within one
inch of base plate edge . Apply grout at base plates according to manufacturer's
recommendations .
E. Driftpins may be used only to bring parts together if used carefully so as not to distort
or damage metal.
F. Connections will be welded or bolted as shown . Weld as previously specified in this
section. Install high strength bolts according to the RCRBSJ reference standard .
Tighten by turn-of-the-nut method .
G. Use of a gas cutting torch for correcting fabrication errors in the field will not be
permitted . Field holes shall be drilled .
3.02 COATING REPAIRS
A. Repair and touch-up field welds , abraded areas , damaged or defective areas and rust
spots in accordance with Section 09900.
B. Tho roughly clean field welds, abrasions, and damaged or defective areas of
galvanized surfaces . After the surface is prepared, apply a matching galvanized repair
coat as specified in Paragraph 2 .01 .E. Any member requiring repair of more than 2
percent of the surface area shall be rejected .
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 05120 - 4
ISSUE : 0
JULY , 2010
STRUCTURAL STEEL
PART 1 GENERAL
1.01 SCOPE OF WORK
SECTION 09900
PAINTING
A. This section provides requirements for furnishing labor, materials and equipment to
prepare surfaces and to apply protective coatings to new equipment, pumps, piping
and valves, structural steel, masonry and concrete (where required), and
miscellaneous items .
B. The term "paint" as used in this section means the protective coatings specified . Other
paintings may be required in other sections of the specifications . All paint for concrete
or metal surfaces shall be especially adapted for use around a moist and humid
environment and shall be applied in conformance with the manufacturer's published
specifications.
1.02 RELATED WORK
A. Division 1: General Provisions.
B. Division 3: Concrete .
C. Division 5: Metals.
D. Division 11: Equipment
E. Division 13 : Special Construction
F. Division 15 : Mechanical.
G. Division 16 : Electrical
1.03 REFERENCE STANDARDS
A. ASTM D16 -Definitions of Terms Relating to Paint, Varnish, Lacquer , and Related
Products .
B. NACE (National Association of Corrosion Engineers) -Industrial Maintenance Painting .
C. NPCA (National Paint and Coatings Association) -Guide to U.S . Government Paint
Specifications.
D. POCA (Painting and Decorating Contractors of America) -Painting -Architectural
Specifications Manual.
E. SSPC (Steel Structures Painting Council) -Steel Structures Painting Manual.
F. Materials to be used in contact with the raw water or potable water process stream
shall meet the current requirements of the Food and Drug Administration Document,
Title 21, Section 175.300 or have been approved by the EPA for potable water use
and have been certified by the National Sanitation Foundation for Standard 61 listing.
Submit certification that the material meets these requirements.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 09900 - 1
ISSUE : 0
JULY , 2010
PAINTING
1.04 SUBSTITUTIONS
Wherever a product is designated by trade name with provision for an equal, the
product specified must be used unless a written request for substitution is submitted to
the Engineer for review and approval. The request for substitution must include the
manufacturer's complete technical data sheets on the proposed product with a certified
ingredients analysis signed by an officer of the manufacturer and sufficient information,
including applicable case history information, for mak ing a complete comparison
between specified and proposed product .
1.05 SUBMITTALS
A. Product Data and Shop Drawings: Submit product data, shop drawings , certificates
and instructions on all protective coatings items as specified herein and in accordance
with Division 1 -General Provisions .
B. Product Data : Complete data on each type and kind of paint and primer shall be
submitted for review. Submittal data shall show where and for what uses each paint
product is to be used, with cross reference made to paragraphs of the specifications or
the coating schedule. Data submitted on each type and kind of paint product shall
include information to show that the product meets the detailed requirements of these
specifications .
C. Manufacturer's Instructions : The manufacturer's published instructions, for use as a
guide in specifying and applying the manufacturer's proposed paint , shall be
submitted . Paint shall not be delivered to the job site before review of the
manufacturer's instructions by the Owner's Representative . A manufacturer's paint will
not be considered for use unless that manufacturer's published instructions meet the
following requirements:
CFW06057
1. The instructions must have been written and published by the manufacturer for
the purpose and with the intent of giving complete instruction for the use and
application of the proposed paint in the locality and for the conditions for which the
paint is specified or shown to be applied under this contract.
2. All limitations , precautions and requirements that may adversely affect the paint;
that may cause unsatisfactory results after the painting application ; or that may
cause the paint not to serve the purpose for which it was intended , that is, to
protect the covered material from corrosion , shall be clearly and completely stated
in the instructions. These limitations and requirements shall include, but not be
limited to, the following:
a . Surface preparation .
b. Methods of application.
c. Number of coats.
d . Thickness of each coat.
e . Total thickness .
f . Drying time of each coat, including primer.
g . Drying time of final coat before placing in service .
h. Time allowed between coats.
i. Primer required to be used .
j. Primers not permitted.
k. Use of a primer.
I. Compatible topcoats.
m. Thinner and use of thinner.
n. Weather limitations during and after application (temperature, humidity, wind
velocity).
o . Protection from sun .
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY , 2010
MFG 09900 - 2 PAINTING
p. Physical properties of paint, including percent solids content by volume,
ingredient analysis, and weight per unit surface per dry mil thickness.
q . Cathodic disbonding limitations, if any.
r. Equipment settings (air cap, fluid tip, equipment pressure settings, etc.).
1.06 DELIVERY, STORAGE, AND HANDLING
A Deliver products to site in original , unopened, and labeled containers ; inspect to verify
acceptability .
B. Container label to include manufacturer's name, type of paint, brand name, lot number,
brand code, coverage, surface preparation, drying time, cleanup requirements, color
designation, and instructions for mixing and reducing.
C. Store materials in an approved location which meets the manufacturer's storage
requirements . Recommended storage temperatures and ventilation shall be
maintained. Keep the storage area clean and repair any damage done . Remove oily
rags, waste , or other fire hazards from buildings each night; take adequate precautions
to avoid damage by fire . Place cloths and cotton waste which might constitute a fire
hazard in metal containers or destroy at the end of each workday.
1.07 SAFETY AND HEAL TH REQUIREMENTS
A General: In accordance with requirements set forth by regulatory agencies applicable
to the construction industry and manufacturer's printed instructions and appropriate
technical bulletins and manuals , the Contractor shall provide and require use of
personal protective lifesaving equipment for persons working on or about the project
site .
B. Head and Face Protection and Respiratory Devices : Equipment shall include
protective helmets which shall be worn by all persons while in the vicinity of the work .
In addition, workers engaged in or near the work site during sandblasting shall wear
eye and face protection devices and air purifying, halfmask or mouthpiece respirators
with appropriate filters . Barrier creams shall be used on any exposed areas of skin .
C. Ventilation: Where ventilation is used to control hazardous exposure, all equipment
shall be explosion-proof. Ventilation shall reduce the concentration of air contaminants
to the degree a hazard does not exist. Air circulation and exhausting of solvent vapors
shall be continued until coatings have fully cured .
D. Sound Levels : Whenever the occupational noise exposure exceeds maximum
allowable sound levels, the Contractor shall provide and require the use of approved
ear protective devices .
E. Illumination : Adequate illumination shall be provided while work is in progress,
including explosion-proof lights and electrical equipment. Whenever required by the
Engineer or Owner's Representative, the Contractor shall provide additional
illumination and necessary supports to cover all areas to be inspected . The level of
illumination purposes shall be determined by the Engineer or Owner's Representative.
1.08 REGULATORY REQUIREMENTS
Conform to applicable code for flame and smoke rating requirements for finishes .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 09900 -3
ISSUE : 0
JULY , 2010
PAINTING
1.09 MAINTENANCE MATERIAL
At the end of the project, the Contractor shall tum over to the Owner a gallon of each
type and color of paint , primer, thinner , or other coatings used in the field painting .
The material shall be delivered in unopened labeled cans , just as it comes from the
factory . If the manufacturer does not package the mate rial in gallon cans , and in the
case of special colors, the materials shall be del ivered in new gallon containers ,
properly closed with typed labels indicating brand , type , color , etc. Where multiple
component materials are used , the Contractor shall supply an unopened kit of the
necessary materials in the manufacturer's smallest standard packaging size (i.e ., a
2-component epoxy with a 1: 1 mix ratio would require a 1-gallon can of resin and a 1-
gallon can of curing agent). The manufacturer's literature describing the materials and
giving directions for their use shall be furnished in three bound copies . A typewritten
inventory list shall be furnished at the time of delivery .
PART 2 PRODUCTS
2 .01 COLOR SCHEDULE
A. Final color selection will be made by the Engineer from color chips subm itted by the
Contractor; colors selected may or may not be a manufacturer's standard color.
Submit color charts to Owner's Representative at least 60 days prior to paint
app lication to allow time for color selection .
B. All components for Reuse Water Service shall be Purple in color.
C. Shop Painted Equipment: Motors , equipment , pumps , valve bodies and metal pump
bases shall be shop painted.
1. Motors, equipment, pumps , pump bases and valve bodies shall be painted color
as selected by the Owner.
2. All bronze or stainless steel valve bodies shall not be painted .
D. Exposed Moving Parts and Guards .
1. All exposed moving parts such as couplings , shafts , etc., shall be painted OSHA
red .
2. All guards and shields such as belt guards , cha in guards , etc., shall be painted
OSHA orange .
2 .02 TEST EQUIPMENT
The Owner's Representative will use , but is not limited to , the following pieces of
equipment to determine film thickness and presence of flaws . The Contracto r shall
provide , maintain and calibrate the following equipment for the Owner's
Representative's use for testing the coating system . All costs related to the testing
equipment shall be borne by the Contractor.
A. Electronic Digital Readout Gage : 0.40 mils film thickness gage including a set of
0.5 Department of Commerce , Bureau of Standards Film Thickness Calibration
Standards from 0-8 mils and 10-25 mils or equivalent.
B. Wet Sponge Holiday Detector: Low voltage (67-1/2 volts) flow detector (holiday detector).
C. Clemtex Comparator : Surface anchor profile standard .
D. Wet Film Thickness Gage .
CFW06057
A LERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 09900 - 4
ISSUE: 0
JULY , 2010
PAINTING
E. Sling Psychrometer.
2 .03 MATERIAL
A. Paint shall arrive on the job ready-mixed , except for the tinting of undercoats , field
catalyzed coatings , and possible thinning .
B. All coating shall meet all Federal , State , United States Corps of Engineers ,
Environmental Quality Board , and any other local governmental ordinances and
regulations for allowable Volatile Organic Compounds and other hazardous contents .
C. When thinning coating , the amount of thinner used shall not exceed the limit
recommended by the manufacturer, nor shall it cause the paint to exceed the
allowable limits for VOCs . Only thinners recommended by the manufacturers, or
approved equa l, shall be used .
2 .04 COATING SCHEDULE
A. Ferrous Metal , Interior, Non-Immersed , Subject to Non-Abrasive Conditions :
1. General. All interior above ground ferrous surfaces subject to dry non -abrasive
conditions shall be painted in accordance to the following provisions. This
includes , but is not limited to : exposed pumps , exterior of valves , pipes , motors ,
machinery , and miscellaneous metals such as structural steel.
2 . Surface Preparation. SSPC SP -6 Commercial Blast Cleaning , Reference Part
3 .02 Surface Preparation, item D for description .
3. Coating (Epoxy-Polyamide)
Minimum Coverage
Primer 4 .0 mils *OFT
Finish Coat 5 .0 mils OFT
* OFT -Dry Film Thickness
Mfg or Equal
Tnemec, 66-1211 Epoxoline Primer
Valspar, 89 Series High-Build Epoxy
Carboline , 893 Polymid Epoxy Primer
Tnemec, 66 -Color High -Build Epoxoline
Valspar, 89 Series High-Build Epoxy
Carboline , 134 HS Polyurethane
B. Ferrous Metal , Exterior, Non-Immersed , Subject to Non-Abrasive Cond itions :
1. General. All exterior ferrous surfaces not submerged , and subject to non-abrasive
conditions shall be painted in accordance to the following provisions . This
includes but is not limited to : Exterior of non -submerged equipment , valves ,
pipes , pipe sleeves , brackets , grates , structural steel, light poles , exterior face of
overhead doors , etc . Surfaces intermittently or partially submerged will be treated
as submerged .
2. Surface Preparation. SSPC SP -6 Commercial Blast Cleaning . Reference Part
3.02 Surface Preparation D for description .
3. Coating (Aliphatic-Polyurethane System)
Minimum Coverage
Primer 5.0 mils OFT
Mfg or Equal
Tnemec, 66-Color High-Build Primer
Valspar, 89 Series High-Build Epoxy
Carboline , 890 Epoxy
Finish Coat 4 .0 mils OFT
CFW06057
Tnemec, 75-Color Endura -Shield
ISSUE : 0
JU LY , 20 10 A LERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 09900 -5 PA INTING
Valspar, V40 Series Urethane
Carboline , 134 HS Polyurethane
C. Ferrous Metals, Immersed or Subject to Abrasive Conditions
1. General. All ferrous surfaces below ground level, submerged, or subject to
abrasive conditions shall be painted in accordance with the following provisions.
This includes but is not limited to : Ladders, grates , checkered plates , handrails,
access covers , exterior of submerged valves , piping, brackets , structural steel,
sluice gates , roller gates , drains , etc. (Surfaces that are questionable as to if they
are subject to submerged or abrasive conditions will be considered as subject to
those conditions).
2. Surface Preparation. SSPC SP-10 Near White Metal Blast Cleaning. Reference
Part 3.02 Surface Preparation Ferrous Metal D for description .
3. Coating (Epoxy-Polyamide System)
Minimum Coverage
Primer 4 .0 mils OFT
Finish Coat 5.0 mils OFT
Mfg or Equal
Tnemec, 20-1255 Pota-Pox Primer
Valspar, 78 Series Tank Epoxy
Tnemec, 20-11WH Pota-Pox Finish
Valspar, 78 Series Tank Epoxy
D. Non Ferrous Metal Interior:
1. General. All non ferrous surfaces where painting is required shall be painted in
accordance with the following provisions . This includes but is not limited to : pipe
supports, underside of roof decks and service doors .
2. Surface Preparation. SSPC-SP6 Commercial Blast Cleaning . Reference Part
3 .02 Surface Preparation D for description .
3. Coating (Epoxy-Polyamide System)
Minimum Coverage
Primer Coat 3.0 mils OFT
Finish Coat 4 .0 mils OFT
Finish Coat (For Exterior
Installation) 3.0 mils OFT in
addition of Primer and Finish
Coat described above
Mfg or Equal
Tnemec, 66-color High-Build Epoxoline
Tnemec, 66-High-Build Epoxoline
Tnemec Series 75 Endura-Shield
E. Aluminum , Stainless Steel, Galvanized Steel, Copper, or Brass : Unless specifically
called out, only clean these surfaces . Do not paint.
F. All Aluminum in Contact with Dissimilar Materials :
CFW06057
1. Surface Preparation . Remove all foreign matter and apply sealer as required by
coating manufacturer.
2. Coating (Epoxy-Polyamide)
Minimum Coverage
Primer (not required)
Finish Coats - 2 coats at
Mfg or Equal
Tnemec , 66 -High Bu ild Epoxoline
ALERT NOTIFICATION AND SECURITY IMPROVE MENTS
ISSUE : 0
JULY , 2010
MFG 09900 - 6 PAINTING
4 .0 mils each Valspar, 89 Series High-Build Epoxy
Carboline , 890 Epoxy
G. Interior Concrete: Unless specifically called out, only clean these surfaces . Do not
paint.
H . Exterior Concrete -Exposed.
1. One coat , Tnemec Series 151 Elasto-grip applied at 200 -400 SF per gallon.
2 . Two coats , Tnemec Series 157 Enviro-crete applied at 8 .0 dry mils , each coat.
I. Interior Concrete Block Masonry -Exposed .
1. One coat, Tnemec Series 130-6601 Enviro-fill cementicious block filler applied at
65-75 square feet pr gallon.
2 . Two coats , Tnemec Series 84 , 5 .0-6 .0 mils OFT , each coat.
J . Exterior Concrete Block Masonry -Exposed.
1. One coat , Tnemec Series 130 Enviro-fill waterborne Cementicious Acrylic applied
at 85 -115 SF per gallon .
2 . Two coats , Tnemec Series 181 Tnemec-crete applied at 8 .0 -10 .0 dry mils , each
coat.
K . PVC Pipe Interior
1. Surface Preparation. As recommended by manufacturer.
2 . Coating (Epoxy-Polyamide)
Coverage
Primer (not required)
Finish Coat 4 mils OFT
L. PVC Pipe Exterior
Mfg . Or Equal
Tnemec, 66 High-Build Epoxoline
Epoxoline
1. Surface Preparation : As recommended by manufacturer.
2 . Coating (Aliphatic-Polyurethane System).
Minimum Coverage
Primer 4 .0 -6 .0 mils OFT
Finish Coat 2 .5 mils SFT
PART 3 EXECUTION
3.01 WORK CONDITIONS
Mfg . Or Equal
Tnemec, 66 High-Build Epoxoline
Valspar, 89 Series High-Build Epoxy
Tnemec, 73-Endura-Shield Ill
Valspar, V40 Series Urethane
A. Coating or painting shall be applied per manufacturer's recommendations.
B. Surface: If surfaces to be painted cannot be put in proper condition for painting by
customary cleaning and sanding operations , notify the Engineer's Representative in
writing or assume the responsibility for and rectify any unsatisfactory finish resulting
from application to an unsatisfactory surface . Do not proceed with surface preparation
or coating application until adverse conditions are corrected to provide an acceptable
surface. The paint supplier shall inspect and certify all surfaces prior to coating
application . Do not apply paint to a wet or damp surface .
CFW0605 7
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 09900 -7
ISSUE: 0
JULY, 2010
PAINTING
C. Equipment: The Contractor's coating and painting equipment shall be designed for
application of the materials specified and shall be maintained in good working order
comparable to that described in printed instructions of the coating manufacturer.
Clean equipment thoroughly before and after use with the appropriate cleaning
solution indicated by the coating manufacturer. All gages and controls on spray
equ ipment shall be in proper working order at all times and the gages must be
ope rational and readable.
D. Warnings: Display caution signs in necessary areas advising of spray painting and
warning against open flames .
E . Barriers : Provide barriers or shelters on windy days to protect equipment and
treatment facilities.
3 .02 SURFACE PREPARATION
A. Surface preparation standards are as described in this specification . The Steel
Structures Painting Council, Surface Preparation Specification is used for steel and as
a guide for concrete.
B. Solvent Cleaning: Remove oil, grease, soil and other contaminants by use of solvents ,
emulsions , cleaning compounds, steam cleaning , or similar materials and methods
which involve a solvent or cleaning action , in accordance with Steel Structures
Painting Council Surface Protection Specifications (SSPC) SP-1 . Care must be taken
to not allow solvent chemicals to enter treatment processes .
C. Grinding : Remove weld splatter and rough edges and grind rough welds so that all
surfaces are in proper condition, in the opinion of the Owner's Representative , to
receive the specified coating .
D. Abrasive Grit Cleaning :
1. Use a source that provides compressed air, free of detrimental amounts of water
and oil. The compressor shall , as a minimum , be capable of delivering a pressure
at the blast nozzle of at least 90 psig ; the blast nozzle shall be of the venturi type .
2. Use a grit of 16/40 mesh . Keep grit clean , dry and free of clay particles and other
extraneous matter.
3. Blast only those areas that can be primed the same day. Areas which are not
pa inted the same day must be reblasted again on the day the prime coat is
applied . Remove grit from surface by brush or industrial vacuum .
4 . All immersed iron and steel surfaces shall be blasted to "near-white" metal in
accordance with Steel Structures Painting Council Surface Preparation
Specification (SSPC) SP -10, Near White Blast Cleaning . The blast cleaning shall
produce an anchor pattern of 2-1/2 to 3 mi ls.
5. All non-immersed iron and steel surfaces shall be commercial blast cleaned in
accordance with SSPC SP -6. The blast cleaning shall produce an anchor pattern
of 1-1/2 to 2 mils.
6. Concrete surfaces to be blasted should be prepared by using a brush-off blast
cleaning unless otherwise specified . This blast shall lightly abraid the surface
w ithout entirely removing the surface or exposing the underlying aggregate .
E. Power Tool Cleaning : Subject to rev iew by the Engineer or Owner's Representative,
any above metalwork in which SP-6 or SP-10 blasting cannot be accomplished shall
be cleaned in accordance with SSPC SP-3 , Power Tool Cleaning , removing loose mill
scale , loose rust, loose paint and other foreign matter. Pumps , motors and similar
equipment to be painted should be prepared per SSPC-SP3 .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 09900 - 8
ISSUE : 0
JULY , 2010
PAINTING
F. Unknown or Noncompatible Materials : Items coated with an unknown paint system , or
a primer or system which is not compatible with the specified system, shall be blast
cleaned and recoated with the specified coating system at the job site . When blasting
is not feasible , the Contractor shall notify the Owner's Representative and request
permission to apply a barrier coat over the unknown or noncompatible material. The
proposed barrier coat must be recommended in writing by the paint system
manufacturer and is subject to review by the Owner's Representative . Following
application of the barrier coat , if permitted , the specified coating system shall be
applied . Minimum dry film thickness shall be increased an amount equal to the barrier
coat and unknown or noncompatible coats .
3.03 PROTECTION
A. Protect surfaces and installations requmng no paint ing or finishing by use of drop
cloths, masking or other approved precautionary measures. Repair or replace
property and work of other trades damaged , marred or stained by painting and
finishing operations .
B. Prior to surface preparation and painting operations , remove , mask or otherwise
protect hardware, hardware accessories , machined surfaces, plates , light fixtures and
similar items not to be painted but which are in contact with painted surfaces.
C. Protect spaces used for mixing or storage of paint materials from damage or staining .
Leave space in clean, neat condition .
3.04 MIXING AND THINNING
A. Mix and thin paints in strict accordance with manufacturer's direct ions .
B. At the time of application , paint must show no signs of hard settling , excessive
skinning , livering , or other deterio ration .
3.05 COATING APPLICATION
A. Manufacturer's Representative : The coating manufacturer will be responsible , through
an authorized representative , to provide technical assistance to the paint contractor as
needed.
B. Workmen : Employ workmen skilled in structural steel, piping , and mechanical
equipment painting.
C. Materials :
1. Coating materials , abrasive grit, and equipment used in painting and blasting are
subject to inspection at any time by the Engineer and Owner's Representative .
2 . Remove blasting grit and dust from the surface to be painted before paint
application is begun .
3. Dust , dirt , oil , grease, or any foreign matte r that will affect the adhesion or
durability of the finish must be removed by washing with clean rags dipped in an
approved cleaning solvent and wiped dry with clean rags .
D. Paint Coating Methods :
CFW06057
1. Finished surfaces must be free from runs, drips , ridges , waves, laps , brush marks
and variations in color, texture and finish .
2. Double-lap all welds . Apply prime coat by brush to all weld areas ; then apply
prime coat to entire surface, including weld areas , by spray , roller or method
selected .
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY , 2010
MFG 09900 -9 PAINT ING
3. Coat areas with a uniform film , free of sags, runs , or brush marks .
4 . Except where otherwise specified , thin paint only as necessary for workability of
coating material in accordance with manufacturer's printed instructions. Use only
an appropriate thinner as recommended by the paint manufacturer.
5. When paint is being applied to any other closed areas , provide adequate
ventilation .
6. Comply with recommendations of the paint manufacturer in regard to drying time
for each coat , technique of spray application , ventilation , paint thinning , and safety
precautions. The Contractor must fully inform all members of his field crew of
these recommendations .
7. Where inspection shows that the specified thickness is not developed , apply
additional coats in accordance with the manufacturer's surface preparation and
cure schedule requirements to produce the required film thickness .
8. Repair and recoat improper applications as recommended by the manufacturer or
as required by the Owner's Representative .
9. Factory finished items shall be protected against damage during transit , storage
and erection . Damaged areas must be refinished as the original. The following
items shall receive final finish at the factory , colors to be reviewed by the Owner's
Representative .
a. Electrical panels (to be factory painted ANSI No . 61 gray).
b . Light fixtures .
c. Pressure gages.
d . Instrumentation.
e . Valves and accessories
f. Mechanical equipment with standard factory finish , subject to Engineer's
review .
10 . The following items shall not be painted unless otherwise specified :
a . Aluminum , brass , bronze , chrome , copper or sta inless steel.
b . Nameplates or serial numbers .
c . Grease fittings.
d . Valve operator stems .
e . Buried or encased piping or conduit.
f . Concrete floors , interior walls and slabs .
g . Glass .
h . Fiberglass doors , grating and handrail.
i. Existing and new corrugated metal wall panels.
11 . Finish exterior doors on tops , bottoms , and side edges the same as the exterior
face .
12 . Sand lightly between each succeeding enamel or varnish coating .
13 . Allow sufficient time between successive coatings to permit proper drying .
E. Cleaning : Upon completion of the work , remove all staging and scaffold i ng . Dispose
of all used grit, containers and rubbish in a suitable manner. Remove overspray , paint
spots , oil or stains on adjacent surfaces . Leave the entire job clean and acceptable .
3 .06 INSPECTION AND TESTING
A. Inspection :
CFW06057
1. The Contractor shall provide OSHA-approved staging , scaffolding and lighting as
required to permit proper inspection as outlined in these specifications .
2. Surface preparation, coating application and repairs are subject to inspection by
the Engineer and Owner's Representative . The standards published by the Steel
Structures Painting Council , especially SSPC-VISL-635 , Pictorial Surface , will be
used as guides for acceptance or rejection of the cleaning , painting or coating
ALERT NOTIFICATION AND SECURITY IMPROVEMENT S
ISSUE: 0
JULY, 2010
MFG 09900 -10 PAINTING
application. Particular attention will be given hard-to-reach areas , bolted
connections , supports , anchor bolts and threaded joints.
3. A magnetic-type dry film thickness gage, and an electrical holiday detector will be
used to determine the acceptability of the paint application . Calibration of the
magnetic thickness gage will be done on the site using the U.S. Department of
Commerce, Bureau of Standard Film Thickness Calibration Standards .
4. Give sufficient notice in advance of coating applications so that the Engineer and
Owner's Representative can perform the following inspections :
a. Examination and approval of surface preparation prior to any coating .
b. Examination and approval of each coat prior to application of the next coat.
c. Inspection of the completed coating for runs , overspray , roughness , and any
evidence of improper application .
d . Direction or observation of testing .
B. Testing :
CFW06057
1. Contractor shall be responsible for and shall bear all the costs to perform the
quality control tests for the coating .
2 . Should any paint system fail to pass a test , the Contractor shall make necessary
changes approved by the Owner's Representative for the corrective measures.
The paint system will then be retested .
3 . The following tests will be conducted :
a. Dry film thickness will be tested after each coat of paint has been applied , and
after final coat of the exterior system has been applied to the pump ,
motor, piping , equipment, metal and appurtenances . A test will be made for
every 25 square feet of surface and at locations designated by the inspector.
b. All submerged paint systems will be tested for holidays after the final coat has
been applied .
c. Warranty Inspection : Warranty inspection shall be conducted during the
eleventh month following completion of all coating and painting work . All
defective work shall be repaired in accordance w ith this specification and to
the satisfaction of the Engineer and Owner's Representative .
END OF SECTION
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY , 2010
MFG 09900 -11 PAINTING
SECTION 13700
SECURITY/ACCESS CONTROL SYSTEM
PART1 GENERAL
1.01 WORK INCLUDED
A. Replace the existing security/access control system with system specify herein. In
most of the locations existing end devices such as card reader, door status monitor,
request to exist, gate , input device and output devices are to be remain . Replacement
of the existing security/access control system controllers are identify at the end of this
specification section.
B. Westside Water Treatment Plant is a new facility . CONTRACTOR shall provide all
security/access control related equipment including but not limited to reader, door
status monitor, request to exist , gate , input device and output devices per contract
drawing and specification.
C. Provide security/access control system (S/ACS) equipment that includes the following
located at the Fort Worth Water Department Security Office :
1. S/ACS Monitoring Station Client
2 . Photo Imaging Client Capture laptop workstation, image capture camera, access
card imaging printer. The system shall create badges that are fully compatible with
the City's standard ID cards . The Workstation shall integrate with the S/ACS to
allow for creation of ID cards and updating of the S/ACS in a single user interface.
The Workstation shall also operate as a stand-alone system should access to the
S/ACS not be available. Provide laptop workstation per specification 13703 -
Computer Equipment.
3. System printer
These security control panels are installed at various Fort Worth Water Utility facilities.
The central server at City Hall is connected to the distributed security panels and or
satellite servers via City WAN .
D. Provide S/ACS Monitoring Station Client per specification 13703 -Computer
Equipment for the following locations :
1. One (1) for Westside Water Treatment Plant
2 . One (1) for North Holly Water Treatment Plant
3. One (1) for South Holly Water Treatment Plant
4 . One (1) for Rolling Hills Water Treatment Plant
5. One (1) for Village Creek Waste Water Treatment Plant
6. Six (6) for City of Forth Worth Water Utility Security Office
7 . One (1) for Gordon Swift Building
8. One (1) for Eagle Mountain Water Treatment Plant
E. Provide a minimum of twenty (20) web concurrent web client or web base licenses that
would allow casual users to access the S/ACS system within the City network on web
browser.
F. Provide rack mounted S/ACS web servers per specification 13703 -Computer
Equipment for the following locations:
1. One (1) South Holly Water Treatment Plant
G. Provide City S/ACS system personnel data migration from the existing system to the
new system. Contractor shall coordinate with City to review and clean-up data.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13700 -1
ISSUE : 0
JULY , 2010
SECURITY/ACCESS CONTROL SYSTEM
H. Provide rack mounted S/ACS servers per specification 13703 -Computer Equipment
for the follow ing locations :
1. One (1) South Holly Water Treatment Plant
I. Furnish and install a complete operational security monitoring and access control
system as shown in the Drawings and specified herein .
J . Provide the engineering , completion of the detail design , and Shop Drawings for a
complete and functional system .
K . 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 requ irements .
L. Furnish and install the incidental items not actually shown or specified which are
required by good practice to provide a complete and functional system .
M. 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 .
N. The security access control system shall be integrated with CCTV and Intelligent Video
Motion Detection Systems .
0. Integrate the S/ACS to the Puretech system . When a card reader is activated , a PTZ
shall slew to cue and record the person using the card reader.
P. The card reader locations shall be displayed on the Puretech HMI. When a card reader
to any chemical facility is activated , the Puretech workstation shall notify the guard or
operator.
Q . Intent of Drawings :
1. Drawings show general locat ions of equipment, devices , and raceways unless
specifically dimensioned .
2. Drawings do 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.
1.02 RELATED WORK
A. Use th is Section in conjunction with the following other specifications and related
Contract Documents to establish the total requirements for:
1. Section 13700 -Security and Access Control System
2 . Section 13701 -Perimeter Protection System
3 . Section 13703 -Computer Equipment
4 . Section 13704 -Network Connectivity
5 . Section 13705 -Fiber Optic Cable
6 . Section 13706 -Uninterruptible Power Supply
7 . Section 16000 -Electr ical General Provisions
B . CAUTION : Use of this Section without including the above-listed items results in
om iss ion of basic requirements .
C . In the event of conflict regarding security/access control system requirements between
this Section and another section , the provisions of th is Section govern .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEM ENTS
TEC 13700 -2
ISSUE: 0
JULY , 2010
SECURITY/ACCESS CONTROL SYSTEM
1.03 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 controlled areas of the Owner's
property .
B. The security panels shall be intelligent access control panels with optional input
modules , output modules , power supplies, and UPS.
C. 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 val id 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 detect ion 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.
6 . The S/ACS shall provide bi-directional communications via TCP/IP allowing
information such as doors status, card reader status, and alarms to be read by the
CCTV surveillance system in Section 13701 , Perimeter Protection System for
alarm/event to video integration .
7. The new S/ACS panel shall replace the existing S/ACS panel.
8. All lock in the building shall disengage in the event of an active fire alarms or
chemicals leak alarms .
9. CCTV Outdoor and Indoor Security Control Panel shall have intrusion panel door
switch that would alert the operators should a panels intrusion occurs .
10 . IP addresses for the security system devices shall be obtain and approved by City
Information Technology (IT) Personnel , coordinate with the CCTV contractors
ensure that all devices on the security network have a unique IP address . Provide
IP addresses list for ENGINEER approval. CONTRACTOR shall assign IP
address to IP enabled devices which included but not limited to CCTV, CCTV
Video to IP Encoder, Industrial Managed Switches , Access Control Panel ,
Intercom Servers, and UPS .
11 . The S/ACS panel shall be integrated with the gates control module to allow
security personnel in the guard station and operators in control center personnel
use their access cards to open the gates through a card reader bank on the guard
station desk and operator control room desk. Contractor shall provide new card
reader banks for all facility guard station and control room.
12. Provide interface between intercom and S/ACS panel that allows operators and
security personnel to open gates via intercom comment in addition to the card
reader banks.
D. System Operator Interface :
CFW06057
1. System activity messages to the operator shall be in plain language (English) text
displayed on a Graphical User 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
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE: 0
JULY , 2010
TEC 13700 -3 SECURITY/ACCESS CONTROL SYSTEM
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 .
E. 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.
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 .
F. Min imum System Operating Capabilities :
CFW06057
1. The security panels shall be capable of being programmed from a central
programming station or locally at each security pane l.
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 .
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 .
10 . Manually unlock doors from the reader/terminal via an emergency door release
button.
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 .
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY , 2010
TEC 13700 -4 SECURITY/ACCESS CON T ROL SYSTEM
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 .
1.04 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 .
1.05 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 security system integrator for
programming, calibrating , system startup and testing. Integrator shall have
manufacturer's certification within the last five years.
C. Engage installer with at least five years experience of similar install is required by the
Engineer. Installer shall demonstrated successful experience designing , installing ,
commissioning, tra ining and servicing closed circuit television systems of the similar
size and complexity. Provide at least five references to the Engineer for evaluation .
D. Installer for the Security and Access Control System shall also install the CClV
system. Installer shall provide single point of contact for both systems to OWNER and
Engineer during the entire design and construction phase .
E. At a minimum , Contractor shall be certified as a "Certified Integrator'' under the S/ACS
manufacture training programs .
1.06 COORDINATION
A. Security equipment shall be interfaced with and shall be functionally compatible with
the site closed-circuit television system provided in Section 13701 , and per Contract
Drawings .
B. Refer to Section 16000 -Electrical General Provisions for additional requirements.
C. The security system will 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 .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13700 -5
ISSUE : 0
JULY ,2010
SECURITY/ACCESS CONTROL SYSTEM
E. Provide Software Development Kit (SOK) and technical support to CCTV system
integrators . At a minimum the SOK shall allows the CCTV system to read the card
readers status, doors status, for alarm/event to video integration.
1.07 SUBMITTALS
A. Provide the following submittals in accordance with Section 01300:
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 security control panel housing both CCTV and
S/ACS devices.
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
3. Proposed text for point descriptions, alarms and status messages . Text and graphics
shall be approved prior to data entry .
1.08 WARRANTY
A. Refer to the Owner's standard requirements and commencement period for the
warranty period.
B. For two (2) years after acceptance provides a maximum 12-hour response time to calls
for any adjustments or repairs required to keep the system fully operational without
additional charge to the Owner.
PART 2 PRODUCTS
2.01 ACCEPTABLE SYSTEM MANUFACTURERS
A. New S/ACS at Westside Water Treatment Plant shall be Schneider Electric
Continuum .
B. Existing security panel shall be replaced by Schneider Electric Continuum .
2.02 CENTRAL SERVER
A. Reference Section 13703 -Control Room, for Security and Access Control
System computer requirements .
B. Contractor shall provide all necessary software licenses needed to run the system and
reg ister software licenses to the City .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13700 -6
ISSUE : 0
JULY, 2010
S ECURITY/ACCESS CONTROL SYSTEM
2 .03 SECURITY WORKSTATION REQUIREMENTS
A. Reference Section 13703 -Control Room , for Security and Access Contro l
System computer requirements.
B. Contractor shall provide all necessary software licenses needed to run the system and
register software licenses to the City .
2 .04 PHOTO IMAGING CLIENT CAPTURE WORKSTATION REQUIREMENTS
A. Reference Section 13703 -Control Room, for Security and Access Control
System computer requirements .
8 . Contractor shall provide all necessary software licenses needed to run the system and
register software licenses to the City .
2 .05 MONITORING STATION CLIENT REQUIREMENTS
A. Reference Section 13703 -Control Room , for Security and Access Control
System computer requirements .
B. Contractor shall provide all necessary software licenses needed to run the system and
register software licenses to the City .
2 .06 MONITORS
A. Reference Section 13703 -Control Room , for Security and Access Control System
computer requirements .
2.07 CARD-READER UNITS
A. Card Readers types:
1. Gates -HID ProxPro
2 . Build ing Doors -HID MiniProx
8 . Card Readers shall be gray in color , Weigand compatible , and no keypad ..
C. Connectivity to access control and alarm monitoring control panels . If required , furnish
and install a card-reader that is compatible with the specify system .
D. 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 .
E. The City has established the following access card as a current standard for all
electronic access application :
1. HID lsoProx
F. Card reader shall be able to read the City standard access card as describe above .
G. The S/ACS and Card reader must accept City of Forth Worth 's unique card format to
be obtained from HID .
H. CONTRACTOR shall field verify existing card reader to determine the best type to use
on the new system.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEM ENTS
TEC 13700 -7
ISSUE: 0
JULY , 20 10
SECURITY/ACCESS CONT ROL SYSTEM
I. Contractors shall obtain an employee roster from the City and design an access
control matrix based on job function or role for individual area of access in the facility .
Contractor is responsible for the initial setup and program of the access cards during
system startup, and warranty period .
J. Submitted the access control matrix to the ENGINEER for review and approval.
2.08 SPARE PARTS
A. Provide two of each type of equipment provided in the Access Control System .
Exclude the CCTV equipment and Industrial Managed Ethernet Switch .
B. Provide 50 spare access cards to the City after system commissioned.
C. Provide any recommended spare part by the equipment manufacture.
D. Submit a spare part list for Engineer approval.
2 .09 POWER SUPPLY
A. Power supply units shall convert the availabie 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 2 -hour power outage .
2 .10 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 shall be hermetically sealed .
3. Switch rated at 120V, 50 mA, and 100,000 operations.
4 . Switch suitable for use with metal doors and frames . Switch shall change status
when 3/8 inch is exceeded.
5. Switch housings shall be molded of flame retardant ABS plastic .
6 . Switch color of housings shall be off-white.
7. Switch magnet shall be made of Alnico V. Rare Earth Magnet shall be made of
neodymium iron boron.
8. 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-lnterlogix Series 2200 Overhead Door Mount.
2. GE-lnterlogix Series 2300 Overhead Panel Door Magnetic.
3. GE-lnterlogix Series 2500 Surface Mount Industrial Wide Gap.
4 . GE-lnterlogix Series 1076 Steel Door Contact.
5. GE-lnterlogix Series 2700 -for hatches.
2 .11 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 .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13700 -8
ISSUE: 0
JULY, 2010
SECURITY/ACCESS CONTROL SYSTEM
2. Power requirements : 12V or 24 Vac, 12 or 24V de , 26mA @12V de .
3 . Mounting plate. Wall or ceiling mounting .
B. Acceptable Products:
1. Bosch DS150/DS151 Request-to-exit sensor.
2.12 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 .
2.13 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 .14 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 .
2.15 KEYPAD
A. Electric keypad devices shall be operable with the security/access control system .
B. Provide the necessary accessories.
2 .16 WIRING
A. Wiring types shall be as indicated on the Drawings .
B. Increase wire size as required to accommodate distances and loads .
2.17 INTERCOM
The purpose of the Intercom System shall be to provide voice communication
capability in "simplex", "duplex" or "full duplex" mode selectable for each subscriber
separately . The system shall also provide extensive group call , all call features and
pre-programmable conferences and flexible conferences with an unlimited number of
subscribers in each conference .
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 Control Room.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13700 -9
ISSUE : 0
JULY , 2010
SECURITY/ACCESS CONTROL SYSTEM
B. The intercom system inside the Guardhouse and Control Room shall each have one
desktop terminal or master station , one intercom server. Contractors shall install
software for the intercom interface server in the Application Server shown on Over
Security Network Architecture . The intercom system shall contain a terminal in the
plant's Control Room area to allow operating staff to communicate with devices in the
Guardhouse area and Control Building first floor entrance .
C. All master stations shall have a "handset function " enabling user to switch from loud
speaking operation to handset mode by simply lifting station and placing to ear.
D . All master stations and substations shall incorporate high sensitive microphone to
provide clear conversation from a maximum range of at least 20 ft. The minimum
frequency range shall be 200-7000Hz .
E. All intercom substations shall be equipped with microphone, loudspeaker and in-use
LED, all housed in one unit with configurable front pushbutton(s).
All intercom substations shall be weather resistant, equipped with stainless steel
faceplate and tamperproof pushbuttons . All intercom substations shall have a second
protective plate between faceplate and speaker/microphone .
F. Firmware/feature upgrades shall be made available via download through the intercom
server over the loiP network. No local modification on the station shall be required .
G. Line supervision of each station shall be possible and line failure shall be reported to
control room desktop terminal stations .
H. Ethernet/LAN/WAN networking shall be accomplished with a plug-in networking card
for direct access to a 1 OObaseT Ethernet connection without the need of an external
modem/interface. No additional programming device or software for configuration shall
be required.
I. The configuration of the subscriber features shall be programmed via PC and stored in
the internal non-volatile memory of the central -no batteries shall be required to
ma intain configuration programming. All software required for programming the system
shall be provided as part of the central at no extra cost.
J . Intercom system shall record and log all conversation from and to all master stations ,
substations for a minimum of 30 days with day and time stamp . PC will be supply by
contractor that is supplying Section 13703 -Control Room. Provide all necessary
software and hardware for a fully operational system .
K. Reference part 1.02, C.11 and 12 for intercom and S/ACS panel interface requirement.
L. Coordinate with Owner for the intercom system configuration . The system
configuration shall completely meet the plant's intercom operation requirements.
M. Manufacturer: Commend
N . Intercom desktop terminal: EE 872A
0 . Intercom server: GE200
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13700 -10
ISSUE: 0
JULY , 2010
SECURITY/ACCESS CONTROL SYSTEM
PART 3 EXECUTION
3.01 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.
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 16000 -Electrical General Provisions .
E. Cabling : Cabling and interconnecting wiring shall be as indicated on the Drawings and
as required 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
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 .
3.02 TESTING
A. Test programs and procedures shall be created by the Contractor. Test procedures
shall have signoff spaces for, the Owner, the engineer 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 one week prior to the requested testing date .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13700 -11
ISSUE : 0
JULY , 2010
SECURITY/ACCESS CONTROL SYSTEM
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 technic ian .
Factory-trained field technician shall have manufacturer certification within the last five
years .
3.03 TRAIN ING
A. Upon completion of training the Owner shall be able to add/delete points and access
cards without equipment supplier's assistance .
B. Provide two eight hours training class to Owner general users after installation of
system .
C. Provide sixteen hours train ing class to Owner and Engineer for in depth system
configurations .
D. Training classes shall be conducted at the Owner facility or 20 miles radius of the DFW
area . If classes are only available in other area , Contractor shall be responsible for all
travel expense for up to five personnel.
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13700 -12
ISSUE : 0
JULY , 2010
SECURITY/ACCESS CONTROL SYSTEM
# of Door (includes 2 inputs
# of Door Status Monitor DSM, 1
Proximity Request to Exit REX output # of Gate
Plant Name Access Control Panel Location Card Reader lock) Output
Rolling Hills WTP Chorine Building 4 4
East Hub 1 1
Administration Building 1 1
Guard Station 7 0
Laboratory Building 7 7
Westside WTP (New
Installation) Front Gate Entrance 2 0
Electrical Building 1 1
IT Room Admin Building 2 2
Ozone/Chem Building 2 2
Eagle Mountain
WTP Administration Building 2 2
North Holly WTP Administration Building 1 1
Chlorination Building 2 2
High Service Building 1 2 2
High Service Building 2 1 1
Solid Lab Building 2 2
DOE Building 5 5
Chemical Building 1 1
Guard Station 4 0
South Holly WTP Chlorination Building 1 2 2
Chlori nation Building 2 2 2
Field Operation Building 1 1 1
High Service Building 1 1
Field Operation Building 2 4 3
Guard Station 16 16
SCADA Building 8 8
Lake Worth Dam Electri al Building 2 2
Village Creek WWTP Chlorination Building 1 2 2
Chlorination Building 2 1 1
DeChlorination Building 1 2 2
DeChlori nation Building 2 1 1
Guard Station 5 0
Server Room 2 2
CFW0657
CITY OF FORT WORTH ALERT NOTIFICATION SYSTEM 13700-1
# of Input
Device
(contact,
glass break, # of Output
etc) (bell, etc)
0 8 0
0 0 0
0 0 1
7 6 0
0 8 0
4 5 0
0 3 0
0 0 0
0 4 0
0 0 0
0 2 0
0 8 0
0 7 0
0 0 0
0 10 2
0 0 0
0 5 0
5 6 0
0 7 0
0 3 0
0 0 0
0 8 0
1 0 0
0 11 0
0 0 0
0 3 0
0 6 0
0 2 0
0 8 0
0 3 0
7 1 0
0 3 0
Existing
Access
# of Access # of Access Controller
Control Control Type (To be
Workstation Server replace)
0 o ape
0 0 ape
0 0 ape
1 0 iStar
0 0 iStar
0 0 N/A
0 0 N/A
0 0 N/A
0 0 N/A
1 0 iStar
0 o ape
0 o ape
0 0 ape
0 0 ape
0 o ape
0 o ape
0 0 iStar
1 0 iStar
0 o ape
0 o ape
0 0 ape
0 0 ape
0 0 iStar
1 O iStar
0 1 iStar
0 0 ape
0 0 apC
0 0 iStar
0 o ape
0 0 iStar
1 0 iStar
0 o ape
JULY 2010
SECURITY AND ACCESS CONTROL SYSTEM
# of Door (includes 2 inputs
#of Door Status Monitor DSM, 1
Proximity Request to Exit REX output # of Gate
Plant Name Access Control Panel Location Card Reader lock) Output
Gordon Swift
Building (City Hall
Annex) Gordon Swift Building 7 7
City Hall Administration Building 0 0 0
Security Office Administration Building 0 0 0
CFW0657
CITY OF FORT WORTH ALERT NOTIFICATION SYSTEM 13700 -2
# of Input
Device
(contact,
glass break, # of Output
etc) (bell, etc)
0 0
0 0
0 0
Existing
Access
# of Access # of Access Controller
Control Control Type (To be
Workstation Server replace)
1 0 iStar
Ccure
0 0 800/8000
6 0 n/a
JULY 2010
SECURITY AND ACCESS CONTROL SYSTEM
Q. ED 5
0 w
w u
E
0
w u
G: ......
0
w u
C: IO ......
0
OLD ACCESS CONTROL
PANEL TO BE REPLACED
BY NEW ACCESS CONTROL
PANEL
LEGEND
~ CARD READER
(D ~ ELECTRIC LOCK POWER SUPPLY
~ DOOR STA1US SWITQi
~ ELECTRIC LOCK
[§] EGRESS DEVICE
NOTES BY SYMBDLO 1
1. NEMA 4X 318 STAINLESS STEEL CABLE
ENCLOSURE WITH STAINLESS STEEL \'ENT
DRAIN .
2. PROVIDE NEW ACCESS CONTROL
EQUIPMENT
a.
0
I
Vl
:,£ er
~
0
~
w u
~ z w ... z
~
<(
12· 0 12' 24'
I
'----SCALE : PS SHOWN
NORTH HOLLY WATER TREATMENT PLANT
WORKSHOP & SOIL LAB
FIGURE 1 -SECTION 13700
SOIL L AB
I ACCESS
CONTROL
PANEL
INDOOR SECU RITY
CONTROL PANEL
OS
SL -DS1
CR
SL-CR1
ED
SL-ED1
CAT6
EL
SL-EL2
OS
SL-DS2
CR
SL-CR2
SECURITY CONTROL BLOCK DIAGRAM
SOIL LAB
INDOOR SECU RITY CONTROL PANEL
120/20BV
PANEL
(EXISTING>----~~----,
FEED)
L
SL-PS1
SL-EL1
UPS
~
-~
POWER I I
SUPPLY
AC
POWER _J DISTRIBUTION
~
SL-PS2
SL-EL2
SECURITY ELECTRICAL BLOCK DIAGRAM
NORTH HOLLY WATER TREATMENT PLANT
WORKSHOP & SOIL LAB
FlGURE 2 -SECTION 13700
CITY
NETWORK
(EXISTING)
Wire and Conduit Schedule
Conduit No.
C101
C101A
C101B
C101C
C101D
C102
C102A
C102B
C102C
C102D
SL-lP
SL-1P1
SL-2P
SL-2P1
Function
TP #18 (Electric Strike)
Color-coded six condu ctors #18 OAS with TP #18 for tamper input
(Card Reader)
TP #18 (Door Switch)
Color-coded four conductors #18 (Egress Device)
TP #18 (Electric Strike)
Color-coded six conductors #18 shielded cable (Card Reader)
TP #18 (Door Switch)
Color-coded six conductors #18 OAS with TP #18 for tamper input
(Card Reader)
TP #18 (Electric Strike)
Color-coded six conductors #18 OAS with TP #18 for tamper input
(Card Reader)
TP #18 (Door Switch)
Color-coded four conductors #18 (Egress Device)
TP #18 (Electric Strike)
Color-coded six conductors #18 shielded cable (Card Reader)
TP #18 (Door Switch)
Color-coded six conductors #18 OAS with TP #18 for tamper input
(Card Reader)
2#12,1#12G
2#12
2#12,1#12G
2#12
NORTH HOLLY WATER TREATMENT PLANT
WORKSHOP & SOIL LAB
Cond Size
l"C
3/4"C
3/4"C
3/4"C
3/4"C
l"C
3/4"C
3/4"C
3/4"C
3/4"C
l "C
3/4"C
l"C
3/4"C
ACCESS CONTROLS -WIRE & CONDUIT SCHEDULE
SECTION 13700
Legend
EL
CR
OS
ED
EL
CR
OS
ED
EL
CR
DS
ED
EL
CR
OS
ED
120 VAC
12 or 24
voe
120 VAC
12 or 24
voe
SECTION 13701
PERIMETER PROTECTION SYSTEM
PART1 GENERAL
1.01 WORK INCLUDED
A. Furnish and install a fully operational and complete Perimeter Protection System
(PPS) which includes Closed-Circuit Televisions (CCTVs), video analytic server
workstation , video storage device, Long Range Acoustic Device (LRAD), and perimeter
surveillance ground radar system (ARGUS), and any other related equipment and
appurtenances needed to comply with the intended performance of the PPS .
B. Furnish and install the necessary Ethernet network components per specification
13704 -Network Connectivity .
C . Provide the engineering, completion of the detail design, and Shop Drawings for a complete
and functional system .
D. Contractor shall consider existing landscaping and topographic conditions at the Rolling
Hills Water Treatment Plant and Lake Worth Dam sites in the design of the PPS for the
facilities . Contractor shall consider the following items for the Westside Water Treatment
Plant in the design of the PPS for the facility .
1. Proposed Landscaping plans provided as a reference in 13701 Appendix A.
2 . Proposed Grading plans provided as a reference in 13701 Appendix B .
E. Integrate and utilize all existing CCTV in the new PPS. Convert all existing CCTV to
become part of the new PPS . A table containing the existing and new CCTV information
is included at the end of this section .
F. Demolish all existing CCTV junction boxes, DVR's , fiber optics converters , power
supplies , and replace with new Indoor Security Control Panels depicted as show on the
plans. Dispose of all demolished materials in accordance with Owner's requirements and
local regulations. Owner has right of first refusal for all removed material and equipment.
G. Contractor is responsible for specifying the camera poles . Engineer gives a suggested
minimum strength and height for the camera poles on the contract drawing . Should
stronger and taller camera poles be needed for proper operation of the system , the
Contractor will provide the needed poles at no additional cost to the Owner.
H . Contractor is responsible for providing any illuminators that may be necessary for proper
operation and performance of the system .
I. 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.
J . Specification and Drawings indicate the minimum acceptable equipment required for the
Work. Contractor shall be responsible for furnishing and installing all additional equipment
and incidental items not actually shown or specified which are required by good practice
and to provide a complete and functional system that complies with the intended
requirements of the PPS .
K . Intent of Drawings :
1. Drawings show general locations of equipment, devices, and raceways unless
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13701 -1
ISSUE : 0
SEPTEMBER 10 , 2010
PERIMETER PROTECTION SYSTEM
specifically dimensioned .
2. Drawings do 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 PPS .
L. General Work Description for Each Location
1. System General
a . Provide enterprise version of the full feature CCTV computer workstation
client that will allow City of Fort Worth to run as many copies of the CCTV
computer workstation clients as they desire . The CCTV client computer
workstation shall , at a minimum , allow for full map based control , video
management , forensic search , and alarm management. CONTRACTOR
shall allow bid configuration of ten (10) CCTV client computer workstations on
customer provided computer workstations in addition to those shown in the
Drawings . Part of the CCTV system training shall include training City
personnel to set up a CCTV computer workstation client. Provide any
software media that is needed to set up the CCTV computer workstation
client.
b . Provide CCTV web server that would allow casual users to access the CCTV
system within the City network on web browser. Provide a minimum of ten
(10) concurrent web base network licenses for the web client functionality .
M. Administration Building -Rolling Hills WTP
a. Reuse existing server rack , and rack mounted UPS .
b. Provide rack mounted power strip as needed.
c . Run power and communication from rack to new equipment as needed .
d. All new equipment power shall be back up by the rack mounted UPS .
e . Provide new rack mounted UPS size for new equ ipment.
f . Provide new CCTV server, DAQ , software licenses , and microphone.
g. Provide new CCTV workstation at SCADA control area depicted on contract
drawing
N. Guard Station -Rolling Hills WTP
1. Provide new CCTV camera pole as shown on plans.
2. Indoor security control panel enclosure is not needed due to space constrain .
3. Provide coax to IP encoder for existing and new cameras . B
4. Provide and rerun existing coax if necessary. 1 5 . Provide New UPS Reuse existing UPS .
6. Provide new CCTV workstation , software licenses, and microphone as shown on
contract drawing .
0 . Laboratory Building -Rolling Hills WTP
1. Provide new indoor security panel at File Room 120 with vent and thermostat
controlled fan to prevent panel internal temperature rise above 80 deg F based on
heat load calculation.
2 . Extend existing cameras coax connection from Pelco video to fiber optic
transceivers to new coax to IP encoder inside the new indoor security panel.
3. Provide new UPS for new indoor security panel.
4. Re-route existing cameras power connection to new UPS in new indoor security
panel.
5. Provide new outdoor security panel as needed .
P . Blower Building -Rolling Hills WTP
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13701 - 2
ISSUE : 0
SEPTEMBER 10, 2010
PERIMETER PROTECTION SYSTEM
1. Provide new indoor security panel at blower control room with thermostat
controlled panel mounted air conditioner to prevent panel internal temperature rise
above 80 deg F based on heat load calculation .
2 . Provide new UPS for new indoor security panel.
3. Provide new outdoor security panel as needed .
Q . Ozone Generator Building -Rolling Hills WTP
1. Provide new indoor security panel with vent and thermostat controlled fan to
prevent panel internal temperature rise above 80 deg F based on heat load
calculation .
2 . Extend existing cameras coax connection from Pelee video to fiber optic
transceivers to new coax to IP encoder inside the new indoor security panel.
3. Provide new UPS for new indoor security panel.
4 . Re-route existing cameras power connection to new UPS in new indoor security
panel.
5 . Provide new wall-mounted structure for cameras mounting that will not sway in
100 mph wind condition .
R. Chlorine Building -Roll ing Hills WTP
1. Provide new indoor security panel with vent and thermostat controlled fan to
prevent panel internal temperature rise above 80 deg F based on heat load
calculation .
2 . Extend existing cameras coax connection from Pelee video to fiber optic
transceivers to new coax to IP encoder inside the new indoor security panel.
3 . Provide new UPS for new indoor security panel.
4 . Re-route existing cameras power connection to new UPS in new indoor security
panel.
5. Provide new outdoor security panel as needed .
6 . Provide new non-penetrating roof-mount structu re for cameras mounting that will
not sway in 100 mph wind condition .
S. Lake Worth Dam Electrical Building
1. Prov ide new UPS enclosure with thermostat controlled panel mounted air
conditioner to prevent panel internal temperature rise above 80 deg F based on
heat load calculation .
2 . Provide new outdoor security control panel as needed . Convert existing cameras
coax connection from Pelee video to fiber optic transceivers to new coax to IP
encoder inside the new outdoor security panel.
3 . Re-route existing cameras power connection to new UPS in new indoor security
panel.
4 . Provide new CCTV server, DAQ , software licenses , and microphone .
5. Use existing Hoffman free standing dual access type 12 enclosure with panel
mounted thermostat control air conditioner .
T. Eagle Mountain WTP
1. Provide new CCTV workstation , software licenses , and microphone as shown in
the Drawings .
U. West Side Water Treatment Plant
CFW06057
1. Provide new indoor security panel with vent and thermostat controlled fan to
prevent panel internal temperature rise above 80 deg F based on heat load
calculation .
2 . Provide new outdoor security control panel as shown on Drawings .
3 . Provide new UPS for new indoor security panel.
ALERT NOTIFICATION AND SECURI T Y IMPROVEMENTS
ISSUE : 0
SEPTEMBER 10 , 2010
T EC 13701-3 PERIMETER PROTECTION SYSTEM
4. Provide new outdoor security enclosure next to entrance gate as shown on the
Drawings . This enclosure is used to house equipment similar to the indoor
security panel , and intercom equipment. This enclosure shall be freestanding ,
NEMA 4X stainless steel , with thermostat controlled panel mounted air conditioner
to prevent panel internal temperature rise above 80 deg F based on heat load
calculation. This enclosure shall be painted white similar to the outdoor security
panel.
5. Provide new CCTV workstation , software licenses , and microphone as shown on
the Drawings .
6 . Provide new server rack to house the security related equipment as shown on the
Drawings .
7. Provide rack mounted UPS .
1.02 DEFINITIONS
A. Definitions stipulated in UFGS 28 20 01 .00 Electronic Security System will apply to this
specification .
B. Object: Is considered a Standard Intruder.
C . Detection : The system will alarm when an object is in the specified detection zone
provided that the imaging geometry and target-to-background contrast yields at least
SO-pixels-on-target .
D. Slew to Cue and Follow: When an object is detected , the PureActiv system will cause
the assigned PTZ camera to move to point at the object location and then the PTZ
camera shall follow the object provided there is sufficient illumination and the object is
in view of the PTZ .
E. Intrusion Alarm : An alarm resulting from the detection of a specified target , attempting
to intrude into the protected area or when entry into an entry-controlled area is
attempted without successfully using entry control procedures .
F. Nuisance Alarm : An alarm resulting from the detection of an appropriate alarm
stimulus , or failure to use established entry control procedures , but which does not
represent an attempt to intrude into the protected area .
G . Environmental Alarm : A nuisance alarm resulting from env ironmental factors .
H. False Alarm : An alarm when there is no alarm stimulus.
1.03 RELATED WORK
A. Use this Section in conjunction with the follow ing othe r specifications and related
Contract Documents to establish the total requirements for CCTV systems:
1. Section 13700 -Security and Access Control System
2 . Section 13703 -Computer Equipment
3. Section 13704 -Network Connectivity
4. Section 13705 -Fiber Optic Cable
5 . Section 13706 -Uninterruptible Power Supply
6 . Section 16010 -Electrical General Provisions
B. CAUTION : Use of this Section without including the above-listed items results in
omiss ion of basic requirements .
C . In the event of conflict regarding PPS requirements between this Section and another
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13701 -4
ISSUE : 0
SEPTEMBER 10 , 2010
PERIMETER PROTECTION SYSTEM
section , the provisions of this Section govern .
1.04 COORDINATION
A. Refer to Section 16010 -Electrical General Provisions for additional requirements .
B. Installation of cameras , camera poles , outdoor security control panel , and indoor
security control panel shall be coordinated .
1.05 REGULA TORY REQUIREMENTS :
A. Video Compression :
1. ISO/ IEC 14496
B. Emission/Immunity :
1. FCC Part 15 , Class A Digital Device , ICES-003
C. Safety:
1. UL and/ or CSA Listed
1.06 PROJECT/SITE CONDITIONS
A. Environmental Requirements :
1. Site should be substantially enclosed and secure prior to installation of hardware .
2 . Environmental systems should be in place and operational.
3. Deliver materials on site at least 24 hours prior to installation to allow materials to
reach temperature and humidity equilibrium .
1.07 WARRANTY
A. Provide original equipment manufacturers warranty documentation for acceptance by
the Owner.
B. Full Equipment and Labor Warranty Period : 24 months from date of Owner acceptance
of the system .
C . For two years after acceptance , provide a maximum 12-hour response time to calls for
any adjustments or repairs required to keep the system fully operational without
additional charge to the Owner.
1.08 SYSTEM DESCRIPTION
A. The PPS includes cameras , monitors , digital control equipment, matrix switching
equipment , transmitters , receivers , digital video storage and switching equipment ,
enclosures and cabinets , wiring , raceways and all other components needed for a fully
operational remotely controllable and selectable PPS .
B. The PPS shall integrate with CCTV Video Control/Data Server, Video
Control/Workstations , fiber optic transceivers , industrial managed Ethernet switches ,
intelligent video motion detection , indoor security control panel , outdoor security
control panel.
C . The PPS is based on intelligent video motion detection/analysis and includes cameras ,
monitors , video signal processing modules , transmitters , receivers , video storage ,
video distribution amplifiers , switching equipment , cameras , camera mounting poles ,
enclosures , cabinets , cabling , power , raceways , system programming, radars , LRADs ,
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13701 - 5
ISSUE : 0
SEPTEMBER 10, 2010
PERIMETER PROTECTION SYSTEM
and all other components needed for a fully operationa l sys t em.
D. The perimeter protect ion system as specified in the next section .
1.09 PERIMETER PROTECTION SYSTEM
A. The perimeter protect ion system is specifically intended to detect, alarm , and assess
the presence of intruders from the perimeter of a site .
B. Manufacturer:
1. PureTech Systems . Inc , PureActiv
C. General specifications networking provides :
1. One or more distributed servers to connect to analog or IP-based video inputs .
Each d istributed server shall be responsible for recording and analyzing
connected video inputs . Each distributed server shall be responsible for controlling
any connected PTZ cameras .
2 . Full networking communications support between servers , cameras , encoders ,
intelligent edge devices , operator workstations , handheld devices , and third party
systems using standard IP network protocols such as UDP and TCP .
3 . One or more central servers . All requests for viewing live video , recorded video ,
and camera control from operator workstations , handheld devices , or third party
systems connected to the network shall be proxied to and from the distributed
servers through the central server(s).
4 . Allowance for phys ical network segregation between IP-based video inputs and
the central servers without loss of functionality . Distributed servers shall each
provide more than one 1000 Base T (Gigabit) Ethernet port to support this
functionality .
5. Authentication of any requests for viewing live video , recorded video , and camera
control against a Windows Server domain controller.
6 . Access management to all system functions , such that types of actions performed
by a user are limited by the user's access level.
D. System Reliability -system shall :
1. Provide redundancy for server components such as power supplies , NIC cards ,
and disc drives to improve system availab ility .
2 . Support hot-standby central server capability to enable fail -over to secondary
central servers .
E. Cameras interfaced to system shall support either NTSC or PAL analog video over
coaxial cable or fiber media , or shall support digital MJ PEG , MPEG2 , MPEG4 , or
H.264 compressed video over an IP network . In the case of digital video streams ,
contractors shall ensure a software development kit (SOK) shall be made available
that allows interfacing of the video stream into PPS via TCP and/or UDP protocols .
F. Wide-Area Video Surveillance System shall :
CFW06057
1. Scale to manage several hundred analog and IP-based video inputs .
2 . Prov ide virtual matrix capabilities for each video input , such that a number of
users can view any video input simultaneously without the system requir ing more
than one physical or set of network connections to the video input. Each user shall
be able to set image size , desired frame rate , and compression parameters for
their view of the video input without chang ing or otherwise affecting :
a. The image size , frame rate , and compression parameters of the video input
signal from either analog or IP-based video inputs as received by the
distributed server ;
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
SEPTEMBER 10 , 2010
TEC 13701 -6 PERIMETER PROTECTION SYSTEM
b. The image size , desired frame rate , and compression parameters of other
viewers of the same video input ;
c . The image size , frame rate , and compression parameters of any recording of
the video input; or any video analytics being performed on the video input,
and automatically adjusting the frame rate of video viewed by a user to match
the bandwidth limitations of the network the user is connected to .
3. Ensure that the only delay between the receipt of a video frame from an analog or
IP-based video input and the viewing of the same frame by a user is due to
network latencies . That is , CCTV system shall not introduce additional latency into
the viewing of live video due to streaming compression algorithms.
4. Detecting and reporting signal loss on analog and IP-based video inputs .
5 . Detecting and reporting network connectivity loss for IP-based video inputs .
6 . The system shall monitor intrusion of field control panels including security control
panel , outdoor camera enclosure , access control devices such as card reader,
door switch , field control panels UPS AC power fail and battery fail , network
devices ports status , network link health and shall alarm the operators of such
incident on the user interface .
G . Edge devices shall support connect ion of PureActiv® Scene Analyzer™ or approved
equal video edge devices interfaced to the Wide-Area Video Surveillance . System
shall include video encoders , video analytics , or other single video input devices that
reduce network bandwidth and server-based video analytics computing requirements
by providing either compressed video and/or metadata streams that describe detected
objects and events .
H. Storage-Wide-Area Video Surveillance System :
1. Shall store video for each camera at up to 1 O frames per second at up to 1
(Common Intermediate Format) CIF resolut ion for 31 days .
2. Shall provide automated First-In-First-Out (FIFO ) video grooming to ensure
continuous video storage .
3 . Shall embed a digital signature in each frame of recorded video such that
tampering with the video frame can be detected by a verification tool.
4 . Shall provide a user interface to extract video clips from storage in AVI file format
using standard MJPEG , MPEG2 , MPEG4 , or H.264 video codecs compatible with
Microsoft W indows Media Playe r . Each video frame in the AVI file shall maintain
its digital signature . The entire AVI file shall also contain a d ig ital signature such
that tampering with the AVI file can be detected by a verification tool.
5 . Digital signatures used by the Wide-Area V ideo Surveillance System shall allow a
verification tool to determine if the signed data has been tampered with i n any
way.
6. Digital signatures used by the Wide-Area Video Surve illance System shall not
require any keys to be embedded into the signed data or associated files .
7. Shall provide a verification tool to validate the digital signatures conta ined within
the video frames of an AVI file , and the digital signature of the AVI file itself.
I. PTZ Camera Interfaces shall :
CFW06057
1. PTZ cameras interfaced to the Wide-Area Video Surveillance System shall
support bid irectional communication through RS422 , RS485 , Ethernet, or fiber
media . In the case of Ethernet-based commun ication , contractor shall ensure that
a software development kit (SOK) shall be made available that allows interfacing
the camera control into PPS via TCP and/or UDP protocols .
2 . PTZ cameras interfaced to the Wide-Area V ideo Surveillance System shall
support commands to change pan , tilt , and zoom positions , and optionally ,
commands to change the iris and focus positions .
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
SEPTEMBER 10 , 20 10
TEC 13701 - 7 PER IMETER PROTECTION SYSTEM
3. PTZ cameras interfaced to the Wide-Area Video Surveillance System shall
support commands to set absolute pan , tilt , and zoom positions , and optionally,
commands to set absolute iris and focus positions .
4. PTZ cameras interfaced to the Wide-Area Video Surveillance System shall
support commands to engage a wiper if present.
5 . PTZ cameras interfaced to the Wide-Area Video Surveillance System shall
support both auto-iris and auto focus functions , as appropriate for the type of
camera .
J . PTZ Camera Control and Management shall :
1. Interfacing with multiple vendors ' commercial off-the-shelf (COTS) PTZ cameras .
2 . Simultaneously directing multiple PTZ cameras to point any geographic
coordinate within the cameras ' locale , as commanded by the user pointing device
without using any presets .
3 . Simultaneously directing multiple PTZ cameras to geographic coordinate
positioning cues received from other systems such as early warning surveillance
sensors , radars, intelligent fences , other cameras , AIS (Automatic Identification
System}, GPS , and visual sighting reports , etc.
4. Storing several preset locations for each fixed and PTZ camera without requiring
or utilizing preset capabilities in the cameras themselves . Although fixed cameras
cannot be moved , the Wide-Area Video Surveillance System shall have the ability
to store multiple "presets " for a fixed camera to allow for different video analytic
settings to be associated with the fixed camera that can be activated under
various activation criteria .
5 . Store activation criteria for each fixed camera or PTZ camera preset position . The
activation criteria shall be based on either time of day or as a response to an
external input. Furthermore , each activation criteria shall be tagged with zero or
more operational conditions (such as inclement weather, diurnal cycles , national
and local security and threat levels , etc .) that the preset may be activated under.
6 . Allow multiple presets for any camera to meet current activation criteria . If more
than one preset for a camera matches current activation criteria , the Wide-Area
Video Surveillance System shall allow the configuration of a minimum dwell time
for each preset, and then start a round robin of each preset that meets current
activation criteria , spending the minimum dwell time specified for each preset
before moving on to the next.
7. Permit the association of video analytics parameters with each fixed camera and
each PTZ camera preset position . The parameters may be different for each
preset position .
8. Provide virtual matrix for each PTZ camera and LRAD , such that it can provide
control of a PTZ camera and LRAD to multiple users and to the system itself. The
system shall contain a mechanism to arbitrate between the system and users
requesting control of a PTZ camera and LRAD , such that the system shall grant
temporary access to a user to control a PTZ camera and LRAD based on
permissions and priority level. Users with a higher priority level shall take
precedence over a user with lower priority level. The system shall be assigned its
own priority level under which it will perform automated camera movements .
9 . Maintain the current pan , tilt , and zoom positions of all connected PTZ cameras in
near real time .
K. Geographic Information System :
CFW06057
1. The Wide-Area Video Surveillance System shall accept, represent , and output
location information in terms of geographic coordinates . Geographic coordinates
shall consist of latitude , longitude.
2 . The Wide-Area Video Surveillance System shall load , render, and perform spatial
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE: 0
SEPTEMBER 10 , 2010
TEC 13701-8 PERIMETER PROTECTION SYSTEM
indexing on standard GIS data files , including georeferenced aerial photographs
and ESRI shape file .
L. Alarm Annunciation shall :
1. Provide annunciation of alarms through speaker at the CCTV Workstation , e-mail
and text-to-speech based telephony. The text-to-speech telephony capability of
the system shall support touch-tone interaction to enable alarm
acknowledgement. The text-to-speech telephony capability of the system shall
support a minimum of four simultaneous outgoing calls.
2. Allow the definition of a hierarchy of individuals or systems designated to receive
specific alarm annunciations. One or more individuals or systems may be
designated to receive a specific type of alarm . If an alarm annunciation method
(e .g ., text-to-speech telephony) provides a method of alarm acknowledgment , and
a recipient of such an annunciation fails to acknowledge the alarm in a user-
defined amount of time , the Wide-Area Video Surveillance System shall attempt to
annunciate the alarm to the next individual or system one level higher in the
hierarchy.
M. Command and Control User Interface shall :
CFW06057
1. Provide a user interface that displays a GIS-based map of the monitored locale.
The map display shall be based on standard gee-referenced aerial images and
ESRI shape data files , and shall support interactive navigation , including smooth
panning and zooming operations over the data represented in the map .
2 . Provide a user interface to dynamically represent and animate alarm locations on
Access Control card reader statuses , security control panel intrusion, and security
networks health status on the main display or panel.
3. Provide a user interface to dynamically represent and animate alarm locations on
the GIS-based map.
4. Provide a user interface to acknowledge and respond to alarms generated or
received by CCTV system . CCTV system shall display the success or failure of
any attempts by the system to annunciate the alarm to individuals .
5. Provide a user interface to dynamically represent and animate intrusion sensors
on the GIS-based map.
6 . Provide a user interface to dynamically represent and animate targets and target
tracks on the GIS-based map .
7 . Provide a user interface to dynamically represent and animate all cameras and
current camera field-of-view on the GIS-based map. As any PTZ cameras
managed by the system are moved , either under user control or automatically by
the system , the system shall animate the field-of-view of the camera on the map
to represent both the direction of the camera and its current zoom level relative to
the GIS-based map in near real time.
8. Provide a "map positioning " user interface that allows one or more selected PTZ
cameras to be positioned at a specified geographic coordinate by clicking a
mouse cursor on the GIS-based map .
9 . Provide a "control-stick positioning " user interface that allows a PTZ camera to be
positioned using relative up , down , left , right , zoom-in , and zoom-out commands.
10 . Provide a "click to center'' user interface that allows a PTZ camera to be
positioned by clicking a mouse cursor on a desired object in a video window,
causing the camera to center its field of view on the object.
11. Provide a "drag zoom " user interface that allows a PTZ camera to be positioned
by using a mouse to drag a rectangle around a desired object in a video window,
causing the camera to center its field of view on the object and zoom in such that
the new field of view is substantially bounded by the rectangle .
12 . Provide a user interface to easily allow calibration and alignment of any PTZ
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
SEPTEMBER 10, 2010
TEC 13701 - 9 PERIMETER PROTECTION SYSTEM
camera 's pan and tilt axes with the GIS-based map .
13. Provide a user interface that allows multiple video windows to be displayed along
the side of the map, or on a separate monitor.
14 . Provide a user interface that allows synchronized playback of recorded video in
one or more of the displayed video windows . The playback user interface shall
support TIVO-like DVR transport playback controls for rewinding , fast-forwarding ,
and "fast-forwarding to live " capabilities for navigating through recorded video .
15 . Provide a user interface that allows the definition and activation of system-wide
operational conditions . The operational conditions shall define modes of operation
for the system under different operational circumstances , such as inclement
weather, diurnal cycles , or national and local security and threat levels , etc .
16 . Provide user interfaces for handheld devices that allow viewing of live video and
control of PTZ cameras with "control-stick ", "click to center'', and "drag zoom "
positioning interfaces.
17. Provide a user interface to report and review historical alarms , and shall provide
GIS-based map location , still images and/or recorded video , and
acknowledgements and responses associated with each alarm.
N. Intrusion Sensor Integration shall :
1. Integrate with standard intrusion sensors through the use of dry-contact relay
closures .
2 . Respond to intrusion events by automatically moving one or more PTZ cameras to
look at the location of the intrusion sensor, and engage video analytics to
determine if the intrusion event should result in an alarm.
3 . Integrate with intelligent fence mounted intrusion sensors. The Wide-Area Video
Surveillance System shall translate intrusion location positions reported by the
intelligent fence sensor into geographic coordinates that can then be used to cue
one or more PTZ cameras to automatically look at the point of intrusion , and
engage video analytics to determine if the intrusion event should result in an
alarm .
4 . Provide a user interface that allows a user to draw the locations of an intelligent
fence sensor on top of a GIS-based map , and shall allow the user to define one or
more PTZ cameras that will automatically respond to intrusion events detected by
the sensor in different geographic regions . The system shall allow any PTZ
camera to be associated with multiple regions of the intelligent fence sensor.
0 . Image Stabilization :
1. The Wide-Area Video Surveillance System shall perform image stabilization on
selected video inputs as a precursor to video analyt ics . The image stabilization
shall compensate , to pixel-level accuracy , translational motion of a camera due to
windy conditions and platform vibrations , such that a "stable " image is presented
to the video analytics engine .
2 . The extent of image stabilization performed by the Wide-Area Video Surveillance
System in both vertical and horizontal directions shall be configurable for each
video input.
P. Video Analytics -the Wide-Area Video Surveillance System shall :
CFW06057
1. Employ moving object detection on any video input in the presence of a dynamic
background including outdoor environments with changing illumination , wind , and
weather conditions .
2 . Over water, video analytics edge devices interfaced to PureActiv , will detect , at a
minimum , a vessel with a 3 meter beam width mov ing at 35 knots .
3 . Over land , video analytics edge devices interfaced to the Wide-Area Video
Surveillance System shall detect , at minimum , both an approaching human
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE: 0
SEPTEMBER 10 , 2010
TEC 13701 -10 PERIMETER PROTECTION SYSTEM
traveling at walking speed and an approaching motorcycle traveling at 120 km/h .
4 . Use a classification model to determine a detected object 's type , such as
"human ", "car'', "truck ", "boat ", "ship ", "train " etc .
5. Allow users to extend , modify, and update a classification model to include new
object types . Users shall be able to evaluate the performance of a classification
model against recorded video .
6 . Allow its current classification model to be updated and modified as necessary .
7. For each fixed camera position and each PTZ camera preset position , perform
gee-referencing , wh ich shall include :
a . Estimating the geographic coordinate for objects detected in the camera 's
field of view ;
b. Estimating the size of objects detected in the camera 's field of view ; and
estimating the velocity of objects detected in the camera 's field of view .
8 . Provide a user interface for remote configuration of gee-referencing for each fixed
camera position and each PTZ camera preset position.
9. Maintain tracks for each object detected in a camera 's field of v iew .
10 . Represent and animate any detected object , its type , and its track on the GIS-
based map using geographic coordinates.
11 . Provide a user interface to specify and modify object detection and motion
analysis parameters for each fixed camera and PTZ camera preset position .
12 . Recognize tracked object behaviors and events , including : Speeding object ,
Object traveling in illegal direction , Object entering detection zone ,
13 . Integrate with license plate recognition systems where license plate cameras are
present.
14 . Provide a user interface to define rules for generating alarms based on objects
detected by video analytics. Rules shall include :
a. The definition of one or more possibly overlapping detection zones for each
fixed camera and PTZ camera preset pos it ion , in video image coordinates , in
which alarms can be generated based on detected object size , speed ,
direction , and behavior; and the definition of one or more possibly overlapping
detection zones , in geographic coordinates , in which alarms can be
generated based on detected object size , speed , direction , and behavior .
15 . Represent detection zones on the GIS-based map .
16 . Perform video analytics with grayscale images that may be obtained from infrared
or thermal cameras .
17 . Perform video analytics with images in CIF , 2CIF , and 4CIF , and 16CIF formats at
a minimum of 7.5 frames per second (FPS) and optionally up to a maximum of 30
FPS.
Q . Video Forensics :
CFW06057
1. The Wide-Area Video Surveillance System shall provide a forensic analysis user
interface that supports reviewing recorded video for user defined motion events .
The system shall be able to export video clips from the forensic tool in AVI file
format using standard MJPEG , MPEG2 , MPEG4 , or H.264 video codecs
compatible with Microsoft Windows Media Player. Each video frame in the AVI file
shall maintain its digital signature . The entire AVI file shall also contain a digital
signature such that any tampering with the AVI file or its contents can be detected
by a verification tool.
2 . The Wide-Area V ideo Surveillance System Software Extensibility and Integrat ion
shall:
a. Support plug-in software modules that allow third parties to represent and
animate data on the command and control user interface map GIS-based
map . The plug-in modules shall be provided with interfaces to a full
geographic coordinate transformation engine and a full two-dimensional
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE: 0
SEPTEMBER 10, 2010
TEC 13701 -11 PERIMETER PROTECTION SYSTEM
graphical rendering engine that supports animation and rendering of standard
GIS data , including gee-referenced aerial photographs and ESRI shape files.
b. Support multiple layers, and shall support graphical compositing capabilities
such as alpha-blending and transparency (two-dimensional graphical
rendering engine interface).
c. Provide support for dynamic graphical animation on one or more layers (two-
dimensional graphical rendering engine interface).
d . Provide support for sending and receiving alarms to and from third party
systems in a transactional manner.
e . Provide TCP and/or UDP protocol level interfaces for controlling the system 's
PTZ cameras.
f . Provide TCP and/or UDP protocol level interfaces for receiving live or
recorded video frames from the system 's cameras .
g . Provide TCP and/or UDP protocol level interfaces for receiving pan , tilt , and
zoom position updates for all PTZ cameras.
h. Provide TCP and/or UDP protocol level interfaces that publish the location of
detected objects, their types, and their tracks to third party systems .
i. Provide ActiveX and/or Microsoft .NET user interface controls that allow third
parties to embed video display windows in their software . The user interface
controls must support "control-stick" positioning of PTZ cameras , "click to
center" positioning of PTZ cameras , and "drag zoom " positioning of PTZ
cameras .
j. Provide ActiveX and/or Microsoft .NET user interface controls that allow third
parties to embed video playback windows in their software. The user interface
controls must support TIVO-like DVR transport playback controls for
rewinding , fast-forwarding , and "fast-forwarding to live" capabilities for
navigating through recorded video .
R. INSTALLATION
1. Installer Qualifications :
a. The installer of the Perimeter Protection System shall have at least five years
experience with similar systems . Installer shall demonstrate successful
experience designing, installing , commissioning , training and servicing closed
perimeter protection systems of similar size and complexity. Provide at least
five references to the Engineer for evaluation .
b. Installer shall have completed factory approved training and be certified by
the manufacturer as qualified to install , operate and maintain product(s)
specified.
c. Install the system in accordance with the equipment manufacturers
recommended procedures .
d. Install system using generally acceptable industry .
2 . Ensure electrical and communication wiring is comply with the National Electric
Code .
S . FIELD QUALITY ASSURANCE
1. Provide Manufacturer Authorized Field Representation for engineering ,
installation, testing and commissioning assistance.
T. PERFORMANCE ACCEPTANCE CRITERIA
CFW06057
1. The Perimeter Protection System shall comply with all requirements stipulated in
the Contract Documents . A two week field test shall be performed and will include ,
at a minimum , the following criteria .
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
SEPTEMBER 10, 2010
TEC 13701 -12 PERIMETER PROTECTION SYSTEM
CFW06057
2 . Probability of Detection: Each zone shall have a continuous probability of
detection greater than 90 percent and shall be demonstrated with a confidence
level of 95 percent.
3 . Exterior False Alarm Rate : Provide a false alarm rate of no more than 1 false
alarm per sensor per 5 days at the specified probability of detection .
4 . Environmental Nuisance Alarm Rate : Environmental alarms during nominal
conditions shall not exceed 1 per day per sensor for the aggregate system . For
example for a 10 sensor system , the system shall not have more than 10
nuisance alarms per day .
5. All Sites: Three persons will walk around the site and the Perimeter Protection
System shall recognize , track and follow the movements of the objects in and
around the detection zones .
a . The three persons used for testing shall be provided by the Contractor.
b. The three persons will randomly encroach into the detection zones and the
Perimeter Protection System must alert the operators and security guards
with audio and visual alarms at the CCTV Workstations .
c . A PTZ camera in the vicinity of a detected object shall automatically slew to
cue and follow the detected object. PTZs will continue to follow the detected
object after it leaves the detection zone and until the object is no longer in the
PTZ 's field of view .
d. If multiple objects are detected by separate detection devices , each object will
be tracked and followed by a PTZ as long as a PTZ is available and it if not
already being tasked to follow other objects .
e . Video of all objects being followed by PTZs shall automatically display on the
Command and Control User Interface . When an object is detected , Left Up
Motion , Replay and Live Video screens shall automatically display showing
the detected object.
f . The final detection zones shall be submitted to the Owner and Engineer for
approval prior to installation of the system .
g . The performance test will be performed five times in a two week period with
three tests conducted during the day and two tests conducted at night.
Should the system fail any of the four tests , the Contractor shall adjust the
setting on the system , and testing period time will reset.
6. The Perimeter Protection System shall recognize , track , and follow the
movements of intruders with the installed LRAD . Once an intrusion is identified ,
the LRAD shall broadcast pre-recorded warning messages to the intruders , and
alert the operators of the intrusion . Should the intruders not leave the detection
zone in a pre-determined time , the system shall alert the operators and allow the
operators to communicate and deter the intruders via LRAD using either audio or
visual communication . Controls for the LRAD will be integrated into the PureActiv
system and PureActiv will provide the following functions : /\
a. Send coordinates to the LRAD directing where it shall follo ~
b. Initiate the pre-recorded messages
c. Used as the interface when ogerators need to use the LRAD for
communication and deterrence
7. Rail Gate at Rolling Hills : The system shall alert the operators and security guards
with audio and visual alarms at the CCTV Workstations when the railcar
approaches.
8 . South Vehicle Gate at Rolling Hills : The system shall alert the operators and
security guards with audio and visual alarms at the CCTV Workstations when
vehicle or person approaches .
9. Main Vehicle Gates at All Sites : The system shall alert the operators and guards
of vehicles approaching the entry and exit gates .
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
SEPTEMBER 10, 2010
TEC 13701 -13 PERIMETER PROTECTION SYSTEM
10. Ensure the system and all related components are configured to and comply with
the Contract Documents . Adjustment to the system after a failure of any of the
performance requirements shall not incur any additional cost to the Owner. If
additional poles , cameras , lights , conduit , wiring , hardware , software or other
equipment are needed for a complete and operational system that complies with
the Contract Documents , the Contractor shall provide and install all necessary
components at no additional cost to the Owner.
U. User/Owner Training :
1. Provide original manufacturers training for system administrators and operators
designated by the Owner.
V. Documentation: Provide ten set(s) of manufacturer's hardware installation and/or
software user guides for each level of authorized users .
W . INSPECTION/MAINTENANCE
1. Follow manufacturers recommended practices for preventative maintenance .
1.10 COORDINATION
A. Submit equipment with IP addresses request to the CITY Information Technology (IT)
department for IP addresses assignment. IP addresses assignment shall comply with
the CITY IT department standard gu ideline and practices .
1.11 SUBMITTALS
A. Provide the following within 4 weeks of award of Contract:
1. Shop drawings .
2 . Written determinat ion of the following at each camera location , considering
intended camera coverage areas , camera fields of view , ambient lighting levels ,
and serv iceability :
3. Lens type and focal length .
4 . Mounting and housing recommendat ions .
5 . UPS loading information for the Security Control Panel and Outdoor Cameras
Enclosure .
6. Shop drawings shall indicate the security control panel housing both CCTV and
S/ACS devices .
7. Installer experience certifications .
PART 2 PRODUCTS
2.01 LONG RANGE ACOUSTIC DEVICE (LRAD)
A. Long Range Acoustic Device (LRAD) uses its directionality and focused acoustic
output to clearly transmit critical information , instructions and warnings well beyond
3000 meters . Through the use of powerful voice commands and deterrent tones , large
safety zones can be created while determining the intent and influencing the behavior
of an intruder.
B. LRAD can be operated remotely across an IP network enabling system operators to
respond to potential threats from a safe environment while creating a complete
unmanned perimeter security solution . LRAD accepts intruder position information
from other IP-enabled sensor systems to automatically find and follow potential
threats . LRAD 's large safety zone gives security personnel additiona l time and
valuable informat ion if an elevated intruder response becomes necessary .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13701-14
ISSUE : 0
SEPTEMBER 10, 2010
PERIMETER PROTECTION SYSTEM
C . LRAD shall accept aud io from a remote location where network connectivity is
provided .
D. LRAD features an emitter head , integrated camera , high-intensity searchlight and
robust full pan and tilt capability for precise aiming and following . Audio output from
LRAD is highly d irectional so nearby personnel and system operators are not exposed
to excessive aud io levels , wh ile still provid ing exceptional voice intelligibility and tonal
clarity over long distances .
E. LRAD can be integrated into a sensor network to locate and follow a potential threat.
This enables the command and control center to respond to the threat from a safe
environment in a remote location. The coordinates obtained from the sensors can be
t ransmitted to the LRAD for prec ise aiming . This gives security personnel additiona l
time and valuable information if an elevated intruder response becomes necessary .
F. ACOUSTIC PERFORMANCE
1. Maximum Cont inuous Output --152 dB SPL ( 153 dBA) at 1 meter
2 . Beam Width --+/-1 5°@ 1.0 kHz/-3dB
3. Communications Range --Highly intelligible speech transm issions over 3000
meters
G . ENVIRONMENTAL PERFORMANCE
1. Hot Operating Temperature
a. MIL-STD-81 OG , Method 501 .5, Procedure 11 , Design type Hot , 60 °C
2 . Cold Operating Temperature
a . MIL-STD-810G , Method 502.5 , Procedu re II , Design type Bas ic Cold , -33 °C
3 . Rain
a . MIL-STD-810G , Method 506 .5, Procedure I, Blowing rain
4 . Salt Fog
a. MIL-STD-810G , Method 509 .5
5 . Shipboard Vibration
a . MIL-STD-167-1A
6 . Shipboard Shock
a . MIL-S-901 D, Class I, Shock grade B
7. Random Vibration
a. MIL-STD-810G , Method 514 .6 , Wheeled vehicles
8 . SRS Shock
a . MIL-STD-810G , Method 516 .6 , Procedure I (Functional shock)
9. Hot Storage Temperature
a . MIL-STD-81 OG , Method 501 .5 , Procedure I, 70 °C
10 . Cold Storage Temperature
a. MIL -STD-810G , Method 502 .5 , Procedure I, -40 °C
11 . Operating Humidity
a . MIL-STD-810G , Method 507 .5, Procedu re II -Aggravated Cycle
H. MECHANICAL
CFW06057
1. Construction
a . Molded low smoke composite ; 6061 Alum inum Sta i nless steel ; 316 Stainless
hardware
2 . Positioner Velocity
a . 60 degrees per second maximum with 120 degree per second per second
maximum acceleration , Adjustable speed for fine positioning
3. Range of Mot ion
a. 420 ° non -continuous rotation(+/-210 °), +95 ° to -95 ° tilt
4 . Positioner Resolution
ALERT NOTIFICATION AND SECUR ITY IMPROVEMENTS
ISSUE : 0
SEPTEMBER 10, 20 10
TEC 13701 -15 PER IMETER PROT ECTION SYSTEM
a . 0 .01 degrees
5 . Nitrogen purged camera housing with purge valve
I. ELECTRICAL REQUIREMENTS
J .
K .
L.
M.
2.02
A.
B.
CFW06057
1. Power Consumption
a. Peak power consumption 1100 watts
2 . Power Input
a . 120 VAC input power (90 to 260 VAC input power) Not DC.
3 . Control Interface
a . Discrete inputs for power and communications, Stainless steel MIL-DTL-
D38999 connectors
4 . Communication Interface
a. Ethernet Interface with TCP/IP protocol.
Provide high-intensity searchlight for each LRAD .
Provide full API for system integrators .
Provide full software development kit (SOK) that allows interfacing of the video and
audio stream into and out of CCTV system via TCP and/or UDP protocols .
The LRAD camera shall be connected to the PureActiv system and provide vide~o
analytics in its fixed home position.
1
RADAR SECURITY SYSTEM (ARGUS)
Manu f acturer:
1. ICX STS-350 Portable Radar Security System with ICX DefendlR (ARGUS)
Gene ral specifications :
1. Automated wide area radar surveillance and tracking of intruding personnel and/or
vehicles and to communicate that information to a command post for response
determination
2 . Networked to a central control and display unit and be capable of combining up to
24 remotely stationed radar sensors
3. All weather construction
4. Operates in all lighting conditions
5. Wide area intrusion detection (personnel and/ or vehicles)
6. Intruder detection radar verified by the US Government to meet the false alarm
capability of <3 per 24 hours
7 . Microwave high resolution radar with 360° coverage in azimuth
8 . Low effective radiated power, poses no threat to human exposure
9 . Reduces potential interference with other systems
10 . High azimuth angular resolution for excellent intrusion recognition
11. High range resolution for excellent intrusion recognition
12. Scan rate of 60 revolutions per minute
13. Built-in GPS and compass for automatic sensor placement reporting
14 . Simple , easy to understand presentation of sensor data (visual and/or audio) -
reports lat/long or range/angle of intruders.
15 . Field configurable masking zones , both in angle (0° -360°) and range (0 -350
meters). (varied to eliminate warnings from non-secure areas -roads , irregular
shaped areas, etc.)
16 . Up to 24 units on a single control station
17 . Operates simultaneously with other radar units [(such as ICx Radar Systems STS-
1400 and STS-12000 units)]
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
SEPTEMBER 10, 2010
TEC 13701 -16 PERIMETER PROTECTION SYSTEM
18. Operates with Pan/Tilt/Zoom cameras for automated assessment
C . Perimeter surveillance radar system specifications
1. Target Types Moving/Stationary : Vehicles/Personnel
2 . Detection Zone ; personnel walking: 10-350 meters
3 . Detection Zone ; vehicles : 10-250 meters at 29m/s
4. Detection Zone ; low profile crawl 10-125 meters
5. Maximum operating range 350 meters
6 . Minimum range 3.5 meters
7 . Masking zones 0° to 360° and Oto 350 meters, operator selectable
8 . Azimuth beam width (two-way) 3°
9. Elevation beam width (two-way) 3°
10 . False alarm rate <3 max per 24 hours (verified by US Government testing)
11 . Scan rate 60 revolutions per minute (1 second revisit time)
12 . Outputs direction/location of intruder (lat/long or range/azimuth)
13 . Temperature -30° to +60°C operating , -40° to +100°C storage
14 . Humidity(%) 0% to 95% non-condensing (60°C max)
15 . Altitude (feet above sea level) -500 to 14 ,000 operating , -500 to +40 ,000 storage
16 . Sealed against precipitation , sand , etc.
D. System Reliability :
1. Provide reliability prediction for the radar sensor unit in accordance with MIL-
HDBK-217F, Notice 2 , using the Parts Count method. [Standard of acceptance -
19 ,270 hours]
E. INSTALLATION
1. Installer Qualifications :
a. Installer shall demonstrated successful experience installing , commissioning ,
training and servicing radar.
b. Installer shall have completed factory approved training and be certified by
the manufacturer as qualified to install , operate and maintain product(s)
specified .
2. Install the system in accordance with the equipment manufacturers recommended
procedures .
3. Determine the area of interest which the radar unit or units needs to cover and
find the best location or locations which maximize the amount of area covered by
line-of-sight from the radar location .
4 . Typical mounting height is 0 .8 meters to the top of the unit.
5. Level the radar unit. For permanent installations , the STS-350 should be leveled
to the terrain to within 0 .3°.
6 . Avoid placing the radar unit close to structures such as buildings , vehicles or large
metal objects .
F. Power and communication connections :
1. Power for the ARGUS shall be back up by on site UPS
G. Connect communication:
1. Hard wired Ethernet/Fiberoptic
2.03 MID RANGE THERMAL IMAGER (VISION IR)
A. Quality Assurance
1. The system shall be manufactured for the intended purpose of an installation in a
commercial I industrial , 24 hour day , 7 days per week , and 365 days per year
operating environment.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13701 -17
ISSUE: 0
SEPTEMBER 10, 2010
PER IMETER PROTECTION SYSTEM
B. Manufacture
CFW0605 7
1. V isionlR by ICX Imaging Systems (a business unit of ICX Technologies.)
2 . Genera l specifications :
a. Video Output
(i) Composite video output compatible w ith standard [NTSC]
(i i) Signal Impedance : 75 n
(iii) Signal Amplitude : 1 V peak-to-peak
(iv) Normal pedestal
(v) Signal horizontal frequency : 15 , 734Hz ±1.0 Hz
b. [Optional external gen-lock inpu t: Thermal image r able to lock the output
video to an external video source compatible with [NTSC].
(i) [Signal Impedance : 75 OJ
(ii) [Signal Amplitude : 1V peak-to-peak]
(iii) [Normal pedestal]
(iv) [Signal horizontal frequency : 15 , 734Hz ±1.5 Hz]
3. Physical Characteristics
a . Dimensions : 5.5 inches W by 5.5 inches H 11.5 inches L
b . Weight: 8.0 lbs .
c . Environmentally sealed , NEMA 4x and IP66 Rated .
4 . Ma intainability
a . Preventative maintenance limited to periodic cleaning optical elements .
b . Mean Time to Failure (MTIF): minimum 20 ,000 hours
c . Hours at 35 °C based on calculations for t he ground mobile , uncontrolled
environment.
5 . Environmental
a . Operational temperatures from -40 °C to +60 °C when operated in still air
conditions and under solar irradiation of 1120 W/m2 in still air at +50°C per
MIL-STD-810 , Method 505 .3, Procedure I (Hot Dry).
b . Storage temperatures from -40 °C to + 70°C per MIL-STD-810 , Method 501.3
procedure I and Method 502 .3 , Procedure II.
c . Operational vibration levels of 0.001 g/Hz (1.41 g RMS); 10-2000 Hz per MIL-
STD-810 , Method 514.4 .
d . Operational bench shocks tolerance : 15 g 's w ith an 11 msec pulse width per
MIL-STD-810 , Method 516.4 , Procedure VI.
e . Complies with the EMI requirements of MIL -STD-461 C class A3 as follows :
CB03 , CS02 , CS06 , RE02 , RS03 , and related MIL-STD-462 tests .
f . Unit does not emit visible light that could be perceived at 10 m, in any
direction .
6 . Performance
a. Opt ics :
(i) Thermal imager field-of-view sizes are dependent upon the imager/lens
combinations . Currently , there are three versions of the Vis ionlR. The
specifications for each combination appear in the following tables
(a) Field of View by Lens and Detector Pai r
16 mm Lens 25 mm Lens 50 mm Lens 100 mm Lens
37 . 5 µm Detector 43 .0 ° X 32.2 ° 27 .5 ° X 20 .6 ° 13 .8 ° X 10 .3 ° 6 .9 ° X 5.2 °
25 µm Detector 28 .6 ° X 21 .5 ° 18 .3 ° X 13 .8 ° 9 .2 ° X 6 .9 ° 4 .6 ° X 3 .4 °
(b) Instantaneous Field of View by Lens and Detector Pair (mrad)
16 mm Lens 25 mm Lens 50 mm Lens 100 mm Lens
37 .5 µm Detector 2 .34 1.5 0 .75 0 .375
25 µm Detector 1.56 1.0 0 .5 0 .25
ALERT NOT IFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
SEPTEMBER 10, 2010
TEC 13701 -18 PERIMETER PROTECT ION SYSTEM
Lens
(mm)
16
16
25
25
50
50
100
100
b. Temperature Sensitivity :
(i) The horizontal and vertical Minimum Resolvable Temperature Difference
(MRTD) when viewing the appropriately oriented bar target against a
background at 300K shall be less than or equal to the values given in the
following table :
Detector f-number Spatial MRTD (K)
(micron) Frequency (Room Temperature)
(Cycles / mrad)
25 1.2 0 .32 0 .20
37 .5 1.2 0 .21 0 .20
25 1.0 0.5 0 .15
37 .5 1 .0 0 .33 0 .15
25 0 .8 1.0 0 .12
37 .5 0 .8 0 .67 0 .12
25 1.0 2 .0 0 .15
37 .5 1.0 1.3 0.15
(ii) Noise Equivalent Temperature Difference (NE ,:1 T) measured at the NTSC
output shall be no greater than the values given below in the following
table :
Ambient Temperature NEL'.1T
+25 °C ± 3 °C <50 mK domestic
<85 mK international
C . 4°C ,:1 T sensitivity for full video with 100% gain (Odb) referenced to a 300K
background .
CFW06057
1. Voltage and Power:
a. Operates over an input voltage range of 12 VDC to 18 VDC (nominally , 15
VDC).
b . Power consumption does not exceed the following when operated at an input
voltage range of 12 VDC to 18 VDC .
Room Temperature Temperature Extremes
Peak 1 O Watts 12 Watts
Nominal 6 Watts 8 Watts
2. Design and Construction
a. Parts , materials , and processes to be selected to meet performance ,
reliability, and environmental requirements specified herein .
b . Dissimilar metals not used in intimate contact with each other unless suitably
protected against electronic corrosion
c . Corrosion-resistant materials used wherever possible .
d . Soldering in accordance with IPC-A-610 , Class 3.
e . Printed wiring assemblies conform to IPC-D-275.
f . Discharge (ESD) practices employed for electrostatic sensitive devices .
g . Assemblies , subassemblies , and replaceable parts having the same part
number and requiring no adjustment or alignment to be physically and
functionally interchangeable without modification.
h . Thermal imager designed in such a manner that the removal and replacement
of any part can be done without damag ing another part .
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
SEPTEMBER 10 , 2010
TEC 13701 -19 PERIMETER PROTECTION SYSTEM
3 . Testability
a. Thermal imager to provide a user-initiated or power up Built-In Test (BIT). The
system to execute the following BITs and responds with an error message
upon a failed test.
(i) DSP RAM test
(ii) Nonvolatile checksum verification
(iii) CCA level digita l pattern injection test
(iv) System end-to-end digital pattern injection
(v) AID converter test
(vi) Histogram verification
(vii) Symbology memory test
b . Software to continually execute various BITs :
(i) AID converter test during vertical blanking
(ii) System end-to-end digital pattern injection test during vertical blanking
(iii) Monitor validity of histogram
(iv) Monitor detector temperature
2 .04 COMPACT CCD DAY/NIGHT CAMERA (C10DN-6)
A. The compact day/night camera shall provide superior images throughout a range of
lighting conditions . The camera shall switch between color and black-white modes
through a removable infrared cut filter as environment al lighting conditions change.
B. On-screen programmable menus shall be accessed locally using the side access
button . Specific profiles or custom settings shall be done through this menu .
C . The compact camera has a standard CS Mount and shall be used with fixed , manual,
or DC drive auto iris lenses . The auto iris shall be controlled through a standard 4-pin
square connector that shall be included with the auto iris lens .
D. The compact camera shall meet or exceed the following design and performance
specifications .
E. GENERAL SPECIFICATIONS
1. Day/Night Operation
a. Day -Infrared (IR) cut filter
b. Night -BK-7 glass , same optical displacement as day
2 . Imaging Device -1/3-inch image interline transfer CCD
3 . Picture Elements
a. NTSC -768 (H) x 494 (V) (approx . 380k)
4 . Sensing Area -3/16 x 1/8-inch (4 .7 x 3.5 mm)
5. Scanning System
a . NTSC -525 lines , 2 :1 interlace
6 . Synchronization -AC line lock/internal
a. Horizontal Resolution -540 TV lines
7. Electronic Shutter Range
a. NTSC -1/60 to 1/100,000 second
8. Auto Iris Lens Type -DC/video drive (autosensing)
9. Sensitivity
a . Color -0.4 lux , f/1 .2 , 50 IRE , AGC on , 89% scene reflectance
b . B-W - 0.08 lux , f/1 .2, 50 IRE , AGC on , 89% scene reflectance
10 . Minimum Illumination
a. Color - 0.3 lux , f/1 .2 , 40 IRE , AGC on , 75% scene reflectance
b. B-W - 0 .07 lux , f/1 .2 , 40 IRE , AGC on , 75% scene reflectance
11 . Signal-to-Noise Ratio ->48 dB
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
SEPTEMBER 10, 2010
TEC 13701 -20 PERIMETER PROTECTION SYSTEM
12 . Vertical Phase Adjustable -±90°
13 . Automatic Gain Control -Selectable: low/high/off
14 . Electronic Shutter Control -Selectable
15 . Backlight Compensation -Selectable: on/off
16. Eclipser Function -Selectable
17. Auto White Balance -Selectable : on/off, 2 modes
18 . Internal Synchronization -Selectable
19. Gamma -Selectable : 0 .6/1 .0
20 . Flickerless Mode -Selectable : on/off
21. Signal Processing -Digital signal processing (DSP)
22 . Video Output - 1 Vp-p , 75 ohms
23 . Auto White Balance Range - 2,500° to 9,500 °K
24 . ELECTRICAL SPECIFICATIONS
25. Power Requirements
a. C10DN-6-24 VAC ±15%/12 VDC ±15%, 60 Hz
b. Power Consumption - 3 W
c . Power Connector -2-pin terminal block with screw lock
d . Video Connector -BNC
e . Auto Iris Connector -4-pin connector (miniature square)
f. Controls -5-position button
26 . ENVIRONMENTAL SPECIFICATIONS
a. Operating Temperature -14° to 122°F (-10° to 50°C)
b. Operating Humidity -20% to 80% (noncondensing)
27 . PHYSICAL SPECIFICATIONS
a . Dimensions (includes BNC)
b. C10DN-6/C10DN-6X - 2.95" L x 2.17" W x 1.97" H
c. Weight (without lens) -C10DN-6/C10DN-6X 0.44 lb (0 .20 kg)
28. MECHANICAL SPECIFICATIONS
a . Lens Mount -CS mount
29 . Camera Mount -1/4-inch UNC-20 screw, top or bottom of camera housing
F. MANUFACTURE
1. PEL CO MODEL C 1 ODN-6 with application specific lens , indoor/outdoor enclosure
and IR illuminator.
2 .05 PTZ (OUTDOOR)
A. Performance Requirements
A. The outdoor CCTV camera pan and tilt drive system shall include an integral , environmental ,
variable speed/high speed pan and tilt drive unit with continuous 360 ° rotation ; integrated
optics package , including a lens and camera unit; and mount.
B. The outdoor CCTV camera pan and tilt drive system shall meet or exceed the following
specifications defined by pan and tilt drive unit, camera , lens , and operations:
8 . PAN AND TILT DRIVE UNIT SPECIFICATIONS
A. General Construction :
B. Finish :
C. Viewing Window :
D. Drive Unit:
E. Motors :
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
Die-cast, extruded , and sheet aluminum ; stainless
steel hardware
Gray polyester powder coating
0.23-inch (5 .84 mm) thick optically clear tempered
glass
Cogged belt drive with .9° stepper motor operation
in microstep mode
Sealed bearings attached without gear head
attached
ISSUE : 0
SEPTEMBER 10, 2010
TEC 13701-21 PERIMETER PROTECTION SYSTEM
F. Limit Stops :
G . Wiring :
H . Programming:
I. Azimuth Zero :
J .Azimuth/Elevation :
K . Direction Display:
L.Mode of Operation :
M . Zones :
N. Auxiliary Output:
0 . Pattern :
P . Receiver:
Q . Protocol :
R. Addressing :
S . Speed :
T. Pan Rotation :
U . Pan Speed
V. Vertical Tilt:
W . Tilt Speed
X . Presets :
Y . Preset Accuracy :
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
Nonmechanical; programmable for manual
panning , auto/random scanning , and frame
scanning
Internally prewired with no exposed wiring from the
mount to the camera enclosure
Built-in , user-friendly menu system for on-screen
setup; programming stored on non-volatile memory
chip
Programmable to 0° point to correspond to true or
magnetic north compass readings
Programmable on-screen readout of azimuth from
0 ° to 359 ° and elevation -83° to +33°
Programmable on-screen readout of compass
directions (N , NE , NW, E , SE , S, SW, and W)
Selectable at power-up
Eight, programmable in size with 20-character label
for each and with the ability to blank the video in
the zone
One , which shall be an open collector at 32 VDC
maximum at an output of 40 mA and which shall
deactivate automatically after two seconds of
activation
One for a maximum of six minutes or two for a
maximum of three minutes each
Integral with automatic sensing for selection of
protocol
Coaxitron ®; P and D, RS-485/422
Selectable DIP Switches
Variable and proportional to depth of zoom
360° continuous rotation
(Winds 50 MPH):
Manual control variable from 0 .1 ° to a maximum of
40 ° per second
Turbo mode up to a maximum 100° per second
Preset mode up to a maximum 100° per second
(Winds 90 MPH):
Manual control variable from 0.1 ° to a maximum of
40° per second
Turbo mode up to a maximum 50° per second
Preset mode up to a maximum 50° per second
+33° to -83 ° unobstructed
(Winds 50 MPH):
Manual control variable from 0.1 ° to a maximum of
20° per second
Turbo mode up to a maximum 30° per second
Preset mode up to a maximum 30° per second
(Winds 90 MPH): Manual control
variable from 0 .1 ° to a maximum of 20° per second
Turbo mode up to a maximum 30 ° per second
Preset mode up to a maximum 30° per second
64 , with 20-character label for each preset position
+/-.25°
ISSUE: 0
SEPTEMBER 10 , 2010
TEC 13701 -22 PERIMETER PROTECTION SYSTEM
Z. Park : Programmable to go to a preset location after a
user-programmed time
AA .Safety Features : Built-in safety to keep from being overdriven and
move in wind speeds up to 130 mph while power is
applied ; damage-free motor assemblies if unit is
back-driven while under power or no power applied
Ability to control and set up unit through optional
remote data port that is located in area with easy
access ; compatible with personal computers and
PDAs such as Palm and iPaq
AB. Remote Data Port Compatible :
AC . RS422 Position Feedback: ASCII output of azimuth , elevation , and zoom factor
ASCII command capability for exact positioning
based upon azimuth , elevation , and zoom factor
Ability to plug in optional board that converts control
signals from selected third-party controllers
Reference Compact CCD Day/Night Camera
AD . RS422 Direct Positioning :
AE. Third-Party Control Systems :
AF . Camera :
C.MANUFACTURERS
1. Pelee , Model : ES3012-X-AMZ30X , with mounting hardware , IR illuminators , and
Power Supply .
2 . BOSCH , Model : UPH-C630N-L86154 , with mounting hardware , IR illuminators ,
and Power Supply .
2.06 PTZ (INDOOR)
A. Performance Requirement
1. The Network Dome Camera shall be a day and night camera that is designed
particularly for indoor\outdoor surveillance and remote monitoring applications .
The Network Dome Camera shall provide high quality Motion JPEG and MPEG-4
video , with full pan , tilt and zoom control over IP networks .
2. The Network Dome Camera shall have an 18x opt ical zoom , autofocus lens with a
removable IR-cut filter. The IR-cut filter shall be automatically or manually
removed , depending on light conditions . This Network Dome Camera shall
capture color video in light conditions down to 0.3 lux , and black and white video
in conditions down to 0 .005 lux .
3 . Network Dome Camera shall be able to continuous 360-degree pan and 90-
degree tilt operation. Network Dome Camera shall supports 20 preset positions
and guard tour. Network Dome Camera shall offers 4 alarm inputs and 4 outputs ,
advanced event management functions , and a complete set of security features
such as HTTPS and IP address filtering .
8 . MANUFACTURERS
1. Axis Communications Inc .
100 Apollo Drive
Chelmsford , MA 01824
Tel : +1 978 614 2000
www.axis.com
2 . Model : 2320
2 .07 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 .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
SEPTEMBER 10 , 2010
TEC 13701 -23 PERIMETER PROTECTION SYSTEM
3. Operating Temperature Range : 35 to 140 degrees F.
4. Operating Humidity Range : zero to 90 percent relative humidity , noncondensing.
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 or 24 Vdc, 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. T ilt 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 or 24 Vdc , 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, powe r 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 holes provided on bottom of unit for mounting and balancing .
8 . Power Requirements: 24 Vac or 24 Vdc , 60 Hz .
2.08 CAMERA PAN/TILT HARDWARE
A. Indoor Pan/Tilt Hardware:
CFW06057
1. Input Voltage : 24 Vac.
2 . Power: 0.27 amp (31.1 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: 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 .
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
SEPTEMBER 10 , 2010
TEC 13701 -24 PERIMETER PROTECTION SYSTEM
7 . Construction : Aluminum plate ; internal parts corrosion protected .
8 . Presets: Minimum of 60 preposition views .
B. Outdoor PanfTilt 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 .
2.09 CAMERA POWER SUPPLIES
A Camera power supply shall be sized for at least 20 percent growth .
B. Power supplies shall be UL listed .
2 .10 UN INTERRUPTIBLE POWER SUPPLY (UPS)
A All Closed-Circuit Television System power shall be back up by UPS power and allow
the system to operate for 30 minutes without external AC power.
B. Un interruptible power supply shall be sized for ~t least 20 percent growth .
C . Refer to specification 13706 -Un interruptible Power Supply for additional detail.
2.11 ETHERNET CONNECTIVITY
A Furnish and install the necessary components , cabling and accessories to complete
the Ethernet connectivity .
B. Refer to specification 13704 -Network Connectivity for additional detail.
2 .12 ENVIRONMENTAL ENCLOSURE
A As shown on Drawings .
B. For outdoor equipment, Contractor shall install in an enclosure that is environmentally
controlled and weatherproof.
2.13 IR ILLUMINATOR
A The illumination shall provide an adaptive beam angle allowing the light to be adjusted
to the appropriate scene ; providing a vari-focal beam pattern .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13701 -25
ISSUE : 0
SEPTEMBER 10 , 20 10
PERIMETER PROTECTION SYSTEM
B. The Infra-Red unit must be a solid state LED device util izing SMT (Surface Mount
Technology) providing at least 10 years illumination life .
C . The IR LED illuminator must be avai lable in several adaptive illumination angles
including 10-20 Degrees , 30-60 Degrees , 50-100 Degrees and 120-180 Degrees .
D. The LED illuminator shall be low voltage and low power consumption providing energy
efficient Infra-Red lighting .
E. The LED unit must carry a 5 year warranty .
F. The LED illuminator should be available in different wavelengths including 850nm and
950nm .
G . The illuminator must include a dedicated PSU with a power adjust facility , an
integrated photocell for automatic day/night switching and a volt free telemetry input.
H. The PSU should have additional options of photocell following contact and auxiliary
12Vdc power for the camera
I. Both the illuminator and PSU should be IP66 as a minimum .
J . The illuminator shall be capable of switching via a PIR detector.
K. The LED llluminator must be vandal resistant and manufactured with high impact
polycarbonate lens.
L. Additional Specifications for Dome Lighting :
1. The illum inator must provide a variable angle of between 50-100° or 120-180°.
M. MANUFACTURERS
1. RAYTEC
2 . Model : RayMax 300 series
2.14 WIRING
A. Furnish the necessary wiring interconnecting the components of the system as shown
on the Drawings .
PART 3 EXECUTION
3.01 INSTALLATION
A. Camera locations shown are approximate. Locate cameras to yield optimum coverage
as approved by the Owner.
3.02 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 .
3.03 TESTING
A. Demonstrate to Owner and Engineer each camera 's field of view using proposed lens
type .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13701 -26
ISSUE : 0
SEPTEMBER 10 , 2010
PERIMETER PROTECTION SYSTEM
B . Test programs and procedures shall be created by the Contractor. Test procedures
shall have signoff spaces for CP&Y , 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.
3 .04 TRAINING
A Upon completion of training the Owner shall be able to add/delete camera preset
positions , add/delete cameras , enable alarms , disable alarms , and make routine minor
adjustments without equipment supplier's assistance .
B . Provide two eight-hours training classes to Owner general users after installation of
system . Each class shall have up to 25 attendees and shall be conducted at the
Owner's facility .
C. Provide one sixteen hours training class to Owner and Engineer for in depth system
configurations . The class shall have up to 5 attendees training classes shall be
conducted at the Owner's facility . If classes are only available in another area ,
Contractor shall be responsible for all travel expense for up to five personnel.
3 .05 SPARE PARTS
A Provide two of each type of equipment provided in the CCTV Outdoor Security Control
Panel , and Indoor Security Control Panel. Exclude the Industrial Managed Ethernet
Switch .
B. Provide any spare parts or special tools recommended by the equipment manufacture .
C . Submit a spare part list for Engineer approval.
3.06 CAMERA LIST
A The following list is for reference only , the Contractor is responsible to field verify all
existing camera information and report any discrepancy to Engineer. The camera list
was sorted based on the Security Control Panels locations .
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13701 -27
ISSUE : 0
SEPTEMBER 10 , 2010
PERIMETER PROTECTION SYSTEM
ROLLING HILLS (RH)
EQU IPMENT TAG TYPE CONDITION PANEL LOCATION MOUNTING LOCATION
EXISTI NG
(PR OVID E NEW EX ISTIN G LI GHT POLE AT TH E
RH-VMOl PTZ (OUTDOOR) IR ILL UM INATOR) GUA RD STATI ON FRO NT OF THE GUARD STATI ON
EX IST IN G
(PROV IDE NEW EX IST ING LIGHT PO LE AT THE
RH-VM02 FI XED (OUTDOO R) IR ILLU MI NATO R) GU AR D STAT ION FRO NT OF THE GUAR D STATIO N
RI-IIIP~Q3~
EX ISTING
(P ROVID E NEW EXISTI NG LI GHT POLE AT TH E BACK
RH -VM04 PTZ (OUTDOOR) IR ILLU M INATOR) GUARD ST ATION OF THE GUARD STATION
RI-I\/MQ4~
EX IST IN G
(PROV IDE NEW EXIST ING LIGHT POLE AT THE BACK
RH-VM03 FIXED (OUTDOOR) IR ILL UM INATOR) GUARD STATIO N OF THE GUAR D STAT ION
FRONT OF THE GUARD STATION
RH -VM 17 FIXED (OUTDOOR) NEW GUARD STATION CCTV POLE NO. 1
FRONT OF THE GUARD STATION
RH -VM18 FIXED (OUTDOOR) NEW GUARD STATION CCTV POLE NO . 1
LABORATORY
RH -VMOS FIXED (INDOOR DOME) EXISTI NG BUILDING NORTH HALL
LAB ORATO RY
RH -VM06 FIXED (I NDOO R DOME) EXIST ING BUILD ING RECEIVING DOCK
LA BORATORY
RH -VM 07 FIXED (I NDOOR DOME) EXIST ING BUILDI NG LAB LOBB Y /RECEPTIO N AREA
LABORATORY
RH-VM08 FIXED (IND OOR DO M E) EX IST ING BUI LDING SO UTH HAL L
LABORATORY NORTH HALL NEAR LOBBY@
RH-VM09 FIXED (INDOOR DOME) EXISTING BUILDING MICRO . LAB
LABORATORY PLAN T NORTH EAST CORNER CCTV
RH -VM19 FIXED (OUTDOOR) NEW BUILDING POLE NO . 2
LABORATORY PLAN T NORTH EA ST CORNER CCTV
RH -VM 26 FIXED (O UTDOOR) NEW BU ILD ING POLE NO . 2
LONG RANGE ACOUSTIC END OF FILTER GALLERY ON LRAD
RH -LROl DEV ICE (OUTDOOR ) NEW BLOWER BUILDING SUPPORT STRUCTUR E NO . 1
GROUND RADAR OPEN AREA SOUTH OF BLOWER
RH -AROl (OUTDOOR) NEW BLOWER BUI LDING BUI LDING
CFW0657
CITY OF FORT WORTH ALERT NOT IFICATION SYSTEM
MANUFACTU
MONITOR LOCATION RE
PLA NT ENTRY PELCO
PLA NT ENTRY LICENSE PLATE PELCO
PLANT EXIT PELCO
PLAN T EX IT LICE NSE PLATE PE LCO
PLANT FRONT EAST PERIMETER ICX
PLANT FRONT WEST PERIMETER IC X
NORTH HALL LOOKI NG W EST TO
FRO NT OF BLDG PELCO
RECEI VI NG DOCK PELCO
LA B LOBBY /RECEPTIO N AREA PELCO
SOUT H HALL LOOKI NG EAST TO BACK
OF BL DG PE LCO
NORT H HALL NEAR LOBBY @ M ICRO.
LAB PELCO
PLANT BAC K SOUT H PERI M ETER IC X
PLANT BAC K SOUTH PERIMETER PELCO
AmericanTec
PLANT BACK SOU TH PERIMETER hnology
PLANT BACK SOU TH PERIMETER ICX
13701 -1
MODEL
DDS3CBW
CCC1390 H-6
DD53C BW
CCC1390 H-6
VISION IR HD
and Outdoor
Enclo sure
VISION IR and
Outdoor
Enclosure
IS-CHV9
IS -CHV9
IS -CHV9
IS-CHV9
IS-CHV9
VISION IR and
Ou t door
En closure
ClODN -6,
Ou t door
Enclo sure, and
IR illumin ator
LRAD -RX WITH
CAMERA AND
SEARCH LIGH T
ARGU S-350
WITH DEFEND
IR ED 50
LENS
18X
S-SOmm
18X
5-SO mm
50mm
50mm
3-Smm
3-Smm
3-Smm
3-Smm
3-Smm
100 mm ED
appl icati on
sp ec ifi c len s
N/A
50mm
SEPTEMBER 10, 2010
PER IMETER PROTECTION SYSTEM
ROLLING HILLS (RH)
EQUIPMENT TAG TYPE CONDITION PANEL LOCATION MOUNTING LOCATION
EXISTING OZONE
(PROVIDE NEW GENERATOR OZONE GENERATOR BUILDING
RH -VMlO PTZ (OUTDOOR) IR ILLUMINATOR) BUILDING WEST WALL
OZONE
GENERATOR NORTH WEST CORNER OF THE
RH-VM20 FIXED (OUTDOOR) NEW BUILDING BUILDING
OZONE
GENERATOR NORTH WEST CORNER OF THE
RH -VM21 FIXED (OUTDOOR) NEW BUILDING BUILDING
OZONE
GENERATOR SOUTH WEST CORNER Of THE
RH -VM22 FIXED (OUTDOOR) NEW BUILDING BUILDING
OZONE
GENERATOR SOUTH WEST CORNER OF THE
RH -VM23 FIXED (OUTDOOR) NEW BUILDING BUILDING
EXISTING
(PROVIDE NEW CHLORINE LI GHT POLE NORTHWEST CORNER
RH-VMll FIXED (OUTDOOR) IR ILLUMINATOR) BUILDING OF RAPID MIX BASIN
EXISTING
(PRO VIDE NEW CHLO RINE SOUTHWEST CORNER OF UTILITY
RH-VM12 FIXED (OUTDOOR) IR ILLUMINATOR) BUILDIN G BUILDING (15)
EXISTING
(PROVIDE NEW CHLORINE LIGHT POLE WEST SIDE OF OLD
RH-VM13 PTZ (OUTDOOR) IR ILLUMINATOR) BUILDING CHLORINE BUILDING
EX ISTING
(PROVIDE NEW CHLORINE
RH -VM14 PTZ (INDOOR) IR ILL UM INATOR) BUILDING CL2 STORAGE ROOM
LONG RANGE ACOUSTIC CHLORINE WEST OPEN AREA LRAD SUPPORT
RH -L R02 DEVICE (OUTDOOR) NEW BUILDING STRUCTURE NO . 2
GROUND RADAR CHLORINE
RH -AR02 (OUTDOOR) NEW BUILDING WEST OPEN AREA
CHLORINE SOUTH EAST CORNER OF THE
RH -VM 24 FIXED (OUTDOOR) NEW BUILDING BUILDING
CFW0657
CITY OF FORT WORTH ALERT NOTIFICATION SYSTEM
MANUFACTU
MONITOR LOCATION RE
OZONE GENERAT ION BUILDING WEST
VICINITY PELCO
CHLORINE BUILDING PEL CO
CHLORINE BUILDING PELCO
WEST PARKING LOT PELCO
SOUTH GATE, AND RAIL GATE ICX
TOP OF RAPID MIX BASIN AIMED AT
CHEMICAL TANKS PELCO
BACK OF THE CHLOR IN E BUILDING PELCO
CHLORINE BUILDING EAST VICINITY PELCO
CHLORINE BUILDING OVER HEAD DOOR PELCO
AmericanTec
PLANT WEST PERIMETER hnology
PLANT WEST PERIMETER ICX
CH EMICAL TANKS PELCO
13701 -2
MODEL
DD53CBW
ClODN-6,
Outdoor
Enclosure, and
IR illuminator
ClODN-6,
Outdoor
Enclosure, and
IR illuminator
ClODN-6,
Outdoor
Enclosure, and
IR illuminator
VISION IR HD
and Outdoor
Enclosure
CC37S1H-2
CC37S1 H-2
DD53CBW
DD53CBW
LRAD-RX WITH
CAMERA AND
SEARCH LIGHT
ARGUS -3 50
WITH DEFEND
IR ED 50
ClODN-6,
Outdoor
Enclo sure, and
IR illuminator
LENS
18X
application
specific lens
application
specific lens
application
specific lens
50mm
2.8-12mm
2.8-12mm
18x
18x
N/A
50mm
N/A
SEPTEMBER 10, 2010
PERIMETER PROTECTION SYSTEM
ROLLING HILLS (RH)
EQUIPMENT TAG TYPE CONDITION PANEL LOCATION MOUNTING LOCATION
ADMINISTRATOR
RH -VM15 FIXED (INDOOR DOME) EXISTING BUILDING LOBBY WEST WALL
ADMINISTRATOR
RH -VM16 FIXED (INDOOR DOME) EXISTING BUILDING LOBBY NORT H WAL L
ADMINISTRATOR
RH-VM25 FIXED (OUTDOOR) NEW BUILDING NORTH END OF THE BUILDING
CFW065 7
CITY OF FORT WORTH ALERT NOTIFICATION SYSTEM
MANUFACTU
MONITOR LOCATION RE
LOBBY AREA PELCO
SCADA CONTROL AREA PELCO
PLANT ENTRY AND EXIT Bo sch
13701 -3
MODEL
IS-CHV9
IS-CHV9
NWC0700,
Outdoor
Enclosure, and
IR illuminator
LENS
3-Smm
3-Smm
Theia
varifocal lens
SLl.3 -3.8
SEPTEMBER 10, 2010
PERIMETER PROTECTION SYSTEM
LAKE WORTH DAM (LW)
EQUIPMENT TAG TYPE CONDITION PANEL LOCATION MOUNTING LOCATION
EX IST IN G
(PR OVIDE NEW
LW-VMOl PTZ (OUTDOO R) IR ILLUM INATOR) LAKE WORTH DA M SP ILLWAY SOUT H CCTV POLE NO . 1
EX IST IN G
(P ROVIDE NEW SP ILLWAY SOUTH EXIST IN G LIGHT
LW-VM02 PTZ (O UTDOOR) IR ILLUM INATOR) LAKE W ORTH DA M PO LE N0 .1
EXIST ING
(PRO VI DE NEW SPI LLWAY SOUT H EX ISTI NG LIG HT
LW -VM 03 PTZ (O UTD OO R) IR ILLUM INATOR) LAKE WORTH DAM POLE N0 .2
EXISTING
(PROVID E NEW
LW -VM 04 FIXED (OUTDOO R) IR ILLUMINATO R) LA KE WORT H DAM ENTRAN CE GAT E
LW-VMOS FI XED (OUTDOOR) NEW LAKE WORTH DAM SPILLWAY SOUTH CCTV POLE NO. 1
LW -VM07 FIXED (OUTDOOR) NEW LAKE WORTH DAM SPILLWAY SOUTH CCTV POLE NO . 1
LW -VM06 PTZ (OUTDOOR) NEW LA KE WORTH DAM ENTRAN CE GATE (EXIST ING POLE)
LONG RANG E ACOUSTI C SPILLWAY SOUTH LRAD SUPPORT
LW -LROl DEVI CE (OUTDOOR) NEW LAKE WORTH DAM STRUCTURE N0.1
GROUND RADAR
LW -AROl (OUTDOOR) NEW LAKE WORTH DAM SPILLWAY SOUTH
CFW0657
CITY OF FO RT WORTH ALERT NOT IFICAT ION SYSTEM
MANUFACTU
MONITOR LOCATION RE
SP ILLWAY SOU TH VICINITY PELCO
SP ILLWAY SOUTH VI CINITY PELCO
SPIL LWAY SOUT H VICI NI TY PELCO
ENTRA NCE GATE PEL CO
SPI LLWAY NORTH WALL Bos ch
SPILLWAY NORTH WALL Bosch
EN TRAN CE GATE PELCO
Am erica nTe c
SPIL LWAY VICIN ITY hnology
SP IL LWAY SOUTH VICINITY AND LA KE
AREA NEAR SPILLWAY ICX
13701 -4
MODEL
DD53C BW
DD53C BW
CC375 1H -2
CC375 1H -2
LTC 049 8 D/N
2X21 Din ion
with Outdoor
Enclosur e, and
IR illuminator
LT C 0498 D/N
2X21 Din ion
w ith Outdoor
En cl osure , and
IR illuminator
IE~.:!Ull-X-
AMZ30X, w ith
mounting
ha rdware, IR
illuminators,
and Power
Supply
LRAD -RX WIT H
CAMERA AND
SEARCH LIGHT
ARGUS -3 50
W IT H DEF END
IR ED 50
LENS
18x
18x
7.5 -SOm m
2.8 -12 mm
application
sp eci fi c len s
appli cation
spec ifi c len s
See part
number
N/A
50m m
SEPTEM BER 10, 2010
PER IMET ER PROTE CT ION SYSTEM
WESTSIDE WATER TREATMENT PLANT (WS)
EQUIPMENT TAG TYPE CONDITION PANEL LOCATION MOUNTING LOCATION
ADMINISTRATOR
WS-VMOl PTZ (OUTDOOR) NEW BUILDING OUTSIDE WALL OF BUILDING
OZONE PLANT NORTH EAST SIDE (POLE
WS -VM02 PTZ (OUTDOOR) NEW CONTACTOR MOUNTED)
~ />IA />IA />IA />IA
ADMINISTRATOR NORTH WE ST CORNER OF THE
WS -VM04 PTZ (INDOOR) NEW BUILDING OPERATORS CONTROL ROOM
ELECTRICAL NORTH OF THE PLANT ENTRY
WS-VMOS PTZ (OUTDOOR) NEW BUILDING ISLAND (POLE MOUNTED)
ELECTRICAL SOUTH OF THE PLANT ENTRY
WS-VM06 PTZ (OUTDOOR) NEW BUILDING ISLAND (POLE MOUNTED)
ELECTRICAL NORTH OF THE PLANT ENTRY
WS -VM07 FIXED (OUTDOOR) NEW BUILDING ISLAND (POLE MOUNTED)
ELECTRICAL SOUTH OF THE PLANT ENTRY
WS -VM08 FIXED (OUTDOOR) NEW BUILDING ISLAND (POLE MOUNTED)
CFW0657
CITY OF FORT WORTH ALERT NOTIFICATION SYSTEM
MANUFACTU
MONITOR LOCATION RE
PLANT WEST SIDE PELCO
PLANT NORTH EAST SIDE PELCO
/>IA />IA
OPERATORS CONTROL ROOM AXIS
PLANT ENTRY PELCO
PLANT EXIT PELCO
PLANT ENTRY PELCO
PLANT EXIT PELCO
13701 -5
MODEL
[t:.jUlL-JI-
AMZ30X , with
mounting
hardware, IR
illuminators,
and Power
Supply
t:.jUlL-JI -
AMZ30X , with
mounting
hardware, IR
illuminators,
and Power
Supply
/>IA
2320, IR
illuminators,
and Power
supply
lt:,jUlZ-X-
AMZ30X , with
mounting
hardware, IR
illuminators,
and Power
Supply
IES3012 -X-
AMZ30X, with
mounting
hardware, IR
illuminators,
and Power
Supply
ClODN-6,
Outdoor
Enclosure , and
IR illuminator
ClODN-6,
Outdoor
Enclosure , and
IR illuminator
LENS
See part
number
See part
number
/>IA
N/A
See part
number
See part
number
application
specific lens
application
specific lens
SEPTEMBER 10, 2010
PERIMETER PROTECTION SYSTEM
WESTSIDE WATER TREATMENT PLANT (WS)
EQUIPMENT TAG TYPE CONDITI ON PANEL LOCATION MOUNTING LOCATION
PLANT GATE ENTRY (POLE
WS -VM09 FIXED (OUTDOOR) NEW GATE ENTRY MOUNTED)
ELECTRICAL SEE CONTRACT DRAWING (POLE
WS -VMlO FIXED (OUTDOOR) NEW BUILDING MOUNTED)
ELECTRICAL SEE CONTRACT DRAWING (POL E
WS-VM16 FIXED (OUTDOOR) NEW BUILDING MOUNTED)
ELECTRI CAL
WS -VMll FIXED (OUTDOOR) NEW BUILD ING ELECTRICAL BUI LDING WEST WALL
ELECTRICAL
WS -VM17 FIXED (OUTDOOR) NEW BUILDING ELECTRICAL BUILDING WEST WA LL
ELECTRICAL
WS -VM12 FIXED (OUTDOOR) NEW BUILDING ELECTRICAL BUILDING WEST WALL
ELECTRICAL
WS-VM18 FIXED (OUTDOOR ) NEW BUILDING ELECTRICAL BUILDING WEST WALL
ADMINISTRATOR SEE CONTRACT DRAWING (POLE
WS -VM13 FIXED (OUTDOOR) NEW BUILDING MOUNTED)
ADMINISTRATOR SEE CONTRACT DRAWING (POLE
WS -VM14 FIXED (OUTDOOR) NEW BUILDING MOUNTED)
ADMINISTRATOR SEE CONTRA CT DRAWING (POLE
WS -VMlS FIXED (OUTDOOR) NEW BUILDING MOUNTED)
LONG RANGE ACOUSTI C ADMINISTRATOR SEE CONTRACT DRAW ING (POLE
WS -LROl DEV ICE (OUTDOOR) NEW BUILDING MOUNTED)
CFW0 657
CITY OF FORT WO RTH ALERT NOTIF ICAT ION SYSTEM
MANUFACTU
M ONITOR LOCATION RE
PLANT EAST PERIMETER ICX
PLANT MAIN ENTRY PERIMETER Bosch
PLANT MAIN ENTRY PERIMETER Bosch
ELECTRI CAL BUILDING SOU TH Bo sch
ELECTRI CAL BUILDING SOUTH Bosch
PLANT WEST PERIMETER Bosch
PLANT WEST PERIMETER Bosch
PLANT EAST PERIMETER ICX
PLANT EAST PERIMETER ICX
PLANT EAST PERIMETER ICX
AmericanTec
PLANT WEST PERIMETER hnology
1370 1 -6
MODEL
VISION IR with
Outdoor
Enclosu re, and
IR illuminator
LTC 0498 D/N
2X21 Dinion
with Outdoor
Enclosure, and
IR illuminator
LTC 0498 D/N
2X21 Dinion
with Outdoor
Enclosure, and
IR illuminator
NWC -0700 with
Outdoor
Enclosure , and
IR illuminator
NWC-0700 with
Outdoor
Enclosure, and
IR illumi nator
NWC -0700 with
Outdoor
Enclosure, and
IR illuminator
NWC -0700 with
Outdoor
Enclosure, and
IR illuminator
VISION IR with
Outdoor
Enclosure , and
IR illuminator
VISI ON IR with
Outdoor
Enclosure, and
IR illuminat or
VISION IR with
Outdoor
Enclosure, and
IR illuminator
LRAD -RX WITH
CAMERA AND
SEAR CH LIGHT
LENS
50mm
application
specific lens
appli cation
sp ecific lens
Var ifocal
Theia Lan s SL
1.3 -3.8
Varifocal
The ia Lans SL
1.3-3.8
Varifocal
The ia Lans SL
1.3-3.8
Var ifocal
Theia Lans SL
1.3-3.8
50mm
50mm
50mm
N/A
SEPTE MBER 10, 2010
PER IMETE R PROTECTI ON SYST EM
WESTSIDE WATER TREATMENT PLANT (WS)
EQUIPMENT TAG TYPE CONDITION PANEL LOCATION MOUNTING LOCATION
GROUND RADAR ADMINISTRATOR SEE CONTRACT DRAWING (PAD
WS -AROl (OUTDOOR) NEW BUILDING MOUNTED)
GROUND RADAR ADMINISTRATOR SEE CONTRACT DRAWING (PAD
WS -AR02 (OUTDOOR) NEW BUILDING MOUNTED)
LONG RANGE ACOUSTIC ADMINISTRATOR SEE CONTRACT DRAWING (POLE
WS -LR02 (ALT. BID) DEVICE (OUTDOOR) NEW BUILDING MOUNTED)
CONTRACTOR SHALL PROVIDE IR ILLUMINATORS TO ALL EXIS TING OUTDOOR CAMERA AT ALL LOCAT IONS.
CFW065 7
CITY OF FORT WORTH ALERT NOT IFICATION SY STEM
MANUFACTU
MONITOR LOCATION RE
PLANT NORTH PERIMETER ICX
PLANT WEST PERIMETER ICX
American Tee
PLANT EAST PERIMETER hnology
13701 -7
MODEL
ARGUS -350
WITH DEFEND
IR EDSO
ARGUS -350
WITH DEFEND
IR EDSO
LRAD-RX WITH
CAMERA AND
SEARCH LIGHT
LENS
50mm
50mm
N/A
SEPTEMBER 10, 2010
PERIMETER PROTECTION SYSTEM
~ 1=="' :::::·' ::0 : m· ,, ' m' ::0 I m· z o· m1 o: z_. ,· -< i ; -" (.,J -.J ' oJ -" I I I ! )> : I ~· I ~w I 51 -t >< I )> i ·, I -.•. I..-,•·-·--.... -. _37 . ---'--/ . -_./' r. · SHT.L-2 ., ---'22'. -·,. ', ', -·-L ·-· '· . ~ ·--... -·' ····· -· ---:s,:, __ _ I i ~ 0 1· • 80' ~ ,, PUHT KEY (J ~-0---G) _....,_ 0 lt.-U.IIIOI-@ r.:olier'!iHl)J.V _,_ @ IIIIIIJW Wl!f'QIIO ..--.L~ 0 ,,,,_ 0 --111.-...CIUIS i::/-')~ ~'""-t fR_p]..----~ t ~ . ' tIID--,w1,,~ r .. ff..HClt.\l. NOTtS: ~ 1. SU: ~Etr L-15 ro,i.>t.N,,r US1 2, Sl£ 9t££T l-8 ~ LANOSCAI'( OClAII..S. /' w _,._,,. ~ ,_,_ '--d • 'l\~ ~m"C;. ~tur ~-• I •• -:-:::•~ N~:.. (DI . ·::~-:~~~~ . ?~ ~r . _cC •~--r--· ----· . lffi ~~ .__, . ......,.._ . ..,_ I -" ; '" ~-;~ --· _ .=:.. __ . ··-· _ :_-::-:::-==-:-::j::.".,"°~~ , , .::;::-"' : j,:/7/ WESTSIDE WATER TREATMENT PLANT PROJECT I / ~ ' ... ."'."-'.":-: '"''-··-• • • •.• , ,.._, --~--· ~ i ~~y ', -::_~-:-..... _'.~~=-· .-OVERALL SITE LANDSCAPE PLAN -.J -/ I Rl ~ ~ I-I ~
,, .--
0
:::0 I
I :::a I m ,
11 I
m !
:::a m z
0 m
0 z r -<
.....,.
w
-...J
0 .....,.
)>
"U
"U m z
0
><
)>
.,
I
!
!
I
I
·-'----_S!v.'. __ L ---· ·---'----~----'----w -·---·----·----l.--···--:xz_ ___ ---'--·-·---__ SE _____ ·----· --··-~ ·----------···· __ w. ___ -
-------r----,-I.\ ---I -----•------·..---•'"---'!.._..------,--·, __ -. ________ -. ------------
~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
r
I
I ' 1
',1 ·'
/
•I
,/·-,
(
SITE LAN DS CA PE -PLA N
I
r
I
I
I
I
I
I
•I
I
I
I
I
· ..
--
SHT. L-4
/
/
/
I/
CJTY OF FORT WORTH. TEXAS
/
,'
/
NORTH
/
EB
SCALE· _1" ~30' --------------__
I
I
3
~ "'
0
1"•.JIJ'
" "'
PL<HT KEY
0
0
co """"""
0
(I) l'O!:~MOU.T
@ r,,,1'N IUWi.iDWUT
0
0 ..........
oomV,L NO~
1 SEC SH££T l-1 'CIR PL.a.HT UST
2. SO: 9£0 L-8 FOR L'HO$C.APE 0£IAJl.S.
3. SC[ St£ET L-7 FOR I.AND~...rt" T..et.u.TIONS.
WESTSIDE WATER TREATMENT PLANT PROJECT I LANDSCAPE PLAN
----,----------·-·---1 ·-·-···· ' .L-
L-2
I
I
I
I
i
~
I
~
~
!
!
....... --···--... "fZ... _______ ·-·-_,._ ...•...... __ w. _____ .. _L__ __ 37 _ -------L.. ·---_..w. -· J _ --_ _S!? . ··---··-' ... ---___ S'Z_ _____________ .J -····-----S£_ ___ ___J_ w __ "Tl
0 ::a
::a
CH I
m , ::a m z
()
m
0 1 Z -r I -<
.....
vJ
-.J
0 .....
)>
"'O
"'O m z
0
><
)>
. · ...... _. ---------~-------r ----------L -r------~-___ 1· ___ , ___ ---------------'---'
. =,;_~ut~ · I
.. --L . , --.-·~·~:-----' =---.----.-.r,--,,·15,-·.!!"-1 ·.· ··~1. i,I' ;,,··
/
/
SITE LANDSCAPE -PLAN
\·
\,
SHT. L-5
' . I
' ' ,! ~ . :
CITY OF FORT WORTH , TEXAS
: -1 -. I
iG J :q) j
j_[)I 1 .. I .
f,l ; -ffi~ • I '
I ' I
I . r
I I . -
---t wurso1::: I
I
I ,-
' l I .,_
I I
---, : 0) -! 'Ii I
~·!
p) I
tD _·:,
I -1
NORIH E9
·C:C AL, i .. ~ 30 ' ···--·----r---
~
N
0
,. -YJ'
I~
Pl.INT KEY
0
0
0
il,
0 --
0
t. Sf[ SHO:I L-5 FOlii !IV.N f USl
2 SEE SHfl.T l-8 FOR LAM>SCA.Pl OEIAJL.S .
J. SEE SHEET l.-7 f OR LANOSC~ TAOULAIKHS.
WESTSIDE WATER TREATMENT PLANT PROJECT LANDSCAPE PLAN
L.J i ... ·----------L ....... __________ -··-····. ---· --· ---·-···· I f ·--____ : -·-······---· -------·'
/
I
~
'
"Tl ! -__ 'W
o :
:::a
:::a m
"Tl m :::a m z
()
m
0 z r -<
)>
"U
"U m z
0
><
)>
/
____ __L_ ··-.......... w ___ _
\
\
'""". \ ~ATIOIITUf'OIAlJ ~
' I
I I
I
\
\
SHT. L-6
\
/
/
'\
' '
---~ -··" -· ··-------_w_
' "•.
w . -----.l _________ -·--.•. ~ ----__J
_ _37_
PUKT KEY 0 w.-
0--
Q ..,.,_
0 ---
~ ,OS1\ll'StP,.1."f
® ~tuflr.J'1llt(U.V
0 --
0 ---
;.-~ sncn L-6 FOR i SU: ~£T t.-8 F'OR ~T UST
SHU/ L-1 FOR LAN~= OEU,LS. l A.&ul.ATIOH'!i.
LANDSCAPE PLAN
L-4
' r·
~
I
i
!
I
'
r
"Tl '
0 ;:o
;:o
m
"Tl m :::a m z
0 m
O : z ,
r -<
...,.
(..v
-.J
0 .....
)>
"U
"U m z
0
><
)>
_;
'-W. --_J --· L ---··· W..
SHT. l -3
.. @G) /
~, Dfli1.4TJOII
/
J ___ _ w __ J_ ______ _
\: t
I ",_'. /
'' '>~-' '
.· /'
I
I
I
L
' I I I I _··. i ~l1
·r j
. r' I . . :
i , I ,· .,
uiup~;.i~:; II Yf'\1
'
··1·,~-J
:,!: ,·rP,_tf ' ; I' ' : I ,
( .~ I ., I I I ' :·0 :1 JkU ,,
I I .
\h
/ -l ~
f..' I I :rn ,-~
I /
-{'? /"-u..,•-•m t
,// 07 _J_
/ ' , -U llffll""TIJll'Oa,,T --'-----~~-----.
/ I ......... ---------"---WIIU~"f'IAI09AY ·Q _.:._ ,_J-----'----------' ' -
01 -', / I
~~ /, I
NOf<lll EB
,-
.. J... ___ _ S1!Z. -----/
,I'
PUNT K£Y
CD --"~
0 1CI.Ulff1l -
@ railUl"S..:U.Y
@ _,,,,,-...,u,o-.i.r
0 """"
0 ..---·-
GOIEJlAL NOTC'i:
1 S(£ SHEET l-6 FOR~~~ l)fl,tJtS. i ~ :;:g ~=i ~: ~ tAflUU,JK.NS.
L-5
I
i
~
I
k'J i
I
<J
,,
0
:::0
.....
<,J
-....J
0 .....
)>
"U
"U m z
0
X
)>
:::0 m ,,
m
:::0 m z
0 m
o . Z ·: r : -< !
!
~
,,
,1
l .,
I
I
I
I
i
I
I
I
I
'I
I
I
I
I
··-· .. L . ·-··--·-·-'ll"._ ___ -
\ \.
\ 1'
SITE LANDS CA PE -PL AN
SHT. L-4
/
'·
=
--~-----'--·· "ti' ... ····----· J L ---· -W ·-.L .... __ ,,_
PUHT m
0
0
1· -JO' CD
0
(I) """-"-'
® ow,IJ"lk.WQIIIOIO..l.'I'
0
0 ... -
S[[ SHEU L-6 FM Pl>,MT US.T
set SHEU L-!I rOR LA.)r,l)SCAP£. Of'TAl.'5.
SEE SH££ 1 L-7 FOk l..ANOSCAP{ 1·AB1A.A 11011S.
PLAN T UST
&OJAI-K -.._-.-.... -,======-=-----r~ca,-.... --N-... -,----: ;;ClflCA1IONS
43 LO Oue<eu, w~ior,o
21 SO C).,cw cu, .i.--dH
J7 1R c;.,rd,t oonolMnal•
u., °"
Shomont <klk
Te•a Rec:I &,,d
~al •• ~AIR ~:Cto-n. la'-17 ~t, 24'-Je' tJ>I'. I l" col •• 0&B or Car.1.on,.,n, 10'-lt' h~l. 24'-M' tpr. i J" cal., B&O or et,,,t.Cn,•"'"· 10·-1r h-'!;,t. 2 ... '-36' 'P"·
-----'--------~-----~V.U OR ORNAMCN TN.. Tft(IS =-~ CM LL~~ lolak.ol> ...
SHl!U8S
~l----. ---,-
C>o,pe~tl• ~tl Tt k., Contltdl .. 0,.)IOlfl, !1'-10' height, 4' "Pl'• Maltiw'lou
DBH 1. oomtnio 1).,..1 Burford' h<ily o _,.f Burl<wd Holly j S got., C-ont!IN" g,".,..,,, P\all, 20· ""· J6" o.c.
~ Po~ LO'l!Opet~ Rack ROH !Ii gQI .. Cortlolllr ~. Ml. 36" $. 36' O.C.
w
" "' •
FH 11. -. ottanuoto 'ro1ler"• holly J F-;.ter"s Holl;---~ qol., Corl l1;11!ner ljlfO«I, lull, 20· ap, 45" O.C. ··--··--·
.e I 81orMnll n.i~_·_c,;_m ____ ,..,.,.,_,-+-_.,,._......., __ ·o-m_-_•_,.,.._r.,.....•_"'_· -"°"-'_-_.,_ ..... ___ ~_,._.,.,._,._._,,_·_o_.~ ____ _,,
Ml5<J]JJ,Nt~ ITOIS
4• Pots, Min . 3. 10-12• Rulin.<t, 2 4P ¥fl, 12· O.C
S-...,.c!tkGllorl11, s.c,~ 0293,0
-----~·o_,,'.".,;1 .... _ .... _M_ ... _«.•."" .... _._ .... _. ____ «_-_ .... _._ ... _ ... _._«_ .. _ .. _~_m_,_ .. _ ..... __ ...... _ .. _ .. _..,,_~ .... ·."""---·""-----.. 1-----
N<lle CON '"""" '° .~7o;;H,,.,ccffi =r """ ,,_ ANO "'' .. ,"uo, """ P[R so. "" I
. -· -_ .......... -----~GAl ~--]"--'',.,"'-' ---
crrv OF FORT WORTH . TEXAS i
WESTSIDE WATER TREATMENT PLANT PROJECT ! LANDSCAPE PLAN
--------,
' -/ I
I
i
f-'1
I
f:€
i
<i
L
"Tl
0
:::0
:::0 m
"Tl m
:::0 m
Z !
() I
m !
0 z l
r -<
)>
"'U
"'U m z
0
><
)>
"'U
)>
G)
m
-..J
A)
"Tl
-..J
\
---L ··--_:51:Z.__ --...l.--_°W ____ -
SHT. L-5
0
0 I o t
o ! u.m,=-~
0 :
-~0-
0 I· , ,.
+ I
. >
I o:
-~ •' ! "'~ :gr
~~-:_~~--~-~~~-'~ -~~~--_----~~~·~]
--------------------03· U Jrll"!J TUf'f.CAl~
SITE LANDSCAPE -PLAN
:CDM _T ___ ··--
_, _____ w __ ............... J .•. ·--·-········w --------'--_:w _
LANDSCAPE TABULATIONS
OT ro '"'"": 1 ~"'~...,. .DO S.1" I 1 524 """."'' S .F. +/. ~.00. AC.
1nT•T RE I "°" l~/Vl.<'.F.
TEOUIRED LANDSCAPE
l--"'''"'=•.sO,r:F.>LAN"'-!!,n"2>,0rA===Af'EA=""----+--''"'"·'::.,28=.112=•::.c·'·'-------
LANDSCAPE AAE.A REQUIRED l"lront ~-l-75'1j 57,$4&,og S.F
l.NiOSCAPE AREA PROVIDED 79,658.62 S.F.
slfE"fflEEREOUTREMEl'lrs,-------------
1 (3' CAL.) TREE 1500 S.F. OF REQU IRED LANDSCAPE Af'£A
f-;:REES REQUIRED 153.53 f-=TREE=-s°'PROV10ED====----------,1--,.,.~,.~no -----·-
lREEs REaurRED-. w1 I 11s.10
~§PROVJOEO---. I 115.00
SITE SHR UB REQUIREMENTS
1 (5 GAL) SHRUB/SO S.F. OF REQUIRED LANDSCAPE AREA
SHRUBS REQUIRED
SHRUBS PROVIDED
SHRUBS REQUIRED (t'orl yd.)
~-RUBS PROVOEO {lrorlt ~-)
~lO!t!!Dl'f8;.
I, tOSHRU85EOOALOHEI.JliRGl TREEPERCfTYOFFORt
WCATH Lit.N08CN'lii COO£.
IF!RI04.T'l()H™-.~~
1. lffRIGA.TION DESIGN IS PRCNIOED 'MTH 1H16 SU8MITT.AL
2. ~IGATIONOESIOHTOCOMPLVWOltcrrYOf FORTWOfffH
iTANOARP$,~TOI\PPEM>!X£~WATVl
MNWJEM8IT REGULATIONS. flROVl)E RA»ol N«> FREEZE
SENSU~ DEVICES, #0 PROVIDE PP£S6lJA£ FIEOUL.An.G
OEV>CE•
l. AS'E~TOI.Jrrl,DSCN>EORO~H t~OU,
RIXll#ICMCNJS FOR~M..INFOfUilAT IOM.
CD NORTH '(l}
SC AL E : I '' = 3 0 ' -----·---r-·----·--••L•O --·--·--··----·•
CITY Of FORT WORTH . TEXAS
1-:--·~_.--.,.,.~
:&.771
LANDSCAPE PLAN WESTSIDE WATER TREATMENT PL.ANT PROJ ECT
: ::::..._. __ -
r · .. ···-· r --T
0
0
(]
0
@
0
Q
.J]l'y-~
--l!~}-.... l'IJr,IO!Ui«JI
1. S£f ~E£T L-& F'O~ PI AtlT us·r
2. SEE Stti r L-8 ~ LA NO".>CAF£ OETA!LS.
J.. SEC SHUT L-1 f'OR LAHOSCAPC T"8Vl..,t.1l0t1S.
i
~ I
!
I
i
f-
,,
0 ;a
;a
m ,,
m ;a
m z
()
m
0 z r -<
.......
l
~
E
! e
(.,.) i' -..J ''. o " '.\ .......
)>
"U
"U m z
0
><
OJ
~
G)
m
0 ,,
0)
•r
I
I
I
I I
1'}
I ; r
I\
I \
I/
/ I
I I
I I ii
I
I
I
I
I
II ,
t'-
I
I
i
/I
c:. /
' \
I
I
\ ,_
I
t---+--t---+--+------------------iOCSQC 9'1'___.ti!!_ t--+--t--+-+-----------------I ORUltl !'I' .JjM
t--+~~t---+-+c"""'=~,~ .. ~-=-~ ... -,-----------iSHf(f CHKD B'Y __..IIBL__ t-:,,,.+~~t--+=+=~--"=---~-----------1-"'---
RN~ 0-.Tt ORVIN Cl«O R(li!Nn(S
SITE PLAN
SC ALE1 !" • 80'
COM
CfWJ
~./ -_,,.
/
/
/
/
/
/
/
/
/
/
/
/
,/
--------......_
'
CITY OF FORT WORTH, TEXAS
SPOU. MATERIAL NOTES·
1. THE FOLLOWING MATERIAL. PLACEMENT AN O COMPACTIO N
REQUIREMENTS ARE TO BE USED ONLY FOR TH E SPOIL AREA IN THE
NORTHWEST PORTION OF THE PROPERTY. THE REQUIREMENTS NOTED
FOR TH IS AREA ARE ONLY SUITABLE FOR STABLE PLACEMENT OF
SPOIL MATERIALS. THIS SPOIL AREA SHALL NOT BE USED AS
FOUNDATION FOR STRUCTURAL CONSTRUCTION.
Al T11E UPPER 6-JNCHES IMINIMUMl OF THE SPOIL AREA SHALL BE
TOP SOIL PLACED IN ACCORDANCE WITH SECTION 02200.
Bl CRUSH BOULDERS TO MAXIMUM SIZE OF J FEET ANO PLACE lO
FEET APART IN ALL DIR EC TIONS TO ALLOW FILL PLACEMENT
AND COMPACTION WITH COMPACTION EQUIPMENT IN MAXIMUM
8 -INCH HORIZONTAL CO MPACTED LIFTS ADJACENT TO BOULDERS.
COMPACT Fill AROUND BOULDERS IN MAXIMUM 8-INCH
HORIZONTAL LIFTS IN A CRISSCROSS PATTERN. BOULDERS
SHOULD NOT BE PLACED WITHIN 5 FEET OF TOE Of SLOPE. FOR
A 3 FOOT BOULDER TO BE COVERED WITH 6-IN CHES OF
COMPACTED ON-SITE CRUSHED ROCK !FILTER L AY ER! AND 6 TO
12-INCHES OF COMPACTED TO PSO IL, THE BOULDER WILL NEED TO
BE PLACED AT L EAST 27 FEET FROM EDGE OF SLOPE. A
MAXIMUM ROCK SIZE OF 6-INCHES SHOULD BE USED FOR
COMPACTED FILL. COMPACT TO 92:r ASTM 0698. FOR FILL
DEPTHS BE L OW 10 FEET, COMPACT DEEPER Fill !BELOW 10'1 TO
95:r ASTM 0698.
CJ AFTER BOULDERS ARE COVER ED. PLACE B-INCH LIFT OF
COMPACTED CRUSHED ROCK (WIT H MAXIMUM 6-JNCH SIZEI TO
PROVIDE A FU.. TER LAYER ABOVE EACH BOULDER LAYER.
OJ COMPACTION SHOULD OCCUR IN MAXIMUM 8-INCH HORIZONTAL
LIFTS TO FINAL LINES ANO GRADES. PLACEMENT OF FILL AND
TOPSOU.. ALONG SLOPES IS NOT ALLOWED.
El CONTRACTOR SH ALL CONTROL EROS!ON ON THE SPOIL AREA
DURING CONSTRUCTION. AFTER FINISHED GRADING OF TOPSOIL JS
CO MP LETED. THE AREA SHALL BE VEGETATED IN ACCORDANCE
WITH SECTION 02490 WITHIN 14 DAYS.
HORIZONTAL SCALE
80' 40' 0 80' e----SC ALE: 1• • 80'
CR CURB RETURN
EOC EDGE OF CONCRETE
FG FINISHED GRADE
PC POINT OF CURVATURE
160'
I
PRC POINT OF REVERSE CURVATURE
PT POINT Of TANGENCY
TC TOP OF CU RB
TP TOP Of PAVEMENT
TS TOP OF SIDEWALK
TW TOP OF RETAINING WALL
--DIRECTION Of DRAINAGE
1. NORTHING/EASTING COORDINATES ARE
EDGE OF PAVEMENT U.N.0.
2. CONTRACTOR ADJUST All MANHOL ES
TO FINAL FINISHED GRADE UNLESS
OTHER WI SE NOTED.
3. SEE ARCHITECTURAL ANO/OR
STRUCTURAL DRAWINGS FOR FINISH
FLOOR AND/OR TOP OF WALL
ELEVATIONS.
CPLY INC.
TEXAS REGISTRATION tCl. F-1741
WESTSIDE WATE R TREATMENT PLANT PROJECT GRADING IM PROVEMENTS
S ITE PLAN CP-1
'Tl
0
::0
::0 m
'Tl m
::0 m z
()
m
0 z
~
-li,. 1
(.,J .f .
-....i l o -...... ,
I i
)>'
"'U ~
"'U ~ m i
Z r
0 ~
X i
ca ! J
"'U ; )> ~ G)I
m ' .I
N J o 1 ~
'Tl "
0)
, ,
1,
I
I
I / /
I
I
I
I/
I
I
I/
I
I ,
I'
/
I
f··
I
1 --(
I
I r
I
I --f
I
I /
t -
I
I j
j/'
I
I /
I"
I
/ /
/
/
/ , ,
/
/ /
/
/
/
/
/ /
/ /
/
/ ,
/
/
/ /
/
/
/
/
/
/ /
/
.;,;l>r;..,/
/
--
/
---: I .,,
; I
' i
I ' '-.
\ i I ' '-. ' '-' \ I ' ',
\ i " ' SEC~RITY FENCING
'-. ' ' ' i. ' , I ', ' '-.
/ I ·, " ' '-.
""""" ff---""'--r--t--t-+-f----------------l ,...
5l€[T 09UI 9T' _.Mfil__ _ft __ _
:' MAACH l009
If" NOT ON( KH OH
TM1SSM[£l',..oJU$T
SCMLS """""'""'y
\
\
\
\
" \.
" '
AREA l
SCALE 1"•30'
CR.YJ
·--
' ---
CITY OF FORT WORTH, TEXAS
WESTSIDE WATER TREATM ENT PLANT PROJECT
I
I
I
HORIZONTAL SC~
JO' 15' 0 JO' e.-,--
SCALE: 1" • JO'
AREA 2
AREA J AREA 4
AREAS&:6
CR CURB RETI.JRN
EOC EOCE OF CONCRETE
fG flNISHEO GRADE
PC POINT OF CURVATURE
,o·
I
PR C POINT OF REVERSE CURVATURE
PT POINT OF TANGENCY
TC TOP Of CURB
TP TOP Of PAVEMENT
TS TOP Of SIDEWALK
TW TOP OF RETAINING WALL
--DIRECTION OF DRAINAGE
1. NORTHING/EASTING COORDINATES ARE
EDGE OF PAVEMENT U.N.O.
2. CONTRACTOR ADJUST ALL MANHOLES
TO FINAL FINISHED GRADE UNLESS
OTHERWISE NOTED.
3. SEE ARCHITECTURAL AND/OR
STRUCTURAL DRAWING S FOR FINISH
FLOOR ANO/OR TOP OF WALL
ELEVATIONS .
GRADING IMPROVEMENTS
AREA 1 CP-2
"Tl
0 :;a
:;a
m
"Tl m :;a
m z
()
m
0 z r -<
/:
\
\I
~\
i
' I !\ I
I I I
I · I
' \ ' , I
\1
\. \:
~
i /
x'
\1
i
,(
/I
I '
\ / EOC 864.6
1
\ ! \
\; EOC ~t s ~, a
\. l \
1\ 1° 1\
AREA 2
SCALE 1"•30'
t
i
HORIZONTAL SC"'-E
JO' 15' 0 JO' ~-SCAL.f: 1 " -JO'
AREA 1
AREA 3 AREA 4
AREA 5 & 6
CR CURB RETURN
EOC EDGE OF CONCRETE
FG FINISHED GRADE
PC POINT OF CURVATURE
00'
I
PRC POINT OF REVERSE CURVATURE
PT POINT OF TANGENCY
TC TOP Of CURB
TP TOP Of PAVEMENT
TS TOP OF SIDE WALK
1W TOP Of RETAINING WALL
--DIRECTION OF DRAINAGE
1. NORTHING/EASTING COORDINATES ARE
EDGE OF PAVEMENT U.N.0.
2. CONTRACTOR ADJUST ALL MANHO LES
TO FINAL FINISHED GRADE UNLESS
OTHERWIS E NOTED.
J. SEE ARCHITECTURAL ANO/OR
STRUCTURAL DRA WINGS FOR FINISH
FLOOR ANO/OR TO P OF WA LL
ELEVATIONS.
"'U 1:
)> ii
G) HL-------~-----------------r------..---------r.===-------,----------------------,----------------------,:"""";;;;:;"";-:"';;---.,.,;,.;;, m 1,!,. >--f--+--f-4-------------------t DESOlto BY~ IWI ~:c =°" a:Jt.1 CITY OF FO RT WORTH, TEXAS f'U MAME
l--f--+--f-+------------------1 ... ~"' ,.. """"" """"' _._....--.._ GRADING IMPROVEMENTS ~ jl L]°:::'~J=:"':"':t,:-:1~""':'~L========~=====~":""":~·==============J~=-.:!!.::-='=:=:;'"-~=,;"";;;;;:.1.:·~:l':::~.::...,:'·:~:~:'::.:..1,C=fW.=::.:~:._ _____ ...J_w_E_srT-s-1o_E_w_A_T __ ER_T_R--E-AT_M_E_N--TPTL_A_N_T_P_R_o __ JE--c T_.1... __________ A_R_E_A_
2
_________ .._ __ c_P_-_3 __ _
0)
"Tl
0 ;;a
;;a
m
"Tl m ;;a
m z
()
m
0 z r -<
l
.....l.i.
W I -...J !
O !
-l. ~
I
)>!
"U ;
"U i
m r z .
0 ~ x !
ClJ l
(. -u i
)>I
GH ml ~;
O ii
"Tl
en
I
'
\
' '\.
'
\
\
'\.
\
\
S£CUR1TY F'(NCING '
'
'·
'-
'· '
\
\
\
,,
!---4---+--+--+-----------------"1 """"' ~____.!;M_.._
>--+--+--+--+-----------------"1 0MWN In' ,tl!,I
1---+--!--+--+------------------t SHro' a«O SY _.MEG._
~ l---+--1--+--+------------------1-~---.....,.,...
VERtfY SCALES
B,l,11 IS ON£ INCH ON
ORIGINAL DRAWING
AREA 3
SCALE 1~•30'
CDM _..,.. . ....._..... __ __
CR.YJ
'-IA TCH rlNISH(D GRADE
CITY OF FORT WORTH , TEXAS
WESTSIDE WATER TREATMENT PLANT PROJECT
t
j
HORIZONTAL SCALE
.10' 15' 0 30' ~-SOJ....E: 1" • JO'
AREA 1 AREA 2
CR CURB RETURN
EOC EDGE OF CONCRETE
FG FINISHED GRADE
PC POINT Of CURVATURE
...
I
PRC POINT OF REVERSE CURVATURE
PT POINT Of TANGENCY
TC TOP or CURB
TP TOP Of P AVEJ,4ENT
TS TOP OF SIDEWALK
TW TOP OF RETAINING WALL
--DIRECTION Of DRAINAGE
=
1. NORTHING/EASTING COORDINATES ARE
EDGE OF PAVEMENT U.N.O.
2. CONTRACTOR ADJUST ALL MANHOLES
TO FINAL FINISHED GRADE UNLESS
OTHERWISE NOTED.
3. SEE ARCHITECTURAL ANO/OR
STRUCTURAL DRAWINGS FOR FINISH
FLOOR ANO/OR TOP OF WALL
ELEVATIONS.
GRADING IMPROVEMENTS
AREA 3 CP-4
"Tl
0
::0
::0 m
"Tl m
::0 m z
()
m
0 z r--<
t
' ' ' '
'
' .....
' ', ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' '-
' '· ' ' ' ' ......
' '--...... -......
,.,. -----
---·---/ -i ( ,.,.
\ ( /
I ,>
/ /
---.l
/
cf'/ / / ---"'° / /
-----/ ./ / /
/
/
/ /
/ / -...... ---~./ /
/ /
AREA 4
SCALE 1"•30'
I I I
/ I /
/ / / /
/ / /
/ / / /
/ / / /
/ ./ /
//
/ / /
/
/ / / /
/ ,/ / /
/
LI I
/ I / I / / /
/ /
/
/ /
/ /
/ /
/
/ /-
'
I
--
I
..l--
HORIZONTAL SCALE
JO' 15' O JO'
l'-1-*'-
SCAU:: 1• • JO'
AREA 1 AREA 2
CR CURB RETURN
EOC EDGE OF CONCRETE
FG FINISHED GRADE
PC POIN T OF CU R VA TUR[
60'
PRC POINT OF REVERSE CURVATURE
PT POINT OF TANGENCY
TC TOP OF CURB
TP TOP OF PAVE~ENT
TS TOP Of SIDEWALK
TW TOP OF RETAINING WALL
--DIRECTION OF DRAINAGE
1. ~g~JHb~G~~!~~~~/S~~g!NATES ARE
2. CONTRACTOR ADJUST ALL MANHOLES 6~H~:;~:i~bSrH:g GRADE UNLESS
3. SEE ARCHITEC TURAL ANO/OR
;[~~~r~:~~o~R~~~N~} ~otl[IN[SH
ELEVATIONS.
4. CONTRACTOR TO MAINTAIN A J'-G"
:~~\~~l~HFT s~gJ:!E~ ;g~ ~6AWAL L
PURPOSES.
CJ1 i ~~~f~:~l~~;t;~i]!2E~~'.!~;;~;~i::::::::::::::::::::~'""'.,. "-~ ... """--BAA ts ONE INCH OH Q S f,: •-::;;::: -•-•• -::.::-:~ ---------,~~,OITT=m=
O)
"Tl
0
~~-~ccc=-i ____ ~---"='---=====J~'.;;) ... S""~'i""~;JLJ~i;\,""'\'"'?-.._1\· )~~'"'., ~C:_!R.Y~)~!_-~===J ~w:E:s:r:s:1:o:E~w:A:T:E:R:T:R:EA:T::M:E:N:T~P:LA~N:T~P:R:o'.J'.E'.c:r_L _____ :G:RA:o:1:N:G~IM:P:R:o'.v:E:M:E:N:T:s~----1~~-~ ... ~~~.,'.~'" AR EA4 ,..a:,"'
CP-5
"Tl
0
::0
::0 m
"Tl m
::0 m z
()
m
0 z
~
Ii
)> :i ""Cl ,,
""Cl '.'.
~--
I
I
/ ~
I
,,·
f'i,~ --.
m ; ' = Z .'. CR CURB RETURN AREA 5 & 6 t PT POINT OF TANGENCY
0 fi I. ~g:JH~~o~;!~~~~/B~~g!NATES ARE SCALE, lu • 30'
>< t :~ :ION~:H: :::::ETE 2. ~gN;:~~T~~,;~~gs;R:6~ ~t~~iiES
TC TOP OF' CURB
TP TOP Of PAVE MENT
TS TOP OF SIDE WALK
;: PC POINT OF CURVATURE 3. SEE ARCHITECTURAL AND/OR 30' 15' ~ZONTAL SC~
~: SrRUCTURAL DRAWINGS FOR FINISH ,....__._
TW TOP OF RET ... IN ING WA LL .,.
I
. ..._
' ' AREA I AR EA 2
AREA 3 AREA 4
CD i : OTHERWISE NOTED. NI
f PRC POINT Of REVERSE CURVATU RE FLOOR ANO/OR TOP OF WA LL SC ALE: 1·. 30'
"'U f L------------------_-_o_,_RE_c_n _DN_Of_D_R_AI_N_ACE-~----EL_E_v_•r_,o_NPS-. ----~---------..-----------------------.---------------------..... ===---=::: ~ r l----l----l---1--+-----------------~0CSIGN£tlltl'_,ffiL__ vtRIFY SCtU:S ~ CITYOFFORT WORTH,TEXAS ~~t 62142
UJ j· '*' :=,:._"':\.,::;::,"" -·-·-·-GRADING IMPROVEMENTS "'"' "° ITT '. ..,, """w-----""'-WESTSIDE WAT ER TREATMEN T PLANT PROJECT AREA 5 & 6 ~ J. ~~'!:'~~= .. :~"=~-::~~""':':~==============:-::~·==============j~':"""':::n.=:::::..=-="';,; ... ;~~:-L~::::"°::kr.::_:::.:~=""~,...l..,(=R,Y.=::~:_ _____ ....1 __ ...,.. ___________ -,--------L---------------------L--c-P_-_s __ _
"Tl
O>
SECTION 13702
SECURITY PANEL
PART1 GENERAL
1.01 SCOPE
A. The CONTRACTOR shall furnish, deliver, and install the control panels as shown on
the drawings with power supplies, communications equipment, security/access control
system (S/ACS) equipment , prewired termination blocks , incoming power surge
suppression, and miscellaneous equipment to provide a fully functional system as
shown on the drawings and specified herein .
B. This section specifies connection wiring within panel and electrical accessories such
as switches, pilot lights, relays, terminal blocks , and fuses , which are included in the
panel.
C. All work and products shall conform to the designs shown on the applicable Drawings,
and shall comply with the provisions of this section . The control panel shall be factory
wired . Panels and cabinet shall include all components indicated in the applicable
Drawings, required to provide functions as specified in this section . Where specific
requirements on the Drawings conflict with general design requirements in this section,
the requirements shown on the Drawings shall prevail.
1.02 REQUIRED PANELS
A. Panels shall conform to the layout shown on the Drawings, and be sized to
accommodate the initial and future device point counts listed shown on the Drawings.
Enclosure sizing was based on typical industry-standard equipment. CONTRACTOR
shall advise the OWNER if a larger enclosure is required to meet these device counts
using the actual equipment to be supplied by the CONTRACTOR.
B. For each S/ACS controller, provide a minimum of two spare input and output terminal
for the following devices :
1. Card reader
2. Door status switch
3. Electric lock
4 . Egress device
1.03 QUALITY ASSURANCE
A. All equipment and accessories provided shall be the product of a manufacturer
regularly engaged in manufacturing of this equipment whose products have been in
satisfactory service for not less than five (5) years. Completed panels shall bear the
UL label.
1.04 PANEL COMPONENT LAYOUT
A. The CONTRACTOR shall generally follow the arrangements of components shown on
the Contract Drawings . However, the CONTRACTOR shall make adjustments as
necessary to allow each component to be mounted as recommended by the
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13702 -1
ISSUE: 0
JULY, 2010
SECURITY PANEL
manufacturer, to facilitate easy installation , removal and in-place maintenance of each
component, and to allow normal operation of the component by operating and
maintenance personnel. Component arrangements shall allow space for routing of
wiring without kinking or bending around sharp edges , and for free flow of air around
and through equipment, which requires ventilation for cooling.
1.05 WARRANTY
A. The manufacturer shall provide an all-inclusive two (2)-year warranty .
1.06 TRAINING
A. The manufacturer shall provide operating training and maintenance training .
1.07 SPARE PARTS AND TOOLS
A. The manufacturer shall provide the specified spare parts and/or tools as detailed
below:
1. Ten relays of each type .
2. Ten lights of each type.
3. Ten surge protectors of each type .
4. Two power supplies of each type used .
5. Fifty fuses of each type used .
6. Ten terminal blocks of each type used.
1.08 REFERENCE STANDARDS
A. All materials and workmanship shall conform to the latest published applicable
provisions of the following codes and standards :
Standards Title
NFPA National Electrical Code (NEC)
ANSI/NEMA ICS 1 General Standards for Industrial Controls and
Systems
ANSI/NEMA ICS 2 Industrial Control Devices, Controllers, and
Assemblies
ANSI/NEMA ICS 3 Industrial Systems
ANSI/NEMA ICS 4 Terminal Blocks for Industrial Control
Equipment and Systems
ANSI/NEMA ICS 6 Enclosures for Industrial Controls and
Systems
ANSI/NEMA 250 Enclosures for Electrical Equipment (1000
Volts maximum)
EIA RS-310-C Racks, Panels, and Associated Equipment
ANSI-C-37 .13 Low-Voltage AC Power Circuit Breaker (600
Volt Insulation Class)
ANSI/IEEE Electrical Isolation for Analog Signal Devices
C39.5-1974
CFW06057 ISSUE : 0
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS JULY, 2010
TEC 13702 -2 SECURITY PANEL
B. Unless otherwise specified , electrical equipment and material provided under this
contract shall be listed and labeled for the purpose for which it is used by the
Underwriters Laboratories , Inc. (UL). This requirement may be waived only if a UL
listing is not available for the type of product.
1.09 SUBMITTALS
A. General: The CONTRACTOR shall provide submittals as defined herein and as
required in specification. Submittals shall be required for all equipment supplied . For
each panel , the CONTRACTOR shall submit a certified factory (shop) test report
before panel is shipped .
B. Elementary Control Diagrams: The CONTRACTOR shall provide elementary control
diagrams , using the ladder diagram format incorporating line number, operation
function statement, contact location line number with an underline for a normally
closed contact and a description of operation of each device . Label each contact, coil ,
and indicator with its function, as well as its number. Show terminals for field wiring.
Show field wiring as dashed lines .
C. Panel Layout Diagram: Panel layout diagrams shall show the placement of
components on the sub panel, side panel, panel outside doors, panel inside doors , and
detail door cutout diagram. Each components show on the panel layout diagram shall
have a unique item number corresponding to the Bill of Material (BOM) on the same
drawing. At a minimum, the BOM shall include : item number, quantity, description ,
manufacture, and manufacture part number. The panel layout diagrams shall have
sufficient information for a third party panel fabricator to fabricate the panel if needed .
D. Connection Diagrams: Connection diagrams shall show the placement, labeling and
wiring of components within panels and cabinets . Components shall be shown
arranged in the physical layout as it would appear to a person servicing the equipment.
Wires shall be shown as a continuous line between their termination points . The
direction of entry to a wire bundle shall be shown. Wire lists and wireless diagrams
shall not be accepted. All additions and deletions of devices and wires in existing
enclosures shall be clearly shown . Each wire label designation shall be shown. The
wire label designations on each end of a single wire must be identical. All wire
termination point numbers shall be shown. Each wire color shall be shown. Signal
and DC circuit polarities shall be shown. All jumpers, shielding and grounding details
shall be shown. Wire pairs shall be shown . Spare wires and termination points shall
be shown .
E. Cables Pin-Out Diagram : Panel pin-out diagram shall contain pin-out of all cables
including manufacture supplied cables needed for the panel construction , pin -out
diagram shall include cables length , and connectors detail i.e. DB-9 Male , DB-25
Female , RJ-45 . The cable pin-out diagrams shall have sufficient information for a third
party cable fabricator to fabricate the cables if needed .
PART 2 PRODUCTS
2.01 CONTROL PANELS
A. Physical and Miscellaneous Specifications
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13702 -3
ISSUE: 0
JULY, 2010
SECURITY PANEL
The enclosures shall:
1. Be NEMA 4X stainless steel with 3 point latching handle.
2 . Contain S/ACS equipment, surge arresters , circuit breakers, fuses, relays,
transformers , terminal strips , nameplates, terminal labels, wire ducts, universal
spiral wraps and any necessary parts for a complete systems as shown on the
drawings and specified herein.
3. Be wall mount or free standing as shown on the drawings.
4 . Allow expansion space to accommodate future system needs .
2 .02 PANEL FABRICATION
A. Materials : The enclosure shall be made with 12 gauge minimum steel. Each shall be
provided with a full length interior panel with adjustable mounting on both vertical sides
to rails located at the top, bottom, and middle of the enclosure.
B. Acceptable manufacturers :
1. Hoffman Engineering Company (www.hoffmanonline .com )
2. Rittal (www.rittal.com )
C . Dimensions : Panels shall be sized as shown on drawings.
D. Coating
1. Metal surfaces of NEMA 4X Stainless Steel outdoor panels and cabinets shall be
prepared, primed and finish coated in accordance with the requirements of this
specifications and coating manufacturer's recommendations. Scratches or
blemishes in panel faces shall be filled prior to finishing . One coat of primer shall
be applied at the manufacturer's recommended dry film thickness and allowed to
dry prior to applying the first finish coat. Provide a quart of finish paint from batch
used for final finish coat.
2. Finish coat of NEMA 4X Stainless Steel outdoor panels and cabinets shall be an
aliphatic air-dry polyurethane or epoxy panel enamel. Exterior color of cabinets
mounted indoors shall be Fed . Std . color 27880, white.
3. Sub-panel of all panels and cabinets shall be painted Fed . Std . color 27880, white.
E. Face-Mounted Instrument Reinforcement: Face-mounted devices shall be mounted to
panel doors using mounting methods recommended by the component manufacturer
with mounting kit parts provided by the component manufacturer specifically for the
component. If such a mounting method causes the door to deform or allows the
component to sag so as not to be perpendicular to the door surface, then the
CONTRACTOR shall design and install appropriate reinforcement to prevent these
conditions .
F. Miscellaneous
CFW06057
1. Face-mounted equipment shall be flush or semi-flush , with flat black escutcheons .
Cutouts for future equipment and holes resulted from removal of existing devices
shall be blanked off with suitable covers as required to retain the cabinet's NEMA
rating . Component identification shall be hot ink stamped on the panel interior.
2. All miscellaneous hardware and fittings shall be stainless steel. Stainless steel
shall meet or exceed the corrosive-resistant properties of 316 stainless steel.
3. Install large folding shelf for test equipment or laptop. The large folding shelf
material shall match the enclosure finish . The large folding shelf size shall be a
minimum of 18.0" x 18.0".
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY , 2010
TEC 13702 -4 SECURITY PANEL
2.03 NAMEPLATES
A Machine engraved , three ply laminated phenolic nameplates shall be provided for all
panels and cabinets as shown on the Contract Drawings. Nameplates shall be black
with white lettering . Nameplates shall be attached to the panel with a minimum of two
self-tapping 316 stainless steel sheet metal screws . The height of each character shall
be a minimum of 3/16" except as noted .
2.04 WIRING AND ELECTRICAL DEVICES
A General: Provide the wiring and electrical devices specified below and install these
and internal panel wiring as shown on the Contract Drawings . All camera connection
point shall be protected by surge protection devices.
B. Power Distribution
1. Unless otherwise specified , power for security equipment shall be obtained from a
120 volt , 60 hertz distribution panel-board in the Lighting Panel.
2. Each cabinet shall be equipped with a 120 VAC main power disconnect circuit
breaker and power distribution circuit breakers as shown on the Contract
Drawings . The main power disconnect breaker shall be a one pole breaker rated
at the amperage shown on the Contract Drawings. Distribution circuit breakers
shall be single pole rated at the amperage shown on the Contract Drawings . The
circuit breaker shall be rated at 250VAC maximum with a short circuit rating of
10 ,000 amps for all breaker ratings. The circuit breakers shall be mounted on a
standard DIN rail , and shall be Allen-Bradley Channel Mounting Type, or equal.
3. For each power distribution circuit breaker, a neutral return terminal block shall be
installed at the bottom of the breaker rail. The neutral return terminal block shall
be standard DIN rail mounted, and shall be rated to carry required amperes and
accept up to two 12 AWG wires . This terminal block shall conform to the
requirements specified herein .
4 . Each cabinet shall be provided with din-rail mounted grounding type receptacle
power outlets for 120 VAC power supply connections as shown . Each piece of
equipment which is equipped with an ac power cord shall be plugged into a power
outlet. For outdoor panels provided din-rail mounted receptacle with Ground Fault
Interrupter (GFI). Phoenix Contact EM-DUO or approved equal.
C. Panel Connection Wire and Cable
CFW06057
1. All cable furnished by the CONTRACTOR , including cable with any and all wires
terminated at both ends within the same panel or enclosure and cable with any
wires terminated at more than one panel or enclosure , shall conform to the
requirements specified below.
a. Power and Control Cable -Power and control wiring shall be single conductor
stranded copper NFPA 70 Type MTW. Power wiring from the main circuit
breaker to distribution breakers shall be 12 AWG minimum . All other single
conductor 120 VAC and 24 VDC power and common return wiring , common
ground buses and all common logic bus circuits shall be 16 AWG minimum .
Circuits protected by 15 Amp c ircuit breakers shall be 14 AWG minimum . All
power wiring shall be rated for 600V and 80 °C.
b . Card Reader -Color-coded six conductors OAS(Overall Shield) #18 with TP
#18 for tamper input.
c . Electric Strike & Magnetic Locks -Twisted Pair #18
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY ,2010
T EC 13702 -5 SECURITY PANEL
d . Egress Device -#18 Color-coded four conductors
e . Door Position Switch -TP #18
f . Security Motion Detector -#20 Color-coded four conductors
g . Panic Button -TP #18
h . Remote Release Button -TP #18
i. Lock Down Button -TP#18
j . Siren/Strobe Light -Color-coded four conductors #18
k. Keypad -Color-coded six conductors #18
I. Digital Dialer -Phone line connection to telco line .
m . Control Panel -Network connection CAT.6 with RJ45 connector on both
ends.
n. All CAT.6 wire runs shall not exceed 300ft.
o. All security device wiring will be home run back to the security control panel
as shown on drawing .
p . Card reader wiring shall not exceed 500ft.
q . Wire Tagging, all panel connection wiring shall be tagged at terminations with
machine printed slip on type tags . The CONTRACTOR shall show wire/cable
tag designations on all wiring diagrams submitted to the OWNER There
shall be a tag placed within two inches of any wiring termination. The tag
shall be fixed to the wire to prevent the tag from sliding more than two inches
from the terminal as the result of gravity and vib ration
2. Power and Control Circuits
a. Control circuit, logic bus and power circuit wires shall be tagged as defined in
this paragraph .
b . Control Circuits : Each individual connection wire shall be tagged at both ends
of the wire with a wire number. The tag shall be placed on the wire within two
inches of the terminal to which the wire is terminated. The CONTRACTOR
shall assign a unique number for each wire with in a panel.
c. Power Circuits : All 120 VAC power wires shall be tagged with the designation
"120 VAC -" followed by the circuit breaker number shown on the Contract
Drawings, then followed by a letter designating whether the wire carries the
line (L}, neutral (N) or power ground (PG).
d . Positive 24 VDC power circuit and power bus wires shall be tagged with the
designation "+24 VDC-" followed by the circuit breaker number shown on the
Contract Drawings , and 24 VDC power returns shall be designated with "24
VDC COMMON".
3. Wire Colors : Control , logic bus and power conductors in panels shall have the
following insulation colors :
Usage Color
Line Power Black
Neutral White
Power Ground Green
+24 VDC Orange
24 VDC Common Gray
Control Red
CFW06057 ISSUE : 0
A LERT NOTIFIC ATIO N AND SECUR ITY IMPROVE MENTS JULY , 2010
TEC 13702 -6 SECUR ITY PANEL
Status and Alarm Blue
4. Signal Circuits : Signal circuit multi-conductor cables shall be tagged at each end
with the designation shown on the wiring diagram. Each signal conductor shall be
tagged at each end with the designation of the terminal block to which it is
connected . Individual conductors in each pair of twisted-pair cable shall have
distinctly different colors, such as black and white , black and clear. Shield ground
common wires connected between drain wire terminals shall be green and shall
be tagged "SG".
D. Terminal Blocks
1. Unless otherwise shown or specified, terminal blocks shall be captive screw with
pressure plate, DIN EN 50035 rail 600 volt rating . Terminal blocks for
lnpuUOutput shall be prewired type as specified in section 17300. Terminal
blocks shall be the type specified in the following table , or equal :
Description Type Application
Terminal Block or equal Phoenix UT 4-MTD 120 VAC, Neutral
Grounding Terminal Phoenix UT 4-Equipment Grounding Block
MTD-PE
End Clamps Phoenix E/NS 35 N Each Group of Blocks
Terminal Marking Phoenix ZB 6 All terminal Blocks as
required
Terminal Strip Marker Phoenix KLM-A Each Group of Blocks
Insertion Strip Phoenix FBS As Required
2 . Provide Phoenix Contact UT 4-HESIL fused disconnects with light indicators for
24VDC and 120VAC circuits with fuses as shown on the drawings
(www.phoenixcon .com ). Provide 20 fuses of each type as spares .
E. Terminal Tags, Covers and Markers : Each terminal strip shall have a unique
identifying alphanumeric code designation at one end and a plastic marking strip
running the entire length with a unique number for each terminal. The CONTRACTOR
shall assign terminal strip numbers from the number "1" and continuing in ascending
cardinal order. The terminal strip designation shall be the letters "TB" followed by the
terminal strip number. The strip and terminal point designations shall be machine
printed and 1/8 inch high. Terminal blocks carrying 120 VAC power circuits shall be
provided with a transparent, hinged cover for personnel protection and accessibility.
F. Wire Routing : Wires shall be routed in slotted plastic wire-ways with snap covers.
CFW06057
Wires carrying 120 VAC shall be separated as much as possible from other wires and
signal cables, and shall be routed only in ducts shown on the Contract Drawings to be
for 120 VAC . If the power wiring has to cross the signal wiring , the crossing shall be
as close to a right angle as possible . Ducts shown for 24 VDC shall be used for all
other wires and cables . Routing of 120 VAC in combined ducts shall be minimized .
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE: 0
JULY , 2010
TEC 13702 -7 SECURITY PANEL
Wires and cable shall be routed along the shortest route between termination points ,
excepting routes which wou ld result in routing 120 VDC and other wires and cables in
the same duct. For intrinsically safe signal wiring refer to ANSI/ISA RP12 .6
"Installation of Intrinsically Safe Instrument Systems in C lass I Hazardous Locations ."
Wires and cables shall have sufficient length to allow slack and to avoid any strain or
tension in the wire or cable . Wires and cables shall be placed in the ducts in a
stra ight, neat and organized fashion and shall not be kinked , tangled or twisted
together.
G . Wire Terminations
1. Single wire and cable conductors shall be te rminated according to the
requirements of the terminal device.
2 . For captive screw pressure plate and screw term inals, appropriately sized lugs
shall be used . Lugs shall be crimp on type that forms gas tight connections. All
crimping shall be done using a calibrated crimping tool made specifically for the
lug type and size being crimped.
3 . On shielded cables , the drain wire shall be covered with insulating tubing along its
full bare length between the cable jacket and the terminal lug or terminal pressure
plate.
H. Single Position Indicating Lights
1. Single position indicating lights shall be 24 VDC , NEMA 13, heavy-duty, oil-tight,
LED type , nominal 1.5 inch diameter. The lens co lor shall be as designated on
drawings .
2 . Single position indicating lights shall be Micro-switch Type PT, Westinghouse
Type PB2 , General Electric Type CR104P , or equal.
I. Electro-Mechanical Relays : Control relays shall be UL or CSA approved , and provided
with two form C silver contacts rated at 3 amperes at 28 VDC , and shall be
hermetically sealed . Where the Contract Drawings show a requirement for more than
two contacts for a single control relay, two relays shall be provided with the coils wired
in parallel. Coils shall be 24 VDC . Relays shall be mounted on sockets with retainers ,
and shall be wired with drop out voltage spike suppression diodes in parallel with all
coils, with the cathode of the diode connected to the positive side of the coil. Electro-
mechanical Control Relays shall be IDEC (www.idec.com ) type RY2S-LD with
indicator light , Potter and Brumfield (www.tycoelectronics ), or equal.
J . Cabinet Lighting: Each panel shall be provided with an int ernal f luorescent light. Lights
shall operate from 120 VAC, and shall be wired to power through a door-mounted
switch , which shall be activated by opening the cabinet door, to be located and wired
as shown . Cabinet lights shall be Hoffman ALF1601 BR, or equal.
K . Power Line Surge Protectors : Each panel shall be provided with a 120 VAC, 20
Ampere service power line surge protector. The surge protectors shall be heavy duty ,
multi-stage , and high speed . Response time shall be 5 nanoseconds maximum , and
shall allow 340 Volts maximum peak surges to pass through . Protector shall be wired
to the cabinet ground bar via a dedicated #8 AWG solid copper wire . The power line
surge protectors shall be EDCO Type HSP-121 (www.edcosurge.com ), or equal.
L. Panel Ground
1. Each panel shall be provided with a 1 inch h igh x 0 .25 inch thick so lid copper
grounding bus bar across the bottom of the pane l. The grounding bar shall be
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENT S
TEC 13702 -8
ISSUE : 0
JULY , 2010
SECURITY PANEL
mounted on insulated standoffs so that no electrical connection is made between
the grounding bar and the cabinet through the mounting . The ground bar shall be
drilled and tapped for a .25-20 screws at .5 inch intervals along its entire length .
2 . An uninstalled solid copper #8 AWG ground wire shall be attached between the
ground bar and the panel enclosure , and between the ground bar and the
mounting panel. The ground connection to the enclosure and panel shall be
made by sanding the paint finish off a small area, drilling a hole for a .25 inch bolt
and mounting a .25-20 bolt to the panel to serve as a grounding stud . The
grounding stud shall be attached with a nut and flat washers on both sides of the
enclosure/panel, and with an inside tooth star lock washer next to the panel
surface. The star lock washer shall be on the inside surface of the enclosure , and
the front surface of the mounting panel. The grounding wire shall be secured to
the stud with a nut and inside tooth star lock washer. These grounding points
shall be located within 12 inches of the bottom of the grounding bar.
M. Power Supply: Each panel shall be provided with 24 VDC switching type power
supplies connected in parallel via current steering diodes . These power supplies shall
operate from 120 VDC input power and shall provide direct current output current of 1 O
Amperes at 24 VDC at 40 °C, and shall be adjustable from 24 to 28 VDC by screw
driver operated adjustment. Input power regulation shall be .2% from 105 to 130 VDC .
Output load regulation shall be .2% maximum from zero to full load. Ripple shall not
exceed .5% at full load. The power supplies shall have integral output current limiting
and over voltage protection . The power supplies shall have fully enclosing cases . The
power supply shall be manufactured by Phoenix Contract (www.phoenixcon .com }, or
approved equal.
N. Condensation Heater: Provide thermostatically operated condensation space heaters ,
which are sealed and safe to touch.
0 . Wiring Duct: Plastic wiring duct shall be slotted type with dust cover, panduit type e or
ne, as required.
P. Condensation and Pressure Compensation Devices: All indoor and outdoor non-
freestanding enclosure install Hoffman Engineering Company stainless steel vent drain
part number AVDR4SS4 or approved equal for metallic enclosure , and non-metallic
vent drain part number AVDR4NM or approved equal for non-metallic enclosure .
PART 3 EXECUTION
3.01 TEST REQUIREMENTS
A. The CONTRACTOR shall shop test the panels and correct any defects discovered
prior to delivery. These tests shall consist of the following :
CFW06057
1. The CONTRACTOR shall verify that each wiring connection is made properly by
checking electrical continuity, assuring that connections have less than one Ohm
resistance end to end , and that no cross continuity exists between separate
circuits .
2 . The CONTRACTOR shall conduct a test of all power circuits and power supply
equipment to verify that proper voltages are delivered and all power supply
equipment is operating according to the manufacturer's specifications . These
tests shall be witnessed by the OWNER's representative . The CONTRACTOR
shall certify the results in writing to the OWNER
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY , 2010
TEC 13702 -9 SECURITY PANEL
3. The CONTRACTOR shall functionally test each electrical device specified in Part
2 below to verify correct operation. The CONTRACTOR shall also test each
inpuUoutput point. Inputs shall be exercised at the location in the panel the
greatest distance in the circuit from the S/ACS chassis and verified through to the
S/ACS processor. Results shall be demonstrated on a programming terminal.
Each output shall be exercised from a programming terminal and verified through
to the panel location the greatest distance in the ci rcuit from the S/ACS chassis .
This test shall be witnessed by the OWNER's representative and the
CONTRACTOR shall certify the results in writing to the OWNER. Test the
operator interface unit , including simulated alarm conditions .
4 . The CONTRACTOR shall test Ground Fault Interrupter (GFI) receptacles and
circuit breakers for proper operation by methods sanctioned by the receptacle
manufacture r.
3.02 PANEL INSTALLATION
A. Shop Testing: The CONTRACTOR shall coo rdinate panel delivery with the
construction of the control room and panel locations to minimize field handling.
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVE MENTS
TEC 13702 -10
ISSUE : 0
JULY,2010
SE CURI T Y PANEL
PART1 GENERAL
1.01 SCOPE
SECTION 13703
COMPUTER EQUIPMENT
A. This section encompasses general provisions related to computer equipment. The
requirements outlined in this section are primarily related to top-end computers and
anc illary equipment.
1.02 SUBMITTALS
A. Submit shop drawings and product data in accordance with section 01300 .
PART 2 PRODUCTS
2.01 GENERAL
A. Provide components (computers and ancillaries) with the latest proven technology and
that are the manufacturer's latest featured products at time of purchase . Proven
technology is defined as technology currently in use for sim ilar applications . The
equipment requirements specified in this Section are the latest at the time of
develop ing these specifications . The CONTRACTOR shall provide any additional
hardware equipment necessary to meet the specified functional requirements . The
proposed system may vary at the detailed level from this configuration as long as all of
the functional requirements, performance requirements , and sizing requirements are
met and as long as specific hardware requirements are met where specifics are given .
2.02 COMPUTER EQUIPMENT
A. The requirements defined in this subsection apply to the computer-based components
of the CClV System . The computer equipment covered by this section include are
depicted at the contract drawing.
B. All computers shall be from Dell and be from the same "family " or product line . All
computer equipment shall be from the equipment manufacturer's standard offering and
shall not be specifically built nor require major modifications in order to meet the
requirements set forth in this Specification .
C. RACK MOUNTED CClV SERVER , DAQ SERVERS,
CFW06057
1. Server configured for installation in rack environment occupying 5U of rack space
or less .
2 . 2x Dual Core E7220 Xeon , 2 .93GHz , 8M Cache , SOW, 1066Mhz ..
3. 4 GB of RAM or maximum amount allowed by operating system, dual ranked , fully
buffered with ECC and 667 MHz speed minimum .
4 . Hot pluggable cooling fans with N+1 redundancy
5. Media Drives
a. 1.44 MB Floppy Drive
b. DVD-RW, SATA, Internal
6 . Expansion slots
a . Onex 8 PCI Express slot
b. Three x 4 PCI Express slots minimum
c. Two PCI -X 64-bit/133 MHz slots minimum
7 . Internal Disk Array
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY , 2010
TEC 13703 -1 COMPUTER EQUIPMENT
CFW06057
a. 5 TB of usable storage minimum, consisting of six 1TB 7 .2K RPM Universal
SATA 3Gbps 3 .5-in HotPlug Hard Drive configured in a RAID 5 array with hot
spare.
b. Array controller shall be able to expand RAID array without the need for
reformatting of the entire array
c. Hard drives shall be hot swappable
d . Array controller shall utilize the SAS 3 Gb/s technology to connect to all hard
drives
e . Hard drive controller shall reside in a PCI Express slot within the server.
f. Server shall accommodate up to eight hard drives
8. Video graphics capable of 1280 x 1024 pixels, 70 Hz refresh rate and 32 bit true
color minimum.
9. 1/0 Ports & devices
a. Minimum of four USB 2 .0 ports
b. Two Serial ports
c. PS/2 port
10. Interface devices
a. Keyboard
(i) Will utilize the rack mounted display/keyboard/mouse via the rack
mounted KVM switch.
b. Mouse
(i) Will utilize the rack mounted display/keyboard/mouse via the rack
mounted KVM switch.
c. Monitor
(i) Will utilize the rack mounted display/keyboard/mouse via the rack
mounted KVM switch .
d. Networking
(i) Two Intel PRO 1 OOOPT network cards in addition to any on-board
network interface
(ii) All network interfaces shall have the following features
(iii) Support for latest Microsoft server operating system
(iv) Gigabit Ethernet port, copper connection accepting standard CAT-6
cables for Ethernet communications
(v) Support for PCI-X or PCI bus in the server
(vi) IEEE 802.3ab support for gigabit networking standard
(vii) Support for Ethernet port teaming across network adapter cards for
increased bandwidth and fault tolerance of both adapter and attached
Ethernet switch
(viii) IEEE 802 .3ad Link aggregation support
(ix) IEEE 802 .Q VLAN support
(x) Auto sensing 10/100/1000 Mbps
(xi) SNMP manageable
(xii) TCP/IP offload engine to minimize use of computer CPU for networking
tasks
e. Microphone
(i) Shure 522 Desktop Microphone for each CCTV server provided .
f . Redundant power supplies each with separate power cord .
g . Rapid Rails for Dell Racks
h. Operating system
(i) Latest release of Windows Server standard edition that is compatible with
the Perimeter Protection System, the Security and Access Control
System, and the Intercom System software requirement.
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE: 0
JULY , 2010
TEC 13703 -2 COMPUTER EQU IPMENT
(ii) Enough Client Access Licensee (CALs) to connect all computers shown
on Drawings and specified herein , plus 25 percent spare. 15 CALs shall
be provided at minimum for Windows Server.
(iii) Hard drives shall be formatted NTFS utilizing the entire drive partition as
Drive C.
i. Back up hardware and software
(i) Tape drive shall be sized to store entire contents of internal hard drive
array uncompressed on a single tape . Minimum size shall be 200 GB
uncompressed.
(ii) Tape drive should be L TO Ultrium 2 standard or newer for greater
capacity
(iii) Backup software is required above the default Microsoft Windows
Backup utility included with the operating system . The backup software
shall have the following features
(iv) Support Windows Server operating system installed on server
(v) Support tape drive installed in server
(vi) Perform full system backups including all open files, system state and
open database files without the need to stop any services or applications
running on the server.
(vii) Full restore of server from bare metal state.
(viii) Restore individual files from tape to original locations or to alternative
locations on the server
(ix) Backup data from server to both the tape drive and hard drive disks.
Software shall support backup routines such as disk to disk to tape . Disk
containing backup data may be a local disk or a network storage location.
(x) Backup job scheduler capable of supporting multiple schedules for full,
incremental and partial backup jobs
(xi) Backup software shall keep a log file of the status of all backup and
restore activities . Log file shall easily export to a text file .
j . Other Software
(i) Microsoft Office professional (Latest Edition) shall include the following
programs at a minimum
(a) Microsoft Excel
(b) Microsoft Word
(c) Microsoft Access
(d) Microsoft PowerPoint
(ii) Adobe Acrobat Reader (Latest Edition)
(iii) Virus scan and protection software either McAfee Virus Scan Enterprise
or Symantec Norton AntiVirus Business Pack (Latest Edition)
(iv) Microsoft Internet Explorer (Latest Edition)
(v) WinZip Professional (Latest Edition)
k. Warranty
(i) Hardware Support Services 5 Year ProSupport for IT and 5 Year NBD
Onsite Service
I. Typical Server
(i) Dell Power Edge R900 Series server
D. CCTV WORKSTATIONS
CFW06057
1. Tower chassis workstation
2 . Quad-Core Intel® Xeon® Processor up to 3 .33GHz (1333MHz FSB , 64-bit, 2X
6MB L2 cache)
3. 4 GB of RAM , fully buffered with ECC and 667 MHz speed minimum .
4 . Media Drives
a. 16XDVD AND 16XDVD+/-RW
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY , 2010
TEC 13703 -3 COMPUTER EQUIPMENT
CFW0605 7
5. Expansion slots
a. One x 8 PCI Express slot
b. Three x 4 PCI Express slots minimum
c. Two PCI-X 64-bit/133 MHz slots minimum
6. Internal Disk Array
a. 250 GB of usable storage minimum , consist ing of two 250GB SATA
3.0Gb/s ,7200 RPM Hard Drive with 8MB DataBurst Cache™.
b. Array controller shall be able to expand RAID array without the need for
reformatting of the entire array .
c . Array controller shall utilize C9 All SATA drives , RAID 1, 2 drive total
configurations .
d . Hard drive controller shall reside in a PCI Express slot within the server.
e . Workstation shall accommodate up to four hard drives .
7. Video Graphic Card
a. Single and Dual Monitor(s) Option
(i) Video graphics capable of 1600 X 1200 pixels , 70 Hz refresh rate and 32-
bit true color minimum . Dual Monitor DVI outputs . 256MB of dedicated
video RAM minimum.
8. 1/0 Ports & devices
a . Minimum of four USB 2.0 ports
b. Two Serial ports
c . Two PS/2 ports
9. Interface devices
a. Generic USB 104 key (Windows) keyboard , no hot keys onboard
b. Two button USB optical mouse with scroll wheel
10 . Monitor
a. Dual Monitors Options
(i) Two Dell 24 Inch UltraSharp 2408WFP monitors
11 . Speaker -Dell AX510 Sound Bar for all UltraSharp Flat Panel Displays
12 . Networking
a. On-board network interface
13 . Microphone
a. Shure 522 Desktop Microphone for each CCTV Workstation provided
14 . Operating system
a. Latest release of Windows Operating system that is compatible with the
Perimeter Protection System , the Security and Access Control System, and
the Intercom System software requirement.
b. Hard drives shall be formatted NTFS for full capacity of hard drive .
15. Other Software
a. Microsoft Office professional (Latest Edition) shall include the following
programs at a minimum
b. Microsoft Excel
c. Microsoft Word
d . Microsoft Access
e . Microsoft PowerPoint
16 . Adobe Acrobat Reader (Latest Edition)
17 . Virus scan and protection software either McAfee Virus Scan Enterprise or
Symantec Norton AntiVirus Business Pack (Latest Edition)
18. WinZip Professional (Latest Edition)
19. Warranty
a . Hardware Suport Services 5 Year ProSupport for IT and 5 Year NBD Onsite
Service
20 . Typical Server
a. Dell Precision T5400 Workstation
AL ERT NOTIFICATION AND SECURI T Y IMPROVEM ENTS
ISSU E: 0
JULY , 2010
TEC 13703 -4 COMPUTER EQUIPMENT
E. RACK MOUNTED DISPLAY AND KVM SWITCH
1. Tipp Lite model number B020-008-17-IP console KVM switch with built-in IP
access
2. Provide all KVM cables needed for all servers depicted on contract drawing .
3 . Warranty
a. Hardware Support Services 5 Year NBD Onsite Service
F. SERVER RACK ENCLOSURE
1. Provide one (1) PowerEdge 4220 42U Server Rack Enclosure as depicted on the
contract drawing at Westside Water Treatment Plant for security related
equipment.
2 . Provide all necessary accessories include but not limited to power distribution ,
cable management , etc for a complete functional system .
G. LAPTOP WORKSTATIONS
CFW06057
1. Workstations shall be suitable for running S/ACS client applications , S/ACS
badging software .
2 . One Intel Core 2 Duo processor, 3.06 GHZ or greater, minimum of 6MB L2 cache,
1066 MHz front side bus minimum .
3. 4GB of RAM, 667 MHz speed minimum.
4 . Media Drives
a. 8XDVD +/-RW Dual-layer drive
5. 160 GB Hard disk of usable storage minimum, 7200 RPM drive .
6. Video graphics capable of 1920 x 1200 pixels, 15.4" UltraSharp WUXGA CCFL
Display . NVidia Quadro FX 770M, 512MB
7 . 1/0 Ports & devices
a. Minimum of four USB 2.0 ports
b . Serial port
c . RJ-11 Port
d. Dell Wireless TM 1397 802 .11 b/g Mini Card
e. Dell Wireless® 370 Bluetooth Module
f. Microsoft Bluetooth NoteBook Mouse
8. Interface devices
a. Docking Station E-Port Plus , Port Replicator with Monitor Stand
b . USB 104 key keyboard
c. Two button USB optical mouse with scroll wheel
9. Monitor
a. One Dell 24 Inch UltraSharp 2408WFP Monitor for each laptop workstation
10. Operating system
a. Latest release of Windows operating system and is compatible with the
S/ACS software as described above.
b . Hard drives shall be formatted NTFS
11 . Carrying Case
a . Deluxe Nylon Case
12 . External Storage
a . Western Digital 1 TB My Book Essential
13 . Other Software
a. Microsoft Office professional (Latest Edition) shall include the following
programs at a minimum
(i) Microsoft Excel
(ii) Microsoft Word
(iii) Microsoft Access
(iv) Microsoft Powe rPo int
14. Adobe Acrobat Reader (Latest Edition)
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JU LY , 2010
TEC 13703 -5 COMPUTER EQUIPMENT
15 . Virus scan and protection software either McAfee Virus Scan Enterprise or
Symantec Norton AntiVirus Business Pack (Latest Edition)
16. WinZip Professional (Latest Edition)
17 . Warranty
a. Hardware Support Services 5 Year ProSupport for IT and 5 Year NBD Onsite
Service
b. Accidental Damage Service 5 Year CompleteCare Accidental Damage
Protection
18. Typical Laptop Workstations
a. Dell Precision M4400 Mobile Workstation
2.03 SPARE PARTS
A. Provide ten (10) spare computer hard drives for each type provided .
B. Provide ten (10) spare tape backup media for each type provided .
C. Provide one (1) Shure 522 Desktop Microphone of each type provided .
D. Submit a spare part list for Engineer approval.
PART 3 EXECUTION
3.01 GENERAL
A. All the computers and operator consoles in the control room shall be powered from the
main UPS as defined in section 13706 -Uninterruptable Power Supply.
B. System shall be installed per manufacturer's recommendations .
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13703 -6
ISSUE : 0
JULY, 2010
COMPUTER EQUIPMENT
SECTION 13704
NETWORK CONNECTIVITY
PART 1 GENERAL
1.01 SUMMARY
A. This Section describes communications network related products to be installed for
this project.
1. The intend of this contract is to build an new independent security control network
using existing fiber optic that are currently employ by the non IP based existing
CCTV system.
2 . Convert all existing and new analog cameras to IP camera by utilizing coax to IP
video encoder at the source location .
3. The new security network fiber optic loop shall employ the faster switch and
Contractor shall bu ild a gigabit fiber optics network. For the security network,
Hirschmann RS-30 and Hirschmann MAR1040 shall be use .
B . DEFINITIONS -This specification is intended to accommodate several LAN (Local
Area Network) types . These LAN types, and their cabling & component colors are :
1. City of Forth Worth Security LAN Cable Systems -Purple\Violet
C . SUBMITTALS -Provide submittals on all proposed components included in this
Section including the following :
CFW06057
1. Provide verification of required training as outlined in Part 1 D "QUALITY
ASSURANCE " (below).
2 . Results of successful testing of network cable testing as outlined in Part 1-0-1
"Network Cable Testing " (below).
3. Documentation indicating the City has "Legal Title " to all software and firmware
provided under this contract including the original installation med ia (i.e . CD , DVD ,
etc.)
4. As -Built information as described later in this Section .
5 . Provide Cisco 2811 Integrated Services Router with AC powe r, 2FE , slots for 1
NME , 4 HWICs, 2 AIMs , 2 PVDMs , Cisco IOS IP Base Software and hardware
maintenance (SMARTNET 8X5XNBD 2811 w/ AC PWR,2FE,4HWI), Cisco part
number CON-SNT-2811 for router depicted on the contract drawing .
6. Provide Cisco router configuration services where network traffic shall be
separated between the City business network and the Security. Co -ordinate and
obtain written permission with the City IT personnel prior to any network
equipment are place in services on the City business network.
7 . All Ethernet port shall be configure such that device with recognize MAC address
will be lock out by the Ethernet port to prevent unauthorized network access.
Contactor shall maintain a spreadsheet with updated information such as Ethernet
switch description , MAC address, IP address , subnet mask, to facility the setup
and troubleshoot of the system at all time .
8 . Contractor shall configure IP address to each Ethernet switch , and router
provided .
9. Each industrial Ethernet switch provided with this project shall have a minimum of
(2) two spare 10/100 Base-TX Copper Twisted Pair Ports.
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY, 2010
TEC 13704 -1 NETWORK CONNECTIVITY
D. Minimum Ethernet ports requirement for the industrial Ethernet switch at each location
are listed below:
10/100 10/100/1000 100 BASE-FX 1 OOOBASE-LX
Panel Designation BASE-TX, BASE-TX, with LC with LC
RJ45 RJ45 Connector Connector
Rolling Hills SCP-AB1 7 4 3 3
Rolling Hills SCP-GS1 5 1 0 1
Rolling Hills PLC1 5 1 0 1
Rolling Hills SCP-LB1 5 0 1 1
Rolling Hills SCP-LB2 3 0 1 0
Rolling Hills SCP-BL 1 5 0 3 0
Rolling Hills SCP-BL2 3 0 1 0
Rolling Hills SCP-BL3 3 0 1 0
Rolling Hills SCP-CL 1 5 0 2 0
Rolling Hills SCP-CL2 5 0 1 0
Rolling Hills SCP-021 5 0 1 0
Lake Worth SCP-LW1 5' 2 4 0
Lake Worth SCP-LW2 5 0 1 0
Lake Worth SCP-LW3 5 0 1 0
Lake Worth SCP-LW4 5 0 1 0
Lake Worth SCP-LWS 5 0 1 0
Westside SCP-AB1 8 5 5 0
Westside SCP-AB2 3 0 1 0
Westside SCP-AB3 3 0 1 0
Westside SCP-AB4 3 0 1 0
Westside SCP-CB1 3 0 4 0
Westside SCP-CB2 3 0 1 0
Westside SCP-CB3 3 0 1 0
Westside SCP-CB4 3 0 1 0
Westside SCP-OC2 3 0 1 0
Westside SCP-GS 1 8 0 2 0
Westside SCP-GS2 3 0 1 0
Westside SCP-EB1 8 0 3 0
Westside SCP-EB2 3 0 1 0
E. QUALITY ASSURANCE -General -All work shall be in accordance with the
respective drawings, written specifications , supplemental information, industry
standards, trade practice, and applicable regulatory agencies. All work will follow all
such standards and procedures referenced by AIA , ANSI, EEE, NECA , NEMA , UL,
and TIA/EIA-568 Wiring Standards, TIA/EIA 569, T IA/EIA 606, TIA/EIA-607 . All cable,
racks and hardware will be bonded and grounded in accordance with the National
Electric Code. All work shall be performed by competent workers and executed in a
neat and workmanlike manner providing a thorough and complete installation . All
onsite installation technicians will have completed the IBDN -700 2 day Nordx training
course , along with one technician, who has completed the IBDN-950 1 O day Nordx
training course . All workmen shall properly protect the work site during installation,
including shielding of soft or fragile materials , protect against dust or dirt, protect and
support cable ends off the floor from other trades and construction. All work shall be
Telecommunications Industry standard specification quality.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13704 -2
ISSUE : 0
JULY , 2010
NETWORK CONNECTIVITY
1. Network Cable Testing -The following tests shall be performed and results
documented by the contractor for each new or re-terminated cable with a Fluke
Cable Analyzer: Contractor shall furnish a copy of all test results to the City .
a . TIA Cat 6
b. Wire-map
c. Length
d. Propagation Delay
e. Impedance
f . Next
g . Next@ Remote
h. Attenuation
i. ACR
j . ACR @ remote
k. PSACR
I. PSACR @ Remote
m. RL
n . RL @ Remote
o. Psnext
p. Psnext @ Remote
q . Elfext
r. Elfext @ Remote
s. Pselfext
t. Pselfext @ Remote
2 . Proposed alternate products will not be accepted for key components whose
specification includes the "NO EQUAL" flag
1.02 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 -Perimeter Protection System
2 . Section 13703 -Computer Equipment
3 . Section 13704 -Network Connectivity
4 . Section 13705 -Fiber Optic Cable
5 . Section 13706 -Uninterruptible Power Supply
6. Section 16010 -Electrical General Provisions
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 security/access control system requirements between
this Section and another section, the provisions of this Section govern .
1.03 CONTRACTOR'S QUALIFICATIONS
A. The CONTRACTOR shall perform all work necessary to select, furnish , configure,
customize, debug , install, connect, calibrate, and place into operation all hardware and
software specified within this section .
B. The CONTRACTOR shall be a "systems house ," regularly engaged in the design and
the installation of computer systems and their associated subsystems as they are
applied to the municipal water or wastewater industry. For the purposes of this specifi-
cation section , a "systems house" shall be interpreted to mean an organization that
complies with all of the following criteria :
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13704 -3
ISSUE : 0
JULY, 2010
NETWORK CONNECTIVITY
1. Employs a registered professional Control Systems Engineer to supervise or
perform the work required by this specification section .
2 . Has performed work of similar or greater complexity on at least three (3) projects
within the last five (5) years and has implemented and completed at least one of
these three projects .
3. Has been in the water/wastewater industry performing the type of work specified
in t his specification section for the past five (5) continuous years .
C . The CONTRACTOR shall maintain a fully equipped office/production facility with
full-time employees capable of fabricating , configuring , installing, calibrating ,
troubleshooting , and testing the system specified here in . Qualified repair personnel
shall be available and capable of reaching the facility with in 24 hours .
D. Actual installation of the system need not be performed by the CONTRACTOR's
employees ; however, the CONTRACTOR shall provide the on-site technical
supervision of the installation .
E. The CONTRACTOR shall furnish equipment which is the product of one manufacturer
to the maximum practical extent. Where this is not practical , all equipment of a given
type shall be the product of one manufacturer.
PART 2 PRODUCTS
A. COPPER CABLE
B .
CFW06057
1. The cabling infrastructure will be CAT 6 , 4 pair plenum cables -and associated
CAT 6 rated components .
2 . Purple\Violet cabling shall be designated as the "Security LAN " cable
3 . The LAN cables will be installed parallel with the existing voice communication
cables . New cabling shall be installed in rigid metallic conduit.
4 . If raceway or conduit is inaccessible , alternative options will be presented to the
City
5 . If wall or partition cannot be accessed to "drop" the new cables, a surface
mounted conduit or raceway will be installed from the nearest access location to
within 6" of the existing wall outlet. (See SURFACE MOUNTED RACEWAY)
6 . All cables will be handled , routed , and secured according to the EIA/flA and NEC
standards .
7 . Cables will be terminated according to EIA/flA wiring standard 5688. 5688 is
terminated as follows :
PAJR3
1 2 3 4 5 6 7 8
W-0 0 W-G Bl W-BL G W-BR BR
Cable Type :
MFG Descript ion
BELDEN 2413 Cable -4-pair, 24 AWG , CMP , Category 6 ,
Purple\Violet Jacket
Part Number
2413-007
AL E RT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY ,2010
T EC 13704 -4 NETWORK CONNECTIVITY
C. CABLE LABELS
1. The Cable will have the Standard Label Affixed within 2 feet of each end of the
cable. Another Label will be affixed to the Box/Outlet/Wall Mount Plate at the user
end of the cable .
2 . Cable Labels will follow this standard:
3. Name-rack-patch panel-port
4. i.e .: SCP-AB1-01-01
5. The Name will be affixed in the near the cable 's terminations .
6 . Each Port will be numbered
7. Label shall be machine printed (not hand written)
D. WALL BOXES/ PLATES
1. Wall boxes shall be compatible with the raceway system . Wall plates shall be
Belden faceplates and CAT 6 RJ45 inserts. The top jack will be Blue -primary
and the bottom jack will be White -secondary.
2 . If wall or partition cannot be accessed to "drop" the new cables, the following
options are available:
a . Surface mounted raceway
b. Surface mounted conduit
Belden Wall box / Plates type:
MFG Description Part Number
Belden KeyConnect Modular Jacks, Purple\Violet AX101327
Belden MDVO Mod Furn Adapt 4-port, Almond AX100926
Belden Interface Plate, 2-port,Single Gang Flush, White AX101433
Belden Interface Plate, 4-port, Single Gang Flush, White AX101437
2.02 SPARE PARTS
A. Provide a spare Ethernet switch of each type provide except for the Hirschmann
MACH series .
B. Provide a spare SFP module of each type provided.
C. Provide ten spare CAT.6 patch able of each type provided.
D. Provide one thousand feet spool CAT.6 network cable for each type provided under
this section.
E. Provide ten spare CA T.6 RJ-45 wall plate and CAT. 6 RJ-45 receptacle for each type
provided under this section.
F. Provide fifty spare CAT. 6 RJ-45 connector for each type provided under this section .
G. Provide one RJ-45 crimping tools .
H. Provide one RJ-45 punch down tools.
I. Submit a spare part list for Engineer approval.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13704 -5
ISSUE : 0
JULY , 2010
NETWORK CONNECTIVITY
PART 3 EXECUTION
A. AS-BUil T INFORMATION -The Contractor shall provide documentation of final
configuration of all equipment affected by this Contract. Documentation shall include
wiring diagrams, interconnection diagrams and network architecture diagrams . The
contractor shall also electronically furnish any digital configuration or data files
developed and/or uploaded into the equipment or downloaded from the equipment.
B . The Contractors shall ensure to provide 19 " rack mounted switch where it is depicted
in the contract drawing. Rack mounted switch shall be minimum of Hirschmann MACH
1040.
C. The Contractor shall provide and install all equipment needed for an operational fiber
optic network as shown in the contract drawing, equipment included but not limited to,
industrial managed switches, appropriate SFP modules , PoE module where PoE IP
cameras are installed , etc.
D. The Contractor shall provide and CAT.6 patches panel and CAT.6 Patch cable where
it is depicted in the contract drawing.
E. The Contractor shall ensure that all the industrial managed switches implemented in
the system shall have at least two spare ports.
F. The Contractor shall ensure that IP address is program to all new and existing
Hirschmann switches, Refer to specification 13701 for IP addresses assignment detail.
G. The Contractor shall ensure that all Hirschmann switches have the latest firmware
installed.
H. Provide a copy of the Kepware SNMP to OPC drivers to the CCTV application
Engineer to develop a network status CCTV network. The drivers shall be license
where all the SNMP devices on the security network can be monitor. Devices to be
monitor included all industrial managed switch, the switch port status , and UPS status.
I. For Hirschmann equipment contact:
CFW06057
1. Reid Shepherd
Industrial Networking Solutions
Tel 972-248-7466
Fax 972-248-9533
END OF SECTION
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13704 -6
ISSUE : 0
JULY , 2010
NETWORK CONNECTIVITY
SECTION 13705
FIBER OPTIC CABLE
PART1 GENERAL
1.01 WORK IN THIS SECTION
A. The Work of this Section includes providing the following complete and operational
fiber optic cable systems :
1. Security fiber optic network
B. The fiber optic cabling system materials furnished under this Section shall be a
provided by Fiber Optic supp lier who has been providing these types of materials for
the past three years . The Fiber Optic supplier shall provide personnel capable of
providing technical assistance and fiber testing during installation.
C . The installation of fiber optic cabling system materials furnished under this Section
shall be performed by the fiber manufacturer's certified installation contractor who has
been installing these types of materials for the past three years .
D. The cable manufacturer shall be ISO 9001 registered .
1.02 RELATED WORK
A. The Work of the following Sections applies to the Work of this Section . Other
Sections , not referenced below , shall also apply to the extent required for proper
performance of this Work.
1. Section 13700 -Security and Access Control System
2 . Section 13701 -Closed -Circuit Television Systems
3 . Section 13703 -Computer Equipment
4 . Section 13704 -Network Connectivity
5. Section 13705 -Fiber Optic Cable
6. Section 16010 -Electrical General Provisions
1.03 REFERENCE SPECIFICATIONS , CODES AND STANDARDS
A. National Fire Protection Association (NFPA)
1. NFPA-70 -National Electrical Code (NEC) Article 770 .
B. Underwriters Laboratories , Inc. (UL)
1. UL 1581 VW-1 -Vertical Tray Cable Flame Test
2 . UL 1666 -UL Standard for Safety Test for Flame-Propagation Height of Electrical
and Optical-Fiber Cables Installed in Vertical Shafts .
3. UL 910 -UL Standard for Safety Test for Flame-Propagation and Smoke-Density
Values for Electrical and Optical-Fiber Cables Used in Spaces Transporting
Environmental Air.
C . Institute of Electrical and Electronics Engineers (IEEE)
1. IEEE Standard 383 -Flame Retardancy .
D. Electronics Industry AssociationfTelecommunications Industry Association (EIAfTIA)
1. EIA-STD-RS-455 -Standard Test Procedures for Fiber Optic Fibers , Cables ,
Transducers , Connecting and Terminating Devices
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13705-1
ISSUE : 0
SEPTEMBER 13 , 2010
FIBER OPTIC CABLE
2. EIA/TIA-492 AAAA "Detail Specifications for 62 .5 Micron Core Diameter 1125
Micron Cladding Diameter Class la Multimode , Graded Index Optical Waveguide
Fibers "
E. National Electrical Code Article 770 , Optical Fiber Cable
1. NFPA 70-2008
F . Fiber Optic Test Method and Instrumentation
1. DOD-STD-1678
G . Where reference is made to one of the above standards , the revision in effect at the
time of bid opening shall apply .
1.04 CON T RACTOR SUBMITTALS
A. Shop drawings shall conform to the requirements of Gene ral Requirements, paragraph
10.0. Submittals shall include 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 which shows cable and conduit routing ,
materials , cable size and type , pulling lubricant being used , 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 training .
6 . Installation Test reports as specified .
7. Provide four (4) samples of each type of cable , and connector termination kit.
Four (4) samples of a completed example of each type of connector termination
shall be submitted .
8 . The Instrument Subcontractor shall provide a fiber optic power budget for each
cable run in excess of 500 feet. The budget shall include transmitter power,
receiver sensitivity , connector losses , cable losses and a 3db aging margin . Fiber
optic transmission line shall maintain a minimum of 3db safety margin .
9. Manufacturer's Instructions.
1.05 PRODUCT 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 du r ing shipping and handling.
B . When the length of an order requires a large wooden reel the cable will be covered
with a three (3) 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 becom ing loose in
transit. The inner end of the cab le 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 .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13705 - 2
ISSUE : 0
SEPTEMBER 13, 2010
FIBER OPTIC CABLE
C . Test tails shall be at least two (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 .
D. Wooden reels shall be plainly marked 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 1300 nm for multimode fibers . The
attenuation shall be measured at 1310 nm and 1550 nm for single-mode fibers . The
manufacture shall ship the test results along with the fiber.
F. Packaging
1. The completed cable shall be packaged for shipment on non-returnable wooden
reels . It is 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 weather-proof reel tag attached identifying the reel and
cable .
5. Each cable shall be accompanied by a cable data sheet.
1.06 RECORD DRAWINGS
A. Record drawings shall be provided in accordance with General Requirements , item
42 .0 and Section13300 .
PART 2 PRODUCTS
2 .01 FIBER OPTIC CABLE
A. Cable Specifications
CFW06057
1. General : 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 UL OFNR specifications and not
require transition splicing upon building entry in order to meet fire codes . The
cable shall be the manufactured by Corning Cable Systems, Belden , Agere
Systems , OSF or approved equal.
2. Optical fibers shall be placed inside a buffer tube . Each buffer tube shall contain
up to 24 fibers . Each fiber shall be distinguishable by means of color-coding
according to TINEIA-598-A, "Optical Fiber Color Coding ." Buffer tubes containing
fibers shall be color-coded with distinct and recognizable colors according to
TINEIA-598-A, "Optical Fiber Color Coding ." 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. Buffer tubes
shall be kink resistant within the specified minimum bend radius .
3. Fillers may be included in the cable core to lend symmetry to the cable cross-
Section where needed. 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 .
4. 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 dirt and foreign matter and shall be readily
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
SEPTEMBER 13 , 2010
TEC 13705 - 3 FIBER OPTIC CABLE
removable with conventional nontoxic solvents. Cable shall contain water
blocking threads between tubes .
5. Summary of Specifications
a . Fiber Optic Cable :
(i) Corning Freedom I LST , Indoor I Outdoor OFNR Gel-Free;
(ii) Corning Altos Outdoor All Dielectric Gel-Free
(iii) Number of Fibers : 12 strands for the main loop , and 6 strands for branch
circuit
(iv) Fiber Material : Glass
(v) Fiber Type: Graded Index (Multi-Mode); Stepped Index (Single-Mode)
(vi) Fiber Geometry : 62 .5 / 125 Micron Multimode
8.5 / 125 Micron Single mode
(vii) Cable Attenuation: 3.5/1 .0 Db/Km (1 Km = 3,280 Ft) 850/1300 Mhz*KM
multi-mode
0.4/1 .0 Db/Km (1 Km= 3,280 Ft) 1310/1385 Mhz*KM single-mode
CFW06057
(viii) Minimum Bend Radius: Freedom/LST 6 .6 Inches Install ; 3.1 Inches Long
Term ; Freedom/LST 7.1 Inches Install; 4 .8 Inches Long Term ;
(ix) Maximum Load Rating : Freedom/LST 300 Lbs Installation
90 Lbs Long Term Application
Altos 600 Lbs Installation
200 Lbs Long Term Application
b. Connectors :
Type : Corning type ST ceramic ferrule , ceramic ferrule with glass insert
and metal housing using oven cure , anaerobic or UV epoxy. Crimp on
connectors will not be allowed .
(i) Oven Cure : Connector Corning 95-101-44-Sp ;
Corning 95-251-06-Sp
Termination Kit Corning Tkt-025
Consumable Kit Corning Tkt-025-C
(ii) Anaerobic Cure : Connector Corning 95-101 -51-Sp ;
Corning 95-201 -06-Sp
Corning 95-100-11
Termination Kit Corning Tkt-Anaerobic
Consumable Kit Corning Tkt-Anaerobic-C
(iii) Untraviolet Cure : Connector -Corning 95-01-R
Termination Kit Corning Tkt-012R
Consumable Kit Corning Tkt-015
c . Splice :
(i) Part Number: Splice Kit -3M 2530
(ii) (250micron x 250 micron buffer) SPLICES -3M 2529
(iii) Splice : 3m Fibrlok 11 2529
d . Fiber Distribution Units , Rack mount
(i) Housing : 3M 8423
(ii) Housing Extension : 3M 8423EXP
(iii) Additional Components :
(a) Splice tray 3M 25222 (12 splice)
(b) Splice insert 3M 2521 (6 splice)
(c) Coupling plate 3M 8406-TM/TS ; 3M 8412-TM/TS
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
SEPTEMBER 13, 2010
TEC 13705 -4 FIBER OPTIC CABLE
e. Typical Cable Termination :
(i) Fiber Terminat ion Detail
I
I
3M 2130 HOUSING
3M 2155-MM DRAWER
I FIBRLOK
I 2529
CORNING 24 FIBER
LT CABLE
I I'-+-~~~
I 250 MICRON I
L _ ------------------------•
900 MICRON TIGH T
BUFFER PIGTA IL
B. Cable Performance
CFW06057
1. When a one meter static head or equivalent cont inuous pressure is applied at one
end of a one meter length of unaged cable for 24 hours , no water shall leak
through the open cable end . When a one meter stat ic head or equivalent
continuous pressure is appl ied at one end of a one meter length of aged cable of
one hour, no water shall leak through the open cable end . The aging cycle is
defined as exposing the cab le to +85 +/-2 °C for 168 hours and two cycles of -
40 °C to + 70 °C with cable held at these temperatures for 24 hours . The water
penetration test is completed at the end of the 24-hour hold . Testing shall be
performed in accordance with the industry standard test , FOTP-82 , "Fluid
Penetration Test for Flu id-Blocked Fiber Optic Cable ."
2 . When testing in accordance with FOTP-81 , "Compound Flow (Drip) Test for Filled
Fiber Opt ic Cable ," the cable shall exhibit no flow (drip or leak) of filling and/or
flooding material at +65 °C .
3. The cable shall withstand a minimum compressive load of 440 N/cm (250 lbf/in)
for armored cables and 220 N/cm (125 lbf/in) for non-armored cables applied
uniformly over the length of the compression plate . The cable shall be tested in
accordance with FOTP-41 , "Compressive Load ing Res istance of Fiber Opt ic
Cables ," except that the load shall be appl ied at the rate of 3 mm to 20 mm per
minute and maintained for ten minutes . The magnitude of the attenuation change
shall be with in the repeatability of the measurement system for 90% of the test
fibers . The remaining 10% of the fibers shall not experience an attenuation
change greater the 0.1 dB at 1550 nm (SM). The average increase in attenuation
for the fibers shall be 0 .20 dB at 1300 nm (MM). The repeatability of the
measurement system is typically +/-0.05 dB or less . No fibers shall exhibit a
measurable change in attenuation after load removal.
4 . When tested in accordance with FOTP-104 , "Fibe r Optic Cable Cyclic Flexing
Test ," the cable shall withstand 25 mechanical flex ing cycles at a rate of 30 +/-1
cycle per minute around a sheave diameter not greater than 20 times the cable
d iameter. The magnitude of the attenuation change shall be within the
repeatability of the measurement system for 90% of the test fibers . The remaining
10% of the fibers shall not experience an attenuation change greater than 0 .1 dB
at 1550 nm (SM). The repeatab ility of the measurement system is typically +/-
0 .05 dB or less . The average increase in attenuation for the fibers shall be 0 .20
dB at 1300 nm (MM). For armored cables , the inside or outside of the armor
surface shall be inspected for fractures . Any vis ible cracks caus ing separation of
the armor shall not have propagated more than 5 mm . The outer cable jacket
ALERT NOTIFICATION AND SECUR ITY IMPROVEMENTS
ISSUE : 0
SEPTEMBER 13 , 2010
TEC 13705 - 5 FIBER OPTIC CABLE
shall not exhibit evidence of cracking or splitting when observed under 5 x
magnifications .
5. When tested in accordance with FOTP-25 , "Repeated Impact Testing of Fiber
Optic Cables and Cable Assembl ies ," the cable shall withstand 25 impact cycles.
The magnitude of the attenuation change shall be within the repeatability of the
measurement system for 90% of the fibers . The remaining 10% of the fibers shall
not experience an attenuation change greater than 0.1 dB at 1550 nm (SM). The
repeatability of the measurement system is typically +/-0 .05 dB or less . The
average increase in attenuation for the fibers shall be 0.40 dB at 1300 nm (MM).
The cable jacket shall not exhibit evidence of cracking or splitting at the
completion of the test.
6. When tested in accordance with FOTP-33 , "Fiber Optic Cable Tensile Loading
and Bending Test," using a maximum mandrel and sheave diameter of 560 mm ,
the cable shall withstand a tensile load of 2700 N (608 lbf) applied for one hour
(using "Test Condition II " of the procedure). In addition , the cable sample , while
subjected to a minimum load of 2660 N (600 lbf), shall be able to withstand a twist
of 360 degrees in a length of less than 3 meters (9 .9 feet). The magnitude of the
attenuation change shall be within the repeatability of the measurement system
for 90% of the test fibers. The remaining 10% of the fibers shall not experience an
attenuation change greater than 0 .1 dB at 1550 nm (SM). The repeatability of the
measurement system is typically +/-0 .05 dB or less. The average increase in
attenuation for the fibers shall be 0.40 dB at 1300 nm (MM). The cable shall not
experience a measurable increase in attenuation when subjected to the rated
residual tensile load , 890 N (200 lbf).
7. When tested in accordance with FOTP-85 , "Fiber Optic Cable Twist Test ," a
length of cable no greater than 2 meters will withstand 10 cycles of mechanical
twisting . The magnitude of the attenuation change shall be within the repeatability
of the measurement system for 90% of the test fibers . The remaining 10% of the
fibers shall not experience an attenuation change greater than 0 .1 dB at 1550 nm
(SM). The repeatability of the measurement system is typically +/-0.05 dB or
less . The average increase in attenuation for the fibers shall be 0.40 dB at 1300
nm (MM). For armored cables , the inside or outside of the armor surface shall be
inspected for fractures . The cable jacket will exhibit no cracking or splitting when
observed under 5 x magnifications after complet ion of the test.
8 . When tested in accordance with FOTP-181 , "Lightning Damage Susceptibility
Test for Optic Cables with Metallic Components ," the cable shall withstand a
simulated lightning strike with a peak value of the current pulse equal to 105 kA.
A damped oscillatory test current shall be used w it h a maximum time-to-peak
value of 15 µs (which corresponds to a minimum frequency of 16 . 7 kHz) and a
maximum frequency of 30 kHz . The time to half-value of the waveform envelope
shall be from 40 -70 µs .
2 .02 PATCH PANELS
A. Patch panels shall be suitable for wall mounting or 19" rack mount depending on
locations . Patch panel shall comprised of internal mounting plate , cable holders, slack
cable take up/organizer blocks , patch block with connectors and ground lugs . Panels
shall be NEMA 4X, 316 stainless steel construction for outdoors and NEMA 12 , 316
stainless steel or fiberglass for indoor use . Patch panels shall be suitable for
multimode system operation at 800 and 1300 nanometers. 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.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13705 - 6
ISSUE: 0
SEPTEMBER 13, 2010
FIBER OPTIC CABLE
B. Fiber optic patch cable shall be 2 fiber zipcord 62 .5/125 core/clad micron multimode
riser rated cable . Installation of patch cables shall include all spares and observe the
minimum fiber bend radius and strain relief.
2 .03 SPARE PARTS AND SPECIAL TOOLS
A. Spare Parts : The Work includes the following spare parts :
1. Provide twenty (20) spare connectors .
2 . Provide ten (10) spare patch cables with connectors (both ends) terminated.
B. Special Tools
1. Provide one (1) fiber optic tool kit required for connecting , terminating , and testing
the fiber optic cables , Corning UniCam Pretium Tool Kit (TKT-UNICAM-PFC).
2 . Aay spesialty software er haRlware teals •sea OR the projesl shall Be l•rae<l e•M
to the OVVNER. 2
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 EIA/TIA 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 .
3.02 INSTALLATION
A. All cable shall be installed in conduit.
B. Inspect raceway prior to pulling cables . Notify the ENGINEER of any conditions , which
would prevent installation of the specified cables , before proceeding with the
installation . Rod and swab out ducts prior to installing cables .
C . Pull cables prior to attachment of connectors .
D. Pull cables by directly pulling only on the strength member.
E. 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 installation shall be recorded using a strip recorder. The printout of the strip
recorder shall be submitted to the ENGINEER.
F. 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. Patch panels shall be wall mounted or 19" rack mounted
depending on locations .
G. Support cables in riser conduits at intervals as required by National Electric Code .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13705-7
ISSUE : 0
SEPTEMBER 13, 2010
FIBER OPTIC CABLE
H. Installation tools and materials shall be approved by the cable manufacturer.
I. Within manholes , protect cable by providing flexible , corrugated , polyethylene slit duct.
Connect slit duct-to-duct bank by using hose clamps . Support duct at ten (10) foot
intervals .
3.03 IDENTIFICATION
A. Label each termination point.
B. Tag each cable in junction 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 t ruck carefully and not
damage .
2 . Submit to the ENGINEER all test data provided by the fiber manufacturer.
3. Verify that the optical fibers of the cable assembly are the type and quantity as
specified and as shown in contract drawing .
4 . Verify that cable construct ion 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
closures are in accordance with cable manufacturer's recommendations .
3.05 FIELD AND FUNCTIONAL TESTING
A. Make the following site tests before removing cable from cable reels:
1. Determine attenuation that losses of each fiber from end to end are less than the
specified maximum attenuation . Use an opt ical t ime domain reflectometer
(OTDR) to capture and record . Provide a printout of the captured data .
2 . Submit to the ENGINEER all test data and models of test equipment , calibration
standards and tests .
B. Make the following field tests after cable and connector installation:
CFW06057
1. All fiber optic cables shall be tested for performance and loss after cable
installation and connector termination to certify that at least a 3dB power safety
margin is obtained between all transmitters and receivers , and that fiber
attenuation is not greater than specified . 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 :
a. Visually , inspect terminal connectors for out-of-round condition and surface
defects such as mic ro-chips and cracks using a 200X (minimum) inspection
microscope .
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
SEPTEMBER 13, 2010
TEC 13705 - 8 FIBER OPTIC CABLE
b. Check optical continuity of each fiber from terminal to terminal. Use test
equipment as specified herein and provide 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 data communications loop (both
directions). The light source and operating wavelength of the test equipment
shall be representative of the actual operating equipment. Use an OTDR.
Test each communications loop with WIC and jumpers included.
d . Submit to the ENGINEER all test data and models of test equipment,
calibration standard and tests .
C . OWNER or ENGINEER may observe testing . Inform OWNER/ENGINEER of testing
schedule at least one week prior to start of testing .
D. If any of the fibers fails the testing performed when the cable is on the reel , the reel
shall be replaced at the CONTRACTOR 's expense , and the specified test performed
on the new reel. If any fiber in an installed length of cable fails the test , the cable
length shall be removed and replaced with no splices at the CONTRACTOR 's
expense , and the replacement cable tested as specified .
E. Following testing of the optical performance of the fiber optic cable , communication
testing shall be carried out as specified in this section .
3.06 TRAINING
A Provide half day training for up to three (3) students on termination techniques and
testing prior to installation .
B . Provide training as soon as possible following 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 for 20 years , commencing
at the time of final acceptance by the OWNER.
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13705 -9
ISSUE : 0
SEPTEMBER 13 , 2010
FIBER OPTIC CABLE
SECTION 13706
UNINTERRUPTIBLE POWER SUPPLY
PART1 GENERAL
1.01 WORK INCLUDED
A. This section specifies the furnishing and installation of a complete uninterruptible
power supply (UPS) systems on the following drawings and or locations:
Drawing -Security Network Architecture
Drawing -Standard Site Security Detail Indoor Security Control Panel
Drawing -Standard Site Security Detail Outdoor Security Control Panel
B. This section specifies the furnishing and installation of a complete uninterruptible
power supply (UPS) systems for the following locations :
Size
Location
Rolling Hills SCP-10 KVA Rack Mounted
~B1
Rolling Hills SCP-1.5 KVA
GS1
Rolling Hills CCTV 3KVA
Workstation at
Command Post
Rolling Hills SCP-3KVA
CL1
Rolling Hills SCP-1.5 KVA
021
Rolling Hills SCP-3KVA
BL1
Rolling Hills SCP-1.5 KVA
LB1
9 KVA free standing, new enclosure
Lake Worth UPS-with thermostat control panel mounted
LW air conditioner.
Eagle Mountain 3KVA
CCTV Workstation
Westside SCP-AB1 10 KVA Rack Mounted
Westside SCP-CB1 4 KVA
Westside SCP-OC1 1.5 KVA
Westside SCP-EB1 1.5 KVA
Westside SCP-GS1 1.5 KVA
Westside CCTV 1.5 KVA
Workstation
Note -the sizes are the minimum recommended sizes.
1.02 REFERENCES
A. ANSI
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13706-1
Bypass
Switch
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Optional
Adapter
Ethernet
Ethernet
Ethernet
Ethernet
Ethernet
Ethernet
Ethernet
Ethernet
Ethernet
Ethernet
Ethernet
Ethernet
Ethernet
Ethernet
Ethernet
ISSUE : 0
JULY ,2010
UN INTERRUPTIBLE POWER SUPPLY
B . NEMA
C . UL
D. NEC
1.03 SUBMITIALS
A. Submit the following information to the ENGINEER for review :
1. Shop drawings and product data .
2 . Installation instructions and wiring detail.
3. Provide load calculation for each UPS provided .
4 . Supplier shall certify that the equipment furnished meets or exceeds the VA
capacity requirements of this section .
5 . Provide bypass switch dimension ; installation instructions and wiring detail.
6. Provide battery rack dimensions; battery type, size , dimensions and weight ;
detailed equipment outlines , weights and dimensions ; single-line diagram
indicating metering , control and external wiring requirements if required to meet
the specified runtime .
1.04 WARRANTY
A. The manufacturer shall provide an all-inclusive two (2)-year warranty .
PART 2 PRODUCTS
2 .01 SYSTEM RATING
A. The equipment shall be sized to maintain a system continuous rating as shown on the
table above .
B . The UPS system shall be equipped with a battery . The battery shall be capable of
support ing the load at rated voltage for a minimum protected period of thirty (30)
minutes .
2.02 ELECTRICAL CHARACTERISTICS
A. The system shall be designed for a 120V, single phase input voltage at 60 hertz , with a
5% total harmonic distortion.
B. The system battery shall be capable of operating a full load .
C. The system shall be designed to deliver output voltage at 120 V , single phase , 60
hertz , with output voltage regulation of plus or minus 3 pe rcent when on inverter.
D . The overall system efficiency shall be 90% while line power is present.
E . The UPS shall have full output isolation utilizing a low impedance isolation transformer
design that safeguards against lightning and other h igh-energy surges without creating
detrimental side effects. Must have a neutral/ground bond at the secondary of the
transformer.
F . The UPS shall be tested in accordance with and comply with the surge voltage
withstand capabilities defined in ANSI/IEEE C62.41 Category A & B , 6KV/200 & 500
Amp . 1 OOkHZ ringwave .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEM ENT S
TEC 13706 -2
ISSUE : 0
J ULY ,2010
UN INT ERRUPTI BLE POWE R SUPPLY
G . The UPS output wave on battery voltage shall be a sine wave.
2 .03 BATIERY
A. Batteries shall be sealed, maintenance-free lead acid with a 3-6 year typical lifetime.
B . Batteries should be located in thermally isolated compartments or in separate battery
modules to minimize battery degradation from heat generated by the UPS.
C. Battery replacement design shall allow for hot-swap change-out of the battery packs
without the necessity of turning off the UPS .
2 .04 DESIGN AND CONSTRUCTION
A. The UPS shall be housed in a freestanding cabinet unless otherwise specified .
B. Forced air cooling shall be provided to ensure all components are operated within their
environmental rating .
C . Rectifier/charger capacity shall be sufficient to supply full load to inverter while
recharging fully discharged battery to 60 percent of full capacity in four hours or less .
D. The UPS shall have a front panel display that is capable of displaying the percentage
of UPS capacity in use, the percentage of battery runtime available during an AC line
power failure and displaying various status codes .
E. The UPS shall be provided with a software package capable of providing various real-
time status and diagnostic functions .
F. The UPS shall be provided with Ethernet communication card that allows the status
monitor of the UPS via web interface, and Simple Network Management Protocol
(SNMP) protocol.
G. Mean time between failures of 60,000 hours, minimum .
H. The audible noise level shall not exceed 60 db at 1 meter.
I. Electroplate brackets and securing hardware with corrosion resistant material. Secure
bolts, studs and nuts with lockwashers.
J . Provide cabinet grounding lug .
K. Cabinet Finish : Primed and painted inside and outside with suitable semi-gloss
enamel.
L. External By-Pass Switch: Provide each UPS specified with an external bypass
capable of removing the entire UPS for maintenance and replacement while
maintaining power to the equipment. (The external by-pass switch is only applicable
for the Main Control Room, and all Indoor Security Control Panel UPS. PC
Workstations UPS does not need external by-pass switch). External By-Pass Switch
shall be Alpha Technologies model ABS or approved equal.
2 .05 MANUFACTURER
A. Approved UPS manufacturers are :
1. A P C (www.apc.com )
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 13706 - 3
ISSUE : 0
JULY ,2010
UNINTERRUPTIBLE POWER SUPPLY
2 . Powerware (www.powerware .com )
PART 3 EXECUTION
3 .01 INSTALLATION
A. Install UPS where shown on the Plans and in accordance with manufacturer's
instructions.
B. Perform field inspection and testing ; verify performance criteria ; measure battery
discharge and recharge times ; simulate fault in each system component and utility
power.
C . Upon completion of the testing , the CONTRACTOR shall issue to the OWNER a letter
of certification attesting to the fact that he has tested and adjusted the system, and that
the system is in compliance with this specification .
D. Two periodic inspections , at no expense to the OWNER, shall be made within the first
year's guarantee period to ensure satisfactory operation of the system .
END OF SECTION
CFW06057
ALERT NOTIFICAT ION AND SECURITY IMPROVEMENTS
TEC 13706 -4
ISSUE : 0
JULY , 2010
UNINTERRUPTIBLE POWER SUPPLY
SECTION 16010
ELECTRICAL GENERAL PROVISIONS
PART1 GENERAL
1.01 SCOPE
A. The work includes , but is not limited to , the following principal systems and equipment:
1. Grounding and Lightning Protection
2 . Raceways and wiring
3 . Alert notification and security CCTV equipment
1.02 REFERENCE STANDARDS
A. Perform work, furnish and install materials and equipment in full accordance with the
latest applicable rules, regulations, requirements, and specifications of the following :
1. Local laws and ordinances.
2 . State and Federal Laws .
3. National Electrical Code (NEC).
4 . State Fire Marshal.
5 . Underwriters' Laboratories (UL).
6 . National Electrical Safety Code (NESC)
7 . American National Standards Institute (ANSI).
8 . National Electrical Manufacturer's Association (NEMA).
9. National Electrical Contractor's Association (NECA) Standard of Installation .
10 . Institute of Electrical and Electronics Engineers (IEEE).
11 . Insulated Cable Engineers Association (ICEA).
12. Occupational Safety and Health Act (OSHA).
13 . National Electrical Testing Association (NETA).
14. American Society for Testing and Materials (ASTM).
15. National Fire Protection Association (NFPA).
16. American Concrete Institute (ACI).
17 . International Building Code (IBC).
18 . Insulated Power Cable Engineers Association (IPCEA).
19. Association Edison Illuminating Company (AEIC).
B. Wherever the requirements of the specifications or plans exceed those of the above
items , the requirements of the specifications or plans govern. Code compliance is
mandatory.
C. Product Quality: All electrical items shall be new and unused . Items such as cables,
transformers, motors , control centers , etc., shall be newly manufactured for this
project. Proof of purchase documents shall be provided upon request. Utilize
products of a single manufacturer for each item.
1.03 CONTRACT DOCUMENTS
A. Intent:
CFW06057
1. The intent of the contract plans or plans is to establish the types of systems and
functions , but not to set forth each item essential to the functioning of the system .
2 . Electrical plans are generally diagrammatic and show approximate location and
extent of work.
3. Install the work complete , including minor details necessary to perform the
function indicated .
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY 2010
TEC 16010 -1 ELECTRICAL GENERAL PROVISIONS
4 . In case of doubt as to work intended , or if amplification or clarification is needed,
request instructions from the Engineer.
5. It is also the intent of these Contract Documents for the electrical and process
system Contractor to coordinate with each other in order to provide a complete
and workable system with all wiring , conduit and accessories required which may
not be shown on the plans .
6 . Plans and specifications are intended to comply with listed codes, ordinances,
regulations , and standards .
B. Discrepancies :
1. Review pertinent plans and adjust the work to condit ions shown .
2. Where discrepancies occur between plans , specifications , and actual field
conditions, immediately notify the Engineer in writing for his interpretation .
3. Dimensions on electrical plans shall be verified with structural , architectural, and
mechanical plans .
4. Should installed materials or workmanship fail to comply , the Contractor is
responsible for correcting the improper installation .
C . Device and Equipment Locations :
1. Coordinate the actual locations of electrical devices and equipment with building
features and mechanical equipment as indicated on architectural, structural , and
mechanical plans .
2. Review with the Engineer any proposed changes in device or equipment location.
3. Relocation of outlets before installation , up to 10 feet from the position indicated ,
may be directed by Owner without additional cost.
4. Remove and relocate outlets placed in an unsuitable location , when so requested
by the Engineer.
1.04 REGULATIONS AND PERMITS
A. Regulations : Work, materials, and equipment must comply with the latest rules and
regulations of the following :
1. National Electrical Code (NEC).
2. National Electrical Safety Code (NESC).
3. National Fire Protection Association (NFPA70E).
4 . Occupational Safety and Health Act (OSHA).
5. State and federal codes , ordinances and regulations .
6. Local Electrical Code.
B . Permits: Obtain certificates of inspection and other permits required as a part of the
work .
1.05 CONTRACTOR QUALIFICATIONS
A. An acceptable Contractor for the work under this section must have personnel with
experience , training , and skill to provide a practical working system. The Contractor
shall have previous water and wastewater experience with at least 5 years in business.
CFW06057
1. The Contractor shall be required to furnish acceptable evidence of having installed
not less than three systems of size and type comparable to this project.
2. The systems must have served satisfactorily for not less than 3 years .
3 . The superintendent must have had experience in installing not less than three
systems .
4 . The Contractor shall submit qualifications of his firm and resumes of his personnel
who will work on this project.
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE: 0
JULY 2010
TEC 16010 -2 ELECTRICAL GENERAL PROVISIONS
5. Contractor shall have performed a minimum of 3 projects with the City of Fort
Worth Water Department in the last 5 years .
1.06 GENERAL REQUIREMENTS FOR WORKMANSHIP, EQUIPMENT, AND
MATERIALS
A. All electrical work shall be performed by workmen skilled in the electrical trade and
licensed for the work by the local authority .
B. A licensed Master Electrician will be required for the issuance of a building permit for
constructing, installing, altering, maintaining, repairing, or replacing any electrical
wiring, apparatus, or equipment on any voltage level. A licensed Master Electrician or
a licensed Journeyman Electrician holding a current license in the state of Texas is
required to be on the job site during the performance of any electrical work.
C. All cable splicing and termination methods and materials shall be of the type
recommended by the splicing materials manufacturer for the cable to be spliced , and
shall be approved by the Engineer prior to installation.
D. All materials and equipment shall be installed in accordance with the approved
recommendations of the manufacturer, the best practices of the trade , and in
conformance with the Contract Documents . The Contractor shall promptly notify the
Owner in writing of any conflict between any requirements of the Contract Documents
and manufacturer's directions , and shall obtain written instructions from the Owner
before proceeding with the work. Should the Contractor perform any work that does
not comply with the manufacturer's directions or such written instructions from the
Owner, he shall bear all costs arising in correcting deficiencies.
E. All equipment and materials shall be new, unless specifically noted otherwise , and
shall bear the manufacturer's name, trademark, and ASME, UL , and/or other labels in
every case where a standard has been established for the particular item . Equipment
shall be the latest approved design of a standard product of a manufacturer regularly
engaged in the production of the required type of equipment , and shall be supported
by a service organization that is, in the opinion of the Owner, reasonably convenient to
the site .
F. It is the responsibility of the Contractor to insure that items furnished fit the space
available with adequate room for proper operation and maintenance. He shall make
measurements to ascertain space requirements, including those for connections , and
shall furnish and install such sizes and shapes of equipment that, in the final
inspection, will suit the true intent and meaning of the plans, specifications, and
Contract Documents .
G. The Contractor shall furnish and install all equipment, accessories, connections, and
incidental items necessary to complete the work, ready for use and operation by the
Owner.
H. When the Engineer/Owner has reviewed equipment submittals and given instructions
to proceed with the installation of items of equipment that require arrangements or
connections different from those shown on the plans, it shall be the responsibility of the
Contractor to install the equipment to operate properly and in accordance with the
intent of the plans and specifications , and he shall provide any additional equipment
and materials that may be required . The Contractor shall be responsible for the proper
location of roughing-in and connections by other trades . All changes shall be made at
no increase in the Contract Amount or additional costs to other trades .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16010 -3
ISSUE: 0
JULY 2010
ELECTRICAL GENERAL PROVISIONS
I. The Contractor shall support the installation of all equipment , plumb , rigid and true to
line. The Contractor shall determine how equipment , fixtures , conduit , etc., are to be
installed , and shall provide foundations , bolts , inserts , stands , hangers , brackets , and
accessories for proper support whether or not shown on the plans .
1.07 SHOP DRAWINGS AND PRODUCT DATA
A Data Required :
1. Submit shop drawings, product data and all other required information as
specified in Division 1. Submittals are required on all products and items to be
installed on this project.
2. Submittal data must show manufacturer's name , published ratings or capacity
data , detailed equipment drawing for fabricated items , panel diagrams , wiring
diagrams , installation instructions and other pert inent data .
3. Where literature is submitted covering a group or series of similar items, the
applicable items must be clearly indicated . Mark through items not being provided
and clearly identify all options being provided .
4. Do not combine submittals for multiple Specification Sections .
B. Submittal Items : Submittals are required for all equipment and materials to be used on
this project. Submittals shall be complete with .all pertinent information and installation
details. Assume all costs and liabilities which may result from the ordering of any
material or equipment prior to the review of the shop drawings or submittals , and no
work shall be done until the shop drawings or submittals have been reviewed . In case
of correction or rejection, resubmit until such time as they are accepted by the Owner's
Representative , and such procedures will not be cause fo r delay.
C. Terminal Connection Diagrams :
1. Submit terminal connection diagrams for approval prior to any wire installation.
2. Submit finalized terminal connection diagrams at the end of the Contract .
1.08 SYSTEM RESPONSIBILITY
A The Contractor shall be responsible for:
CFW06057
1. Complete systems in accordance w ith the intent of these Contract Documents .
2 . Coordinating the details of facility equipment and construction for all specification
sections which affect the work covered under Division 16 , Electrical.
3 . Furnishing and installing incidental items not actually shown or specified , but
which are required by good practice to provide complete functional systems .
4 . Coordinate the work with the Security Equipment Contractor.
a. The Security Equipment Contractor shall furnish and install the primary and
secondary security equipment.
b. The conduit and wiring to and from the security equ ipment shall be furnished
and installed by the Electrical Cont ractor. Termination in the security
equipment shall be by Security Equipment Contractor.
c. All terminations in the control panel shall be by the Security Equipment
Contractor.
d . The Electrical Contractor shall provide termination plans for Security
Equipment Contractor.
e. The equipment pad for the control panels , consoles , and security equipment
panels shall be furn ished by the Electrical Contractor.
f. The Electrical Contractor shall coordinate the testing of the electrical system
being furnished . He shall be responsible for the equ ipment he is supplying .
ALERT NOTIFI CAT ION AND SECURITY IMPROVEMENTS
ISSUE: 0
JULY 2010
TE C 16010 -4 ELECTR IC AL GENERAL PROVISIONS
g. The Electrical Contractor shall be present at time of the security equipment
system testing and startup . He shall be responsible to coordinate the testing
of the facility with the Security Equipment Contractor.
h. The Electrical Contractor shall coordinate the interface requirement between
each starter and control panel furnished under this Contract with the security
equipment Contractor.
i. Written proof shall be furnished to verify that a clear understanding has been
reached between the Electrical Contractor and the Security Equipment
Contractor for each control loop requirement , i.e., type of contacts
(momentary, maintained}, interface relay requirement, number of wires,
terminal marking, control schematic information, and wiring diagrams.
B. Electrical plans shown only general locations of equipment, devices , and raceway,
unless specifically dimensioned . The Contractor shall be responsible for the proper
routing of raceway , subject to the approval of the Engineer.
C. Submit to the Engineer in writing details of any necessary, proposed departures from
these Contract Documents, and the reasons therefor. Submit such request as soon as
practicable, and within ten (10) days after award of the Contract. Make no such
departures without written approval of the Engineer.
D. Dimensions on electrical plans shall be verified with structural , architectural , and
mechanical plans.
E. Where the Contractor is submitting a packaged system , Contractor shall meet the
requirements of electrical specifications . This includes field cables, conduits , junction
boxes, circuit breakers, combination starters, pushbuttons , pilot lights, and motors .
Deviations shall not be accepted, unless approved in writing in advanced . Control
centers and special control cabinets wired to terminal blocks shall include the
manufacturer's standard quality, unless specifically mentioned to the contrary on the
plans or in the specifications .
F. Maintain continuity of electric service to functioning portions of the process or buildings
during hours they are normally in use. Temporary outages will be permitted during
cutover work at such times and places as can be prearranged with the Owner's
designated Representative . Such outages shall be kept to a minimum number and
minimum length of time. Make no outages without prior written authorization of the
Engineer. Include costs for temporary wiring and overtime work required in the
Contract price. Remove temporary wiring at the completion of the work. Contractor
shall be responsible to provide and pay for temporary power to any facility during
construction to facilitate the new construction . If generator is needed, contractor shall
be responsible for all the cost associated with, including fuel.
PART 2 PRODUCTS
2.01 PRODUCT REQUIREMENTS
A. Condition : Materials and equipment provided under these specifications must be new
products of manufacturers regularly engaged in production of such equipment.
Provide the manufacturer's latest standard design for the type of equipment specified.
B. NEC and UL: Products must conform to requirements of the National Electrical Code .
Where Underwriters' Laboratories have set standards, listed products, and issued
labels , products used must be listed and labeled by UL.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16010 -5
ISSUE: 0
JULY 2010
ELECTRICAL GENERAL PROVISIONS
C. Space Limitations: Equipment selected must conform to the building features and
must be coordinated with them . Do not provide equipment which will not suit
arrangement and space limitations.
D. Factory Finish : Equipment must be delivered with a hard surface, factory-applied finish
so that no additional field painting is required .
E. Field Installation : All field installed equipment , condu it , etc., shall require Type 316
stainless steel nuts , bolts , washers . Provide heavy duty rated rigid aluminum or Type
316 stainless steel metal framing , supports , and othe r items as indicated on the Plans .
PART 3 EXECUTION
3.01 PROTECTION OF EQUIPMENT
A. Moisture :
1. During construction, provide heaters to protect switchgear, transformers , motors ,
control equipment, and other items from moisture absorption and corrosion .
2 . Apply protection immediately on receiving the products and provide continuous
protection.
3 . Store all equipment indoors in dry, well ventilated and heated space .
B. Clean: Keep products clean by elevating above ground o r floor and by using suitable
cove rings .
C. Damage : Take such precautions as are necessary to protect apparatus and materials
from damage. Failure to protect materials is sufficient cause for rejection of the
apparatus or material in question .
D. Finish: Protect factory fin ish from damage during const ruction operations and until
final acceptance of the project.
E. Protect Equipment per manufacturer's requirements.
3.02 INSTALLATION
A. Cooperation with Other Trades :
1. Cooperation with trades of adjacent, related , or affected materials or operations,
and of trades performing continuations of this work under subsequent contracts, is
considered a part of this work in order to effect timely and accurate placing of
work and to bring together, in proper and correct sequence , the work of such
trades.
2 . Coordinate equipment layout in sufficient time to be coordinated with work of
others , provide plans and layout work showing exact size and location of sleeves,
openings, or inserts for electrical equipment in slabs , walls, partitions, and chases .
B. Workmanship : Workmen skilled in their trade must perform the work . The installation
must be complete whether the work is concealed or exposed .
C. Setting of Equipment:
CFW06057
1. Equipment must be leveled and set plumb .
2. Enclosures mounted against a wall must be separated from the wall not less than
1 /2-inch by means of corrosion resistant spacers or by 3 inches of air for
freestanding units .
3 . Stainless Steel Type 316 bolts , nuts and washers are to be used to anchor the
equipment.
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE: 0
JULY 2010
TEC 16010 -6 ELECTRICAL GENERAL PROVISIONS
D. Sealing of Equ ipment:
1. Permanently seal outdoor equipment at the base using concrete grout.
2. Seal or screen openings into equipment to prevent entrance of animals , birds and
insects.
3. Use stainless steel mesh with openings not larger than 1/16-inch squares for
screened openings .
4 . Seal small cracks and openings from the inside with silicone sealing compound .
E. Concealed Work : Conceal electrical work in walls , floors , chases , under floors ,
underground, and above ceilings except:
1. Where shown or specified to be exposed . Exposed is understood to mean open
to view .
2. Where exposure is necessary to the proper function .
3. Where size of materials and equipment precludes concealment.
F. Application : Unless otherwise indicated , power will be utilized as follows :
1. Motors 2 horsepower and smaller: 120 volts , single-phase .
2. Incandescent lighting, convenience outlets , special outlets and fluorescent
lighting: 120 volts , single-phase .
G. Equipment to be installed in Hazardous areas shall be in accordance with NEC Article
500 .
3.03 TESTING
A. Test Conditions :
1. Place circuits and equipment into service under normal conditions , collectively and
separately , as may be necessary to determine satisfactory operation .
2 . Perform specified tests in the presence of the Engineer, as specified in Division 16
-Electrical.
3. Furnish all security equipment, wiring , equipment, and personnel required for
conducting tests .
4. Demonstrate that the equipment operates in accordance with requirements of the
plans and specifications.
B. Test Dates : Schedule final acceptance tests sufficiently in advance of the Contract
complet ion date to permit completion of any necessary adjustment or alterations within
the number of days allotted for completion of the Contract.
C . Retests : Conduct retests as directed by the Engineer of such time duration as may be
necessary to assure proper functioning of adjusted or altered parts or items of
equipment. Any resultant delay as a result of such necessary retests does not relieve
the Contractor of his responsibility under this contract. Provide notice to Engineer and
Owner of testing 30-days prior to testing .
3.04 PROJECT RECORD DOCUMENTS
A. Preparation :
1. At the job site , maintain a set of white prints of the Contract Drawings .
2 . At the job site , maintain a set of equipment terminal connection diagrams .
3 . On the prints , record field changes and diagrams of those portions of work in
which actual construction is at variance with the contract drawings .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVE MENTS
TEC 16010 -7
ISSUE : 0
JULY 2010
ELECT RICAL GENERAL PROVISIONS
4 . Mark the drawings with a colored pencil. Record installed feeder conduits ,
dimensioning the exact location and elevation of the conduit.
B. Delivery : Deliver record drawings to the ENGINEER in the number and manner
specified in Division 1 -General Requirements .
3.05 CUTTING AND PATCHING
A. Lay out work carefully in advance. Do not cut or notch any structural member or
building surface without specific approval of Engineer. Carefully carry out any cutting ,
channeling , chasing , or drilling of floors , walls , partitions, ce ilings, paving , or other
surfaces required for the installation , support, or anchorage of conduit , raceways , or
other electrical materials and equipment. Following such work , restore surfaces neatly
to original condition .
3.06 CLEANING AND TOUCH-UP PAINTING
A. Touch up scratches, scrapes , or chips in interior and exterior surfaces of devices and
equipment with finishes matching as nearly as possible the type, color, consistency ,
and type of surface of the original finish . If extensive damage is done to equipment
paint surfaces , refinish the entire equipment in a manner that provides finish equal to
or better than the factory fin ish , and that meets the requirements of the specifications
and is acceptable to the Engineer.
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16010 -8
ISSUE : 0
JU LY 2010
ELECTRICAL GENERAL PROVISIONS
SECTION 16012
IDENTIFICATIONS
PART1 GENERAL
1.01 WORK INCLUDED
A. Furnish and install tags/nameplate on all equipment , devices , instruments, conduit and
conductor marking as indicated on the drawings and spec ified herein. Major
equipment shall be furnished with nameplates in accordance with their individual
specifications .
PART 2 PRODUCTS
2 .01 WIRE MARKERS
A . ALLCONDUCTORS
1. Provide shrinkable sleeves and machine printed legends at every conductor.
Sleeves and legends shall be high resistant to abrasion, solvents , and chem icals .
Provide TYCO TMS , Brady Perma Sleeve XPS , or approved equal.
2. Markers shall have conductor origin, termination and circuit number, terminal
number whichever applies.
3. Large conductors , multi-conductor cable and tray cables to be identified with
placards held on with wire ties and of the same quality as markers for smaller
single conductors .
4 . Cables in cable tray to be identified with placecards at the equipment and at 20
feet spans in between .
2 .02 CONDUIT MARKERS
A. Exposed Conduit
1. Condu it markers to be corrosion resistant metal type permitting embossing on the
job and attached to conduit with banding made of same material. Markers to be
installed lengthwise and wrapped with clear adhesive tape .
2 . Conduits to be marked at the point of origin, the point of termination , upon
crossing wall , each side of junction boxes and at 20-foot internals for all exposed
and accessible conduits . Identify all exposed conduits by their panel, MCC , circuit
numbers or loop numbers .
3. Stencil high voltage conduit with the legend "HIGH VOLTAGE " and indicate
voltage stenciled in minimum 1-inch high red letters .
B. Underground Conduits
1. Mark underground duct banks with 24 " X 24 " by 4" concrete markers with etched
lettering and arrows indicating the duct bank route .
2. Install markers at point of origin , at point of termination , at changes of direction
and at 100-foot intervals , even though if not shown on plans .
2 .03 EQUIPMENT AND DEVICE MARKING
A. Nameplates:
CFW06057
1. Externally mark electrical equipment by means of suitable nameplates identifying
each and the equipment served .
2 . Provide each piece of equipment with a black phenolic nameplate with 3/16-inch-
high white lettering secured to front of equipment.
3. Supply blank nameplates for spare units and used spaces .
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
J ULY, 2010
TEC 16012 -1 IDENTIFICATIONS
4 . Actual nameplate legend, which may consist of up to three lines , will be provided
to the ENGINEER on submittals .
B. Nameplate Fasteners : Fasten nameplates to equipment only by means of appropriate
316 SS screws and gasket. Stick-ans or adhesives will not be allowed.
C. Nameplate Information : In general, the following information is to be provided for the
types of electrical equipment as listed .
1. Switchgear, Motor Control Centers and Distribution Panelboards : On the mains,
identify the piece of equipment, the source, and voltage characteristics, i.e ., 480V,
3PH, 3W, etc. For each branch circuit protective device, identify the load served
and the primary side circuit number.
2. Transformers : Identify the service source and load served .
3. Panelboards : Identify the service source , panelboard designation and voltage
characteristics.
D. Panel boards:
1. Prepare a neatly typed circuit directory behind clear heat-resistant plastic for each
panelboard .
2. Identify circuits by equipment served and by room numbers , where room numbers
exist.
3. Use equipment names and room numbers selected by the ENGINEER; names
and numbers may be different from those shown on plans.
4. Indicate spares and spaces with light, erasable pencil markings .
5. Provide a final set of the panel schedule in the O&M manuals .
6. Provide a CD with the file for each Panel to the Owner with the O&M manual.
E. Boxes, Small Equipment:
1. Pull boxes and similar items shall be marked with Nameplates .
2. Provide identification stencils for high voltage equipment and raceways with the
legend "DANGER HIGH VOLTAGE". Mark all exposed high voltage raceways
every 25 feet.
F. Power Receptacles : Use nameplate or engraved plate to identify power receptacles
where the nominal voltage between a pair of contacts is greater than 150 volts with
circuit number, voltage, and phases .
G . Wall Switches: Engrave the switch plate of the switch with the function of the switch .
2.04 POWER OUTLETS, SWITCHES, AND PILOT DEVICES
A. Mark power outlets with voltage, phase , panel name , and circuit number.
B. Identify all wall switches , disconnect switches , etc. with nametags , circuits served, and
panel origin, list to be approved by ENGINEER/OWNER.
C. Identify all push-button stations with their functions and equipment served .
2.05 CABLE TRAY
A. Label cable tray with 2-inch high black lettered stick-on signs giving the tray
identification and tray voltage at its origin, termination, entry and exit of all rooms
and/or areas and at every 20 feet along its length . Label cable tray with the legend
"HIGH VOLTAGE" and indicate voltage using st ick-on signs with 2-inch high red
letters.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16012 -2
ISSUE: 0
JULY , 2010
IDENTIFICATIONS
2 .06 CIRCUIT IDENTIFICATION
A. Directory
1. For each panel board provide a directory frame mounted inside the door with a
heat resistant transparent face and a directory card for identifying the load served.
2. All devices shall be identified.
3. Shall conform to section 2.03 .
4 . When power is taken from electric outlet , contractor shall trace the circuit back to
the power panel and update the circuit identification accordingly.
PART 3 EXECUTION
3 .01 FURNISH AND INSTALL NAMEPLATES/TAGS
A. Furnish and install nameplates for all panelboards, motor starters, motor control center
cubicles, disconnect switches, instrument panels, dry-type transformers , control
stations, CCTV Camera, Mass Alert Notification Panel, Radar and other security
equipment.
B . Engrave the equipment designation (e .g., "CCTV Camera 1") on nameplates in 3/16-
inch white letters on black background of laminated phenolic. Securely fasten
nameplates using stainless steel 316 sheet metal screws or rivets; or contact cement if
enclosure is sealed . All switches, indicating lights, pushbuttons, meters, and
parameter indicators on panels shall be clearly identified with its function or tag , as
required . Identification list to be approved by plant personnel through the Engineer.
C. Stainless Steel tags shall be used on instrument, motors , security equipment and other
devices as applicable. The tags shall be affixed to the instrument with drive pins or
stainless steel chain in such a manner that it does not need to be removed to install
the instrument. Motors shall carry the tag assigned to its driven equipment, (e .g ., P-
101).
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16012 -3
ISSUE: 0
JULY, 2010
IDENTIFICAT IONS
SECTION 16110
RACEWAYS
PART1 GENERAL
1.01 WORK INCLUDED
A. This section specifies the furnishing and installation of electrical raceway systems .
1. Conduit:
a . Rigid aluminium conduit.
b . PVC-coated rigid aluminium conduit.
c. PVC Schedule 40 conduit.
d . Liquid -tight flexible metal conduit
2 . Wi reways .
1.02 REFERENCE STANDARDS
A. The following standards shall apply as if written here in their entirety :
1. ANSI C80 .5 -American National Standard for Electrica l Rigid Aluminum Conduit
(ERAC).
2 . UL 1 -Safety standard for Flexible Metal Conduit.
3. UL 5 -Safety Standard for Surface Metal Raceways and Fittings.
4 . UL 651 -Standard for Schedule 40 and Schedule 80 Rigid PVC Conduit and
Fittings .
5. UL 870 -Safety Standard for Wireways , Auxiliary Gutters and Associated Fittings .
6. NEMA RN 1 -PVC Externally Coated Galvanized Rigid Steel Conduit ,
Intermediate Metal Conduit, and Electrical Metallic Tubing .
7. NEMA TC 3 -PVC Fittings for Use with Rig id PVC Conduit and Tub ing.
8. UL 6 and 614 -Electrical Rigid Metal Conduit.
9. UL 360 -Liquid-tight Flexible Steel Condu it.
10 . UL 467 -Electrical Grounding and Bonding Equipment.
11. National Electric Code .
12 . National Fire Protection Association (NFPA ?OE).
PART 2 PRODUCTS
2.01 MATERIALS
A. Rigid Aluminum Condu it:
1. Conduit: Rigid copper free aluminum (alloy 6063 -T1) conduit (RAC).
2 . Fittings : For RAC use threaded aluminum.
3. Listing : UL 6A.
4 . Acceptable RAC Manufacturers: Allied Tube and Conduit , Consolidated
Aluminum Corporation , Kaiser, V.A.W., Reynolds or approved equal .
5 . Acceptable Fittings Manufacturers : Appleton , Crouse-Hinds , Midwest,
OZ/Gedney , Raco and listed conduit manufacturers .
B. PVC-Coated Rigid Aluminium Conduit:
CFW06057
1. Conduit: Rigid aluminium conduit plus a factory-applied , 40-mil -thick covering of
polyvinyl chloride (PVC) bonded to the metal, and 2 mil polyurethane coating on
the inside .
2 . Fittings : Same as aluminium conduit fittings plus a factory-applied , 40-mil -thick
covering of polyvinyl chloride (PVC) bonded to the metal.
3. Listing : UL 6.
ALERT NOT IFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY , 2010
TEC 16110 -1 RACEWAYS
4 . Acceptable Conduit and Fittings Manufacturers: Killark, OCAL , and Robroy
Industries .
C. PVC Schedule 40 Conduit:
1. Non-metallic rigid conduit made of polyvinyl chloride (PVC) manufactured in
accordance with the National Electrical Code UL651 and NEMA TC-2.
2. Fittings shall also be non-metallic .
3. Acceptable conduit and fittings manufacturers : Allied Tube and Conduit, Carlon ,
CertainTeed Products , Electri-Flex .
D. Liquid-tight Flexible Metal Conduit:
1. Conduit: Spiral-wound, square-locked , aluminum strip plus a bonded outer jacket
of PVC.
2. Fittings: Compression sealed type aluminum.
3. Listing: UL 3 for conduit and UL 467 for fittings .
4. Acceptable Conduit Manufacturers: Allied tube and Conduits .
5. Acceptable Fittings Manufacturers : Appleton, Crouse-Hinds, Midwest,
OZ/Gedney, Raco, and listed conduit manufacturer.
E. Electrical Metallic Tubing (To be used only at the Rolling Hills Administration Building-
indoor only):
1. Fittings: For EMT use Steel compression fittings .
2 . Listing: UL
3. Acceptable Fittings Manufacturers: Appleton , Crouse-Hinds, Midwest,
OZ/Gedney, Raco, and listed conduit manufacturer.
PART 3 EXECUTION
3.01 CONDUIT AND FITTINGS
A. Match conduit runs and mounting methods to that existing in each facility . The
appearance and style of the mounting shall match that which exists in each building .
The appearance and mounts vary from building to bu ilding. Contractor shall coordinate
with Owner to ensure consistent style in each building.
B. Minimum Trade Size: 3/4 inch , except that 1/2-inch flexible metal conduit may be used
in lengths not exceeding 72 inches for tap conduct ors supplying lighting fixtures and
for switch legs . The minimum size for underground conduit shall be 1 W' inch.
C. Conduit sizes, where not indicated, shall be N.E.C . code-sized to accommodate the
number and diameter of wires to be pulled into the conduit.
D. Plastic coated metallic conduit lengths shall be joined with threaded metallic coupling
that shall be each equipped with a 40 mil thickness sleeve that shall extend over the
threads of the joined conduit. Each joint shall be watertight.
E. EM T can be used only inside the Administration building at the Rolling Hills Plant.
EM T will not be allowed to be used at any other location .
F. Conduit runs made in concrete pours or surface-mounted runs that are attached to the
structure, shall be equipped with an expansion/deflection fitting where they cross an
expansion joint, and at every 100 feet.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16110 -2
ISSUE : 0
JULY , 2010
RACEWAYS
G . All conduit runs shall be watertight over their lengths of run, except where drain fittings
are indicated . In which cases , install specified drain fittings .
H. Plastic jacketed flexible aluminum conduit shall be used to connect wiring to adjustable
base equipment only . The adjustable base equipment includes speakers that swivel to
adjust direction . Flexible conduit is not to be used to connect wiring to fixed base
equipment. Maximum lengths of flex shall be thirty (30 ") inches.
I. All raceways shall be swabbed clean after installation. There shall be no debris left
inside . All interior surf aces shall be smooth and free from burrs and defects that would
injure wire insulation .
J . Application of Conduit Types:
1. All underground conduit shall be PVC with a concrete cap over the ductbank and
conduits under a concrete slab shall be PVC and shall be concrete encased. Shall
be as specified under section 16360 Underground Duct Banks.
2. Provide PVC coated rigid aluminum conduit bends for all PVC conduit bends.
Only factory bended long sweep elbows are acceptable .
3. Exposed conduits inside dry ventilated areas, outdoors in non-corrosive
atmosphere shall be rigid aluminum . Aluminum shall not come in contact with
concrete at any point.
4 . Exposed conduits in areas where chemicals are stored, handled , or utilized the
conduit shall be PVC coated aluminum .
5. Exposed conduits in high humidity, non-ventilated areas, constant or frequently
wet areas, corrosive atmosphere areas, the conduit shall be PVC coated
aluminum.
6 . Hazardous classifications areas with conduit shall be PVC coated aluminum with
seal-fittings , all explosion proof raceway system . Installation shall be in
accordance with NEC Article 500 .
7. At the transition from PVC to rigid aluminum conduit, provide a 12" section of PVC
coated aluminum conduit with a minimum of 6-inches into the concrete . The PVC
coated aluminum conduit shall be per the specification, field wrapping or applying
by spray shall not be acceptable.
K. Preparation:
1. Place sleeves in the forms of walls and floor slabs for the free passage of wire or
conduits .
2 . Set sleeves in place a sufficient time ahead of concrete placement so as not to
delay the work.
3 . Apply sealing methods for sleeves through floors and through exterior walls, per
details shown on plans .
4 . Plugs or caps shall be installed before concrete placement begins.
L. Installation Requirements:
CFW06057
1. Metallic Conduits :
a. Continuous between enclosures such as outlet , junction and pull boxes,
panels, cabinets , motor control centers, etc.
b. The conduit must enter and be secured to enclosures so that each system is
electrically continuous through out.
c. Where knockouts are used , provide double locknuts, one on each side .
d . At conduit terminations, provide insulated bushings for conductor protection .
e . Where conduits terminate in equipment having a ground bus , such as in
switchgear, motor control centers and panelboards, terminate conduit with an
insulated grounding bushing and extend a suitable grounding wire to the
ground bus .
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY, 2010
TEC 16110-3 RACEWAYS
f . Hubs of the same material shall be used at conduit termination.
2. Run concealed conduit as directly and with the largest radius bends as possible .
3. Run exposed conduit parallel or at right angles to building or other construction
lines in a neat and orderly manner. Conceal conduit in finished areas. Unless
otherwise shown , remaining conduit may be exposed.
4. Provide chrome-plated floor and ceiling plates around conduits exposed to view
and passing through walls, floors , partitions, or ceilings in finished areas.
5. Select properly sized plates to fit the conduit when securely locked in place .
M. Installation Methods :
CFW06057
1. Install each entire conduit system complete before pulling in any conductors .
2. Clean the interior of every run of conduit before pulling in conductors to guard
against obstructions and omissions.
3. Cut all joints square , then thread and ream smooth .
4 . Bends :
a. Make bends with standard elbows or conduit benders in accordance with the
NEC .
b. Make field bends using equipment designed for the particular conduit material
and size involved. PVC bends shall be factory bends.
c. Bends must be free from dents or flattening .
d. Use no more than the equivalent of three 90-degree bends in any run
between terminals and cabinets, or between outlets and junction boxes or pull
boxes.
5. Conduit bodies may be used in lieu of conduit elbows where ease of installation
and appearance warrants their use . Conduit bodies larger than 1-inch may be
used only where approved .
6. Fastenings : Securely fasten and support exposed conduit to framing using
stainless steel unistrut and straps of same material as unistrut with 316 stainless
steel fastening hardware .
7. Provide a No . 30 nylon pulling line in conduits in which wiring is not installed under
this work , such as telephone, signal , and similar systems. Identify both ends of
the line by means of labels or tags reading "Pulling Line ." Also, state the panel
the conduit originated from . Apply write-on identification to empty conduits to
identify each conduit as to terminus of other end and also to identify trade size of
conduit. Per section 16012 .
8. Suitably cap conduit during construction to avoid water, dirt and trash entrance.
9. Use expansion-deflection fittings on conduit crossing structural expansion joints
and on exposed conduit runs of more than 100 feet or where necessary. Provide
bonding jumpers across fittings in metal raceway systems. Conduit runs made in
concrete pours or surface-mounted runs that are attached to the structure, shall
be equipped with an expansion/deflection fitting where they cross an expansion
joint, and at every 100 feet.
10. Use expansion-deflection fittings on all conduit runs that transition from
underground to above ground within 12 " of grade level.
11 . With a coupling , terminate concealed conduit for future use at structural surfaces .
Install a pipe plug flush with the surface .
12. Openings around electrical penetrations of fire-resistance rated walls, partitions ,
floors or ceilings shall maintain the fire resistance rating using approved methods .
See NEC 300-21. Fire barrier shall be 3M 2001 RTV silicone RTV Foam or
approved equal.
13. Conduits shall be installed with uniform slope which will permit drainage toward
manholes , pull boxes , or building walls . Where conduit enters a building or a
structure , install per the details shown on the drawings.
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY, 2010
TEC 16110 - 4 RACEWAYS
14. Seal all conduits with pliable sealant such as "Duraseal" where entering boxes ,
manholes, switchgear, motor control centers , panelboards , enclosures, etc.
15 . PVC coated conduit shall be installed by certified installer. PVC coated conduit
installation shall follow manufacturer recommendation .
3.02 WIREWAYS
A. Installation
1. Install wireways, where shown , according to NEC .
2. Limit capacity to a maximum of thirty (30) current carrying conductors including
neutrals at any cross section of the wireway with 20% conductor fill at any cross
sectional area .
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TE C 16110 -5
ISSUE : 0
JULY , 2010
RACEWAYS
SECTION 16120
INSULATED CONDUCTORS AND CABLE
PART1 GENERAL
1.01 WORK INCLUDED
A. Furnish and install, complete and ready for operation, electrical conductor systems as
shown on the plans and as specified herein .
1.02 SUBMITTALS
A. Submit shop drawings and product data as per Division 1 -General Provisions ,
showing all details of materials .
1.03 DELIVERY , STORAGE AND HANDLING
A. Check for reels not completely restrained , reels with interlocking flanges or broken
flanges , damaged reel covering, or any other indication of damage. Do not drop reels
from any height.
B. Unload reels using a sling and spreader bar. Roll reels in the direction of the arrows
shown on the reel and on surfaces free of obstructions that could damage the cable.
C. Store cable on a solid, well-drained location . Cover cable reels with plastic sheeting or
tarpaulin . Do not lay reels flat.
D. Seal cable ends with heat shrinkable end caps. Do not remove end caps until cables
are ready to be terminated.
1.04 WARRANTY
A. The manufacturer shall warrant the cable against failures for a period of 20 years from
date of installation and shall remove and replace failed cables at his own expense
during this warranty period .
1.05 POWER CONDUCTOR COLOR CODING
A. Color-coding of multi-conductor control and instrumentation cable is specified in the
individual cable-type specification.
B. For power conductors , provide all single conductors power cables with integral
insulation pigmentation of the designated colors, except conductors larger than No . 6
may be provided with color-coding by wrapping the conductor at each end and at all
accessible locations with vinyl tape . Where this method of color-coding is used , wrap
at least six full overlapping turns of tape around the conductor covering an area 1-1 /2
to 2 inches wide at a visible location .
C. Phases A, B, and C implies the direction of positive phase rotation.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16120 -1
ISSUE: 0
JULY ,2010
INSULATED CONDUCTORS AND CABLE
D. Use existing color designations . If there is no color designation in place, use the
following colors :
System
All Systems
240/120 Volts
1-Phase, 3-Wire
208Y /120 Volts
3-Phase, 4-Wire
480Y /277 Volts
3-Phase, 4-Wire
PART 2 PRODUCTS
2 .01 GENERAL
Conductor
Equipment Grounding
Grounded Neutral
One Hot Leg
Other Hot Leg
Grounded Neutral
Phase A
Phase B
Phase C
Grounded Neutral
Phase A
Phase B
Phase C
Color
Green
White
Black
Red
White
Black
Red
Blue
Gray
Brown
Orange
Yellow
A. Use the manufacturer's name, model, or catalog number for the purpose of
establishing standard of quality and general configuration desired only.
B . Splices are not acceptable on this project.
C. The manufacturer's name , voltage class, type of insulation, thickness of insulation,
conductor size, UL listing , and date of manufacture shall be printed on the jacket.
D . Cables installed in enclosed raceway systems shall be suitable for use in partially
submerged wet locations , in non-metallic or metallic conduits, underground duct
systems , and direct buried installation .
E. Cables installed in cable trays shall be UL listed Type TC , and conform to the
requirements of UL 1277 and NEC Article 340 , or UL listed Power Limited Circuit
Cable that conforms to the requirements of NEC Article 725 . Provide cables
permanently and legibly marked with the manufacturer's name, maximum working
voltage for which the cable was tested , type of cable , and labeled "UL" (or submit
evidence of UL listing).
F . Cables shall be able to operate continuously at 90 degrees C conductor temperature,
with an emergency rating of 130 degrees C and a short circuit rating of 250 degrees C.
Emergency overloads shall be possible for periods of up to 100 hours. Five 100 hours
emergency overload operations within the lifetime of the cable shall be possible .
2 .02 CONDUCTORS -600 VOL TS AND BELOW
A. Single Conductors 600 Volts and Below:
CFW06057
1. Unless otherwise indicated , all conductors shall be copper and shall be stranded.
Solid conductors shall not be used. Note: Village Creek Wastewater Treatment
Plant -All conductors and connectors sha ll be Tin Plated Copper and all
connections shall be sealed.
2. Utilize only conductors meeting applicable requirements of UL 83 , UL 1685.
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY ,2010
TEC 16120 -2 INSULATED CONDUCTORS AND CABLE
3. Provide conductors with type THHN insulation for dry applications . Otherwise
provide THWN-2 insulation .
4 . Unless noted otherwise , conductor sizes indicated are based on copper
conductors . Do not provide conductors smaller than those indicated .
5. Minimum size for individual conductor shall be 16 AWG.
6. Where flexible cords and cables are specified , provide Type ST JO , 600 volt , with
the number and size of copper conductors indicated.
B. Single Pa ir (600 Volt No . 16 AWG Twisted , shielded Pair Instrumentation Cable , Type
TC):
1. General : Single pair instrumentation cable designed for noise rejection for
process control , computer, or data log applications . Suitable for installation in
cable trays , conduit , or other approved raceways . Minimum cable temperature
rating shall be go ° C dry locations , 75 ° C wet locations .
2. Individual Conductors : Soft annealed copper, Class B, 7-strand concentric per
ASTM B8 , 20 AWG , 7-strand copper drain wire. Conductors and drain wire shall
be Tin Plated Copper at Village Creek Wastewater Treatment Plant.
3. Insulation and Jacket: Each conductor 15-mil nominal PVC and 4-mil nylon
insulation . Pair conductors pigmented black and red . Jacket flame-retardant and
sunlight and oil resistant PVC w ith 45 mils nominal thickness . Shield 1.35-mil
aluminum/mylar overlapped to provide 100 percent coverage .
4 . Dimension : 0 .31 inch nominal OD .
5. Manufacturers: The Okonite Company , Alpha Wire Corporation , or equal.
C. Single Triad (600 Volt No . 16 Twisted , Shielded Triad Instrumentation Cable , Type
TC):
1. General : Single triad instrumentation cable designed for noise rejection for
process control , computer, or data log applications . Suitable for installation in
cable tray , conduit , or other approved raceways . Minimum cable temperature
rating shall be go ° C dry locations , 75 ° C wet locations .
2. Conductors : Soft annealed copper, Class B, 7-strand concentric per ASTM B8 ,
20 AWG , 7-strand copper drain wire . Conductors and drain wire shall be Tin
Plated Copper at Village Creek Wastewater Treatment Plant.
3. Insulation and Jacket: Each conductor, 15-mil nominal PVC and 4-mil nylon
insulation. Triad conductors pigmented black, red, and blue . Jacket flame-
retardant and sunl ight and oil retardant PVC with 45 mils nominal thickness .
Shield 1.35-mil aluminum/mylar, overlapped to provide 100 percent coverage .
4 . Dimensions : 0.32-inch nominal OD.
5. Manufacturers : The Okonite Company , Alpha Wire Corporation , or equal.
D. Equipment Grounding Conductors :
1. Provide stranded copper conductors , as indicated or as required by NEC, for
equipment grounding. Grounding conductors at Village Creek Wastewater
Treatment Plant shall be Tin Plated Copper.
2. Provide conductors with green Type THHN/THWN insulation with a minimum
thickness of 1/32-inch .
E. Communication Cable:
CFW06057
1. Voice and Data , Category 5 , unshielded:
a. General: Power limited fire protective signaling circuit cable for use in
accordance with NEC Article 760 power limited circuits .
b. Conductors : Solid copper, PVC insulated .
c. Insulation and Jacket: Prov ide cable with conducto r insulation and overall
jacket UL listed for the application .
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY , 2010
TEC 16120 -3 INSULATED CONDUCT ORS AND CABLE
d . Communication cable at Village Creek Wastewater Treatment Plant shall be
Tin Plated Copper.
F. Antenna Cable, Connectors , and Accessories :
1. Co-axial cables
a . For lengths less than fifty (50) feet
(i) Maximum dB loss: 4.4 db / 100 ft @ 2.4 GHz
(ii) %" Foam Dielectric
b . For lengths greater than fifty (50) feet
(i) Maximum dB loss : 1. 7 dB / 100 ft @ 2.4 GHz
(ii) 1 %" Foam Dielectric
c . 50 ohm
d . Black polyethylene jacket
e. Acceptable products:
(i) Andrew Corp . Heliax LDF cables (www.andrew.com)
(ii) Times Microwave Systems LMR cables (www.timesmicrowave .com)
(iii) ENGINEER approved equal
2. Cable connector
a . Type N
b. Solder-type
3. Grounding kit
4 . Cable hangers for 3 feet on center
5. Cable hanger mounting hardware
6. Ceiling adapter
7. Wall/Roof Feed through
8 . Equipment end connector
9. Sway bar
10. Lightning surge arresters
a . Frequency range: 1.2 to 2 .5 GHz
b. Type: DC Blocked filter
c. VSWR: S:1 .1 to 1 over frequency range
d . Insertion Loss : s:0 .05 dB typical
e. Connectors: N Type
f. Weather-sealed stainless steel case and mounting hardware
g . Temperature Range : -40° to +85° C
h. Relative Humidity: up to 95%
i. Vibration: 1 G @ 5 to 100 Hz
11 . Other accessories as required to ensure a fully functional and operational system.
12 . Antenna cables and connectors shall be Tin Plated Copper at Village Creek
Wastewater Treatment Plant.
2 .03 PULLING COMPOUNDS
A. Pulling compound shall be nontoxic, nonflammable, noncombustible, and
noncorrosive . The material shall be UL listed and compatible with the cable insulation
and jacket.
B. Acceptable manufacturers are Ideal Company ; Polywat er, Inc.; Cable Grip Co. or
equal.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16120 -4
ISSUE : 0
JULY, 2010
INSULATED CONDUCTORS AND CABLE
PART 3 EXECUTION
3 .01 GENERAL
A. Do not exceed cable manufacturer's recommendations for maximum pulling tensions
and minimum bending radii. Pulling compound shall be used . Use only UL-listed
compound compatible with the cable outer jacket and with the raceway involved.
B . Tighten screws and terminal bolts using torque-type wrenches, and/or drives, to
tighten to the inch-pound requirements of the NEC and UL.
C . Where single conductors and cables in manholes, handholes, vaults, cable trays , and
other indicated locations are not wrapped together by some other means such as arc
and fireproofing tapes, bundle throughout their exposed length conductors entering
from each conduit with nylon, self-locking , releasable cable ties placed at intervals not
exceeding 12 inches on centers .
D . Determine the cutting lengths, reel arrangements, and total lengths of cable required
and furnish this data to the cable manufacturer as soon as possible to assure on-time
delivery of cable .
E. Make use of the field engineering services available from the cable manufacturer.
F. All connections at Village Creek Wastewater Treatment Plant shall be sealed .
3 .02 POWER CABLE -600 VOL TS AND BELOW
A. Provide conductor sizes as indicated on the plans .
B. Use silicone-filled pressure connectors. Use crimp connectors on all stranded
conductors. Place no more than one conductor in any single-barrel pressure
connection.
C . Soldered mechanical joints insulated with tape will not be acceptable.
D . Vinyl plastic insulating tape for wire and cable splices and terminations shall be flame
retardant, 7-mil thick minimum, rated for 105°C minimum meeting the requirements of
UL 510. Acceptable product, 3M-Scotch 8 .
E. Provide terminals and connectors acceptable for the type of material used.
F . Arrange wiring in cabinets, panels, and motor control centers neatly cut to proper
length . Remove surplus wire , and bridle and secure in an acceptable manner. Identify
circuits entering motor control centers or other control cabinets in accordance with the
conductor identification system specified herein .
G . Terminate control and instrumentation wiring with methods consistent with terminals
provided, and in accordance with terminal manufacturer's instructions . Where
terminals provided will accept such lugs, terminate control and instrumentation wiring
(except solid thermocouple leads) with insulated, locking-fork compression lugs,
Thomas & Betts , Sta-Kon, or equal.
H. For terminals designed to accept only bare wire compression terminations , use only
stranded wire, and terminate only one wire per terminal. Tighten terminal screws with
torque screwdriver to recommended torque values .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16120 -5
ISSUE: 0
JULY , 2010
INSULATED CONDUCTORS AND CABLE
I. Attach compression lugs with a tool specifically designed for that purpose which
provides a complete and controlled crimp where the tool will not release until the crimp
is complete. Use of plier-type crimpers is not acceptable.
J . Cap spare conductors and conductors not terminated with UL-listed end caps .
K. Where conductors pass through holes or over edges in sheet metal, remove all burrs ,
chamfer edges, and install bushings and protective strips of insulating material to
protect the conductors.
L. For conductors that will be connected by others , provide at least 6 feet spare
conductor in freestanding panels, and at least 2 feet spare in other assemblies.
Provide additional spare conductor length in any particular assembly where it is
obvious that more conductor length will be needed to reach the termination point.
3 .03 NON-POWER CABLES
A. Do not splice without permission of the ENGINEER. Locate splices, when permitted,
only in readily accessible cabinets or junction boxes using terminal strips.
B. Where connections of cables installed under this section are to be made to
instrumentation and controls, leave pigtails of adequate length for neat bundled-type
connections .
C. Maintaining the integrity of shielding of instrumentation cables is essential to the
operation of the control systems . Take special care in cable installation to ensure that
grounds do not occur because of damage to the jacket over the shield.
D . Cable Placement:
1. Immediately prior to the placement of each cable or cable group, inspect the
raceway to determine that installation is complete and that the interior is clean and
free of all materials detrimental to the cable or its placement. Group all cable
assigned to a particular conduit and pulled simultaneously, using cable grips and
acceptable lubricants.
2 . Provide adequately sized raceways to accommodate the number and size of
cable as specified , and in compliance with Article 300 of the National Electric
Code. If at any time during the progress of the work raceways appear inadequate
to accommodate the assigned cable, notify the Owner at once and discontinue
further work on the questionable raceway until advised by the Owner as to how to
proceed.
3 . Carefully check all cable as to size and length before pulling into conduits .
Remove and replace cable pulled into the wrong conduit or cut too short at no
additional cost to the Owner. Do not pull cable removed from one conduit or duct
into another conduit or duct without permission of the Owner.
E. Fishing and pulling shall be performed with flexible round non-metallic tape, carbon
dioxide , or forced air propelled polyethylene cord, nylon rope, or manila rope. No
metallic cable or materials that may damage or scratch the inside surface shall be
pulled into any conduit. Manila rope only shall be used for pulling high voltage (5 KV)
cable .
F. Use woven wire cable grips to pull all low voltage single conductor cable, No. 2/0 and
larger, and all low voltage multi-conductor cable . Use pulling loops to pull single
conductor cable smaller than No . 2/0. When a cable grip is used for pulling , the arc of
the cable covered by the grip plus 6-inches shall be cut off and discarded.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16120 -6
ISSUE : 0
JULY , 2010
INSULATED CONDUCTORS AND CABLE
G . Insert a reliable non-freezing-type swivel or swivel connection between the pulling
ropes and cable eye , or grip to prevent twisting under strain.
H. Do not exceed the maximum pulling tension recommended by the cable manufacturer.
Pulling mechanisms , both manual and power types, shall have rated capacity in tons
clearly marked on the mechanism . Whenever the capacity of the pulling mechanism
exceeds the recommended pulling tension of the cable as given by the cable
manufacturer, a dynamometer shall be used to show the tension on the cable , and the
indicator shall be constantly watched . If any excessive strain develops , stop the
pulling operation at once and determine and correct the problem.
3 .04 ANTENNA CABLE , CONNECTORS , AND ACCESSORIES
A. Install all transceivers in the location and manner shown on the drawings and with
good workmanship . The manufacturer of the transceiver shall be responsible for the
entire radio communication system .
B. Install Antenna at Master Station :
1. Check for any interfering broadcast using test set up
2 . Record date , frequency , and signal strength
3. Select preliminary channe ls and frequency for the least interference
4 . Record channels and frequency selected
C. Remote Transceivers Antenna Installation :
1. Check for any interfering broadcast using the test-up at the closest site to master
station .
2 . Record date, frequency, and signal strength .
3. It may be necessary to adjust the antenna location a small distance to have
maximum signal strength .
4. Record all changes made .
5. Repeat steps 1 through 4 at remote transceiver site proceeding from closest to
furthest site .
6. Adjustments may be required to channels and frequencies if interference occurs
at a remote location.
7. Record all changes and reason for each change .
3.05 CONDUCTOR ARC AND FIREPROOFING TAPES
A. Use arc and fireproofing tapes on 600-volt single conductors and cables, except those
rated Type TC , throughout their entire exposed length at splices in manholes ,
handholes , vaults , cable trays , and other indicated locations.
B. Wrap conductors together as a single cable entering from each conduit.
C. Follow tape manufacturer's installation instructions . Secure the arc and fireproofing
tape at frequent intervals with bands of the specified glass cloth electrical tape. Make
each band with at least two wraps of tape directly over each other.
D. Arc and fireproofing tape shall be 3M Scotch #88 or equal.
3.06 FIELD TESTS
A. Instrumentation Cables: After instrumentation cable installation and conductor
termination by the instrumentation and control supplier, perform tests witnessed by the
ENGINEER to ensure that instrumentation cab le shields are isolated from ground ,
except at the grounding point. Remove improper grounds .
CFW06057 ISSUE : 0
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS JULY , 2010
TEC 16120 -7 INSULATED CONDUCTORS AND CABLE
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16120 - 8
ISSUE: 0
JULY, 2010
INSULATED CONDUCTORS AND CABLE
SECTION 16130
BOXES
PART1 GENERAL
1.01 WORK INCLUDED
A. Furnish and install outlet boxes , floor boxes , junction boxes , pull boxes , and terminal
boxes .
1. 02 REFERENCE STANDARDS
A. ANSI/NEMA Publication No . OS 1 -Aluminum Outlet Boxes , Device Boxes , Covers
and Box Supports , and Steel Covers .
B. ANSI/UL 514 -Electrical Outlet Boxes and Fittings .
C. National Electric Code
PART 2 PRODUCTS
2.01 OUTLET BOXES
A. Flush Device Boxes :
1. Provide cast aluminum boxes of sufficient size to accommodate wiring devices to
be installed at outlet.
2. Extension rings shall not be acceptable .
3. Square or rectangular boxes may be supplied .
4. Unless otherwise noted, provide boxes 3-1/2-inches deep by 4 inches wide .
5. Boxes in hazardous locations shall be Nema 70.
B. Exposed Device Boxes: Provide FD aluminum boxes for surface mounting in areas
having exposed conduit systems . Coordinate box cover for proper use .
C. Boxes for Lighting Fixtures :
1. Prov ide aluminum octagonal boxes with fixture stud supports and attachment s as
required to properly support ceiling and bracket-type lighting fixtures .
2 . Unless otherwise noted, provide boxes 2 inches deep by 4 inches wide .
D. Masonry Boxes :
1. Provide stamp metal masonry boxes .
2 . Use boxes with 1-gang capacity in excess of the number of devices to be
installed .
3. Extension ring covers shall not be acceptable .
E. Listing: UL 514 .
F. Acceptable Manufacturers : Appleton , Bowers , Crouse-Hinds , Efcor, Midwest ,
OZ/Gedney , RACO , Steel City , T & B.
2.02 JUNCTION , PULL AND SPLICE BOXES
A. Construction : Prov ide boxes conforming to NEC Article 314 .
B. Unless otherwise noted on the plans , boxes shall be supplied as follows :
CFW0605 7
ALERT NOTIFICATION AND SECURITY IMPROVE MENTS
TEC 16130 -1
ISSUE : 0
JULY ,2010
BOXES
1. Box inside dry ventilated area , non-corrosive , shall be NEMA 1 Aluminum .
2. Box outside in non-corrosive environment at the Rolling Hills Water Treatment
Plant shall be NEMA 4 Aluminum .
3. Box in area where chemicals are stored , handled or utilized shall be NEMA 4X
PVC coated Alum inum or fiber glass .
4. Box outside in corrosive environment or outside at Village Creek Wastewater
Treatment Plant shall be NEMA 4X Aluminum .
5 . Embedded : Provide cast iron-type with external recessed flanged cover when cast
in concrete .
6. Listing : UL 514 .
7 . Acceptable Manufacturers : Hoffman , Keystone , OZ , Stahlin , Crouse-Hinds .
2.03 TERMINATION CABINETS & BOXES
A. Termination cabinets shall be NEMA 4X Aluminum gasketed or as indicated on the
Plans. Cabinets shall be configured as shown on the plans , and shall be of sufficient
size to adequately contain all terminals, wire-duct , and cables as determined by the
CONTRACTOR. Cabinets shall have removable doors (lift-off) not more than 30
inches wide, and shall be equipped with a three-point locking latch handle.
B . Wire terminal blocks shall be Square D Type M Barrier Block system , or equal.
1. M4/6G or B 22014 AWG 6MM (.234-inch) wide , Grey , Blue , Single Level , 600 volt ,
25 amp .
2 . M6-8G or B 22-8AWG 8MM (.315-inch) wide , Grey Blue , Single Level , 600 volt ,
55 amp .
C. The wire terminal block system shall be for DIN rail mounting , and shall include
fuse/switch blocks, circuit breaker block , and isolation switches . Wire Terminal Blocks
shall have Tin-plated terminals .
D. Acceptable Manufacturers : Hoffman .
PART 3 EXECUTION
3 .01 PREPARATION
A. Coordinate location of all boxes with all other work.
B. Verify location of floor boxes with Engineer before installation.
3.02 OUTLET BOXES
A. Flush Boxes:
1. Un less otherwise indicated , mount all outlet boxes flush within 1 /4-inch of the
finished wall or ceiling line .
2. Securely fasten outlet boxes in position using clips or other suitable means.
3. Provide plaster covers for all boxes in plastered walls and ceilings .
B . Fixture Boxes: Where boxes for suspended lighting fixtures are attached to and
supported from suspended ceilings, adequately distribute the load over the ceiling
support members .
C. Mounting Height:
1. Mounting height of a wall-mounted outlet box means the height from finished floo r
to horizontal center line of the cover plate.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16130 -2
ISSUE : 0
JULY, 2010
BOXES
2. Where outlets are indicated adjacent to each other, mount these outlets in a
symmetrical pattern with all tops at the same elevation .
3. Where outlets are indicated adjacent, but with different mounting heights, line up
outlets to form a symmetrical vertical pattern on the wall.
4 . Verify the final location of each outlet with Engineer before rough -in .
5. Remove and relocate any outlet box placed in an unsuitable location.
D. Back-to-Back Boxes:
1. Do not connect outlet boxes back to back unless approval is obtained.
2. Where such a connection is necessary to complete a particular installation , fill the
voids around the wire between the boxes with sound insulating material.
E. Box Openings : Provide only the conduit openings necessary to accommodate the
conduits at the individual location .
3.03 FLOOR BOXES
A. Completely envelop floor boxes in concrete except at the top . Increase slab thickness
at boxes if required for bottom covering. Adjust covers flush with finished floor.
3 .04 JUNCTION AND PULL BOXES
A. Pull boxes and junction boxes shall be provided to facilitate the installation of cable
and wires. "Condulet"-type fittings shall not be used in lieu of boxes when the conduit
contains wire #4 AWG or larger.
B. Installation :
1. Install boxes as required to facilitate cable installation in raceway systems.
2. Generally provide boxes in conduit runs of more than 100 feet .
3. Locate boxes strategically and make them of such shape and size to permit easy
pulling of wire or cables . Size boxes in accordance to NEC Article 314 .28
requirements .
C. Covers :
1. Provide boxes so that covers are readily accessible and easily removable after
completion of the installation.
2 . Include suitable access doors for boxes above suspended ceilings.
3. Select a practical size for each box and cover.
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEM ENTS
TEC 16130-3
ISSUE : 0
JU LY , 2010
BOXES
PART1 GENERAL
1.01 WORK INCLUDED
SECTION 16170
MET AL FRAMING
A. Furnish and install metal framing, including channels , fittings , clamps , hardware ,
electrical accessories, and brackets .
1.02 QUALITY ASSURANCE
A. NEMA ML 1 -Metal Framing .
PART 2 PRODUCTS
2 .01 CHANNELS , FITTINGS , CLAMPS, ELECTRICAL ACCESSORIES , AND BRACKETS
A. Material
1. Aluminum at Rolling Hills Water Treatment Plant.
2 . Stainless Steel Type 316 at Village Creek Wastewater Treatment Plant.
B. Provide 316 stainless steel fasteners .
2.02 SIZES
A. Provide channels fabricated from not less than 12-gauge stainless steel or aluminum,
1-5/8 inches wide , and not less than 1-5/8 inches deep .
2 .03 ACCEPTABLE MANUFACTURERS
A. B-Line Systems , Inc .; Eleen Metal Products Company; Electrical Products Division ,
Midland -Ross Corporation ; Metal Products Division , U.S. Gypsum Company; Power
Strut ; Unistrut.
PART 3 EXECUTION
3.01 APPLICATION
A. In addition to the requirement in section 2.01 , use stainless steel type 316 components
for heavy-duty applications and in corrosive areas and in other areas as indicated on
plans .
3.02 SUPPORTS
A. Provide metal framing to support large or heavy wall-mounted equipment , wall-
mounted raceways , and ceiling-hung raceways .
3.03 ANCHOR BOLTS
A. Use 2-inch diameter by 3 inches long 316 stainless steel expansion bolts to attach
framing to concrete.
B. Space bolts a maximum of 24 inches on center, with not less than two bolts per piece
of framing .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16170 -1
ISSUE : 0
JULY, 2010
METAL FRAMING
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16170 -2
ISSUE : 0
JULY, 2010
METAL FRAMING
SECTION 16191
MISCELLANEOUS EQUIPMENT
PART1 GENERAL
1.01 SCOPE OF WORK
A. Furnish and install all miscellaneous equipment as shown on the Drawings and as
specified herein .
1.02 REFERENCE STANDARDS
A. Equipment enclosures shall have NEMA ratings suitable for the location in which they
are installed , as specified in Division 16.
1.03 SUBMITTALS
A. Submit to the Engineer, in accordance with Division 1, detailed catalog information or
drawings describing electrical and physical characteristics of all equipment specified.
B. Submittal shall be clearly mark showing only equipment provided . Mark through
equipment or options not provided.
PART 2 PRODUCTS
2 .01 MATERIALS
A. Control Stations
1. Control stations shall be heavy-duty type , with full size operators . Momentary
contact stop buttons shall have a lockout latch that can be padlocked in the open
pos ition . Provide an extra contact to monitor the auto position of the switch as
shown on the drawings .
2. NEMA 4X enclosures shall be stainless steel.
3. NEMA 7 enclosures shall be copper free cast aluminum .
4 . Control stations shall be Allen-Bradley or approved equal.
B. Wireway
1. NEMA 4X wireway shall be stainless steel with gasketed, hinged covers and
stainless steel type 316 screws .
2 . NEMA 4X shall be Bulletin F-22 as manufactured by the Hoffman Engineering Co .
or approved equal.
C. Control Relays
1. Control relays shall be heavy duty machine tool type , with 10 Amp , 300 Volt
convertible contacts . Number of contacts and coil voltage shall be as shown on
the Drawings. General use relays shall be General Electric Co ., Catalog No.
CR120B , similar by Square D Co .; Allen-Bradley Co . or equal. Latching relays
shall be General Electric Co ., Catalog No. CR120BL , similar by Square D Co .;
Allen-Bradley Co . or approved equal.
2 . Time delay relays shall be pneumatic , 600 Volt , 20 Amp contacts, with calibrated
knob operated adjustment. On delay and off delay types and timing ranges shall
be as shown on the Drawings . Relays shall be Agastat Model 7012 or 7022 or
approved equal.
D. Polyethylene Warning Tape
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
T EC 16191 -1
ISSUE : 0
JULY , 2010
MISCE LLAN EOUS EQUIPMENT
1. Warning tape shall be red polyethylene film, 6-in minimum width .
2. Warning tape shall be W .H. Brady Co ., Catalog No . 91296 or approved equal.
E. Terminal Blocks
1. Terminal blocks shall be 600 Volt , channel mounted , with tubular screw and
pressure plate.
2 . Terminal blocks shall be Bulletin 1492 as manufactured by the Allen-Bradley Co.
or approved equal.
F. Intrinsically Safe Relays
1. Intrinsically safe relays shall be solid state type with 5 Amp output contacts,
suitable for use on a 120 Volt, 60 Hz power supply and shall be FM approved for
pilot devices in Class I, Division 1, Group D hazardous atmospheres .
2 . Intrinsically safe relays shall be Gems Solid State Safe-Pak as manufactured by
Gems Sensors, Division of Transamerica Delaval, Inc. or approved equal.
G . JIC Boxes for GF Receptacles
1. Furnish all necessary hardware for mounting the heat tape and thermostat.
2. JIC boxes shall be 6-in by 6-in by 4-in aluminum continuous hinge clamp cover
boxes, Hoffman , Catalog No . A-606 CHAL with Type L23 stainless steel type 316
fast operating JIC clamp or approved equal.
3. Install 1-1/2-in bushings in bottom of box for cord and plug to pass through .
H. On-Delay, Off-Delay Timers (Solid State)
1. On and off delay timers shall be microprocessor based, solid state type.
2. Timers shall have the following features:
a. Adjustable timing ranges from 0.1 seconds to 99 hours, 59 minutes minimum.
b . Setpoints entered by pressing membrane covered keyboard on unit.
c . LCD readout of timing progress and setpoint.
d . Adjustable for on-delay or off-delay modes.
e . Standard sized plug-in case .
f . Totally sealed face plate.
g . Sealed battery backup power to retain memory for up to 30 days .
h . Accuracy plus or minus 0.01 second .
i. DPDT isolated instantaneous and timed output contacts rated 6 Amps
minimum at 120 Volt.
3. Timers shall be Bulletin 651 Multirange , solid state as manufactured by Tenor Co .,
Inc.; Eagle Signal , CS-300 Series or approved equal.
I. Corrosion Inhibitors
1. All equipment enclosures, terminal boxes, etc, located in a NEMA 4X rated area
(where shown on the Drawings) that contains electrical or electronic equipment or
terminal strips shall be furnished with an internally mounted , chemically treated
corrosion inhibitor pad.
2. The corrosion inhibitor pads shall be as manufactured by Hoffman Engineering
Co .; 3M or approved equal.
J . Instrumentation Disconnect Switches : Provide a heavy-duty single pole disconnect
toggle switch in a weather proof cast enclosure for all field instruments served with
electric power. This feature shall be included whether or not shown on drawings.
K. Fuses, 0 to 600 Volts
1. Provide a complete set of current-limiting fuses wherever fuses are indicated .
Supply a set of six (6) spare fuses of each type and each current rating installed .
Utilize fuses that fit mounting specified
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16191 -2
ISSUE : 0
JULY , 2010
MISCELLANEOUS EQUIPMENT
a . For O to 600 volt motor and transformer circuits, 0 to 600 amps, UL Class RK-
1 with time delay, Bussmann Type LPS-RK, Shawmut Type A6D-R, or equal.
b. For O to 250 volt motor and transformer circuits, 0 to 600 amps, UL Class RK-
1, Bussmann Type LPN-RK, Shawmut type A2D-R, or equal.
c. For O to 600 volt feeder and service circuits, 0 to 600 amps, UL Class RK-1,
Bussmann Type KTS-R, Shawmut Type A6K-R, or equal.
d. For O to 250 volt feeder and service circuits, 0 to 600 amps, UL Class Rd-1,
Bussmann Type KTN-R, Shawmut Type A2K-R, or equal.
e. For O to 600 volt feeder and service circuits, 601 to 6,000 amps, UL Class L,
Bussmann type KRP-C , Shawmut Type A4BY, or equal.
L. Indicating Lights:
1. Indicator lamps shall be heavy duty 30mm, industrial type oil tight, high-visibility
LED, full voltage type . Units shall have screw on plastic lenses and shall have
factory engraved legend plates as required . Unless otherwise specified in each
equipment specification lens color shall be green for equipment OFF, red for
equipment operating, blue for FAIL or ALARM and amber for power
ON/Equipment Stand-by . For all control applications, indicator lamps shall
incorporate a push-to-test feature .
M. Selector Switches
1. Mode selector switches (HAND-OFF-AUTO, LOCAL-OFF-REMOTE, MOTOR
SELECTOR , LEAD-LAG, etc) shall be heavy-duty 30mm, oil tight , industrial type
with contacts rated for 120 VAC at 10 Amps continuous. Units shall have
standard size, black field, and legend plates with white markings, as indicated .
Operators shall be black knob type . Units shall have the number of positions and
contact arrangements, as required. Units shall be single-hole mounting ,
accommodating panel thicknesses from 1/16-in minimum to 1/4-in maximum .
N. Push Buttons:
1. Push-button, shall be heavy-duty, industrial type with momentary or maintained
contacts as required, rated for 120 VAC at 10 Amps continuous. Units shall have
standard size, black field, and legend plates with white markings , as indicated.
Button color shall be red for EMERGENCY STOP or START and green for STOP.
Contact arrangement shall be as required .
0 . Vehicle Gate Operators
1. Slide gate operators shall be Model 9150 (Slide Gate Operator}, Door King ,
Incorporated, Inglewood, California.
2 . High Speed Gates shall be Model 1601 (Barrier Gate Operator}, Door King ,
Incorporated, Inglewood , California .
3. 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 gauge wire with XLPE insulation . Coordinate with Westside Plant
Construction Contractor for installation of loop sensors and other gate operating
equipment.
4 . Contractor to attach all appurtenances to the gate necessary for the gate operator
to open and close the gate.
PART 3 EXECUTION -NOT USED
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16191 -3
ISSUE : 0
JULY , 2010
MISCELLANEOUS EQUIPMENT
SECTION 16289
TRANSIENT VOLTAGE SUPPRESSION
PART1 GENERAL
1.01 RELATED DOCUMENTS
A Drawings and general prov1s1ons of the Contract , including General and
Supplementary Conditions and Division 1 Specification Sections , apply to this Section.
1.02 SUMMARY
A This Section includes TVSSs for low-voltage power, control , and communication
equipment.
B. Related Sections include the following :
1. Division 16 Section 'Wiring Devices" for devices with integral TVSSs
1.03 DEFINITIONS
A ATS : Acceptance Testing Specifications.
B. SVR: Suppressed voltage rating.
C. TVSS : Transient voltage surge suppressor.
1.04 SUBMITTALS
A Product Data: For each type of product indicated . Include rated capac ities , operating
weights , operating characteristics , furnished specialties , and accessories .
B. Product Certificates: For transient voltage suppression devices, signed by product
manufacturer certifying compliance with the following standards :
1. UL 1283
2. UL 1449
C. Qualification Data: For testing agency.
D. Field quality-control test reports , including the following:
1. Test procedures used .
2. Test results that comply with requirements.
3. Failed test results and corrective action taken to achieve requirements.
E. Operation and Maintenance Data : For transient voltage suppression devices to
include in emergency, operation , and maintenance manuals .
F. Warranties: Special warranties specified in this Section .
1.05 QUALITY ASSURANCE
A Source Limitations : Obtain suppression devices and accessories through one source
from a single manufacturer.
B. Product Options: Drawings indicate size , dimensional requirements , and electrical
performance of suppressors and are based on the specific system indicated .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16289 -1
ISSUE : 0
JULY, 2010
TRANSIENT VOLTAGE SUPPRESSION
C. Electrical Components, Devices, and Accessories : Listed and labeled as defined in
NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction,
and marked for intended use.
D. Comply with IEEE C62.41, "IEEE Guide for Surge Voltages in Low Voltage AC Power
Circuits ", and test devices according to IEEE C62.45 , "IEEE Guide on Surge Testing
for Equipment Connected to Low-Voltage AC Power Circuits ".
E. Comply with NEMA LS 1, "Low Voltage Surge Protection Devices".
F. Comply with UL 1283, "Electromagnetic Interference Filters ", and UL 1449 , "Transient
Voltage Surge Suppressors ".
1.06 PROJECT CONDITIONS
A. Existing Utilities: Do not interrupt utilities serving facil ities occupied by Owner or
others unless permitted under the following conditions and then only after arranging to
provide temporary utility services according to requirements indicated:
1. Notify Engineer not less than two days in advance of proposed utility interruptions.
2. Do not proceed with utility interruptions without Engineer's written permission.
B. Service Conditions : Rate surge protection devices for continuous operation under the
following conditions , unless otherwise indicated :
1. Maximum Continuous Operating Voltage : Not less than 115 percent of nominal
system operating voltage.
2. Operating Temperature : 30 to 120 deg F (0 to 50 deg C).
3. Humidity: 0 to 85 percent , noncondensing.
4. Altitude : Less than 20 ,000 feet (6090 m) above sea level.
1.07 COORDINATION
A. Coordinate location of field-mounted surge suppressors to allow adequate clearances
for maintenance .
1.08 WARRANTY
A. Special Warranty : Manufacturer's standard form in which manufacturer agrees to
repair or replace components of surge suppressors that fails in materials or
workmanship within one year from date of Substantial Completion.
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. Available Manufacturers : Subject to compliance with requirements, manufacturers
offering products that may be incorporated into the Work include , but are not limited to,
the following :
B. Manufacturers : Subject to compliance with requirements, provide products by one of
the following :
1. General Electric Company
2. Innovative Technology , Inc .
3. Square D; Schneider Electric
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16289 -2
ISSUE: 0
JULY, 2010
T RANSIENT VOLTAGE SUPPRESSION
2.03 PANELBOARD AND SECURITY CONTROL PANEL SUPPRESSORS
A. TVSS with the following features and accessories :
1. Fuses, rated at 200-kA interrupting capacity.
2. Fabrication using bolted compression lugs for internal wiring .
3 . Integral disconnect switch .
4 . Redundant suppression circuits .
5. Redundant replaceable modules .
6 . Arrangement with wire connections to phase buses, neutral bus , and ground bus .
7. LED indicator lights for power and protection status .
8 . Audible alarm , with silencing switch , to indicate when protection has failed .
9 . One set of dry contacts rated at 5 A and 250-V , ac, for remote monitoring of
protection status. Coordinate with building power monitoring and control system .
10 . Surge-event operations counter.
B. Peak Single-Impulse Surge Current Rating: 65 kA per mode
C. Protection modes and UL 1449 SVR for grounded wye circuits with voltages of
480Y/277, 208Y/120, 3-phase, 4-wire circuits shall be as follows :
1. Line to Neutral : 800 V for 480Y/277 .
2. Line to Ground : 800 V for 480Y/277 .
3 . Neutral to Ground : 800 V for 480Y/277.
2.04 ENCLOSURES
A. Install TVSS in the same cabinet as the MCC , switchboard , and 480V panelboard .
3.00 EXECUTION
3.01 INSTALLATION OF SURGE PROTECTION DEVICES
A. TVSS shall be installed by the MCC , switchboard , or panelboard manufacturer at the
factory.
3.02 PLACING SYSTEM INTO SERVICE
A. Do not energize or connect service entrance equipment , panelboards , control
terminals , data terminals to their sources until surge protection devices are installed
and connected .
2.03 FIELD QUALITY CONTROL
A. Remove and replace malfunctioning units and retest as specified above .
3.04 DEMONSTRATION
A. Engage a factory-authorized service representative to train OWNER 's maintenance
personnel to adjust , operate , and maintain transient voltage suppression devices .
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16289 -3
ISSUE : 0
JULY , 2010
TRANSIENT VOLTAGE SUPPRESSION
PART1 GENERAL
1.1 WORK INCLUDED
SECTION 16360
UNDERGROUND DUCT BANKS
A. Provide underground electrical duct banks as shown on the Drawings.
1.2 REFERENCE STANDARDS
A. The following standards shall apply as if written here in their entirety:
1. ANSI C80.1, Specifications for Zinc-Coated Rigid Steel Conduit.
2 . ANSI/ACI 301, Specifications for Structural Concrete for Buildings.
3. ANSI/ASTM A 615, Specifications for Deformed and Plain Billet-Steel Bars for
Concrete Reinforcement.
4. ANSI/NEMA TC6 , PVC and ABS Plastic Utilities Duct for Underground Installation.
5. ANSI/NEMA TC9 , Fittings for ABS and PVC Plastic Utilities Duct for Underground
Installation.
PART 2 PRODUCTS
2 .1 DUCTS AND FITTINGS
A. Unless otherwise noted, provide Schedule 40 PVC conduit direct buried with concrete
cap over ductbank. Provide fittings of the same type material as the conduit.
2 .2 CONDUIT AND FITTINGS
A. Provide PVC conduit to PVC coated aluminum adapter fitting in order to convert to
metal conduit before surfacing from the underground duct bank.
B. Expansion/deflection fillings to be installed on all stub-up above grade from duct
banks.
2.3 CONCRETE
A. Provide concrete conforming to the following.
1. Compressive strength: 3 ,000 psi at 28 days.
2. Slump: Not exceeding eight inches.
3. Aggregate size: Use pea gravel.
4 . Additive : Red ferrous oxide concrete coloring pigment mixed at the rate of 1-1/2
pounds per sack of cement. Sprinkle color on top of the duct bank is
unacceptable .
2.4 REINFORCING BARS
A. Provide Grade 40 steel reinforcing bars, for all duct banks.
2.5 POLYETHYLENE WARNING TAPE
1. Warning tape shall be red polyethylene film, 6-in minimum width .
2 . Warning tape shall be W.H. Brady Co., Catalog No. 91296 or approved equal.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16360 -1
ISSUE : 0
JULY ,2010
UNDERGROUND DUCT BANKS
PART 3 EXECUTION
3.1 CONSTRUCTION
A. Duct bank configurations are detailed on the drawings . Conduits shall be spaced with
3 inch clearance on all sides.
3.2 LOCATION AND INSPECTION
A. Before beginning trenching operations, stake out the proposed duct bank routing and
obtain approval of the Owner. After trenching has begun and before any ducts or
conduits are placed, notify the Owner so that the trenching and installation may be
inspected. Also notify the Owner prior to any placement of concrete for duct banks, so
that he may observe the placing . Placing concrete on muddy trench bottoms will not
be acceptable.
3.3 EXCAVATION AND BACKFILL
A. Excavation: Excavate trenches for installation of duct banks. Form the trench bottom
to follow closely the specified grade and depth for the duct banks .
B. Backfill: Trenches may be backfilled with excavated soil and supplemented as
necessary with select materials . Compact the backfill and mound slightly above
natural grade .
C. Restoration: Restore adjacent areas disturbed by trenching or backfilling to a
condition equal to the original.
3.4 PLACING OF DUCT BANKS
A. Cover: Unless otherwise shown, provide a minimum 18 " of earth and select materials
cover. Coordinate grade with other work, if in conflict, rework grade at no cost to
OWNER
B. Grade: Place duct banks with a minimum grade of four inches per 100 feet. Grade
between manholes may be from one manhole to the next manhole or from a high point
between manholes . Where terminating ducts inside of buildings , always slope the
grade away from building to the nearest manhole.
C. Changes in Direction: Make changes in direction of runs exceeding a total of 10
degrees, either horizontal or vertical, by using long sweep bends. Long sweep bends
must have a minimum radius of curvature of 25 feet and may be made up of one or
more curved or straight sections. Manufactured bends having a minimum radius of
curvature of three feet may be used at the ends of duct runs which are less than 100
feet in length.
D. Joints: Make joints in ducts and conduits watertight, in accordance with manufacturers
recommendations . Stagger joints in adjacent ducts and conduits a minimum of six
inches . Make joints between ducts and conduit with appropriate no-thread-to-threaded
adapters. Use appropriate sealant.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16360 -2
ISSUE: 0
JULY , 2010
UNDERGROUND DUCT BANKS
E. Spacing: Space ducts and conduits a minimum of 3 inches from adjacent ducts.
Place spacers or separators on not greater than five-foot centers . Use spacers or
separators made of plastic, concrete or a suitable nonmetallic, non-decaying material.
F. Drainage: All conduit duct banks shall be sloped sufficiently to drain into manholes ,
pull boxes or sumps .
3.5 PLACING OF CONCRETE
A. Place concrete using chutes and tremies as necessary to limit the free drop of the mix
to a maximum of two feet. Carefully rod or vibrate the concrete to aid uniform
encasement of the ducts . Smooth the top of the pour with a float. Encase the
conduits in concrete, a minimum thickness of three inches, on all sides .
3 .6 CLEANING
A. Thoroughly clean all ducts and conduits before placing. During construction and after
the duct line is completed , plug open ends of ducts and conduits to prevent the
entrance of foreign matter. After the duct line has been completed , pull a flexible
mandrel through each duct and conduit. The mandrel must not be less than 12 inches
long with a diameter approximately 1/4 inch less than the inside diameter of the duct or
conduit. After cleaning, place in each duct and conduit a No . 30 nylon line with a
plastic tag on each end reading "Pulling Line", and a tag identifying the location of the
other end.
3 . 7 SPECIAL PROJECT REQUIREMENTS
A. Contractor shall employ hand trenching at locations where existing underground
utilities are present.
B. All damaged utilities should be repaired immediately in manner acceptable to the
OWNER at Contractor's expense . Any damaged cables shall be replaced in full.
Splices shall not be acceptable . Damaged conduits shall be replaced between the two
closest manholes and cables repulled .
C. Install a #3/0 tin bare copper grounding conductor, centered over the ductbank and
located 3" above the ductbank in the backfill. Bond ductbank grounding conductor to
building or transformer ground loop at one end and to the manhole ground electrode at
the other end.
D. Place a warning tape over each ductbank. Warning tape shall be placed at a minimum
of 6" below grade.
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16360 -3
ISSUE : 0
JULY , 2010
UNDERGROUND DUCT BANKS
SECTION 16660
GROUNDING SYSTEM
PART1 GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor, materials , equipment and incidentals required and install a complete
grounding system in strict accordance with Article 250 of the National Electrical Code
(NEC), as shown on the Drawings and as specified herein .
B. All raceways , conduits , ducts and multi-conductor cables shall contain equipment
grounding conductors sized in accordance with the NEC. Min imum sizes shall be No .
12AWG.
C. A supplemental grounding conductor shall be provided from each power panelboard or
lighting panelboard to the buried ground grid . Exposed supplemental grounding
conductors shall be installed in PVC Schedule 80 conduit.
D. Provide ground resistance measurements and grounding design calculations for the
grounding system.
E. Additional Grounding Requirements
1. Furnish and install 20-ft of 3/4-in PVC coated rigid galvanized steel conduit with 1
#6 AWG equipment grounding conductor from electrical utilization equipment to
exposed non-current carrying metal of fixed equipment as follows:
a. Where the electrical utilization equipment likely to become energized is within
8-ft vertically and/or 5-ft horizontally of ground or grounded mental objects
and subject to contact by persons .
b . b . Where the electrical utilization equipment is located in a wet or damp
location and not isolated .
2. Each fixed equipment assembly shall be considered integrally bonded via the use
of mechanica l fasteners, bolts , or clips so that only one bonding connection will be
required at the fixed equipment frame .]
F. Connect all hatches , metal stairs and handrails to system ground grid or system
ground loop .
1.02 RELATED WORK (NOT USED)
1.03 SUBMITTALS
A. Submit shop drawings and product data, for the following :
1. Manufacturer's name and catalog data for ground rods , exothermic welding
methods , grounding clamps including installation requirements and materials .
B . Submit results of grounding and bonding resistance testing as specified herein
PART 2 PRODUCTS
2.01 MATERIALS
A. Conduit shall be as specified under Section 16110.
CFW06057
ALERT NOTIFICAT ION AND SECUR ITY IMPROVEMENTS
TEC 16660 -1
ISSU E: 0
JULY , 2010
GROUNDING SYSTEM
B. Wire shall be as specified under Section 16120.
C . Ground rods shall be 3/4-in by 10-ft copper clad steel and constructed in accordance
with UL 467 . The minimum copper thickness shall be 0 .25 mm. Ground rods shall be
Copperweld ; Blackburn; Erice , Inc. or equal.
D . Grounding conduit hubs shall be malleable iron type, and of the correct size for the
conduit , as manufactured by Thomas & Betts Co.; Catalog No. 3940 Series, similar by
Burndy; O .Z . Gedney Co. or equal.
E. Water pipe ground clamps shall be cast bronze saddle type , and of the correct size for
the pipe, as manufactured by Thomas & Betts Co. Cat. No . 2 (1/2-in , 3/4-in, or 1-in
size), similar by Bumdy; O .Z . Gedney Co. or equal and of the correct size for the pipe.
F . Buried grounding connections shall be by Cadweld process , or equal exothermic
welding system .
1. Molds , cartridge materials and accessories shall be provided in kit form and
selected per the manufacturer's written instructions for specific types, sizes and
combinations of conductors and connected items . Molds and powder shall be
furnished by the same manufacturer.
PART 3 EXECUTION
3.01 PREPARATION (NOT USED)
3 .02 INSTALLATION
A. If the exposed grounding electrode conductors are installed in rigid steel conduits,
bond the protecting conduits to the grounding electrode conductors at both ends. Do
not allow water pipe connections to be painted . If the connections are painted,
dis-assemble them and re-make them with new fittings .
B . Install equipment grounding conductors with all feeders and branch circuits.
C . Bond all steel building columns in new structures together with ground wire in rigid
conduit and connect to the distribution equipment ground bus, as shown on the
Drawings .
D. Ground wire connections to structural steel columns shall be made with exothermic
welds.
E. Metal conduits stubbed into a motor control center or floor mounted electrical
enclosure shall be terminated with insulated grounding bushings and connected to the
motor control center or electrical enclosure ground bus . Bond boxes mounted below
motor control centers to the motor control center ground bus . Size the grounding wire
in accordance with NEC Table 250-122, except that a minimum No. 12 AWG shall be
used .
F. Liquid tight flexible metal conduit in sizes 1-1/2-in and larger shall have bonding
jumpers . Bonding jumpers shall be external , run parallel (not spiraled) and fastened
with plastic tie wraps.
G. Ground transformer neutrals to the nearest available grounding electrode with a
conductor sized in accordance with NEC Article 250-66 .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16660 -2
ISSUE: 0
JULY , 2010
GROUNDING SYSTEM
H . Drive grounding electrodes as shown on the Drawings.
I. All equipment enclosures, motor and transformer frames, conduits systems, cable
armor, exposed structural steel and all other equipment and materials required by the
NEC to be grounded , shall be grounded and bonded in accordance with the NEC.
J . Seal exposed connections between different metals with No-Oxide Paint Grade A or
equal.
K. Lay all underground grounding conductors slack and, where exposed to mechanical
injury, protect by pipes or other substantial guards. If guards are iron pipe, or other
magnetic material, electrically connect conductors to both ends of the guard . Make
connections as specified herein .
L. Care shall be taken to ensure good ground continuity, in particular between the conduit
system and equipment frames and enclosures . Where necessary, jumper wires shall
be installed.
M. All grounding type receptacles shall be grounded to the outlet boxes with a No. 12
THW green conductor connected to the ground terminal of the receptacle and fastened
to the outlet box by means of a grounding screw.
N. Molds used for welding shall be new. The number of welds made per mold shall not
exceed manufacturer's recommendations
0 . Ground metal poles supporting outdoor lighting fixtures to a supplemental grounding
electrode (rod) in addition to the separate equipment grounding conductor run with the
supply branch circuit.
P . Use braided-type bonding jumpers to electrically bypass water meters . Connect to
pipe with ground clamp connectors .
Q. Bond interior mental piping systems and metal air ducts to equipment grounding
conductors of associated pumps, fans , blowers , electric heaters and HVAC equipment.
Use braided-type bonding straps .
R. Ufer Ground (Concrete-Encased Grounding Electrode): Fabricate in accordance with
NEC Paragraph 250.52 using a minimum of 20-ft of bare copper conductor not smaller
than No. 4 AWG . Where base of foundation is less than 20-ft in length , coil excess
conductor within base of concrete foundation . Extend grounding conductor below
grade and connect to building grounding grid, ground loop , or grounding electrode
external to concrete .
S . Install driven ground rods in manholes and handholes close to wall and set rod depth
so 4-in will extend above finished floor. Protect ground rods with double wrapping of
pressure-sensitive tape or heat shrunk insulating sleeve from 2-in above to 6-in below
concrete floor. Seal floor opening with waterproof, non-shrink grout. Where ground
rods are installed outside of manhole or handhole, provide a No. 4/0 AWG bare, tinned
copper conductor from ground rod into manhole or handhole through a waterproof
sleeve in the wall.
3 .03 INSPECTION AND TESTING
A. Inspect the grounding and bonding system conductors and connections for tightness
and proper installation.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
TEC 16660 -3
ISSUE: 0
JULY , 2010
GROUNDING SYSTEM
B. Use Biddle Direct Reading Earth Resistance Tester or equivalent test instrument to
measure resistance to ground of the system . Perform testing in accordance with test
instrument manufacturer's recommendations using the fall-of-potential method .
C . All test equipment shall be provided under this Section and approved by the Engineer.
D. Resistance to ground testing shall be performed during dry season . Submit test
results in the form of a graph showing the number of points measured (12 minimum)
and the numerical resistance to ground .
E. Testing shall be performed before energizing the distribution system .
F . A separate test shall be conducted for each building or system.
G . Test all grounded cases and metal parts associated with the electrical equipment for
continuity with the ground system .
H. Submit test results to the Engineer for review.
I. Notify the Engineer immediately if the resistance to ground for any building or system
is greater than five ohms .
END OF SECTION
CFW06057
ALERT NOTIFICAT ION AND SECURITY IMPROVEMENTS
TEC 16660 -4
ISSUE: 0
JULY , 2010
GROUNDING SYSTEM
SECTION 16723
ALERT NOTIFICATION SYSTEM
PART1 GENERAL
1.01 SUMMARY
A. The purpose of this system is to provide real-time information to all plant occupants or
personnel in the immediate vicinity of an area during emergency situations . To reduce
the risk of mass casualties , there must be a timely means of notifying plant occupants
of threats and what should be done in response to those threats in an efficient and
intelligible manner.
B. This section specifies furnishing , installation , and testing of a complete plant-wide
mass notification system with wireless communication , audible and visual appliances ,
and central control station as specified herein . The system shall include , but not be
limited to , all control and communication equipment, amplifiers , power supplies,
audible and visual alarm appliances, conduit , wire , fittings, and all other accessories
required to provide a complete and operable system. The system shall operate as a
mass notification system in accordance with UFC 4-021-01 Oct 2007 Draft and as
specified herein .
C. The Contractor shall upgrade the software and hardware on the existing integrated
base station at the South Holly Water Plant as needed for the system to function
similar to the proposed new system at the Rolling Hills Water Treatment Plant. The
work includes furnishing, installing , and testing all software and hardware needed for a
complete and operable system.
D. Section includes :
1. Integrated base station
2. Autonomous Control Units
3. Field transceiver units
4. External antennae
5. Audible appl iances
6. Visual appliances
7. Speaker towers
1.02 REFERENCE STANDARDS
A. UFC 4-021-01 Oct 2007 Draft - Design and O&M: Mass Notification Systems.
B . ADA -American with Disabilities Act.
C . NFPA 70 -National Electrical Code.
D. NFPA 72 -National Fire Alarm Code.
E. NFPA 101 -Life Safety Code .
F. UL 464-Audible Signal Appliances .
G . UL 864 -Standard for Control Units and Accessories for Fire Alarm Systems .
H. UL 1203 -Speakers for Hazardous Locations .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY 2010
MFG 16723 -1 ALERT NOTIFICATION SYSTEM
I. UL 1480 -Speaker Appliances.
J . UL 1638-Visual Signaling Appliances.
1.03 QUALIFICATIONS
A. Suppliers, system integrators , and installers shall meet the qualification requirements
of UFC 4-021-01 Oct 2007 Draft.
1.04 PROGRAMMING
A. Cooper Notification shall be responsible for programming and debugging of the
system .
1.05 SUBMITTAL$
A. Submit shop drawings and product data under provisions of Section 01300 .
B. Provide exceptions list stating how a specified requirement shall be met through an
alternate means. It is assumed that the remaining requirements that are not
addressed by the exceptions list shall be implemented as specified herein.
C. Provide wiring diagrams, data sheets , and equipment ratings, as well as layout and
dimensions information.
D. Submit layout plans detailing locations of each component and wiring connection .
E. Submit battery, amplifier, and power supply sizing calculations using criteria specified
herein .
F. Submit manufacturer's installation instructions under provisions of Section 01300 .
G. Submit installer's certifications .
H. Provide Radio pass study and design .
I. Provide overall system control one-line diagram .
J. Provide workstation configuration, operation screen (color printout), database , alarm
configuration, and security setting submittal.
K . Provide training agenda .
1.06 PROJECT RECORD PLANS
A. Submit record documents under the provisions of Section 01720.
1.07 OPERATION AND MAINTENANCE DATA
A. Submit operation and maintenance data under prov1s1ons of Section 01430. In
addi t ion to the requirements of Section 01430 , include the following :
1. Operating instructions, and maintenance and repair procedures .
2 . Recommended spare parts list.
3. Manufacturer representative 's letter stating that system is operational.
4 . Copy of approved submittal information from 1.04 .
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY 2010
MFG 16723 -2 ALERT NOTIFICATION SYSTEM
1.08 DELIVERY, STORAGE, AND HANDLING
A. Deliver products to site under provisions of Section 01600 .
B. Store and protect products under provisions of Section 01600 .
C. Store electronic components off-site in a controlled environment between 55 and 78
degrees F, and 45 to 65 percent relative humidity . Deliver to project only when ready
for final installation .
1.09 EXISTING CONDITIONS
A. Verify existing conditions of systems installation , which affects work under this section
by visiting the project sites , examining , taking measurements , and recording data of
existing installations and equipment. Prior to commencing work , immediately report to
the Owner any discrepancies to the project documents of actual field conditions .
1.10 WARRANTIES
A. General. Comply with Section 01740 .
1.11 MAINTENANCE
A. Maintenance Service : Provide four (4) manufacturer's authorized representative
inspections under provisions of Section 01650 , one per quarter during warranty period.
Test and make adjustments and repairs where needed .
B. Extra Materials:
1. Provide two (2) keys for each type lock installed under prov isions of Section
01700 .
2. Provide one (1) spare Autonomous Control Unit (ACU) to include a Transceiver.
3. Provide three (3) Transceivers.
PART 2 PRODUCTS
2.01 GENERAL
A. Provide an Alert Notification System, which operates on 2.4 GHz Spread Spectrum
Frequency providing Fault Tolerance and interference -immune communications , (other
frequencies will not be acceptable) unlicensed , capable of two-way status monitoring ,
and control of voice , tone , and visual communications . All systems must have
uninterrupted power supplies . The provided UPS shall be sized to provide at least 30
minutes emergency power for the equipment. System shall be audible and visual in
designated locations in exterior and interior plant locations.
2.02 MANUFACTURERS
A. Cooper Industries is the only acceptable supplier.
2.03 INTEGRATED BASE STATION
A. Provide an integrated base station with computer-based transceiver unit, audio-data
interface unit , uninterruptible power supply, and cabinet with solid steel door. Cooper
Notification Model IBS 001 or approved equal.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 16723 -3
ISSUE : 0
JULY 2010
ALERT NOTIFICATION SYSTEM
B. Coordinate with the City IT Department to obtain workstation and network equipment
IP address and network configuration requirements .
C. Computer: Provide desktop workstation with operational software and the following
minimum system requirements :
1. Dual Core Processor with speed (minimum) ............................................... 3 .0 GHz
2. System memory (minimum) ......................................................................... .4.0 GB
3. Ha rd drive storage (minimum) ..................................................................... 500 GB
4. Drive 1 ............................................................................................................... 3.5 "
5. Drive 2 ........................................................................... Combination DVD/CD-RW
6. Flat panel monitor ............................................................................................... 24 "
7. USB ........................................................ 4 ports (at least accessible from the front)
8. Printer ................................................................................................. HP Laser Jet
9. Operating System ................................................. Windows XP Operating System
10 . Software ................. Cooper Notification Waves Alerter software or approved equal
11 . Telephone Control Module ........................... Cooper Notification Model DTMF-200
12. Dell computer with Dell hardware support ................. 5 year onsite service support.
D. Audio Data Interface Unit: Provide an Audio Data Interface Unit that is capable of
activating the plant's audible and visual notification appliances individually and 18 user
programmable function "hot " keys. Cooper Notificat ion model ADU-301 , UWl-1301 or
approved equal :
CFW06057
1. Capable of receiving status information from remote sites after tests or emergency
act ivation .
2. Print system information gathered by the Aud io Data Interface Unit.
3. The Audio Data Interface Unit shall act as an interface between the radio
communication system and the software operating systems equipped with a
graphical software package that will allow the operator to perform the following
functions:
a . Control the entire system by use of a graphic user interface from the central
control point(s).
b. Display detailed aerial site maps with the plant 's system transceivers and
panels represented by colored icons .
c. Allow users to add a minimum of 16 map views and add system transceivers
and panels icons to each map .
d. Report system transceivers and panel status ; poll and activate the system
from the map screen.
e . Provide the ability to activate individual , zone , or all appliances within the
system .
f . Provide complete status detail of each system transceiver and panel by
clicking the corresponding colored icon on the map screen .
g . Program and read from all of the system transceivers and panels from the
integrated base station to eliminate the need to visit sites for reprogramming.
h. Provide for optional user-configurable additional security measures definable
for individual sites .
i. Use a 32 -bit operating system designed for Windows XP versions , and meet
standard operating criteria of new computer systems.
j . Provide full status reports on remote site parameters, system log entries ,
activation records , and configuration and RTU status . The software shall
include a database configuration to allow the adm inistrator to generate
reports based on single or multiple criteria . The reports shall be capable of
being viewed on the PC monitor, printed , or exported for manipulation within
a standard spreadsheet or database software package such as Microsoft
Excel or Microsoft Access.
ALERT NOTIFICAT ION AND SECURITY IMPROVEM ENTS
ISSUE: 0
JU LY 2010
MFG 16723 -4 ALERT NOTIFICATION SYSTEM
k. System to have capability to provide an audible notification of off-normal
conditions, to alert the operator.
I. Display an alert when an ACU is activated locally.
m. Provide a minimum of 18 user configurable hotkeys for fast and accurate
activation.
n. Provide multiple password security to control access to activation,
configuration, and hotkey control.
o. Provide a demo mode, which eliminates the risk of activation while training,
but still allows users to poll the system and/or receive automatic change in
status reports.
p. Provide for at least three user-configurable events , which can be
automatically scheduled daily, weekly , or monthly . These events allow the
user to program automatic monthly activation tests; daily, weekly, or monthly
quiet tests, and/or other regularly scheduled events.
q. Provide a customer-defined automatic sequential call-out list of at least 10
numbers that will be called in the event of a change in status or alarm
function. The system should also allow users to call into the system to hear
and respond to change in status reports .
r. Provide a customer-defined automatic email function that will send a notice to
at least 10 personnel in the event of a change in status or alarm function . This
feature shall also be added to the existing system at the Holly Complex.
s. Provide remote, password-protected accessibility to the base station through
the City's network to allow key City personnel to remotely view the status of
the system and activate the programmed alarms .
t. Initial pre-programmed messages for each facility are attached to the end of
this specification . The City reserves the right to change the messages ;
therefore , the Contractor shall contact the Engineer before recording the
messages to verify content.
E. Base Transceiver Unit: Shall transmit and receive multiple channels of audio and
visual programming as well as RS-232 data , control information, and supervisory
diagnostics . Cooper Notification Model CRLU-201 or approved equal.
F. Power Supply: Provide high performance uninterruptible power supply . Cooper
Notification Model UPS-901 or approved equal.
G . Cabinet: Provide painted steel, freestanding, low profile , rack mounting cabinet with
solid steel door and tabletop . Provide adequate tabletop space to comfortably arrange
monitor, printer, keyboard , and mouse.
H. The Contractor shall upgrade the software and hardware on the existing integrated
base station at the South Holly Water Plant. The work shall include at least the
following items .
1. Upgrade the software as needed so that each plant is using the same software
version and the systems function in a similar manner to the proposed new system
at the Rolling Hills Water Treatment Plant.
2. Upgrade the hardware as necessary to allow the system to have all the
functionality as stipulated in Paragraph 2 .03.C .
2.04 AUTONOMOUS CONTROL UNITS
A. The Autonomous Control Unit includes an Audio Command Center and Field
Transceiver Unit. The Audio Command Center shall be capable of dispatching a
minimum of seven different programmable messages from the Integrated Base
Station , delivering live voice messages using an integral microphone , functioning as
CFW06057
ALERT NOTIF ICATION AND SECURITY IMPROVEMENTS
MFG 16723 -5
ISSUE: 0
JULY 2010
ALERT NOTIFICATION SYSTEM
the audio and data input/output node . Cooper Notification Model ACU-340 or Safepath
SP40S , or approved equal.
1. Audio Power Supply : 40W, BOW , 160W, 320W in a single unit. Combinations and
additional output power available with expansion un its . Size power supply for all
panel-connected audio/visual appliances with an additional capacity of ten percent
for future connected appliances .
2. Speaker Zones : 1, 2, or 4 ; provide additional zones with expansion units .
3. Speaker System : 25V or 70V, selectable.
4 . Stored Messages : Default is 8 locally and 128 stored in the IBS .
5. Message Repeats : Configurable for up to 3 or continuous play.
6 . Power Supply: High performance uninterruptible power supply . Cooper
Notification Model M70-04-113 or approved equal. Battery backup over 10 hours
in standby mode .
7. Diagnostics : Status LEDs indicate power failure , battery trouble , open or short
speaker circuit, and trouble with amplifier, microphone , controller, or external
strobe unit.
8. Initial pre-programmed messages for each facility are attached to the end of this
specification. The City reserves the right to change the messages ; therefore , the
Contractor shall contact the Engineer before recording the messages to verify
content.
9. When an ACU is activated locally , an alert shall be displayed on the IBS .
B. Electronic Controller and Tone Generator: Provide electronic controller with battery
operation and programmable tone generator capable of clear undistorted voice and
warning tone reproduction . The controller shall allow for various power level
configurations, UL-listed to meet safety standards for fire and shock , and capable of
operating both outdoor speaker arrays and indoor speakers . The tone generator shall
be microprocessor-controlled , stable in frequency and tone duration to within <1 % over
the rated temperature range , and capable of generating tones in the range of 300 -
1500 Hz.
1. Provide user programmable warning tones with software necessary for
programming .
2 . Provide at least 6 warning tones to satisfy current and future warning
requirements.
3. Provide independent programmable tone duration for durations from 1 second to
10 minutes .
4. Provide software for creating customized tones . Include a minimum of 16 digitally
stored voice messages , with up to eight (8) minutes of digital messaging stored at
each controller.
5. Provide a minimum bandwidth of 3 KHz for digital voice messages.
6 . Provide volume control available to enable separate levels for live and digitally
recorded messages .
7 . Program warning scenarios into predefined functions such that a combination of
separate functions may be controlled sequentially by the activation of only one
command .
8 . Provide for a minimum of 10 programmable sequential functions to enable custom
warning scenarios to be developed.
9. Use Narrow Band Signaling in high no ise areas to ensure personnel can clearly
hear tones with high -noise producing equipment operating . Contractor is
responsible for performing all field testing necessary to adequately configure the
systems .
C. Provide supervision of appliance circuits by continually monitoring the line integrity and
automatically reporting any failure to the integrated base station without operator
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVE MENTS
MFG 16723 -6
ISSUE : 0
JULY 2010
ALERT NOTIFICAT ION SYSTEM
inquiry. Also supply supervision of the output of the system during quiet testing, and
report a loss of more than 25% of a circuit output as a "fail".
D. Provide programmable activation codes using Windows®-based programming
software. Employ the controller's operating system with non-volatile re-programmable
FLASH memory. Store user configuration data in non-volatile E2 memory . Allow
reprogramming of both memory types in the field over a serial port without changing
any IC chips. Allow user configuration data updates over-the-air from the integrated
base station software .
E. Provide a minimum of seven controllable audible functions and CANCEL using both
local push-button controls and remote contact closure inputs. Additional audible
functions including the seven functions, 16 possible stored voice messages , and
broadcast P.A. functions must be available to allow the speakers to be interfaced to
future types of control and status monitoring systems via an RS232 Port.
F . Amplifiers: To ensure clear voice and tone reproduction, provide amplifier outputs
rated continuously at full power for a minimum of 30 minutes without damage, which
are uniform to within +3dB over a 300 -3000Hz range with less than 3% distortion .
Provide modular construction for easy replacement, and allow removal and installation
of an amplifier without removing power. Incorporate protection circuitry for protection,
with automatic reset , against short circuit and over temperature conditions. Provide a
low power mode for testing speaker functions at low volume. Provide zoned control of
individual amplifiers to selectively activate speakers in separate locations. Provide a
minimum of four zones per amplifier. Provide visual LED Indicators for detection of:
1. Computer Clock -LED should show steady red light , showing that microprocessor
is working.
2 . Signal Line(s) Active
3. P.A. Active
4 . RS232 ports are operational -both receive and transmit (if applicable .)
5 . Radio Carrier Detect (if applicable.)
6 . Amplifier Active
7 . Amplifier Fault(s)
G . Local Diagnostics: Provide local diagnostic indications with the minimum following
indications :
1. Controller Power -LED should blink showing that microprocessor is working
2 . Signal lines active
3 . P.A. Active
4 . RS232 port is operational
5 . Radio carrier detect
6 . Amplifier active
7 . Amplifier faults
H . Provide a quiet test function to test the amplifiers and drivers at a frequency above the
human hearing range .
I. Provide dynamic control of the volume output, with a dynamic range of 20dB , of both
tone and voice messages to allow flexibility with public address and tone alert
messaging. Even within a single activation, allow volume adjustment for various
portions of a message.
J. Monitor and make available critical operating conditions to the integrated base station.
Report changes in status automatically , unless the speakers are activated . When
activated , the speakers shall only respond when requested to report to minimize traffic
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 16723 - 7
ISSUE : 0
JULY 2010
ALERT NOTIFICATION SYSTEM
in an emergency . A means to check the status of the monitored items must be made
available for use at the siren site by service personnel. All status conditions must be
made readily available for the service technician. The minimum status conditions are :
1. Cabinet intrusion
2. DC Voltage
3. Battery charger
4 . Tone generator
5. Amplifiers and speakers
6. Mode of operation
7. Speaker tower number
8. Type and number of amplifiers and speakers
K. Provide NEMA 4X 316 stainless steel gasketed cabinets with windows to allow use in
harsh environments . Provide universal mounting brackets for pole or wall mounting .
Provide padlock hasp for each cabinet.
2.05 FIELD TRANSCEIVER UNIT
A. Field Transceiver Unit shall function as an audio and data inpuUoutput node integrated
with power supply , audio amplifiers, and battery backup. Provide digital wireless
communication with the Integrated Base Station, Autonomous Control Units , and other
Field Transceiver Units through a 16-zone by 16-sub-zone x 64-unit network structure.
Cooper Notification Model TRX-401-SMA or approved equal.
B. Provide outputs for two channels of wideband-amplified audio, two channels of
wideband line-level audio , one full duplex RS-232 data channel, one analog input, and
three digital 1/0 data pins. Provide built-in drivers for LED message signs for visual
text and graphic displays .
C. Provide built-in self-tests that are reported periodically or on-demand to the Integrated
Base Station .
D. Power Supply : Provide high performance uninterruptible power supply . Cooper
Notification Model UPS-901 .
E. Provide NEMA 4X 316 stainless steel gasketed cabinets with windows to allow use in
harsh environments. Provide universal mounting brackets for pole or wall mounting .
Provide padlock hasp for each cabinet.
2 .06 EXTERNAL ANTENNA
A. Omni-directional Antenna :
1. Frequency: 2.400 -2.484 GHz
2. Ga in : 8 dBi (6 dBd)
3. Antenna material: Fiberglass enclosed
4 . Wind survival : 125 mph
5. 27° (V) beam width
6. 50 ohms nominal impedance
7. 50 watts RF power-average
B. Provide omni antenna for Integrated Base Station , Autonomous Control Units, and
Field Transceiver Units.
2 .07 AUDIBLE APPLIANCES
A. Indoor Ceiling-mounted Speaker (Type 4) with the following minimum requirements :
CFW06057 ISSUE : 0
ALERT NOTIF ICATION AND SECURITY IMPROVEMENTS JULY 201 O
MFG 16723 -8 ALERT NOTIFICATION SYSTEM
1. 2-watt high efficiency compression driver
2. 25nov transformer with selectable watt/impedance taps
3. UL 1480 Listed
4 . Cooper Notification E90 Series Speakers, white color, with recessed box for
recessed installations and surface box for surface installations
B. Indoor/Outdoor Explosion-Proof Loudspeaker (Type 5): Re-entrant-type with the
following minimum requirements:
1. 8-watt high efficiency compression driver
2. 70V transformer with selectable watt/impedance taps
3. UL 1480 Listed
4. Class I, Division 2 enclosure per NEC Article 500
5. 400-7,000 Hz frequency response
6. 112 dB at 8 watts at one meter
7. Cooper Notification MEDC DB-20
C. Indoor/Outdoor Loudspeaker (Type 6): Re-entrant-type with the following minimum
requirements:
1. 15-watt high efficiency compression driver
2. 25n0/1 OOV transformer with an adjustable ?-position watt/impedance selector
switch
3. UL 1480 Listed
4. NEMA 3R enclosure
5. 400-4,000 Hz frequency response
6. 102 dB at 15 watts at ten feet
7. Cooper Notification STH-15S, gray color
2 .08 VISUAL APPLIANCES
A. Indoor/Outdoor Wall-mounted Industrial Strobe Unit (Type 1 ): Industrial weather
resistant-type with the following requirements:
1. 7 .5 Joules double flash light burst, 10 .5-31VCD
2. UL 1638 Listed
3. Compatible with applications requiring electrical supervision of signaling circuit
field wiring
4. Cooper Notification DC-MAX Strobe with Clear Lens
B. Indoor Wall-mounted Commercial Strobe Unit (Type 2): Commercial-type with the
following requirements:
1. Lamp: 1000 hours, 110 candela, 24VDC, 0.22A
2 . UL 1971 listed
3. Compatible with applications requiring electrical supervision of signaling circuit
field wiring
4 . Synchronous flashing where appropriate
5. Wheelock Exceder Series ST visual strobe, white color, clear lens
C. Indoor Ceiling-mounted Commercial Strobe Unit (Type 4): Commercial-type with the
following requirements:
CFW06057
1. Lamp: 1000 hours, 95 candela, 24VDC, 0 .22A
2. UL 1971 listed
3. Compatible with applications requiring electrical supervision of signaling circuit
field wiring
4. Synchronous flashing where appropriate
5. Wheelock Exceder Series ST visual strobe, white color, clear lens
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE : 0
JULY 2010
MFG 16723 -9 ALERT NOTIFICATION SYSTEM
D. Indoor/Outdoor Wall-mounted Explosion Proof Strobe Unit (Type 5) with the following
requirements:
1. Strobe Tube: 10 ,000 hours , 520 ,000 peak candlepower, 12-24VCD, 1.70-0 .70A
2. Shall meet NEMA 4X, NEMA 6, IP66 & IP67 enclosure .
3. UL Listed for Class I, Division 2, Groups A , B, C, and D; Class I Zone 1, AExd IIC
T5/T6 , and Class II , Division 2 , Groups F and G
4. Compatible with applications requiring electrical supervision of signaling circuit
field wiring
5. Synchronous flashing where appropriate
6. Cooper Notification XB15 Hazardous Location Strobe
E. LED Message Sign : PC networkable LED 1-line Message sign with the following
requirements :
1. 120V AC power cord with 3-prong plug supplied
2. Character size from 1.5" to 7.2"; format dependent
3. Extruded aluminum case
4. Message modes: 20 consisting of automatic , hold , roll (6 directions), rotate ,
sparkle-on, twinkle, interlock, wipe (6 directions), flash , and scroll
5. Continuous message entry with automatic centering in any mode
6. Real-time clock can report day and time in 12 or 24-hour format. Maintains
accurate time without power for up to two weeks .
7. Serial Computer interface-RS232 and RS485 (Multi-drop networking for up to 255
message centers)
8. Interior Wall Mount Message Signs : Cooper Notification LED16X96-IN Series
inc luding wall mounting kit
9. Exterior Wall Mount Message Sign: Cooper Not ification LED16X96-0UT Series
including wall mounting kit
2 .09 COMBINATION AUDIBLE AND VISUAL APPLIANCES
A. Indoor Wall-mounted Commercial Speaker Strobe Unit (Type 2) with the following
requirements :
1. 2-watt high efficiency compression driver
2. 25170V transformer with selectable watt/impedance taps
3. UL 1480 Listed
4 . Lamp : 1000 hours , 110 candela , 24VDC , 0.22A
5. Compatible with applications requiring electrical supervision of signaling circuit
field wiring
6 . Synchronous flashing where appropriate
7. Cooper Notification E70 Series Speaker Strobe , white color, clear lens , with flush
box for recessed installations and surface box for surf ace install
B. Indoor Ceiling-mounted Commercial Speaker Strobe Un it (Type 4) with the following
requirements:
1. 2-watt high efficiency compression driver
2 . 25170V transformer with selectable watt/impedance taps
3. UL 1480 Listed
4 . Lamp : 1000 hours , 95 candela , 24VDC , 0.22A
5. Compatible with applications requiring electrical supervision of signaling circuit
field wiring
6 . Synchronous flashing where appropriate
7. Cooper Notification E90 Series Speaker Strobe , white color, clear lens
C. Indoor High Humidity Wall Mount Speaker Strobe Unit
1. Cooper Notification ETWP , white color , clear lens
CFW06057
ALERT NOTIF ICATION AND SECURITY IMPROVE MENTS
MFG 16723 -10
ISSUE : 0
JULY 2010
ALERT NOTIFICATION SYSTEM
D. Speaker Clusters with Strobe
1. Provide 2-horn, 3-horn, and 4-horn clusters as shown on the drawings .
2. Provide indoor model (Wheelock STH-XR series) or Weather Proof model
(Cooper STH-XM series) as shown on the drawings .
3 . Ceiling or wall mount, white or gray color , clear lens .
4. Each speaker horn 15 Watts for indoor model, 30 Watts for Weather Proof Model.
5. Omni-directional sound
6. UL 1480 Speakers , UL 1971 Strobes
7. Weather Proof model with DC-MAX strobe.
2.10 SPEAKER TOWERS
A. Provide exterior speaker towers at locations shown on the drawings. Each exterior
speaker tower shall meet or exceed the following specifications:
1. Have power supplies capable of accepting 110 to 240 VAC, 50 to 60 Hz
2. Operate from UPS power for all loads
3. Use only COTS components
4. Expandable system
5 . Field Transceiver Unit
6 . Protective NEMA4X enclosures
7 . Electrically grounded to resist lightning or power surges
B. Speaker Array :
CFW06057
1. The speaker array shall provide a sound level of 108 dB(C) at 100' on axis. The
speaker array signal strength shall be omni-directional through slit diffraction
propagation. Frequency response shall be uniform from 200-2000 Hz to insure
excellent voice reproduction .
2 . Broadcasts alarm signal and speech messages omni-directionally with high
acoustic efficiency via secure wireless links
3. Powered by 48 VDC, battery charger options include solar, wind, or constant AC
source (110-220 VDC)
4 . Special aluminum alloy horn construction provides long service life without
material fatigue
5. Easily integrated into existing communication systems
6. Redundant signal path and fault condition communication
7. HPSA Series outdoor siren systems tailorable to specific customer and
environmental needs
8. Modular siren configuration with flexibility to address specific Sound Pressure
Levels
9. Real time or scheduled trouble-shooting fault diagnostic and alarm reporting of the
individual system components
10 . Integrates with a Cooper Notification WAVES CAS (Wireless Audio Visual
Emergency Community Alerting System) or a Cooper Notification PC-based Siren
Control System . The speaker array shall be composed of modules, each of which
contains speaker drivers designed for 360 degrees of coverage , stationary, and
not rotate speakers or the sound field to disperse the sound . The drivers shall be
located to allow easy replacement through small external access doors without
any disassembly of the siren unit and without the need for special tools . The
speaker array shall be constructed of chromated aluminum and coated with
polyester powder coat paint.
11 . The speakers must be mechanically sound with the ability to withstand up to 100
mph winds . Pole mounting brackets shall be included.
12. The compression drivers must not be exposed to the environment. Access panels
must be provided for driver replacement without disassembly of the speaker.
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
ISSUE: 0
JULY 2010
MFG 16723 -11 ALERT NOTIFICATION SYSTEM
13. The siren must be able to operate in various outdoor weather conditions including
rain , ice , snow, and blowing sand without detri ment to the siren or acoustic output.
a . Sound Pressure Level : 108-127dB (A)@ 100 feet (30m), varies by model
b . Sound Dispersion: Omni directional through slit diffraction propagation
c . Number of Horns : 2 -24 horns , varies by model
d . Drivers : 2 -24 drivers, varies by model
e . Amplifiers : Amplifier un its @ 250W -3000W, varies by model
f . Batteries : 48 VDC system , 4 units @12 VDC, 24AH -130 AH
g . AC Battery Charger: 110/220V, UL listed
h . Standby Time : > 7 days
i. Message/Alarm Duration : Up to 60 minutes using internal speech memory ;
unlimited message duration using WAVES PAS integrated input
j . Mechanical Protection Degree : IP 54
k . Operating Temperature: -13° -+140°F or-25°C -+60°C
I. Cabinet Dimensions (HxWxD): 32 x 24 x 8 in (80 x 60 x 20 cm)
C . Provide electronic controller with battery operation and programmable tone generator
capable of clear undistorted voice and warning tone reproduction . The controller shall
allow for various power level configurations , be UL listed to meet safety standards for
fire and shock, and be capable of operating both outdoor speaker arrays and indoor
speakers . The tone generator shall be microprocessor-controlled , stable in frequency
and tone duration to within <1 % over the rated temperature range , and capable of
generating tones in the range of 300 -1500 Hz. P rovide user programmable warning
tones with software necessary for programming. Provide at least 7 warning tones to
satisfy current and future warning requirements. Provide independent programmable
tone duration for durations from 1 second to 10 minutes . Provide software for creating
custom ized tones . Include a minimum of 16 digitally stored voice messages with up to
eight (8) minutes of digital messaging stored at each controller. Provide a minimum
bandwidth of 3 KHz for dig ital voice messages. Provide volume control available to
enable separate levels for live and digitally recorded messages . Program warning
scenarios into predefined functions such that a combination of separate functions may
be controlled sequentially by the activation of on ly one command . Provide for a
minimum of 10 programmable sequential functions to enable custom warn ing
scenarios to be developed . Provide volume ramp up, below 5 watts power output, and
not reach full power for at least 5 seconds at startup to allow people working in close
proximity a chance to take action to avoid hearing damage.
D. Provide supervision of appliance circuits by continually monitoring the line integrity and
automatically reporting any failure to the integrated base station via the Cooper
Notification ACU-340 withou t operator inquiry.
E. Provide programmable activation codes using Windows®-based programming
software . Employ the controller's operating system with non-volatile re-programmable
FLASH memory . Store user configuration data in non-volatile E 2 memory. Allow
reprogramming of both memory types in the field over a serial port without changing
any IC chips. Allow user configuration data updates over-the-air from the integrated
base station software.
F . Provide a minimum of seven (7) controllable audible functions and CANCEL using
both local push-button controls and remote contact closure inputs . Additional audible
functions including the seven functions , 16 possible stored voice messages and
broadcast P .A. functions must be available to allow the speakers to be interfaced to
future types of control and status monitoring systems via an RS232 Port.
CFW06057
AL ERT NOTIFICATION AND SECURITY IMPROVEM ENTS
MFG 16723 -12
ISSUE: 0
JULY 2010
A LE RT NOT IF ICATION SYSTEM
G . Amplifiers : To ensure clear voice and tone reproduction , provide amplifier outputs ,
rated continuously at full power for a minimum of 30 minutes without damage, which
are uniform to within +3dB over a 300 -3000 Hz range with less than 3% distortion .
Provide modular construction for easy replacement , and allow removal and installation
of an amplifier without removing power. Incorporate protection circuitry for protection,
with automatic reset against short circuit and over temperature conditions. Provide a
low power mode for testing speaker functions at low volume . Provide zoned control of
individual amplifiers to selectively activate speakers in separate locations. Provide a
minimum of six zones per amplifier. Provide visual LED Indicators for detection of:
1. Computer Clock -LED should blink , showing that microprocessor is working .
2. Signal Line(s) Active
3. P.A. Active
4. RS232 ports are operational -both receive and transmit (if applicable.)
5. Radio Carrier Detect (if applicable.)
6 . Amplifier Active
7 . Amplifier Fault(s)
H. Local Diagnostics: Provide local diagnostic indications with the minimum following
indications:
1. Controller Power -LED should blink showing that microprocessor is working .
2 . Signal lines active
3. P.A. Active
4 . RS232 port is operational
5. Radio carrier detect
6 . Amplifier active
7. Amplifier faults
I. Provide a quiet test function to test the amplifiers and drivers at a frequency above the
human hearing range .
J . Provide dynamic control of the volume output, with a dynamic range of 20dB, of both
tone and voice messages to allow flexibility with public address and tone alert
messaging. Even within a single activation, allow volume adjustment for various
portions of a message.
K . Monitor and make available critical operating conditions to the integrated base station .
Report changes in status automatically, unless the speakers are activated . When
activated , the speakers shall only respond when requested to report to minimize traffic
in an emergency . A means to check the status of the monitored items must be made
available for use at the siren site by service personnel. All status conditions must be
made readily available for the service technician. The minimum status conditions are:
1. Cabinet intrusion
2. AC Voltage
3. DC Voltage
4. Battery charger
5. Tone generator
6 . Amplifiers and speakers
7. Mode of operation
8. Speaker tower number
9. Type and number of amplifiers and speakers
L. Provide NEMA 4X 316 stainless steel gasketed cabinets with windows to allow use in
harsh environments. Provide universal mounting brackets for pole or wall mounting .
Provide padlock hasp for each cabinet.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 16723 -13
ISSUE : 0
JULY 2010
ALERT NOTIFICATION SYSTEM
2.11 CONDUIT, WIRE, AND CABLE
A. Provide conduit in accordance with Section 16110.
B. Provide wire and cable in accordance with Section 16120.
PART 3 EXECUTION
3.01 SHOP TESTING
A. To minimize customization of the base station programming in the field, the supplier
shall initially program and customize the system at the supplier's facility prior to
shipment of each base station . The Contractor shall pay transportation, lodging and
meal expenses for three (3) personnel to visit the supplier's facility and view a
demonstration of the customized system . The supp lier shall incorporate the Engineer's
comments into the system prior to shipping the base station. The three (3) personnel
shall include the Engineer and two City employees ,
3 .02 EXAMINATION
A. Verify that poles and stands for equipment are set in proper place and conduits are
stubbed up properly.
3.03 SYSTEM TESTING
A. Test, adjust, and calibrate each piece of equipment in off-site facility in accordance
with manufacturer's instructions for optimum performance .
B. Test system noise levels so that the system produces intelligible sound that exceeds
the prevailing sound level in the room, space, or area by at least 15 dbA, or exceeds
any maximum sound level with duration of 60 seconds by 5 dbA, whichever is louder.
An average ambient sound level greater than 105 dBA shall require the use of visual
notification appliance (s). The total sound pressure level produced by combining the
ambient sound pressure level with all audible notification appliances operating shall
not exceed 110 dBA at the minimum hearing distance . Record test results and submit.
C. The fully operational system must complete a 30 day integrity test period whereby the
system performs as required without a system crash or major fault. The system must
complete a 30 day operational test before acceptance by the Owner. If a system crash
or major fault occurs during the test period, the system shall be modified as necessary
and an additional 30 day integrity test period shall begin .
3.04 INSTALLATION
A. Provide system terminations at integrated base station , Autonomous Control Units,
transceivers, and speaker towers.
B. Provide supervision for wiring opens and shorts .
C. Adjust system sound levels both at amplifier and speaker locations to obtain a
balanced system.
D. Provide wiring , cables , and conduit in accordance with other sections of these
specifications.
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 16723 -14
ISSUE: 0
JULY 2010
ALERT NOTIFICATION SYSTEM
E. Accomplish work with personnel experienced in the installation of the specific type
system . Provide the services of a qualified techn ician to supervise the installation ,
testing , and adjustment.
F. Provide appropriate color-coding for the conductors of the system .
G. Provide final connections of the system equipment under the superv1s1on of the
manufacturer's representative as well as the final balancing of the audible levels
controlled by the system . Provide intercommunications to other systems and devices .
H. Label wiring at terminations in pull , junction , and outlet boxes .
I. Zone system in accordance with the Contract Documents. Provide grounding .
J . Terminate conductors in panel and cabinets on terminal strips with separate point for
each conductor. Number terminations consistent with approved wiring diagram
attached to inside of door of panels and cabinets . Connect wiring neatly to terminal
strips . Connect clip with nylon cable straps or lace with jute cord. Set up termination
of cabling so that sections of the system may be isolated or shorted out for servicing .
K. From integrated base station , provide one 3/4-inch conduit to nearest telephone
backboard or panel location for remote communication to the system.
L. In multiple strobe locations , synchronize strobe units in accordance with NFPA 72 .
M. Install cables in raceways in accordance with Section 16110 -Raceways .
3.05 IDENTIFICATION
A. Comply with provisions of Section 16012 .
B. Provide identification for all equipment and cables .
C. Identify equipment power circuit in junction boxes and pole bases involved in the work .
3.06 MANUFACTURER'S FIELD SERVICES
A. Provide manufacturer's field services for equipment installations under provisions of
Section 01640 .
B. Include services of manufacturer's approved technician to supervise installation ,
adjustments , final connections , and testing .
3.07 DEMONSTRATION
A. Provide demonstration under provisions of Section 01650 .
3 .08 PERSONNEL TRAINING
A. Provide training under provisions of Section 01650 .
B. Training of personnel in the use , capabilities, and general maintenance of the system
will be provided by the Contractor as part of the initial installation . Training of no more
than 25 people will occur in two sessions at each plant.
C. Initial training should be completed no later than thirty days after completion of
required work . Manufacturer must certify individuals as having completed the training
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 16723 -15
ISSUE : 0
JULY 2010
ALERT NOTIFICATION SYSTEM
as qualified instructors on specified operation and maintenance of the PAS . Training
will be sufficient to ensure personnel are trained to perform the following :
1. The proper administration, use, and operation of the system .
2 . Maintenance on the system in accordance with the manufacturer's
recommendations and the standards and reference for the equipment.
3. Analyzing system problems in accordance with the manufacturer's
recommendations and the standards and reference for the equipment.
4 . Determine which hardware needs maintenance.
5. Determine which hardware needs replacement upon failure .
D. Provide advanced training for three (3) City personnel that will include necessary
instruction and references related to the programming and customization of the
system. This training shall be performed either at the vendor's facilities or at the plant
site. If travel of personnel is required, the Contractor shall pay for transportation,
lodging and meal expenses for personnel. Advanced training shall include at least 24
hours of classroom instruction.
END OF SECTION
CFW06057
ALERT NOTIFICATION AND SECURITY IMPROVEMENTS
MFG 16723 -16
ISSUE: 0
JULY 2010
ALERT NOTIFICATION SYSTEM
Rolling Hills Alert Notification
Alert Tone Message Comments
1. Severe Wail-Standard Severe Weather -Proceed to Nearest Repeat Tone and Message
Weather National Signal Designated Shelter Area Three Times
Clima Severo -Proceda a el area de Albergue
Designado mas cercano
2 . Chemical Whoop Slow Chemical Release Detected -Evacuate to Continuous alarm until
Release/ Designated Assembly Points manually deactivated
Evacuation Emergencia -Deteccion de Derrame Qufmico -
Evacuese hacia Lugares de Reunion
Designados .
3 . Evacuation -National Standard Emergency -Evacuate to Designated Assembly Continuous alarm until
Non-Chemical Evacuation S igna l Po ints manually deactivated
Release Emergencia -Evacuese hacia Lugares de Emergency Reunion Designados
4 . Intruder Alert Yeow Intruder Alert -Secure Your Work Place and Repeat Tone and Message
Wait for Further Notice Three Times
Alerta de lntruso -Asegure Su Lugar de Trabajo
y Espere Nuevo Aviso
5. All Clear National Standard All Clear-Emergency is Terminated -Return to Repeat Tone and Message
All Clear S igna l Your Work Areas Three Times
Serial de Fin de Alarma -La Emergencia ha
Terminado -Regrese a sus Lugares de Trabajo
6 . Test "Test of the Th is is only a test of the Emergency Alert Repeat Tone and Message
Emergency Notification System Three Times
Alerting Esto es solo unia PRUEBA del Sistema de alerta System.wav" de Emergencia
CONTRACTS BONDS AND INSURANCE
ADDITIONAL INFORMATION
PRODUCER
MARSH USA INC .
99 HIGH STREET
BOSTON , MA 02110
Attn : Boston .CertRequest@marsh .com / Fax : 212.948.4377
NYC-006184794-02
838732-TAC A-GAWU-11-12 SJONE INSURERS AFFORDING COVERAGE
INSURED
SCHNEIDER ELECTRIC BUILDINGS AMERICAS,
INC . (FORMERLY TAC AMERICAS , INC .)
1650 WEST CROSBY ROAD
CARROLL TON , TX 75006
ADDI TIONAL NAMED INSURED INCLUDES THE FOLLOWING :
INSURER G :
INSURER H:
INSURER I:
INSURER J :
SCHNEIDER ELECTRIC BUILDINGS CRITICAL SYSTEMS , INC . (FORMERLY TAC-CRITICAL SYSTEMS, INC.)
ADDITIONAL POLICIES :
WORKERS COMPENSATION: 01 /01 /11 -01 /01 /12
WC 026150040 (AR, DC ,GA,Hl ,IL ,IN ,KS ,KY ,LA ,MD ,MO ,MS ,NC ,,NM ,OK ,PA,SC ,SD ,TN ,VA) -Chartis Casualty Company
WC 026150037 (OR)-New Hampshire Insurance Company
WC 026150038 (MA,MN ,ND , NY , WA , WI, WY) -New Hampshire Insurance Company
WC 026150039 (AL, Af., CO ,CT , DE ,IA,ID ,ME , Ml ,MT ,NE ,NH ,NJ , NV, Rl ,UT ,VT , WV)-New Hampshire Insurance Company
WC 026150035 (FL) -New Hampshire Insurance Company
OHIO ONLY EXCESS WORKERS COMP: 01 /01/11 -01 /01 /12
1192359-ILLINOIS NATIONAL INSURANCE COMPANY
EMPLOYERS LIABI LI TY
EACH ACCIDENT:
DISEASE-POLICY LIMIT :
DISEASE-EACH EMPLOYEE :
SELF-INSURED RETENTION :
$4 ,000 ,000
$4 ,000 ,000
$4 ,000 ,000
$1 ,000 ,000
CONTRACTORS PROFESSIONAL AND POLLUTION LIABILITY : 01 /01 /11 -0111)1 /12
EOC4856780-00 -STEADFAST INSURANCE CO MPANY
EACH CLAIM: $5 ,000 ,000
AGGREGATE : $5 ,000 ,000
SIR: $500 ,000
CERTIFICATE HOLDER
CITY OF FORT WORTH
1000 THROCKMORTON STREET
FORT WORTH, TX 76102
AU T HORIZED RE PRESENTATIV E
of Marsh USA Inc.
Sa rah A. Stevenson
Page 2
DATE (MM/DD/YY)
07/13/2011
NAIC#
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V .T.C .A . Labor Code §406 .96 (2000), as amended , Contractor certifies that
it provides worke rs' compensation insurance coverage fo r all of its employees employed
on C ity of Fort Worth Project No . ~0~0~'---1_9_,__b=--------
ST ATE OF TEXAS
COUNTY OF TARRANT
§
§
§
CONTRACTOR
Sch neider Electric Bu i ldings Americas, Inc.
By : .> c.... h ...-, e~s.. E I e.c.-k-, ~
.5ha-i..,,... H o..-v.:-... k ...
Name :~~~
Title : A C:::.C.O\...~-+ /'->-C,c.""°tjo.<
Date : 7 / 13 / I I r 1
. Before me , the undersigned authority, on this day personally appeared S1 ~ 1 tM ) [d@,v.-, known to me to be the person whose name is subsc ribed to the
forego ing instrument and acknowledged to me that he executed the same as the act
and deed of . for the purposes and
consideration therei expr ed and in the capacity therein stated .
Given Under My Hand and Seal of Office this.M. day of W · 2011_.
Rev 4-15-10
SANDRA K JONES
MY COMMISSION EXPIRES
Februaiy 9, 20 13
~ lC,
Notary Public in and fo
Texas
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Bond Number K08524117
PERFORMANCE BOND
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL BY THE SE PRESENTS :
That we, ( J) Schneider Electr ic Buildings Americas, Inc .
Principal herein, and (2) Westchester Fire Insurance Company
corporation organized under the Jaws of the State of (3) _P_A _____ _ an d who
as
a
IS
authorized to issue surety bonds in t he State of Texas, Surety herein, are held and firmly bound
unto the City of Fort Worth, a municipal corporation locat ed in Tarrant and Denton Counties,
Texas, Obligee herein, in the sum of Two Million One Hundred Ninety Seven Thousand Ninety Five and 00/100s---
_ .. _ ... _ .. _ .. _ ... _ .. _.--~Dollars($ 2,197,095.00 ) for the payment of which sum we bind ourselves,
our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
presents.
WHEREAS, Principal has entered into a certain written contract with the Obligee dated
the 12th day of_A_p_ri_l ______ , 20~, a copy of which is attached hereto and made a part
hereof for all purpo ses, for the construction of Rolling Hills WTP, Lake Worth Spillway, and Westside WTP ,
Alert Notification and Security Improvements.
NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall
faithfully perform the work in acco rdance wit h the plans, specifications, and contract documents
and shall fully indemni fy and hold harmless the Obligee from aH costs a nd damages which
Obligee may suffer by reason of Principal 's d efault, and reimburse and repay Obligee for all
outlay and expense that Obligee may incur in making good such default, then this obligation
shall be void; otherwise, to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the
T exas Government Code, as amended , and a ll liabilities on this bond shall be determined in
accordance with the provisions of such statute, to the same extent as if it were co pied at length
herein.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the
Surety have executed this instrument.
SIGNED and SEALED this 12th day of __ A~pr_il ________ , 20_.!!_.
. '
Bond Number K08524117
Schneider Electric Buildings Americas, Inc.
Westchester Fire Insurance Company
AZ~;~ Name: Linh B. Bucholtz
eSSPdlllif Katherine J . Foreit, Attorney-In-Fact Attorney in Fact
(SE AL)
NOTE: ( 1)
(2)
(3)
Address :----------
436 WALNUT STREET, P.O . BOX 1000
Philadelphia, PA 19106
Telephone Number: 312 .775 .3143
Correct name of Principal (Contractor).
Correct name of Surety .
State of incorporation of Surety
Telephone number of surety must be stated . In addition , an orig inal copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
'I
Power of
Attorney
·····················t ~;,;:··~\i ,~f;~~~ii~}ttJf i!~f:[~l!![t~•~t!J~!:!~~~ £l :!ft ~Y;;!\t;-t t~-••~r·f~6·c~!pm?t;J;J1~-9f p~~~fiyffni~.pursuant to the
·::i~t:!~.;~ru~t!ta:~[::~!~~i·~~~;~;4i;~~;.}d on behwf of the C~;J;;of ~ds; ~~ed~rt~;recog niJies, ;9n~t is ,,;fothi~,;)4 commiuk n; ~f th e Company
> /h ) / !~eh~s!6Crniit,)\1!!>;11ik Pres iii;..1 ~~ 1/j~ Vi~~ ~iosid~ntS otii;; Company is hereby authorized to ~~~Je..,Y Written Comriiitiiien tf~r !liid ~n beh~f of !he ¢0,,;Jk;y;~~~\ !he,;~ ~f th e Com pany or
(2)
(3 )
(4)
(5)
tJ::!~·r::!{f:~w;z~~~;;ii ]~::ifjy:r~lHit:ili;~;i;:u::.~::~.:~~t:1;~.b~~;·i~·~c Co m~ti:··0~e r __ lh•·;~~··~f~;2~p~Y·~,·~i~~:i~ ... ,fih~.~~;;•J~;·•···
r}~ff!i~~i~~!lf:~:~i~ti1:~t~7t ~!t~jt~?!i;~;.~if~:.;r;;r~.:!~}J~~e~i~~j;::.~~;~~tr.~t:~;~e~~~~#Y with .
Each }fffit::~d~. the Pr~iJ~f;;.;;~e ~ii:;d eh~{~f:~(4i~;~Y.J~;b~~;;.~~:~.~d, for and on behalf of lhe Compan y3 ~:g;~;.;~(i ~~:-·writing :}::~~;.:~;~~:~(-~~ C~paJJY:~ lj~l1~;;;::··:·· .. ·-:····
txec ute, for and on behalf oflhe Compally, under th e Company's seal or otherwi se, such w'ritten Commitments of the Company as are specified in such WJitten de!C&iition, which specifi Ca't1on may be··by
genera.! ty pe or .. tj~~. of Wri tten. ~-~.Q"Yl.litments o~ .. ~Y.:.S_p.t?_c;:i_ficat ion of CHJC?.-9T.more particl:IJ~ .Writt en Commi tments . ~~;:~~%1:0~f ::,r!l ip~:;:~~~~~frr:~wI\\i1~en ~;~:~JJ!~r,;;;Q;t;;, dele~ation pursuant to this Re~l~~~~:~d th eJ~; :}Je C~nip~;:;;; ;~ ~~ed brf~;;,;1/~~ ;~~< \ .• / /
~~!:~~an~~~~,~~t~t+~~f tt!;~:~::;tJ;~~~:i::ffi ~t~ ::t;•::,~1t~~~lli:~::: ~J;~~~~~f~d1.;d*pl ofit ~-~ o;;r persons ;61,iJ, ~ion b~~~/¥\h;}
Does her eby nominate, co ii~tiW!ll and appoirit Ad;\e nn ~C Ste;~11~911 ; Bea1)'i~.fll)j\9, c{R. Hernandez, John K Jo k &-0 ~ ~~iherine iFouii iJ ,im B B\l¢~9117,, ~Ip~ ( •••....
. .•. Nosal , Sa11.dra NowakO\VSki, Theodore. C Sevier , li; au of the City of CHICA Go ; illinois, each indi vidually if ther e be more than one named: its true and l ii wful .... ····,tf fjti,i;~:.t~i~Zt·!ill~~;·£:~~1ili~Jlfi~!~ii~5t~7::~::~ '"
··•••••·······~~friii ~ii~:£1!:,ti.:;~~~i a~S~f :t~~i)ftsid ent , has hereun~·~ii.~~ht ii~.~;~ na jb;~d;trJ,;•:¢[:q~~ra (~stt . of tne ·•s~i·~···i,sTCH ESTER
WESTCHESTERFJRE INSUMNCE COMPA NY
i~'k'~
Si:¥:~ M. H~f;Y1ei~
I, the und ei ~;;~i 4As si~~;~~tJ~; dh~~ ~~s i¢;~$f·f:~ ~~E -~~ORAN CE COMPANY, doi~~;~~ cert lW ~~~(;h~ ;;;;;;~a l ~p~R ~;
which th e fofe gojb g is a su !iiiiliriiia!ly true arii:lcoir ee(copy, is)n l\i)I force;ind ~ffect.
In witness ,~h¢r;8t I t(~v¢ Jeri 4ntd $\lbscri}Jgcl ~t tj ~e ~ Ai Jis tlii,t Se (;r~tJ[and a!Ttxed the corporat;i ~ai t f t~c Jto~tici;; .th isl 4(
• THE BACK OF THIS DOCUMENT LI STS VARIOUS SECURITY FEATURES • TH AT WILL PROTECT AGA INST COPY COUNTERFEIT AND ALTERATION. •
'l •
.. \. j ,
STATE OF ILLINOIS
COUNTY OF COOK
I .... , ___ A_d_r_ie_n_n_e_C_._S __ t_ev_e_n_s_o_n _ __., a Notary Public in and for said County , do hereby
certify that _____ L_in_h_B_. _B_u_c_ho_l_tz ___ Attomey-in-Fact, of the
WESTCHESTER FIRE INSURANCE
COMPANY
A Corporation of the Commonwealth of
Penns lvania
who is personally known to me to be the same person whose name is subscribed to the foregoing
instrument, appeared before me this day in person, and acknowledged that the y signed, sealed,
and delivered said instrument for and on behalf of:
WESTCHESTER FIRE INSURANCE
COMPANY
for the uses and purposed therein set forth.
A Corporation of the Commonwealth of
Penns lvania
Given under my hand and notarial seal at my office in the City of Chicago in said County,
this ...!L day of April A.D . ~2_0_1_1 ___ _
il-A~-~(! z~
Notary Public
"OFFDN. SEJ.c
IOl9I£ C. S1FIEl8II
MJTARY Pll!I.IC, STATE CJ= 111«11
MY COftlllSSKW EXPIRES llECB&R 15, IJ11
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
'.
Bond Number K08524117
PAYMENT BOND
THE STATE OF TE XAS
COU NTY OF TARRANT
§
§
§
KNOW ALL BY THE SE PR ESENTS :
That we, (I), Schneider Electric Buildings Amer icas , Inc. as Principal herein, and
(2) Westchester Fire Insurance Company , a corporation organized and
existing under the laws of the State of (3) PA , as surety, are held and firmly bound
unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Co unties,
Texas , Obligee herein , in the amount of Two Million One Hundred Ninety Seven Thousand Ninety Five and 00/100s
_--_---_-_---_--_-------~~Dollars($ 2,197,095 .oo ) for the payment whereof, the said Principal
and Surety bind themselves and their heirs, executors, admin istrators, successors and assigns,
jointly and severally, firmly by these presents:
WHEREAS, the Principal has entered into a certain written contract w ith the Obligee
dated the ~day of April , 20___!!_, which co ntract is hereby referred to and
made a part hereof as if fully and to the same extent as if co pi ed at length , for the following
project: Rolling Hills WTP , Lake Worth Spillway, and Westside WTP , Alert Notification and Security Improvements.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
sai d Principal shall faithfully m ake payment to each and every claimant (as defined in Chapter
2253, Texas Government Code, as amended) supplying labor or materials in th e prosec ution of
the work under th e contract, then this ob li gation shall be void; otherwise, to remain in full force
and effect.
PROVIDED, HOWEVER, that this bond is executed pursu ant to Chapter 2253 of the
Texas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions o f said statute, to the sa me extent as if it were copied at length
herein.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the
Surety have executed t his instrument.
SIGNED and SEALED this 12th day of April , 20..!.!.......
Bond Number K08524117
Schneider Electric Buildings Americas , Inc.
:;INCIPAL ~t ,,t
TIEST: \ filVllA_
rincipal) Secretary
Na ~\Jld li'.~Qq
Title: \)p \f-\D{l\')ct Adttll ~-e
Westchester Fire Insurance Company
Name : Linh B. Bucho ltz
@cc: cldl y Katherine J . Foreit, Attorney-In-Fact A ttorney in Fact
(SE AL)
NOTE : ( 1)
(2)
(3)
Address:----------
436 WALNUT STREET, P .O. BOX 1000
Philadelphia, PA 19106
Telephone Number: 312 .775 .3143
Correct name of Principal (Contractor).
Correct name of Surety .
State of incorporation of Surety
Telephone number of surety must be stated . In addition, an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fa ct.
The date of bond shall not be prior to date of Contract.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
I
ci z
" a:
fi:
If .
I I · 1
Power of
Attorney
·············:;~~:~~··~;ro!;;;~~Jiif;!t.=Jfit~:.:t~ii[tt:&;!:~!=~~~ ~~:~~w•i~*Jt~~t•Alr~;·t~??~J~~~~t¥.RtP t~~~i:~¥hi~. pursuant to the
: ~~~lt~r~~itdJ!~:tf ::i:~·!~b.~.~~~~;,~d on behwf of ilie ~+tJJ r :~~~dt0 de~~"~\'.~~~.:'.Jle.'.i~oni#u an ~t~~iv ri~~ c~~jW;f ir ilie Company
(i) / • • •... Each o/l/cii~~;;;;~ ~res i;i t,ind h(~ ;;~;Pfesid~ts rif;;;~Company is hereby aoiliorized to ~:&:~~ tt~uen Co ~ihie:\;;.;;x~; be~jf pf~~2~JJ~;~~~ ~~ .. ~J :f ilie Company or
ot,h~~se. '
·~·!~~h•r:~!t~:~~ji::.i:~(i£~~~~~;;~~~i;;;;t::~~:::~~:~~;t;1;~.~/jfr •Cotf!~:~de•r•f:;t;~.;~··~~riipj;J1•r~~;~~!{f•J~;;i~;·····
~:!:~l~::1~~~?~~!\~fiitfl!;:·~'.F (3)
(2)
(4)
execute, for and on behalf of the Company, under the Company 's seal or otherwi se, such Written Commitments of the Company as are specified in such written deleg ation. which specification may be by
~eneral type o~:e,~s .ofWrittet)~~1itments o.r.:~Y.-~~.ci.ficatio n o(l?!J~.-C?f~~re partie;U;lar .W..finen Commitments .
~~t:~~~~uj~~!fa~:~:E~~i i::~id~~:.iiJ1rr~f~:~!t;tiin,~~;fi d~if.f~tion pursuant lo iliis Re~::F~itd ili•if :~i~ ~t;p ~i;;~~.;;.~tt i~;~~:;+;. Df iii t > (5)
~~~:~~anit!i1d-1,m;t~;~iib~~:~:.",\j;J}d~::i~! ~~::(4:t~~ili:J'::: ~~;;~:::,f~~r0:ii;;t~~i~plof~; ~do ~~ persons ;;~1J9t Jon ~r ttme }
Does herehy nominate , ~ifu:i~~ '~~ ap;irit~~;;~:~~ ~t 6v~ijW~:.k~!tr,j~ ~o;;;;:.cr Hernandez, John K 1dkri s:~~~iterinei Fo ;:~:t~' ~~J;pJtz;•jJtlki : .) • {
Nosal , Sandra Nowak9w~ki, Theodor~<: Sevier, jr; ~II of the City of CHICAGO ; Illinois, each individually if there be inore th;m one nam ei{ its true andlawful . ··.·· .. ifl!iSitia!it~::i~~fiteliti1=1i;;~i,i::~;,~;,
·.·.·.• ··. .·.·.·• ··• ··::·.> ·• . . . tw!1.rz:~N1~~t~f~j1~}:~1~t~~~::;:;i{1¢D~resident, has hereunto ~cil)~d i&~hi~ na;;;b:1r~ aW.~~~th~ q&~ra t~ i~~Jof tlilihi1 wisTCHESTER
WESTCHESTERfrnE INSUAANCE. COMJ'ANY ¥~f.~::~1(
• THE BACK OF THIS DOCUMENT LI STS VARIOUS SECURITY FEATURES • THAT WILL PROTECT AGAIN ST COPY COUNTERFEIT AND ALTERATION . •
-: -,:.. '
< ~--
' ~.
00583895 .6
STATE OF ILLINOIS
COUNTY OF COOK
I.._, __ ..a..A--"d=r..a..ie __ n __ n __ e_C __ . ___ S ...... t __ ev ..... e .... n""'s--o=n _ __., a Notary Public in and for said County, do hereb y
certify that _____ L_in_h_B_. _B_u_c_ho_l_tz ___ Attomey-in-Fact, of the
WESTCHESTER FIRE INSURANCE
COMPANY
A Corporation of the Commonwealth of
Penns lvania
who is personally known to me to be the same person whose name is subscribed to the foregoing
instrument, appeared before me this day in person , and acknowledged that the y signed, sealed ,
and delivered said instrument for and on behalf of:
WESTCHESTER FIRE INSURANCE
COMPANY
for the uses and purposed therein set forth .
A Corporation of the Commonwealth of
Penns lvania
Given under my hand and notarial seal at my office in the City of Chicago in said County,
this _ll._ day of April A.D. __.;;2;;..;0..;;;1.aa..1 ___ _
~-~~ai~ No t4ry Public
'OFF1CIAL Sf}l
ADRIENNE C. STE\IENS(JI
NOTARY PUBUC, STAlE OF D..UNIJS
MY COMM1SSION EXPIRES DECEMBER 15, 2011 OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
THE STATE OF TEXAS
COUNTY OF TARRANT
KNOW ALL BY THESE PRESENTS :
§
§
§
MAINTENANCE BOND
T hat Schneider Electric Buildings Americas, Inc.
Bond Number K08524154
("Cont racto r"), as
principal , and , Westchester Fire lnsurance_Company ----·--a corporation organ ized under the laws of the
State of PA , ("Surety"), do hereby acknowledge themselves to be held and bound to
pay unto the City of Fort Worth , a Mun icipal Corporation chartered by virtue of Const itu tion and laws
of the State of Texas, ("City") in Tarrant County, Texas, the sum of Two Million One Hundred Ninety Seven
Thousand Ninety Five and 00/100s---· Dollars
($ 2 ,197,095.00---), lawful money of the United States , for payment of which sum well and
truly be made unto said City and its successors , said Contractor and Surety do hereby bind
themselves , their hei rs , executo rs, admin istrators, ass igns and successors , jointly and seve rally .
This obligation is condit ioned , however , that:
WHEREAS , said Contractor has this day entered into a written Contract with the City of Fort
Worth, dated the 12th of April , 20~. a copy of which is hereto attach ed and made a
part hereof, for the performance of the following described public improvements :
Rolling Hills WTP, Lake Worth Spillway, and Westside WTP, Alert Notification and Security Improvements
the same being referred to herein and in said contract as the Wo rk and being designated as project
number(s) 0 O '-19 6 and said contract, including all of the spec ifications ,
conditions , addenda , change orders and written instruments referred to therein as Contract Documents
being inco rporated he rein and being made a part hereof; and ,
WHEREAS, in said Contract , Contractor binds itself to use such materials and to so constru ct
t he work that it will remain in good repair and cond it ion for and during a period of after the date of the
f inal acceptance of the work by the City ; and
WHEREAS , sa id Co ntractor b inds itself to maintain said work in good repa ir and
condition for said term of Two (2) years ; and
WHEREAS , said Contractor binds itse lf to repair or reconstruct the Wo rk in whole or in
part at any t ime within said pe riod , if in the opinion of th e Director of the City of Fort Worth
Departm ent of WCA+ar , it be necessary ; and,
Bond Number K08524154
WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to
repair or reconstruct said Work as herein provided.
NOW THEREFORE, if said Contractor shall keep and perform its said agreement to
maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said
Contract, these presents shall be null and void, and have no force or effect . Otherwise , this
Bond shall be and remain in full force and effect, and the City shall have and recover f rom
Contractor and Surety damages in the premises as prescribed by said Contract.
This obligation shall be a continuing one and successive recoveries may be had hereon
for successive breaches until the full amount hereof is exhausted.
IN WITNESS WHEREOF, this instrument is executed in _o_n_e __ counterparts, each of
which shall be deemed an original, this 12th day of __ A_pr_i1 ______ , A.O . 20_1_1 _.
ATTEST: ...
(S E A L) } /)~~ "
~Mdl ~l.fl 3f retary
ATTEST:
_ (SE AL)
3€Clcl&l)L Katherine J. Foreit,
Attorney-In-Fact
Schneider Electric Buildings Americas , Inc .
Contractor
By:---i---.--..::::-c-ir.-~r-r+7"1c--1~~---
Name :....,..i.....&.:~~~~....!.l,,,~IIIFI-~~---
Title : _ .......... ...____.___._,__._.,...,,~_..-----
Westchester Fire Insurance Company
Surety
By ~544:/~,
Name : Linh B. Bucholtz
T . I Attorney-In-Fact
It e: --------------
436 WALNUT STREET, P.O . BOX 1000
Philadelphia, PA 19106
Address
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
I
I
•
~ ..
Power of
Attorney
INSURAN l liJ~ff··
· ·>\c:,•··)•·•· .•. ·.•••·.eli · .,~\1·:::lJ ::.~~:;~;· --, ... :~.Jt ,,i '"u ,,...J..,!Lll. -~..J~ .... ~~~'-·
. < !~c,if ;i c~;~;ii;~ ;resfa~Jajii! iI vi W ~(~i~~~ .;fi ;~ompany is hereby aulhorized to :t~~Y i ~tten Co~!me:t ;~r a.,J:~ be~l ofJl)e ¢o~)J;yi;;;; ~esi~ ~f !he Company or
(2)
(3)
(4)
(5)
~Jti :i 'f.";;t~:;t:i~:~t!l!tr;::;:i~j70:~i\~t~t; ~~;~~h;t:':.~ ~,°;:~::~;i:::~ ij~~alf <if the Corn~~y. lOlder the ie~j!the fo~911 y~t olhe~~' ~ilie W~t.th ~( • ·
ri!ifl~*i;~;~~!~:~:~~t~~~t~f:~t~J~tfi~i:ir,1:~f.r:~fl~~~£t$£l~\;:?;.~t:~r1.~tt:~~~;;~m~y wilh
Each o(ili ~Ch:aiitii;;,, lhe Pr.;icl,l,ii iit!4Y ~.i Pfesideh\hrthet~~;.;;;;;,,:beieby)uth~rized, for 411d on behalf of the Compan /;ii u*g~ie\~ writing an;dther9f\i~itth e t'drn pawy1¥ ~uliiS%,f9 • >
execute, for afld on behalf of the Compa'ny , under the CompArly 's seal or othCrwise , such Written Commitments of the Company as are specified in such written delegation, which spe"d fiC a'tion may be.bY
ceneral type or..tj~.ofWntten.~.<m1:fllitments o~ by .s_~~ification o('.Q~~-9r.n:i,ore particular.Written Comnutments . ~~;~~;o:lt2~f':rt ~i ::l~~; i~i:.i:~\V1~t ~~;~i\~[ 1i;i~~;~(delff ~tion pursuant to iliis Res1i1~~~:t d !he ~~~ :;be ~rn)pf:i .;;~;f; aflJ~:.d i;.f ;~;~w ~iJi i i .· ..
~~~:~~ an~~t ~t.,t}t.J~~~lr~~~~:~·~fil;i~~:E:!;~ i~~:r~b~~;:::.::. :"~i~~~~~f Jd~:d f ploy;: ~~ 0~; pe~ons tX~ct}Jr J don b:~ritm; t
Does hereby nominate, c6ri~ti\\lie arid appoirilAdden!]eCstev¢1~011{BeJtj:i~foJito;C R. Hernandez. John K Jolfus?;;,~~therine J F<ir~ii;i ,.itli B BQ 8)19ltz,Ra lpfr ~ · .. J ... •·
... Nosal, Samira Nowakowski , Theodor~ C Sevier ; ii; a)lof the City of CHICAGO , illirois, each in;jividually if th~re be more than one named ,i ts tru e aiidlawful .. ·.· · ... .. ,JJmii~tfl~l:.;~iitfr'£:~it:\Fi4i1:W:;~!~PtiSii:i:~"" ;,
~!}Ifs~,rc~~itf~l:~1:.fi~~t%f t!;ii:1 f President, has hereunto ~i b,fi:ribeq his name ;ipdiffiJ<eq ¢e C:6tpornm s~~I of ihe s~iq . WESTCHESTER
~;;f ti11}Jf ~~1!!if fj;,~Ei~1fiMiii~ti~i~ii?f tl>i'
WliER;EQI', I h,iYeb~~euntQ ~~rmyJ1~11:id and affixed my officialse11l at the <:;j\):'.Qf Phili\.de)pbi ~ ¢e daya:11/:l .y~r firs\ abov e written .
t.········.·.· .. ·.·.·.·-.·.· .. i .. • .. •.• .. ·.· .. ·.· ... · ... · ........•.•.•.......•..... ·.f •. :.·.:-.· •. ·.···:· •• ·.-.".1.·.· •.•• '·.···.-·.·.,_··:··.1 ....... ~ •. ·,:·:·;.~·~:~ ... ~ .. = .. · ... ;·,·::·:.:.:.~ ... -_·.:·····.:'.·'._~.~:"".·.'.· ... ~.·.: ...... ·,•.~: .. :.·._• .. ···:·.~.:.~ .. · .. -, ..... __ .. -.: .... ·-."'.-·.: .. : .. ·.~.· .. '."":·.::;::·:·~.~·'.·· .. • .. ~.· ... ··.·:···:·-.:,·.·:.'.:.·····!·.'.: ... ·.• .. i .•• ' ...•.. · .. ···.: ............. ·.·· ·····<· .. ::. ... •·.• •••..••. ·.'·1-f. .. ~ ~ ;, .. . {:::~'·{' _ _ . +S'·':.~.~::£. •... ,: t .);:.~·"'
I, the unde @/;~~4 Assi~~~;~be(J~;.of t~;,~sf¢;~~f tft;~l:);~DR.ANCE COMPANY, cto :11erieby ce1ti1Y
which the fotegoiij g is#su!J$~tiaJlf true aii(lcoij;ec.f copy; i~j1,1 Fi ll force ~nd#Tect.
In witness wH~eJ}; I fj J~~ h~re4il t& ~QbscriJ~ Jf dte J AJ;istajlt Secr¢i;ry}and affixed the
THE BACK OF THIS DOCUMENT LISTS VAR IOUS SECURITY FEATURES • THAT WILL PROTECT AGAIN ST COPY COUNTERFEIT AND ALTERATION. •
005838957
• S U ly VOlcf palt r r rt 1f .:op1ed
•
STATE OF ILLINOIS
COUNTY OF COOK
I .. , ___ A_d_r_ie_n_n_e_C_._S_t_ev_e_n_s_o_n __ , a Notary Public in and for said County, do hereby
certify that _____ L_in_h_B_. _B_u_c_ho_l_tz ___ Attomey-in-Fact, of the
WESTCHESTER FIRE INSURANCE
COMPANY
A Corporation of the Commonwealth of
Penns lvania
who is personally known to me to be the same person whose name is subscribed to the foregoing
instrument, appeared before me this day in person, and acknowledged that they signed, sealed,
and delivered said instrument for and on behalf of:
WESTCHESTER FIRE INSURANCE
COMPANY
for the uses and purposed therein set forth.
A Corporation of the Commonwealth of
Penns lvania
Giv en under my hand and notarial seal at my office in the City of Chicago in said County,
this ...!L day of April A.D. _2""-0 __ 1=-1 ___ _
~ ... -,_c]j~
Notary Public
"()fFlCIAL-SEAI:
ADRIENNE C. STEVENSON 1 NOTARY PUBUC, STA'IE OF IU.JNaS
MY COMMISSION EXPIRES DECEMBER 15, 2011 OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH, TEXAS
CONTRACT
THE ST ATE OF TEXAS
KNOW ALL MEN BY THESE PRESENTS
COUNTY OF TARRANT
..,-wet Hh ~~. l
This Contract made and entered into this the (Day of Month here ) day of (Name of Month
here) , 20 (Yea'r here ), by and between the City of Fort Worth , a home-rule municipal corporation
situated in Tarrant, Denton , Parker, and Wise Counties , Texas , by and through its duly
authorized Assistant City Manager, ("Owner"), and (Contracting Company Name here),Schneider Electric
("Contractor"). Owner and Contractor may be re ferred to here in indiv idually as a "Party " or Buildings Americas, Inc .
collectively as the "Parties ."
WITNESSETH : That said Parties have agreed as follows :
1.
That for and in co ns ideration of the payments and agreements hereinafter mentioned to
be made and performed by the Owner, and under the conditions expressed in the bond bearing
even date herew ith , the said Contractor hereby agrees w ith the said Owner to commence and
complete the construction of certain improvements described as follows :
FOR: (Project Name and Identification here) Rolling Hills WTP, Lake worth Spillway, and
Westside WTP , Alert Notification and Security improvements .
That the work here in contemplated shall consist of the Contracto r furnish ing as an
independent contractor a ll labor, tools , appliances and materials , necessary for the construction ,..Jtll"
and completion of said project in accordance with the Plans and Specifications and Contract J. ,.,\ :::.
Documents prepared by or on behalf of the City of Fort Worth for the (Department Names here)W G-<.~ .,, ..
of the City of Fort Worth adopted by the City Counci l of the City of Fort Worth , which Plans and
Specifications and Contract Documents are hereto attached and made a part of this Contract the
same as if written herein .
3 .
The Contractor hereby agrees and binds itself to commence the construction of sa id work s ... W"
within ten (10) days after being notified in writing to do so by the (Sponsoring Department Here ) W.:,....\-e..r
Department of the City of Fort Worth .
4 .
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and fin ish the same ready for the inspection and
water Dept . of approval of thei(Sponsoring Department Here ) Department of the City of Fort Worth and City
:t: City of For/Council of the C ity of Fort Worth w ithin a period of (Number of Contracted Days here) (Calendar
Jc :h or Working here) days . (lo Months y :1.ie i>l'll"S"
6/17/09 C-1
If the Contractor should fail to complete the work as set forth in the Plans and Specifications and
Contract Documents within the time so stipulated, plus any additional time allowed as provided in
the General Conditions , there shall be deducted from any monies due or which may thereafter
become due him , the sum of $(Dollar Amount here) per working day, not as a penalty but as
liquidated damages , the Contractor and its Surety shall be liable to the Owner for such deficiency.
5.
Should the Contractor fail to begin the work herein provided for within the time herein
fixed or to carry on and complete the same according to the true meaning of the intent and terms
of said Plans , Specifications and Contract Documents, then the Owner shall have the right to
either demand the Surety to take over the work and complete same in accordance with the
Contract Documents or to take charge of and complete the work in such manner as it may deem
proper, and if in the completion thereof, the cost to the Owner shall exceed the contract price or
prices set forth in the Plans and Specifications made a part hereof, the Contractor and/or its
Surety shall pay Owner on demand in writing, setting forth and specifying an itemized statement
of the total cost thereof, said excess cost.
6 .
CONTRACTOR DOES HEREBY RELEASE, INDEMNIFY, REIMBURSE, DEFEND,
AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS, EMPLOYEES AND
VOLUNTEERS, FROM AND AGAINST ANY AND ALL LIABILITY, CLAIMS, SUITS,
DEMANDS, OR CAUSES OF ACTIONS WHICH MAY ARISE DUE TO ANY LOSS OR
DAMAGE TO PERSONAL PROPERTY, OR PERSONAL INJURY, AND/OR DEATH
OCCURRING AS A CONSEQUENCE OF THE PERFORMANCE OF THIS CONTRACT, WHEN
SUCH INJURIES, DEATH, OR DAMAGES ARE CAUSED BY THE NEGLIGENCE OF
CONTRACTOR, ITS OFFICERS, AGENTS, OR EMPLOYEES, OR THE JOINT NEGLIGENCE
OF CONTRACTOR, ITS OFFICERS, AGENTS, OR EMPLOYEES, AND ANY OTHER PERSON
OR ENTITY.
In the event Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor either (a)
submits to Owner satisfactory evidence that the claim has been settled and/or a release from the
claimant involved , or (b) provides Owner with a letter from Contractor's liability insurance carrier
that the claim has been referred to the insurance carrier.
The Director may, if deemed 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 of Fort Worth contract.
If there is a conflict between Part C -General Conditions and this Section of the
Contract, then this Section of the Contract shall prevail.
6/17/09 C-2
7 .
The Contractor agrees , upon the execution of this Contract, and before beg inning work ,
to make , execute and deliver to City of Fort Worth the following bonds in the name of the City of
Fort Worth in a sum equal to the amount of the Contract. The fo rm of the bond shall be as herein
provided and the surety must fi rst be acceptable to the City of Fort Worth. All bonds furnished
hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code , as
amended .
A If the total contract price is $25 ,000 or less , payment to the contractor shall be
made in one lump sum . Payment shall not be made for a period of 45 calendar days from the
date the work has been completed and accepted by the Owner.
B. If the contract amount is in excess of $25 ,000 , a Payment Bond shall be
executed , in the amount of the Contract , solely for the protection of all claimants supply ing labor
and material in the prosecution of the work.
C . If the Contract amount is in excess of $100 ,000 , a Performance Bond shall be
executed , in the amount of the Contract conditioned on the faithful performance of the work in
acco rdance with the Plans , Specifications , and Contract Documents. Said bond shall solely be
for the protection of the Owner.
D. A Two-year Maintenance Bond in the name of the Owner is requ ired for all
projects to insure the prompt, full and faithful performance of the general guarantee contained in
the Contract Documents .
8 .
The Owner agrees and binds itself to pay , and the Contractor agrees to receive , for all of
the afo resa id work , and for all add itions thereto or deductions therefrom , the price shown on the
Proposal subm itted by the successful bidder hereto attached and made a part hereof. Payment
will be made in monthly installments upon actual work completed by Contractor and accepted by
the Owner and receipt of invoice f rom the Contractor. The agreed upon total Contract amount
(including/excluding) alternates (Alternate Names or "n/a" here)~ one and two shall
be (Dollar Amount Spelled Out here) Dollars , ($(Dollar Amount Shown Numerically here)).
Two Mi llion , one hundre d ninety seven thousand , nine t y five dollars -$2,197,095 ;00
Both Parties agree and acknowledge that the provisions of Section C1-1 .27, Section C5-
5.5 Section C5-5.17 Section C7-7.12 Section C8-8 .8 shall be carried out in concert with the City
Adm inistrative Regulations and City Code, including but not limited to City Code Section 2-9(f)
which states : "[w]here any individual change order pertaining to a public works contract involves
an increase or decrease in cost of twenty-five thousand dollars ($25 ,000 .00) or less , the change
order may be approved and executed by the city manager upon the written recommendation of
the director of the department responsible for such work and without the necessity of city council
approval ; provided , however, that sufficient funds have previously been appropriated for paymen t
of such added cost."
9 .
It is further agreed that the performance of this Contract, whether in whole or in part, shall
not be sublet or assigned to anyone else by said Contractor without the written consent of the
Owner. Any request for any sublease or ass ignment shall be made in writing and submitted to
the Director of the (Sponsoring Department Here ) Department.
S1Ai1'° t.cJ .,.._~
6/1 7/09 C-3
10.
The Contractor agrees to pay at least the minimum wage per hour for all labor as the
same is classified , promulgated and set out by t he City of Fort Worth , Texas , a copy of which is
attached hereto and made a part hereof the same as if it were copied verbatim herein .
11.
It is mutual ly agreed and understood that this Contract is made and entered into by the
Parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth
and the laws of the State of Texas with references to and governing all matters affecting this
Contract, and the Contractor agrees to fully comply with all the provisions of the same .
IN WITNESS THEREOF , the City of Fort Worth has caused this instrument to be signed in
counterparts in its name and on its behalf by the City Manager and attested by its Secretary , w ith
the corporate seal of the City of Fort Worth attached . The Contractor has executed this
instrument through its duly authorized officers in (Num~here) counterparts with its corporate
seal attached . ~~
Done in Fort Worth , Texas , this the \@,,_ day ; ~\,U...\--, AD., 20_1\
DIRECTOR , (Sponsoring Department
Here)DEPARTMENT
Schneider El ectric Buildings Americas, Inc .
CONTRACTOR
Thomas Authier
PEW Br anch Ma nager
TITLE
J 6 5D We st Cros by Rd ,, Carrollton . TX 75006
ADDRESS
I NO M&C REQ UIRED
C ITY OF FORT WORTH
BY: 5--~-~--' LJ. -
ASSISTANT CITY MANAGER
ATTEST:
APPROVED AS TO~ AND LEGALITY:
OFFICIAL RECORD
CITY SECRETARY
FT, WORTH, TX
6/17/09 C-4