Loading...
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