Loading...
HomeMy WebLinkAboutContract 37225City of Fort Worth, Texas Water Department ROLLING HILLS WATER TREATMENT PLANT FACILITIES UPGRADE AND 40-MGD EXPANSION FILTER NO. 12 REHABILITATION PREPARED BY: PROJECT WTR-2008-510001 MAY 2008 06 -18 -0 8 A00922-MI ]JORIGINAL Page 1 of 2 City of Fort Worth, Texas COUNCIL ACTION: Approved on 6/20/2008 DATE: Tuesday, May 20, 2008 LOG NAME.: 60ROLLING HILLS REFERENCE NO.: C-22817 SUBJECT: Authorize Execution of a Contract with Archer Western Contractors, Ltd., for the Rehabilitation of Filter No. 12 at the Rolling Hills Water Treatment Plant in the Amount of $146,500.00 RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Archer Western Contractors, Ltd., for the Rehabilitation of Filter No. 12 at the Rolling Hills Water Treatment Plant in the amount of $146,500.00. DISCUSSION: On August 12, 2003, (M&C C-19707) the City Council authorized a construction contract with Archer Western Contractors, Ltd., for the Rolling Hills Water Treatment Plant Facilities Upgrade and 40 MGD (million gallons per day) Expansion, Phase 3 - Plant Process Improvements which included reconstruction of all 20 filters. Filter No. 12 was reconstructed, tested and placed into service in May 2004. The entire project was accepted in September 2005 and the contract warranty ended in September 2007. On March 1, 2008, during a routine filter backwash cycle, Filter No. 12 under -drain system failed when the anchored under -drain blocks pulled away from the concrete floor. Immediate checks by the plant staff, show that none of the other filters are showing similar problems at this time. Preliminary investigations involving under -drain manufacturer (Leopold), Design Engineer (Camp, Dresser & McKee, Inc), Construction Manager (Freese & Nichols, Inc.) and Contractor (Archer Western Contractors), determined that the most likely cause was a failure of the anchoring system which may be due to improper installation. Biological fouling of the under -drain IMS caps may have compounded the problem. The loss of one filter at the Rolling Hills Water Treatment Plant will reduce capacity by 10 million gallons per day which may be needed for peak water demands should the region have a hot and dry summer. Archer Western Contractors, Inc., while not admitting responsibility, has proposed to replace the existing filter under -drain system at one half of actual cost (no overhead or profit) and install a new modified anchoring system, an enhancement over the original design and construction, at normal cost (with overhead and profit). The cost for the filter under -drain system and media is being negotiated with Leopold for a reduced cost and rapid delivery time to allow construction to be completed by this summer. The Water Department has already removed the failed filter under -drain system with in-house forces to minimize construction time. Archer Western Contractors, Inc., has provided a cost of $146,500 for the work of which $105,000 is the negotiated cost for the filter under -drain system and filter media from Leopold. Under Texas Local Government Code §252.022(a)(3), the competitive bid law does not apply to an expenditure for a procurement necessary because of unforeseen damage to public machinery, equipment, or other property. M/WBE Waiver was approved due to a public or administrative emergency which exists requiring the goods http://apps.cfwnet.org/council_packet/Reports/Mc_print.asp 06/12/2008 Page 2 of 2 ' or services to be provided with unusual immediacy, and based on the information provided to the M/WBE I Office by the managing department requested the waiver. 4 This project is located in COUNCIL DISTRICT 8. FISCAL IN ORMATION/CI=RTIFiCATION: The Finance Director certifies that funds are available in the current operating budget, as appropriated, of the Water and Sewer Fund. TO Fund/AccountMenters FROM Fund/Account/Centers PE45 539120 0602000 $146,500.00 Submitted for City Manager's Office b . Fernando Costa (8476) Originating Department Head: S. Frank Crumb (8207) Additional Information Contact: David Townsend (8430) http://apps.cfwnet.org/r,ouncil_packet/Reports/mc_print.asp 06/12/2008 City of Fort Worth, Texas Water Department ROLLING HILLS WATER TREATMENT PLANT FACILITIES UPGRADE AND 40-MGD EXPANSION FILTER NO. 12 REHABUTATION PR®JECI' W'TR-2®®8-51®®oi J. DAN SHANNON 57897 a�' MAY 2008 i City of Fort Worth Rolling bills WTP Filter No. 12 Rehabilitation TABLE OF CONTENTS PART A - (NOT INCLUDED) PART B - PROPOSAL Proposal PART C - GENERAL CONDITIONS PART C1 - SUPPLEMENTARY CONDITIONS (TO PART C) PART D - SPECIAL CONDITIONS PART F - BONDS Certificate of Insurance Contractor Compliance with Worker's Compensation Law Performance Bond Payment Bond Maintenance Bond PART G - CONTRACT PART E - TECHNICAL SPECIFICATIONS E DIVISION 1 - GENERAL REQUIREMENTS 01010 Summary of Work 01025 Measurement and Payment 01170 Special Provisions 01500 Temporary Facilities 01600 Delivery, Storage and Handling 01610 Material and Equipment _ 01700 Contract Closeout 01710 Cleaning 01720 Project Record Documents 01740 Warranties and Bonds DIVISION 13 - SPECIAL CONSTRUCTION 13221 Filter Underdrain System 13226 Filter Media APPENDIX -DRAWINGS CDM Drawings (6 Sheets) ITT Leopold Drawings (4 Sheets) TOC.doc TOC-1 05107/08 PARS` City of Fort Worth Rolling Hills WTP Filter No. 11 Rehabilitation PROPOSAL TO: Dale A. Fisseler, P.E. City Manager Municipal Office Building 1000 Throckmorton Fort Worth, Texas 76102 PROPOSAL FOR: The furnishing of all materials and equipment and labor and all necessary appurtenances and incidental work to provide a complete and operable project designated as: Rolling Hills Water Treatment Plant Facilities Upgrade and 40 MGD Expansion Filter No. 12 Rehabilitation Project No. WTR-2008-510001 The undersigned Proposer, having thoroughly examined the Contract Documents, including plans, special contract documents, and the General Contract Documents and General Specifications for Water Department Projects, the site of the project and understanding the amount of work to the done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the Fort Worth Water Department of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: Item Estimated Brief Description of Item No. Quanti With Unit Bid Price in Words I Construction of Filter Rehabilitation L.S. Work complete excluding Bid Items 2 and 3. Forty-one thousand five hundred Dollars and no Cents per Lump Sum ALLOWANCE for furnishing Leopold L.S. filter underdrains with integral IMS caps, air piping hoses anthracite media, and manufacturer's services_ One hundred five thousand Dollars and no Cents per Lump Sum Unit Bid Price Amount in Figures in Figures $ 4lJ00.00 $ 41,500.00 $ 105,000.00 $ 105,000.00 Part B .doc B-1 5116/1)8 City of Fort Worth Rolling Hills WTP Filter No. 12 Rehabilitation TOTAL BID PRICE (Items 1 and 2). One hundred forty-six thousand five hundred dollars and no cents_ (in words) 146,500.00 (in figures) Within ten (10) days after acceptance of this proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of this contract. The undersigned Proposer certifies that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the Specific Contract Documents and appurtenant drawings. The undersigned assures 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 Proposer agrees to begin construction within 10 Calendar Days after issue of the work order, and to complete the contract within forty-five (45) Calendar Days as specified in Paragraph D-15 of the Special Conditions (Part D). Archer Westerad, act: rs, ltd. Respectfully subrnif By: Matthew id lsh Title: President Address: 2121 Avenue J, Suite 103 Arlington, TX 76006 Telephone: (817) 640-3898 (SEAL} If Bidder is Corporation Date: Part S .doc B-2 51'16i08 ]'Laly4r May 05, 2008 City of Fort Worth Attn: Andrew T. Cronberg, P.E. Water Department 1000 Throckmorton Street Fort Worth, TX 76012 Phone: 817-392-5020 Re: Rolling Hills Water Treatment Plant Filter 12 Under Drain Replacement Dear Mr. Cronberg: Archer Western has reviewed your letter dated May 2, 2008 and vehemently disagrees with your second sentence regarding defective work for the following reasons: • Freese and Nichols provided full time inspection services on the filter tile and under drain anchorage system, which was inspected and approved for each of the twenty filters. • Leopold provided full time inspection services on the filter tile and under drain anchorage system. Leopold also provided daily reports, which clearly approved the installation of the anchorage system and under drain installation per their stringent requirements. • Freese and Nichols, and the City of Fort Worth performed successful destructive testing on each of the twenty filters with no failures. ® Filters 11 thru 20 went into service in May of 2004, destructive testing occurred in April of 2004. The total time in service was 3 years and 11 months, exceeding the specified warranty. Archer Western feels their initial offering was more than flair and equitable, but in the spirit of good will, maintaining current and future relations with the City of Fort Worth, we offer the following: 1. Standard Replacement of under drain and media: $11,100.00 Prepare floor for new filter under drain system 1122 square feet Install new under drain system 1122 square feet Install new u-bolts over center flume 17 each Connect PVC air hose to under drain system 34 each Install anthracite media in 2 lifts and skim 2. Enhancement of the under drain installation: $27,900.00 Non -shrink grout new under drain system, non metallic non shrink grout ® Pull test each new u-bolt over center flume Install stainless steel all thread and clip angles (32 each) including pull test on each bolt: 1/2" 316 SS all thread with nut, washer, and 2"x2"x114"x4" long 316 SS angle 3. Insurance cost: $2,500.00 General Liability 2121 Avenue "J" Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 �� J� 7�ail 7 4 Builders Risk 4. Total Cost; $41,500.00 The following items are provided by others, not included in this pricing: m Filter under drain and media • Leopold representative on site for inspection of installation services • Air distribution, water distribution, and destructive testing • Backwashing of filter media • Sterilization of filter upon completion • Trash dumpster a MWBE participation Archer Western will complete the work detailed above in a three-week period. We will issue a purchase order to Leopold (for an amount to be determined by the City of Fort Worth) that will be directly reimbursed upon completion of the work. There will be no mark up added to the Leopold purchase order amount for the filter under drain, u-bolts, media, freight, and field service. Please review the above cost proposal and inform Archer Western of your decision upon how to proceed. Do not hesitate to contact this office should you have any questions regarding this matter. Sincerely, Pea Jeffry J. Polak Archer Western Contractors, Ltd. Program Manager CC: File David Townsend Ted Gay Danny Shannon Toe Lindeman 2121 Avenue "J" Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 PART C GENERAL CONDITIONS PA IU C_' GENERA-L CONDITIONS SECTION C t-I DEPINCTTGNS {' 1-1. l I]EHNrrION S OF TERikIS; Whenever in these Contract Dm. ,umeuts, the following terms or pronouns .in place are used, t1w intent and meaning shtal I be understood and interpreted its follows. l-i..2 CDLITRAC'T D CL{VENT - The Contract Documents are all the wrirten and drawn doe uments, such as specifications, bonds. aideuda. Rhos. etc.. which govern the terms and performarice of the contract. These are contained in the Generai Contract Documemts -and the. Special Contract Do umerits- A. G ENFRAL CONTRA.0 T D CUVENTS: The General Contract Documents govern a I I Water Department Projects.and includt the toIIowing items: PART A - NouCE TO BTiDDFRS WI-IITE PART B PROPOSAL WHUE 'PART C - GENERA L CONDITIONS YELLOW PART D - SPECIAL CONDITIOIDS GREEN PART E SPECIFICATIONS WHITE PART F - BONDS )WHITE PART G - CONTRACT WHITE B. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the Genera Contract Documents and ineludo the ralIowing items: PART A - Ny'CICE TO BIDDERS PART B - Ppoposs L PAIN C - GENERAL CoNorr[ONS PAR-l` D - SPECIAL CONIT) MO S PART E - SPECIFICA VIOLAS PERMITS�EASEl TENTS PART F BOIN DS PART Cy CON-M ►C T PART H - PL ALAS (Ll,,ually bond separateIyI 1-1.3 NQTTCE TO BIDDE] S: All of t1w Ie al publivalioni ei ther actua I I y published in public advertising mediums or Furnished direct to interested parties pertaining to the work contemplator{ undor the Cow m t Documents c on,;titutes the Nr)tice tc) 13idders. I.mi worih WLiwr T)epanmcnr C- I Wner11 Ckindiri„ns C I - [ .4 PROPOSAL; - The completed %i, ritten and signed offer ter tender o F a kidder to perform the work which Lhe Owner desires to have done, together with the bid security, cons IiLutes the Proposal. which becornes binding upon the Bidder whell it is olficia][y' rmyeived by the Owrter, has been publicly upeat. d and react rind not rejected by the 0caner. C I -1.5 BIDDER: My person, persons, firm, or partnership. cotnpany, woe lad on, corporadon, acting directly cr throu i a duly authorized representative, subra itting a proposal for performing the work contemplated under the Contract Documents, constit4jes a bidder. C I-1. 6 GENER-A L CC) NDITION S. The Cie neraI C;onditlom; are the usual construction acid contract requirements which gavera the performance of the work so that it will be carried on in ai.wrdance with the customary procedure, the local statutes, and requirements of the City- of Fart Worth's charter and pramulgated ordinarices. Cl- I.7 SPE IAI -CONIDIr10N : Special C anditions are the specific regtsirdments which are necessary I r the particular project -covered by the Contract Doe uments-and not spec iiic: d I y covered in the General Conditions. When ccrisidered with t11e General Conditions and other elements Dfthe Contract Docurnerits they provide the inrormation ,6vhic.h the Contractor and Owner should have in order to gain a thorough knowledge -of the Project.. C'IT1.8. SVECIF iCATION S; The Specifications is that see tiort uCpart uFthe Contract Documents which sets Conn in detaiI the r. c-quirements whick must be met by all materiais. construction. workmanship, equipment, and services in order Lu re rider a completed and useful project. Whenever reference is made to standard specifications, regulations. requirexmertts, statutes. etc., such ret�ued to dorumenu shall become a part of the Corilm:t Doc umen ts i ust as though they were embodied therein. C1-1.9 BOND: The bond or bonds are the written guarantee or sccurity Furnished by the Contractor for the prompt and faithful performance of the contract and shall include the rollo ing. A. Performance Bond {See paragraph 03-3.7� B, Payment Bond (See paragraph C3-3.7) C. Maintenance Bond (See. paragraph C3-3.7) D. Propo l of Bid , curity (See Special instructions to the Bidders, Part and C2-2.6) C" l- l .10 CO T ► f: The Contract is the formal signs agrreerrrent between the Owner and the COMMtvr cavering the mutual undc rstand ing oFthe two contracting parties about the project to he conipleted under the Contract Docurnents. C i-1.1 t PUNS; The platys are the drawings or reproductions made by the 0 ner's representative sho wing in detai l the location, dimension. and position of the variaus e[ements of the project. ineludi_ng such proftles. typicaI cross -sections, Ia out diagrams, Fort %Snrth %aterbt!pmrmenr C-? CivnffM Canditions. work inv- drawings, preliminary- dr€ wiags and such supplemental drawings as the Owner may issue LU clarify other drawings or for the purpose ofshowi.ng changes in Lhe work hereinafter authorized by the Owner. The pians are usual I bound separately from nther party of the Contract Documents, but ihey are .a part of'the C~nntraact Documents just as though they were bound therein. CI-I.12 CITY: The City of Fort Worth, Texas. a municipal corpM'u110Fi, authorized and chartered under the Texas State tatute73. acting b :and through its governing lx)d)' or its City klanager, each ofwhich is regUired by charter to perform specific duties. R-esponsibiIity for final enforcement of Cantrac:ts involving the City or Fort worth is. by charter vested in the City Manager. Terms City and Owner are synonymous. C 1-1, 13 C[TY CO[J CIE' The d u I v elected and gLEaIEfIed ;oveming body of the City of Fort Worth. Texas. Cl -i ,14 MAYOR; The officially elected NJavor, nr in his absence, the Mayor Pro Tem of the City of Fort Worth, Texas. Cl-1,15 C FFY MAN QER: The ofFiciaJ[y appointed and authorized City Maaagur 01' the. City of Fort Worth, Texas, or his duly authorized re-prewntative. - C:1-1.16 CITE' ATTORNE : The offic!aIIy appainted.Cit}: attorney of the City of Fort Worth. Texas, or his duly authorized representative_ Cl-I.17 DfRirCTOR bF P U B L IC WORKS: The duly appointed Director of'the City Wrater Departnienl crf the City cif Fort Worth, Texas, or his duly authorized representative, assistam or agents C1-1.18 DIRECTOR, CITY WATER DEPART ME? T: The duly appointed official of the City rat Fort Worth. Texas, referred to in die Charter as the City Engineer. or his authorized repmsentative. + C I I.19 FNUINER: The Din--c(or of Pijb1ic Works, the Director of the Fort Worth Water Department, or their duly authorized assistants. agents. engineers, inspectors. or superintendents, acting within the scope of the panic ulay duties entrusted to Chem. C.I-1.20 CONT1RACTOR- They person. persons, partnership. company, firm, association. or ccrporatiom entering i nto a con tract with the Owner for the execution cif the w'orL ac t i ng directly or through a duly autho6zed representative. A sub contractor i.% a -person. firm, corporation, or others under contract with the principal contractor. sup piYing Iabor and matoria.ls, or only labor, For work at the site of the project., C 1-1.21 S URETLES. The Corporate bodies "11ECh are boi-i n d by su'cll bon& are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fiilLillmeat of the Conlratii and for any and all regiiiremeats as set forth in the Contract Documents and approved change,, herein. Fon %rtrih'A'altr DTiiermem C- 3 C;awrrjl c'midlrians C I -1,22 THE WORK OR THE PROJECT, lie compleLed work conternp I ated in and covered by the C'onLract Documents. Inc ading .but not limited to the f wnishing urzill labor, materiais, tools, equipment, and iricidentals neces&ary to produce a complewd and servicea.ble project. 1-1.23 WOW- NG DAY: A working is define d as a calendar day, riot ineIa ling Saturdays. S undays, -and legal holiclays; in which the weather or other conditions not under the control of the Contras#or permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:GO AN1 and 6.00 IN. with exceptions as perm tti�d in paragraph C'7-7.6. L-1.24 C A LEN DA R DAYS; A t; tmddarday is any day of the week er mnonth, no days being excepted, C 1-1.25 LECtAL HOL[DAYS; Legal holidays shall be observed as prescribed by the City CounciI of the C ity vF Fort Worth ror observance'by City Lmployees as f€rilows: New Year' Day Januar} L M.L, K ing, Jr- Rirthday Third Monday in Jan iiar} Memorial Day Last Monday in May. Independence Day July a Labor Day First Monday in September Thanksgiving Dap Fouah Tht�mday in November 'Thanksgiving Frith* Fo4rth Friday in Navember Christntus Day Decembcr 25 Such odicer days. in lieu of holidays as the City Council may determine When arse a the named holidays or a speeial holiday is declared by the City Council, faJ1s on a Saturdau, the holiday shall be observed on the preceding Friday or if it fails on anday. it shall be observed on the following Monday, by those, rmploy"s working on working day operations. Employees working calendar day operations w i I I consider the ealend r holiday as a holiday. i-1.2 6 ABRILENTAl-IC]N5; Wherever the abbrevia Lions defined herein appear ire Cott mu Dace ents, Lhe- intont and meaning steal I be as follows: AASKTO American Asociation of State Highway Trans�irtation C fficiaL- AS E American S;aciety <xf Civil Ell gincersi LAW Fn Accordance With A TM American Society of'resting Materials AWN WA American Water Works Assoeiadon A A American Standards Association HL Hydraulic Lnmitute Asph. A halt Ave. Avenue Blvd. Boulevard C! Cast ]Yoh Pon wunh Waller Dee 'Irin}t`i1t - +t Gurroal ConditlUild CL Center Line GI Galvanized Iron Lift. Linear or L 1neaI IM 11 Manhole 'Max_ Maximum Alin_ Minimum NJGD Million GaIIons Per Da� US Cubic: Foot per Second R Radius LD_ Inside Diameter O.D7 Outside Diameter F Falirenlich Centigrade m laic h Ft. Font Si. Street Vy Cabic Yard yd. Yard SY- Square Yard L.F. Linear Foot D.I. ❑uctilc Iron C 1-1, 2 7 C:I[AN GE ORDER: A --Change Order" is a written supplement agreement bemeen the Owner and the Cantractor covering some added or deducted item ar feature which may be l )Lmd necessary and which was not spec ifical I included; in Lhe scap-L� cif the pro*,t an whii:h the bids were submitted. Increase in unit quwitities stated in the proposal are not the subjccI matter o r a Change Order unless the increase or decrease is more than 2 5 % of the amount of the particular iterri or items ire the u6gi-nal proposal. All -'Change Orders" shall be prepared by the City from information as necessary - furnished by the Contractor. C I-1.23 PAVED STREETS AND :ALLEYS: A paved stmt-or alley shalI be defined as a street er alley har:irtg one ()fthe €'allowing types of wearing surfaces applied over the natural Unimproved surface: A. Any type of asphaltic concrete %vith or without separate We material B. Any type of asphaIt s€trface treatment, not ine;Iuding oiled. surface C, Brick- with or without separaw base material D. Concrete, with or without separate base material E. Any combination of die above C 1- 1.29 LTN €'AVED STl ETS AN A1.LEYS. An unpaved street. alley. mad %kay. or other surface is any area, except those defined above for "Paved Streets and Alleys". C 1-1.30 CITY STREETS, A city street 1% defined as that ama bc-r een the right array lines as the street is dedicated. Pori "nrth WAwr D-epatrwRt C- 5 ( Fetwra! Crrn,ltli„i�- 1-1.31 ROAD WAY. The rozid w a-v is dettned as t he area between pataIIcI line'stt+ O ('') feet back cf the curb I ties or. Four W 1 feet back cf the avemgc edge of pavement WheTV 110 Qkirb exists, C L-1.3. 2 C RAVEL s'f12T';_ET: A. oweI strcet is any unpaved street to wrich has been added one or move appI ications-af grave .or similar taterial other than Lhe natural material found on the street surface before any impro vernent ;vas made. Fore Wor4h Waier Dk!pLinmenG '- 6 CperL=1 Condit Iwis SECTION C?-21 TNT ERPRF.'I-AflO AN D P kE P APLAT10 N OF PROPOSAL C3-2.1 PROPOSAL FORM. -The Owner will furnish bidders with proposal faun. which witI contain are itemi� list of the 1 tems of work w be done or materials to 1w furnished and upon which bid prices are requested. The Proposal farm will state the Bidder's general undemanding of the project ux be completed. provide a space lttr furnishing the arnount o F b i d security. and state the basis l'or enLenng into a l`otntaI conIraet. The Owner w i [ I furnish rom-LS for the Bidder"s "Experience Record", "E€lttipment Sehedule", and "Financial Statement".{ al Of Wh1Ch tnust be properly executed and Filed with the Director of the: City Water Department one weak prior to the (tour for ogenina of kids. The financial stawmtmt required shall have been prepared by an independent certified public accountant or an i ndependent public. accountant hoI&ng a vaI Id permit issued by an appropriate state licensing.agency, and shall have been go prepared as to re flea the current linaiftcial status_ This statement must be current and not more than one (1) year. old. In the case that a bidding date falls within the tine a new stitemerlt is being prepared. the previous statement shaI I be updated by proper verifjcirtion, Liquid astiets in the arnouni of tori ( 10%) percerit of the es imamd project oust veilI be required. F or an experience record to he considered to be acceptable rcr a given pro'!Let, it must rellecttlte experience oFthe limn seeking qualification 1n work of both the name nature and magnitude as that of" the project For which bids are being received, and such experience must have been can pmjeets completed not more tki n five (5) Y prior to the date ort which bids arc to be received. The Diwctor of the Water Department shaII be sole ju€ige as to the acceptabiiity of experience For qua IiFicad on to bid on arty For %Vorth Water Department project. The pro spec Iive bidder shall schedule the egUipmew he has available for tilt project and state that he w i I i rent such additional equipment as ma be required to complete the project on which lit: submits a bird. C'1-2_" 1N,1`l R.?Rf `[' "f1Olti OI; QU INTITiI :Zile quinttides of work and materials to be Furnished as may be Iisted in the proposal Forms of ether parts o f the Contract Documents will be considered as appraximale only and w i I I be used for the P sa-of comparing bids on a uniiform basis. Pay'numt will be made to tho Contractor Far only the actual quantities of work performed or naterials furnished in strict. accordance with the C.onitacI Documents and Plans. The quantities of ork to be performed and materials to be J'urrlished may be increased or decreased as here ist ter provided. WithoUI i n any WUy invalidating the unit prices bid or any other requirements or the Contract Documents. C2-2_3 EXAMrNATION OF CONTRACT DOCUMENTS AND SITE OF PRQJE T. Biddefs are sadviwd that the Contract Documents on rile with the Owner shall constitute all of the iaformadori which Cho 0 vner will furnish. AI I additional information brad data which the Owner supply after promulgation of the formal Contract Documents shall be issued in the form of t-,-6tten addenda and -shall become part oCthe Co uract Doc. LLmfn ts .Mist as though such addenda were actually written into the originaI Contract Documents. 1.,iv Worrh W.,trcrT)gannitnr C_ 7 rwncralCandili4rn:i Bidders are required, prior to frfi_ng.ofproposal, to read and become farniIiar with the Contract Documents. to visit the site of the project and examine carefully all Ineal con&iatis, to inform themselves by their own independent research and hivestigarions. tests., boring,, and by such other means as may be necessary to gain a complete kno►vledge of the canditians w hich may be er eQ"ered during the construction of the project. They must judgt for themselves the difficulties of the work. and all attending circumstances atfee(ang the cult of doing work or the brae required for it-; c:ompletian, and obtain all information given by the Owner E)r any representative nFthc Owner other than that contained in the Comma Documents and officially promulgated addenda therew. shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimakes, investigation research. tests, explorations, and other .chin which are necessary for Full and complete in.l:orrnation upon which the proposal is try be based. IL is mutuady agreed that the subrnis�;ion of a proposal is prima -facie evidence that the bidder has made the investigations, examinations. and tcsui herein required. CWins for additional compensation due to variations between the conditions emcountered in construction and -as indicated in the Contract Doe umenis will not be allowed. The logs of Soil Borings, iFany. showing on the plans are fur general information only and may not he correct. Nelthcr the C}vhner nor the Engineer guarantee that the data Shawn is representative oCconditIons which actually exist. C 2-2A SUBht1TTING OF PROPOSAL, T-he Bidder shun submit his'Prrrposal on the farm ffirrdshW by the 0%ner. All blank spaces app]icable to the project contained in the form shall be correcd Y filled in and the Bidder shall state the prices, written in ink ire both %words and numerals, for which he proposes to do the work coruemplaw-d or furnish the materials required, At such prices shalI be written legibly_ In case of disc repancy bets wn the pace writum words and the price written in aumerals, the price mast -advantageous to the City shall govern. If proposal is submitted by an individual, his Dr her name must be signed by him (her) or his (her) duly authorized agent. I fa proposal is submitted by a firm, association, or partnership, the name and address oFeach member roust be given, and the proposal must be signed by a member of the firm, association, or partnership, ar by a perm duly authorized. If a proposal is submitted 1 y a company or corporation, the Qompany or corporate name. aad business address must be given, and the proposal signed by .an official or duly authorized agent. The-corporatc seal tnu.st be affixed. Po er of Attorney authorizing agents or athcrs to sign the proposal must be property 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 alteradon or words.or Figuares, auditions not called for, conditional. or uncalled for altemate bids, incomplete bids, erasures, a i rregularities:o f any kind, or contain unbalanced value of any items. Proposal tendered or delivered alter the official time designated flor receipt of proposal shall be returned it) the Bidder unopemed. } Worifi k%aw DepAruflent C- 8 Oeneral Corti doru t:_'?-3.6 BID SECURITY.- No proposal will be considered unless it is accompanied by a "Propasal bccurity" orthe character and In the amount irdicatcd in the'`Notice to Bidders" and the "proposal". The Bid weurity is requitvd by the Owner as evidence 4>F good EalCh on thy: part of the Bidder. and by way c f a guaranty that il'a warded the contract, the Bidder wi 11, within the reclttired time, execute a Fon val con raci and fiirnish the required performance wid other bonds. The bid security of the three t0WCst bidders will be retained until the contract is -awarded or rather dispositiun is made thereof. The bid security of all other bidders way be returned promptly after the canvass of bids. C2-2.7 DELIVERY OF PR0FC35AL: No proposal will be cons idq�,red.unless it is del ivettd, accompanied by its proper Bid Sec uriiy. to the City Manager or his representative in the official piacc of husiriess:.as set forth in the"Notice Notice to Bidders". it is the Bidders soie responsibility re deliver the proposal at the proper tiMc to the proper place. The mere fact that a proposal was dispatched will not he considered. The Bidder must have the proposal actual I delivered. Each proposal shall be in a sealccE envc:Iope p}aindy marked with the work ` PROPOSA L'% and the flame or description of the project as designates[ in tfie "Notice to Bidders". The enveiope shaft be addresses to the City Manager, City [-[aIl. Fart Worth, Texas. C2-2_8 )XTFHD R A WEN (i PROP SALS: Proposals actual Iy tiled with the City Mahager cannot be withdrawn prior to the kme set for opening the proposals. A request fm- non -consideration of a proposal must be macde in writing, addressCd to the City [anager. and filed with him prior to the time set for ilie opening of pruposals. After a[I proposals not mquested For ace opened and pub[iidy read aloud. the pmpcsLds ror which non -consideration requesis have been properly fled may. at the option PFthe Owner, be returned unopened. C?-?_9 TELEG PHIC. N10 D IF IC A TI ON OF PROPOSALS: Any bidder may mad iFy his proposal by telegraphic: communication at any time prior to the time set for opening proposals. provided stick ielegraphle communication is received by the City Manager prior to the said proposal opening time. and provided Further, that die City [Manager is satisfied that a vwritten and duly authenticated con lirrna6unot such lelegraphie cnn,murdeation over the written signature of the bidder was rnifiled prior to tltc proposal opening time. if such confirmation is not received within the forty. -eight (48) hours after the proposal opening time, no further consideration will be given to the propwr al, C2-?.1 U PURL IC OP ENIN G OF PROPOSAL: Proposals which have been properly filed and for wFiieh no ..Non-consfder4uon kuquest" has been received will be publicly opened and read aloud by the City Manager or his duly authorized representative at the. time and piacc indkated irk the 6;Noticc to Bidders". Ail pmpasals which have been operied and read will remain on iile %pith the {owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening a bl ds. C?-?.1 1 1 RREG U LAR P RQ POS AL: Proposals 3hat I be considered as being "Irregular" if they s how any omissions. aIterations ur(bin. add itiun ,err corididons. it6t Ftlri W4 Prih N%,k:,;r BLVnirrnrrlr C- R i f norml C4111dilim; called for. ttnaauthorized alternate bids, or irregularities vFany kind. however, the 0%wier reserves the right to waive any and all irregularities and to make the. award oFthe contract to the best into. resi oFthe City. Tendering «t'a proposal after the closing hour is an irregularity which stawt he waived, C -?.l2 QUALIFICATJQN OF BIDDERS- Bidders may be disqualified and [Heir proposals riot considered for any of. but not limited to . the foltowing reason: A. Reasons for helieving that ca11usion exists among bidders 13, Reasonable grounds fur believing that any bidder is interested in more than one proposal f'ar WOTk contemplated. C. Ti1e bidder being interested in any litigation against the Owner or where the miner may have a clatim,against or be engaged in litigation against the bidder. D. The bidder being in arrears on any ex istiatg tonta`at<t or having defaulted on a pretviou!i contract. L. The bidder having performed a prior contract in.an unsads racwy manner. F. Lack of competency as Oevealed by the financial statement, experieamee o record. egLiipment schedule, and such inquiries as the Owner may see 11t to make. G. UncvmpieiLed work which, in the judgment of the OwTwr, vw•ibl prevet,t or hinder the prompt completion -of additional work if awarded. l-I_ The bidder not f ling with the Owner, one week in advance of the hour of Ihe: opening of proposals the foiIo WiUg: 1, Financial Statement showing the financial coridi6oft cFthe bidder as specified in Part ",A" — Special instructions. 1. A curxi�nt experience record showing especial I the proiects of a nature similar to the one wider consideradon. which have been successfully completed by the Bidder, 3. An equipment schedule sho 3 ng the equipment the bidder Kas avr ilable fear use on Lhe project. The Bid Proposal o r a bidder who, in the: judgment of the Engineer, is disqualified under the requirements stated herein; shall be yet aside -dad not opened. Fort Worth Wuwr OtparRlew C- 10 eri--rWfal Canditiaru ECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS 0-3.1 CONSIDERATION OF PROPOSALS. After the proposals have been opened arnd read aloud, the proposals wiII be tab ulated on the basis cif the quoted prices, the quantities shown in the proposal, and the application of suet tormuIm or other mthods ofhringirig Itwts to a common basis as may be estahl.ished in Il.e Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such ether quoted amounts as may enter inter the cost of the completes# project i I I he considered as the amount of the bid. Un61 the award of the contract is made by fire 0 water, the right.wili he resen-ed to reject any cr alI proposals and v�-aive technicalities, to re -advertise For ae%� propesais, or to proceed with the work in any manner as may be considered for the hest 1werest of the Owner. C3-3,2 MINORITY 13USItNES EN-FFRPRISEi WOMEN OWNED BUSINESS ENITERP RISE-00MPLIANCE: Corntracior agrees to provide to 0wnv-r. upon request, complete and accurate informal icm regarding actual work performed by a Minority Busines.-; Enterprise (.IYIBE) and or a Woman -Owned Business Enterprise ( BE) on the contract and the payment therefore. Contractor further agrees, upon rucluest by the Owner. to allow and audit and/or an examination of any- boobs, records. or Files in the possession (if Can ractor that will substiin-tiaie the actual work performed by the MBE or BE. :any rnawdat misrepresentation of'any nature will be grnurtds 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 sui h misrepresentation may' �e grounds for di ualiJic:ation oFContractor at Owner°s discretioii for biddirng on future Contraom with the Owner for a period of -time not less than. sic (6) months. Q-3.3 EQUAL EMPLO YNIENT PRO VIS IONS. The Contractor shrill comp Iy with Current. City Ordinance prohibiting discrimin at! an in employment practices. The Contractor shall post the required €notice to that etfiecI on thi+ project silk. and, at iris request, will he pm -ided assistanee by the City of Foil Worth's Equal .EMploymetnt Diilicer c%iio nil l refer any'ualitted applic:anI he may have on file inn his ofrice to the Coatractar. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS. . After a proposal has been read by the G ter it cannot be withdrawn by the Bidder within Ibrty-five (43) days after the date on which the proposals were opened. C3-3.5 AWARD OF CONT RAQ The Ovkner reserves the right to withhold find action on the proposals for a reasonable lime. not to exceed forty-five (=45) days after the .late of opening proposals. and in no event will an award be made until after in v � 6gatiotns have been made W to the. reslsonsibi Iity of die proposed �wardee. FLI.V Worth Watcr NpartmelkI C- I I tiencral cmu4tiwnr The award of the cantract, i f a n award is mate, will be to the lt�v►�est and best responsible bidder_ -Me avanrd orthe contract shall not became effective until the Owner has notifiietl the Contractor in writing of suet award. C3R3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison a bi . the Owner may, at its discretion, return the proposal security w-itich accompanied the pmposaIs which. in its judgment. would not be considered for the award. Ail other proposal securities, usually those of Elie rli.ree lowest bidders. wiII be retained by the Owner until the required contrtcc:t has been executed and bones furnished by the Owner has otherwise disposed of the lids, al ter which they +.will be retumed by the City Secretary. C 3-3.7 BQ lvffl S, Wi th the execution and delivery cf khe Contract Doc umenIs, the Contractor shaII furnish to. and file with the Owner in khe amounts herein re-quired, the foI[oWing bands: A. Ferformance Bond: A good and sufficient performance bond in an amount not less than 1(10 percent of the arnaeent of the cons ac4 as evidenced b Elie proposal tabulation or otherwise, guaranteeing the full and faithful execution of'the. work and perfbnnance of the contr :t, iwd for the protection oFthe [owner and al other pi.rwns oga.inst the damage by reason of negligence of the Contractor, or improper execution of the work or the use of inferior materials. This performance bond shall guarantee the payrnent ForaII Iabot, materials, equipment, supplies, and services used In the construction cf the work. and steal rernEdn in full Force and effect until the provisions as above stipulated are a complished and final payrnent iAmade on the project by the city, B. Maintcnance 13ond: A good and suffic:Lem maintenance bond, is the amount of not less clean 100 percent o f the amount of the Qorntra.ct, as evidenced by - the proposal tabulation or otherwise, guaranteeing the pro rnpt, Full and faith ful. performance of the general guaranty which is set forth in paragraph C8-8.10. C. PUment Bond: A good and sufficient payment bond, in an-aw(.3unt not less than 100 percent of the amount of the contract, -as evidenced by the proposal tabuiation or atha, ise. guaraanleeing the prompt, full and faithi�uI payment of all claimants as defined in Article 5160, Devised Civil Statutes of Texas. 1925, as amended by House Bill 344 Acts 5e Legislature, Rogular Session, 1959. effective April 27, 1939, rind/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contact heirig can structed under these specifi€:atians. Payment bond shall terrain in 11-il1 Farce until ill payments as above stipulated are mMe. D. Other Bonds: Such ether bonds as may he required by these Contract Documents shall be furnished by the Contractor. Fun Wgnh Wow T]21MUIMt+u C- 12 Goic l Uolsoltitini No sureties will be accepted by the Omrner which are at the rime in default or delinquent on any- bonds or which ure lnter'ested in an.y litigation against the owner. All bonds steal I be made on the Formes furnished by the 0voner and shall be ex.ecated by a approved surety carnpan doitag Inisiness in the City of Fort Worth. Tf xas, aad whit:h is acc:eptabte to the 0%aner, fn order to be acceptaable. the Marne of the surety shall be included on the curtent U.S. Treasu* list ofacceptable sureties, and the anioum of boild written by any- one acceptaable company shah not exceed the arnoun't shown on the Treatsury list for that company. Each bond shrill be properly executed by oth the Contractor and the Surety company. Should any surety on the contract be determined unsa lfisfactory at any time by the ChNner. nouee wi11 be given the Contractor to that effect and the Con Imetor ahall irnmediatet provide a ne�v surety satis, I'=rory to the Ownen No patyrnent 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 nar yvill any payments be due or paid wittl approval of bonds by the Owner. C3-3.8_ EX I'vty Q TION Off' CONTRACT- Within tun ( 10) da3vs after the Owner has by a.ppropriaw resolutior4 or otherv4ise, awarded the cuntracl, the Contractor shall execute and file with the Owner the Contract and other such bonds as may be required in the Contract Documents. o contract shall be, binding upon tiro Owner until it leas been attested by the Cit} Secretary, approved as to Form anti legality by the City Attorney, and executed I'm the Owner by either the N[avor cr City &Tanager. C3-3.9 FA]LURE: TO EXECUTE CON TRAM The failure ot=the Awairdee to execute the required bond or bonds or to sign the required contract within ten (1 p) days after the contract is awarded shall be con 9id red by the Owner as an abandonment 0rhis proPgsal, and the Owner may annul the awar& By reawn of the uncertainty- of the market prices at mateHa] and labor. and it heing impracticable and difricult to aceuTatuly determine the amount of damages occurring. to the Owner by reason oFsaid AwardeeIS raiIure to exc cute said bonds and colatract within ten (10) gays, the pri)pasatl security accompaanying the pro pml shall be the agreed atnount cf damages which the Owner oiI li suffer by reason of such Failure on the part of the A wardee and shall thereupon immediastely be forfeited to the fawner. The Ching o F a proposal will be con sider<'ed as an acceptance of this provision by the Bidder. C3-3.10-BECrtN N INO A Cllti , The Contractor shall not commence work until aauthorized in %yrxtine- to do so by the Owner. Should the Contractor fail to commence work at the site of the rrmjert within die time -stipuIatted in the written authorizauion usually temied the ,-Work Order" or " Proc ced Carder", it is agreed that the Surety. CLIMpany will, within ten (10) days after the vorr mencemenl date set forth in such written authoriza,tion. Lcvmmence the physical execution ol'the contract, tort Worth A-aer Dopartmerll C _ 11 Lieficrri Cmiiklilmlll4 C3-3.11 INS URNCE: The Contractor shaiI not commence work under this c:un Tact tmtil he h�Lq obtained all the insurance required under the Contract Documenm and such irLsurance has been approved by .the Owur, The prime contraeLar shall be responsible for delive rutg to the Honer the sub -contractor's certificate of Instir~ance Flor approval. The prime cantract€or shall indicate on the certificate of insurance included in the documents Far execution whether or not his insurance coven, sub -contractors. It is -the intention of the Owner that the insurance coverage required herein shall include the coverage of all .sul��o rt trt�c: tc� rs, A. C.omp;nsat ion insurance: The Ccntraclar shall maintain, during the life of this contract, Workers Compensation Insurance on all of his erployees to be engaged in work on the project under this uontract, and for all sub- contractors. lrt e4se any class L)remployees engaged in hazardous work on the project under this c:ontJ'txc;t N not proLL-(:ted under the Workers C.ompens,ation Statute, the, Contractor shall prc)vide adequate employer's Bell oral liabiIity Insurance for the protection oFsuch of his employees not so protted, B. Comprehensive General Liability Insurance; The Contractor shall procure - and shall maintain during the fife of tivs contmet Con tractor's C 0 Mpre hens i ve General Liability Insurance (Public: Liability and Praperty Damage insurance) in the amount riot less than $500,000 covering each occurrence on account of bodily injury. iaclading death, anti in an amount not less than $-500.000 covering each kin currence on actnunt or property damage with $2.000,000 umbrella policy coverage. C, Additional. L abifi : Tlie Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above -mentioned policies, and in the amount as set foA Or public: Hability and property damage, the following insurance: Contingent Liability {covers General Contractor's Liability for acts. o f sub -contractors.) ?. Blasting, prior to any hlastir being done_ Col lapse of building or structures adjacent to excavation cif excavatiaas are to be performed adjacent to same). 4, Damage to underground utilities t'Pr $500.1JOCI, 5. Builders risk (where above -ground structures are involved) fr, Contractual Liability (covers all irtdemniOcation requiremenu of Coutract). Fnn worth Wotiar 1),W wnr C; - 14 Crt!Renl CanditilNU. D. Nutomobile Insurance - Badily Injury and Property Darnaac; The Contractor shall procure and maintain, during the life orthe Contract, Comprehensive Automobikc LiabiIiiv insurance in an amount not lees d= $ 50,000 for injuries including accideritaI death w any one person and subject to the serge limit for each person an air oum nol less than S300,900 on account on one accident, and automobile property damagt insurance in an amount not less than S100,000, E. Scope a Insurance and Special Hazard: The insurance requirrd under (he above paragraphs shaf l pRi vide adequate protection for the Contractor and his sub -contractors, respectively, against dam€tg�,- claims which may arise f a.m operatiorns under this contracL whether such operations be by the insured or by anyone directly or indirectly employed by him, and aisv against any of the foIIewing special hazards which may he encountered in the performance of the Contract. Proof o r Carriage of Insurance; The Contractor shall furnish the Owner with satisfactory prnofofcoverage by insurance required in these i:ontram Ekwuments in amoant s.attd by carriers satisfactory to the Owner. All imtivance requirerments made upon the Contractor shalt apply to the sub- contractor, should the Prime Contractor's inswrance nok cover the sub- contractor's work operations. G. Locg agent tar Insurance Bondinst: The insurance and bonding companies with whom the Contractor's insurance Emd performance, payment, maintenance and al I such ether bonds as written shall be represented by an agent ar agents baying an ofrice locaked within the city Iunits vl'the City of Fart Wot'tlx, Tarrant Caunm, Texas. Each such agent shall be a duly quaNfied one upon whom service of pro ess may be had, and rust have the authority and power to act on.behaIf of•the insurance and for banding compactyr to negotiate and Nettle with the City of Fart Worth. or airy other claimant, any claims (hat the City o r Fort Worth or ut€ yr clai mash, or any pre}perry owner who has begin damaged. may have against the Contmetor. insurance, an&ur banding company. if the local insurance representative is not so ertrpowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Mettoplex, the Fort 'Worth - Dal las area_ The name cif"the a ent-or agents shall be set forth on all oFsruch bon& and certificates of insurance. Q-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials. Iabon and services when due. C3-3.13 WEEKLY PA Y ROLL: A certified copy of each payroll-wvuring pkTnent ot• wages. to all persons engaged in wink can the project at the site cf tKe project shaf I bt Fort Worth Water M-IMt7nWu� C- t S C'UflditiM3 'SEC'1`IO C5-5 CONTROL OF WORK AND MATERIALS C5-.5.1 AUTHOR.1TY OF EI GFNEER-. The work shall be performed to the sad sfaction of the Engineer and in strict compliance with the Contract DQc:uments. He shall decide all questions which arise as to the duality and acceptability of inaterials furnished, work perfarnied, rate of progress of llie work, overaII sequence of c'ortstructioN interpretation oFthe Contract'Doe urne nts, acceptable ftiIfillnient of the -contract. exmpenwi0n, mutual rights betw�ecn the Contractor and Owner under theCnn Tact Docnrrments.'supervision of the work, resumption of operations, and al I other questions or disputes whicla may arise. Engineer +gill not be responsible for Contractor`s means, meth( s; techniques, sequences car prneeciures cif construction, or the safety precaution and programs ineiden t thereto, and he will neat be responsible for -Contractor's faiIare to perform the work in accordane with the Contract Documents. He shall determine the amount and quality of the work camp leted and materials turnishcd, and his decisions and estimates shall be fund. His estimates in .ur:h event .shall be a condition of the right of the Contractor to receive money due him under the ContrAct. The Ovnicr shall have executive authority to enforce acid make effective such necessary decisions and orders as the Contractor fails to carry out pr-omptly, In the event of any dispute bt tMeen the Fnginoer and Contractor over tire -decision a F the Engineer on any such matters, the Engineer must, within a reasonable time, upon written recimst of the &ntraetar. reorder and deliver to both the Owner and Cs w.=tar. a written decision on the rnauer in c anvavers , 5-5,2 CONFORMITY WITH PLANSf Thee Finished prq:lLNt is a.11 .cases shall conform -with the lines, grades, cross -sections, finish, and dimensions shown on the. plans or any Other requirements otherwise described in the Contract Documents. Any deviation fmrn the approved Contract Documents required by the Engineer during conmuction-wi1!1 in al cases be determined by the Engineer and autharzed her the Owner by Change Order. C 5 - 5.3 COOMINA`fl{]N 0 F COKTRACT DOCQMENT . The CsontracL Documenis are made up cf several sections, which, taker} together are intended to dmHbe and provide for a complete and useful prgject, and any requirements appearing in one of the sections is as binding as though 4t occurred in al sec 1ians. In case afdisereweics, figured dimensions shall govern over scaled dimensions, plums shall govern ovFur specifications, special conditions shall govern ovcr general conditions, and standard specifications. and quantities shown on the plans shall govern over those shown in thc- proposal. The Cuntr'ac:tor shall not take advanttt a of any apparent error or omission in the Contract Documents. and the Owner shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the Went .ofthe ContraeL Documerts. In the event that the Contractor discovers art apparent error or discrcpavcy. he shall immediaEc[y call this condition to the attention oFthe Engineer. In the event cif a conflict in t1u, drawings. specifications, or other portions of the. Contract Doeumcras which were not mpurted prior to the award of Contract, tht Contractor shal l be deemed to have quoted the most expensive resolution of the conflict. Fon Worth Waicr Mpanrnimt C- 22 Genetal Cundlrinrl!�. C5-5.4 coo PE R,.vrm OF CON TRAC 1-0R, The Contractor wi11 be furnished .with three sets.oFihe Conuact Documents and shaII have available on the site oFthe project at al l tirnes one set of such Contract Documents. The Cont-rr<ctor shall give it, the work the coristant attention neccssay� to faci-lirate the progress thereof and shal l cc�cWrat4 th the Engineer, his inspector, and ether Contractors in-every % ay passible, The Cunti-actor shall at all times have competent personrrei available to the proji0ct site for proper performance of the %ork. The Cort(ractor shall provide and maintain at ali times at the site of the projecI a competent. English —spec Ling superintendera and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shal l tie capable of reading and understanding the Contract DOCUmea� and shall receiye and f'ulfili Instructions rMin the Owner. the Engineer, or ltis authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall desigttale in writing to the project suNrintendent. to ki as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tam nt County. Texas quid s h a I I be a subject to call, as is the project superintendent, at any time. of the day or night on any clay of the week on which the Engineer determines that circtunstances require the presence un the project site of a representative of the C ontrActor to adequately provide for the safety or canvenii rnce of- tlie traveling public or the owners 0rproperty across which the project extends or the safety of Property con tiguOtis Co the pr'ojecL routing. The Contractor shall provide all facHiLies to enable the I;n&eer and i is in-,T=tor to examine and inspeei the wwkmanship and materials entering into the work. C5-3.5 UMFKGENCY AND/OR RECITIFIC T[0N WOM: 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 Iris designated representative, Shall respond with dispact;h Lo a ve.rhaI request made by the 0wmer or Engineer to alleviate the emergency condiLion. Such a response shall occur flay or night, whetlter the project is scheduled on a calendar day -or orl a working day basis, huuld the Contractor rail to respond to a request front the Engineer to reA:Lify any disumpancies. omissions, yr corrections necessary to conform with the mquirements of the project sp"irwations or pIans, the Engineer shall give the Cuntrac[or WTrtm.tr notice that such work or changes are to be performed. The written notice shall direct attention to the diwrepant condition and request the Contractor to take rerne�dial action to correct the condition. [n the -event the Contractor does no take positive steps trr fu[till this voriRen request. or does not show just cause ror not taking the proper action. within 24 hours, the City may take strc:h rernedial action with C1ty forces car by contract_ The C:it" shall then deduct an amount equal to the entire costs for such retnedial action. plus 25%, from any funds due the Contractor un the pro,iect. 1;'i%ri W i)nh %L tltir Dep,utmcnI C- -Y; Gvw ral Cum liiiurls -5 A FIELD 0 F FICE, The Contractor shall prc)vidc, at no extra compensation. ari adequate field office ror use of the JEngineer, if specifically ca€Ied for. The field office shall be not less than 10 by 14 Feet in floor area, substantially canstrucEed. well heated. air conditioned, kighed and weather-proof, so that documents will not be damaged by the eiements, C5-5.1 CON S't RUCTIO STAKES. the City, through its Engineer, will furnish the Contractor will all lines, grades, and tnmure ment.s necessary to flue proper prosecution and con inA of the work contracted for under these Contract Documents. and I ines grade, and measurements will be established lay means cat stakes or other customary method of marking as may be round consistent with good practice. These stakes or markings shaiI be set sufficiently in advance of construction operations to avoid deIay. Such stakes or markings as may lie er,mbIi shed ror the Contr€rctar's use or guidance shall be preserved by the Contractor until tie is authorized by the Engineer tv remove therm, Whenever, in the opirrion. ofthe Engineen any stakes ormtrkings Crave been carelessly nr willfully destrcycd, disturbed, or removed by the Contractor or any or his ernp€oyees, the U l cost of replacing such Makes or marks plus 2 5% will be charged against the Contractor, and Lhe full amount will be dedijeted from payment due the Contractor. C5-5.8 AUTHORFFY AND DUTIES OF CITY i SPEC TO ; City insppctars will be authorized to inspccl all work drone and to be done and all materials furnished. Such inspection r y extend to all or any part of the work, and the preparmEon or rnanufacturing of the rateriais to he used or cyuipment to be €nstaltmL A City Inspector may be stationed on the work to report to the Engineer as to the progress or true work and the manner in which it is berg perrormed, to report any evidence that the materials being Rmnish,--d ur the work being performed key the Contractor fails to iulfii1 the requirements <sr die Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of in*ection will not relieve the Contractor from any obligation to perform the work iri accordance with the requirements o r the Contract Doc ume nts_ hi case of any dispute arising between th.e Con trutor and the City Inspector as t'o the material car equipment Furnished arthe ni rmer0fperforming the work, the City Inspector will have authority to reject materials or equiprr vnt.and to suspend work until the quesdon at issue can be referred to and be decided by the Engia"r, The City [inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Cantrac't Documents, nor to approve or accept any portion or section of the work, not to issue tarny instructions contrary io the requirements of Luxe Contract Doc urrnents. He will in no case act as supetintendera or fort=an or perform. any other dr.rties For the Contractor, or intcrfete with the n-L=gement or operation of the work. He wail not accept from the Contractor any corn pensation in any rorm for perforrnming amy duties. The Contractor shall regard And obey the dimtions 2nd i nstructions of the City inspector or Engineer when the same are consistent with the obi igations of the Contract Doc urrnerris, provided, however. Should the Contractor object to any orders or instructions of true City inspector, the Contractor may within six days rnake written appeal to the Engineer for his decision on the matter in controversy. Fort Woo I4 Warer D panmant C- 24 4Irncral C rr ddiuns C3- .9 INSPECTOR, The Con actor shall furnish the Engineer with every reasonable Facility for ascertaining whether or not the work as performed is ih accordance with the requirements of'the Contract Doeuimnts. 1Fthe Engineer so requests, the Contractor shall. at any time before acceptance of the work. xemover or uncover such portion L)f the tinish�-d work as may be d_v.ected. 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..Rnd replacing oFtfta doveHng or making.goad afthe parts removed shall be paid for as. extra work. but shoo Id the work so expost;d or examined prove to be unacceptably:. the uncoveering car remo�, ine, and the replacing of all adjacent, defective, or damaged parts shall be at the C"oatractor's expr=nse. No orlcshaII be cone or rrutterials used without suitable supervision or inspection. C3-5.10 RE�%[OVA L 0F DEFECTIVE AND UNAUTHORIZED W 0 R-K: All work . materials, iir equipment which 1as.been rejected shall be remedied or rcmovedund repined in an acceptable manner by- the Contractor at his own expense. Work done beyond the iinec and grades given or as shown on the plans, except as herein speclflea] Iy provided, or any Extra fork don.c without written authority. will be considered as unauthorized and done at the expense ofihe Co and will not be paid for by the Owner. Work so done may lie ordered removed at the Contractor's expense. Upun fa lure on the purt of the Co to .comply with any order of the Engineer made under the prop , isions of this paragraph, the Engineer will have the aGuthorily to cause the defective work to be remedied or removed and replaced and unauthorized work to removed. and the cost thereof may be deducted from any money due or to became due to the CorttMEOr. Failure to requi re the retrroval of any defective work or unauthorized Work shaII not constitute acceptance of such works. C5-5.11 S U13STITUTE TERLALS OR EQ UIP-M1 ''1': If thr SPCCilicatior[-�S. Ia . ordinance, code or regulAdons permit the Contrac:tur to furnish or use a substitute that is equ�l to any material or equipment specified. and iFthe ConLrac(or wishes to furnish or use a proposed substitute, he shall. prior to the precartstruction conference, make +.wrilie n application to Engineer for approval of such substitute certifying in writing that the proposed substitute wiI I perform adequately Lhc functions cal led for by the general design. hr simi1ar and ofthe equal substanue to that specified and be suited to the same use and capable of perrorming the same functiun as that spmil'ted; and identifying all variations of the proposed substitute from that specified and indicating avai Table maintenanue service. N o substitute shall tree ordered or installed without the written approval or the Engineer who will be the judge of the t tquality and may require the Conlr-actor to furnish such other data about the proposed sulbstitim-. as he considers pertinent. No substitute shall be ordered or installed without !�uc:h perfomiance guarramee and bonds as Owner mky require which shall be Furnished at Contractor's expense. Ccntr elor sh al I indemnify and hyoid harmless Owner and E-ngineer and anyone +`tiredly or indirectly employed by c ither of them from and aigainst the elairns. damages, losses 1-00 4V'11'II1 %V-LLwr r)ep,JrLJJ1LnL C- 25 GcnOral f_ail}jition: and expenses linclaiding attorneys NesI arising out of the use of'substituted materials or equipment. C�-3.12 SAMPLES AND TESTS OF'MATMALS_ Where. in the opinion o1'tht Engineer, or as called for in the ContracI Documents, tests df Materials or equipment are neccssary. such tests will be made at the expense oFand paid for direct to the testing agency by the Owner unless otherwise specifically provided. The rai lure oC the O .ner to to o any tests of materials shall in no way reiir,ve the Contractor of hi s responsibility of furriiSMng materials and equipment Fully conforming to the requirements of the C ontmet DOCLLttaentS. Pests and sampling o unless the materials, less oth"ise specified, will be made in atcordance with the Iatest methods presc6bed by the American Ss}s:iety far Te,ting Materials or specific requimments caf the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting artd forwarding s€rmples and shall not, without specific written permission of the Engineer. use the materials represented by the samples until the tests have been made and the materials approved f`ar use_ The Contractor wiil rurnish adNLiate samples w iIhout charge to the [ywner- in case of cortcretc. the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is plaud, and the Contractor shall be responsible for mplatc:iag any concrete which does ilia meet the requirements of"the Contract Documeats. Tests shall be made at least 4 days prior to the placing of concrete, using samples from the aggregate. cement, and mortar which-areto he used later in the conncrete. Should the source of supply change, new tests shall be made prior to the urge ofthe- new materials. C3-5.13 STORAGE OF MATERIM..S: All materials which are; to be used in the eorlsiruction operation shall be stetted sea as to insure the preservadan of the quality and Fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other bard. clean, durable surfaces and nut un the a uund, and shalI. b placed under cover when directed. Stored rimaterials shal I be p[aces# and Iocated so as to facilitate pmmpt inspection, C5-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensiarrs shown on the Plans relative to exiist!ng utilities are based on the bast information available. Omission From, or the inclusion of utility locations. on the Plans is not to be considered as the nonexistence oE. or a defirdte location of, existing UndergroLMd utilities. The location crf many gas mains, water mains, cc sewer lines, and service lines for a]I utilities, etc, is unwo n to the Owner, and the Owner assumes no responsibility ror failure to show any or aLl such structures and utilities cn tfte plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis fur c:Iai= for additional compensatian, for Extra Work. or fbr increasing the pay quantities in any manner whatsoever. uni-ess an obstruction encountered is such 0S to necessitate changes in the lines and grades oFcoriaiderahle magaitusle. or requires floe building of special works. provision for w Kich is. not rnade in the Contract Doric rnl nt% in which case the provision in these Contract Docaments far Extra Work shall apply. Fro Worih Warr t)gatimmi C- 26. G Iwral Conditions It shall be the Contractors responsibility to verify die locations ofadjacerit and.'or corttlictin g Lit iIities sufficiently in advance of corrstrucLion in order that he may negotiate such local adjatmeav; as necessary in the construcLion process to provide adequate clearances. The Comractor small take all necessary precautions in order to protect al exi, t6ng utilisies. structures, and service lines. Verification of existing utilities, structures. avid service lines shall include notification wall existing utiIiiv companies at least forty- e:ight 149) hours in advance o r co ris I ruc Li on ineIuding exploratory exc'a-vation ik rtecessan, A II verification o€ existin6l utilities and their adjustment shall be considered as subsidiary work. C5-5,15 INTERRUPTION OF SERVICE: A. Norrrr ] Prosecution: In the normal prosecution cif work where the initfrUption Oaf service is rneeessaGry, the Ca ritractor. at least 24 hours ire advance. shall be required to: 1. Notify the Water Department as to location. time. and schedule or service Interruption. 2, otif} each custorner personally through responsible personnel as to time and schedule of int.Crrugtion Of them' serviCef. or Iri the event that personal ngtil'scat ion of a cusk--% cr cannot be made. a prepared tag form shall be attached to dtie customer's entrance dour knob, The tag shall be durable in composition, an in Iarge bald type shall say, fO E Due to Lttility lmproverrient in Your neighborhood. yDur (water) (se er) service will be inti;i upted on between the hours of and This rilconvertienee - iII be as short As possible, Thant: You. Conmactor Andress phone F1ifr N% I)TI Is wo1cr P+qWtlfteja C- 77 sjcneri1 C:aWikila� B. Emergency: In the event that an unforeseen service 'Interruption occurs, notice Shalt be as above, but it mediate. CS-5. id MU FUAL REP N IBLLITY OF CONTRACTORS: IL through acts or neglect on the part or the Ccntrac[or, arty other Comai�.tor or any sub-c:ontrac:tor shill suffer loss or darriage on the work, the Contractor agrees to settle with such other Contractor or sub -contractor by agreement or arbitration. If such other Cont roe tor or sub- ut)r tractor shall assert any claim against the Owner on account of any darnage alleged to have barn sustained. the Owner {viII notify the Con tr [or, who shall iademnify a -ad save harmless the-0 wnr,r against such claim. C5-5,17 CLEAN -UP: C[can -u.p of surplus 4ndlur waste. materials accumulated ua the job site during the prosecution of the work under theme Contract Documents shall be accompIisht cd in keeping with a daily routine established to the satisfaction uFthe 2n ineer. Twenty --four (24) hours aver A-ritten notice is giN-en to the Contractor that the cl n-up on tEe job site is pre e ing in a manner =atisfac:tory to the Engineer, it' the {:ontractur fails to correct the unsatis ac:tory procedure. the City may lake sue direct action as the Engine-er deems ap}arrrpriate to cc)rrec:t the clean -UP de'Ficiericies cited to the C0ntractGr in the wTitten nuti_ee, and the -costs at such direct action, plus 2 5 crf such goats, shall be deducted from monies duo or to become due to the Contracter. Upon the completion of the project as a whole as covered by these Cantrac:t Documents. and before final acceplAncc and final payment will he made, the Contractor shall elean and rernu a tram the site of the prnject all surplus or discarded materials, temporary structures, and debris of every kind. He shotI Ieave the site of ail wm-k in a neat and orderly ccndition equal to that which originally existed. Surplus and waste materials wmoved from the site -of the work shall be disposed of at locations satisfactory Iv the Engineer. The Contractor shall thoroughly cleat all cquipmcat and materials installed by hirn and shall deliver over such materials and equipment in a bright, clears. polished, and new appearing con ditic n,. o ears compensation will be made to the contactor for any clean -tap required on the project. C5-5.18 FMAL ACC'F.PTANCE. Whenever the work provided for in and contempi.ated under the Contract Documents has beets satisfactorily completed and rival cleanup performers, the Engineer will notify the proper o11Icials of the Owner and rrgtwst that the Final inspection be made. Such inspection wriII be nude within ten (1 U) days after Stich notification_ After sues, Futal inspection, if the work and materials Arid equiptnens are f€ and seetistktory the Coatractor will he notified in writing of the accep(ance of the same after the proper resolution has been passed by the, City Council. No time charge wi11 are made against the ConUutor between said date o r m d rication of" the Engineer and the date of Itnal inspection of the work. Farr Wonh-WiiLcr D piir�mtmF C- 29 GrTicral Cuqd4dmi SLCTID ("(,6 LEGAL R-ELAT ION S AND PUBLIC I ESPONSFBIL,[TY C6-6.1 LAWS TO BE: OBSERVED: The Contractor shall at aJI times obseme and comply with all Federal and Srate Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations. and 3hali observe and ccrnply with all order's, laws, ordinances. and regulations which exist or which -may- be enacted Iawr by booties having jurisdiction or authority For such enactment. No plea of misunderstanding or ignorkanue. thereof will be considered. The Contractor and his sureties shall indemnify and save harmless the CiLy and all of its oMice rs. agents, and employees against any and ail claims or liability arising from or based on �he violation ufany sue law, ordinance. regulation, or order, whether it be by himself"or his employees. C6-6.2 PEWITS AND L[CENSIrS; The Contractor shall procure all permits and licenses. Tray all charges. costs and Fees, and give all notices necessary d incident to the dtie and lawful ptoseeution or the worts; (x-b.1 1'A'I`ENTFD DEVICES, 1"vIATERIALS, AND PR CE SSE : IFthe C;ontr'ac;ter is reclatir_d or desires to use any designdevice, material, or process covered by letter, patent, or copy right, he shall provide for such use by suitable legal agreement with the patentee or owrier of"such patent, letter, -or cop yrighted.desigrL It is mutualIy agreed and undon-food that without exception the i ontr'aet prices shall include all royalties Dr cost arising from the patents, trade -marks, and copyrights in wiy wqy involved in the work. The Contractor and his sureties strait indenuiify and "vc; hamiless the 0wmer Croat an and al l eIairns for infringement by reason of the use of any such patented design, device, material, or pivicess, or any trade -mark or copyright in connection with the work agreed tea be performed undo:r these Contract Documents. and shall indemnify the Owner for any cost, expense, ar-danmage which it may be obliged to pay for reason oFsuch infringement. at aft) Iime during the prosecutions of the work, provided, however. that the 0% ner will ;assume tlxe responsibility to defertcl ainy.and all suits brought for infringement of any patent claimed to be infringed upon by the design, type of construction or material or equipment specified in the Contract Documents [umished the Contractor by the Owner, and to hold the Contractor harmless can accowit oFsuch snits. C6-6.4 SAN1TARY PROVISIONS: Tlie Contractor shall establish and enforce among his ernpIoyees sue regulations in regard to the cIcan Iiness and dispos-A of garbage and waste as vyiI I tend I prevent the inception and spread off' in'fectioaus or contagious diseases. and to effectively preveztt the creation or a nuisance about the work on any property either public a private. and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary con vetitenc:es for use of laborers on the work. prcrpt;rly seciuoled iron public nbservktic�n, shall be constructed and maintained by the Contractor and Their use shaII be suietly enforced by the Contractor. Ali such facilities shall be kept free from objectionablc odors so as riot to cause a nuisance. A] I sonic: y lavk-s and re. guIadons iof the State or'rexas and the City shall he strictly complied with. Fon W ortli u mcr 0cparimew C- 29 (iimi -W Cou tfilion, Cb-65 PQ13 UC SAFETY ANT) CON VFN 12N'CE: Materials or equipment stored about the wore shall be s{) placed and used, and the work sh4}dI at al times be != conducted, as to cause no greater obsinwticin or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Ccaritractar is required to Maintain at a€l times all phases of his work in such ia manner as not to impair the safetyr or convenience of the public, including, but not Iimited to. safe and gnawer Rm( ingress and egtess to properly contiguous to the work area_ The Contractor shall snake adequate provisions to render reasonahie ingress and egress -for normal vehicular traffic, except during actual trenching or pipe installation operation, at all driveway crossings. Such pmvisivns may ineIadc bridging, piaczmcnt of cnished stone or grovel, or such ether means of providing proper ingress and egress for the property served by the driveway as the Fngir wr may approve as appropriate. Such other means may include tlne diversion of driveway traffic, with specific approval by the Engineer. iFdiversion ref traftic is approved by the Engineer at any location, Lhe Contractor shall make arrarngemenEs satisfactory to the Engineer for the diversion ol`traFtic, and shall, at his own expense, provide all materials and perform all work necessary for the construction and maintenance cFroadway s and bridges for such diversion at` traffic. Sidewalks must riot be obstrueuLd except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in the construction of the work. shad€ be placed so as not to endanger the work- cr prevent free access to all tine hydrant& bare alarm boxes, police cal I boxes, water valves, gas valves, or manholes in the vicinity. The Owner reserves the right ten remedy arty neglect can the part of the Contractor as regards to public convt rnienee and safety which may eo.me to the attention, after twenty-r6ur {4} hours notice in writing to the Contractors save in cases 0f emergency when it shall have the Hght to remedy any neglect Without umice, and In either case, the cost of such work done on materials furnished by the Owner, or by tine ' ity, shall be deducted norm the monies due ur to become due to the Contractor. The 'Contractor, after approval of the Engineer, shall vanity the i~ir�e Department Headquarters, TraiTic Engineer; and Foliie'T partment. when a street err alley is requested to closed or obstructed or any fire hydrant is to be made inaccessible, and, when so directed by the Enggineer. shotl keep any street, sir m, a highways in r:ondition For unobstructed use by fire apparatus. The Contractor shall promptly notify Ehe Fire D,epartwenL Headquarters when all such obstructed streets, alleys. or hydrants, am again placed back into service. Where the Contractor is required to construct temporary bridges, or make other arrangerinenis For grossing over ditches or streams, Iris responsibility for accidents in eunnectiari with such crossings.shall include the roadway approac; es as weII as the structures or such crossings. The Contractor shad at al times conduct his operation and the use of clmstructi.(3n machinery so as not to damage or destroys trees and shrubs located in close proximity to or an the site cif the work. Whenever any such damage may be done, the Contractor shall imrne€iiate ly satisfy all claims o f the property owners, and no payment evil l be made by- i=art V4`arth Waver t]ep amem C- 30 Gcrftral Cnndal W� the 0W' ner in settlement of the claims. The Contrractor shall Isle with the Engineer a written stawmem showing all such claims adjusted. lv"6-6,6 PRIVELEGES 0V CO T'RkCT' rN S ETS. ALLEYS. AND I-[C14T OF WAY: Foy performance o f the. coa trac t, the Contractor shall be permitted to use and occupy such portions of the public streets acid al lees. or other public places or other right- of-ways as provided toe in the o rdinances, cr the C iiy. as sho a in the Contract Documents, car a may be specifically. aulharized in �,+,Titing by the Engineer. A reasonable air merit o l too Ls, mater Is, and quipment for construction purposes. may be stored in such space. but no mote than is necesswy to avoid May in the construction operations. Excavated and vxaste materials shall he piled or stacked in sack a way as not to interffem with the use of spaces that may be designated tc he left trey: and unobstmrted axtd so as not to iitcon'wenienee occupants of adjacent property. if [lie strut is oceupicd by railway tracks, the work shall be carried on is such rimier as not to interfere with the (,pera[ion L)(irains, Io-ad ing or unloading of cars, etc. Other contractors of the Owner ttmv-, for all purposes regvired by the contract. ernter upon the work acid premises used by the Contractor, and shall be provided all reasonable facilities and assistance for the comp leIion o(adjoining work. Any addiIlanai grounds d6s}red by the ConIraactor for his use shall be provided by him at his own cost and espeuisc. C'6- 6.7 RAILWAY CROSS1N S: When the %&ork encroaches upon arty right-oI= ay of any railway, the City shall secure the necessary eawment for the work. Where the railway tracks are to be crossed, the C ontractor shah observe all the reguiaticns-and instructions of the railway compwiv as to the method ol'performing the work and take all precautions. far sa fear of property and the public. Negotiations -with the railway companies for permits shal.l be done by and through the City. The CronIractor shall give the City notice not less than five (5) days prior to the time ot'his intentions to begin the work oa that portion of the proje4:t %vhirh is related to the- rai Iway properties, The C'ontr'actot- wztl not be given extra or additional comp nsation for such railway crossings unless specifically se[ Forth in the Contract Documents. C: -6.8 BARRICADES, WARNMYS, AIND W2VIV14MEN. Where the work is carried on in or adjacent to any strect, st cy, or pub] ie place, the C ontractor shal l at his own expense furnish, erect. and maintain such barricades, fences, lights and danger signals, shall provide such watehmen, and sha.l l take: al I such outer precautianary rnea ores for the protection of persons or property and of tite work as are aecessarv. Barricades and fences shall he painted in a ccIor that will be visible at night, From sunset to sunrise the Contramr shall furnish and maintain at i�zw t one easiIy-visib le burning light at each barricade, -A sufficient number of barricades shall be erected and maintained to keep VedestHans away Rom. and vehicles from being drivers oit or into.. any work under conStruetiorl 0r being rnaintained. The Contractor shall Frimish watchrnert and keep them at their respective assignments in sulYtcient RUMbers to prowt the wort: and prevont accident or d:ttuage. All installations and procec urns shall be eonsiwm with the provisions. set firth in the "1980 Texas Man aal on U,iiform Tra_Me Control Drvices Cor Streets and Highways". Fart Worth Winer Wpartm4rit (_- 31 umcral Cun4Wi+,ii, i ssued under the authonLy of the " S [ate of Texas Uniform Act Regulating Traffic on Highways'', codified as Art icle 6701d Veron's Civil Smutexs, pertinent sections belug Nos. 27, 29, 30, and 3I . The Caatractor will not remove any regulaWry sign. instructional sign, street naive sign, or other sign which has been erected by the City. i F it is determined that a sign mum he removed to permit required construction, the Contractor siiall contact the Trartsportatiotl and Public Vvorks Department, Signs and Markings Division, to remove the sign. In the case oFreguIatory signs. the Contractor must rep Iace the perrrwtm sign -with a temporary sign meeting the requlrernents of the above referenced manual and such temporary sign must be ln►stalled prier to the removal of the peirmanent.sign. It the temporary sign is not installed cometly car if it does not meet the required specifications, the permanent sign shall be left in glace until the temper'ary sign requirements are me When construction work is completed to the extent that the permanent sign can be re -installed, the Cunrr=tor shall agaLn cootac;t the Signs and Mwidngs Division to re -install the permanent sign and shall leave Iris temporary sign to place until such m-i n stal [at ilon is completed. The Contractor will be held respun sible for all damage to the work or �he public due to Fail(jre or bwTicades. signs, fences, lights, or watchmen to prrrtect therm. Whwever evidence. is found or sash damage to the work the Engineer may, order the d =4ged partion immediately removed and replaced by the Coutructor a i the Contractor's own t:Npense. The Contractor's respo nsfbi I ity for the maintenance of banieaYdes, signs. fences, and lights, and for providing watchmen shali not cease until the project shall have been completed and accepted by the Owner, o cornpertwion, except as specifically provided in these Contract Dacurrwits, will be pgid to the Contructor for the work and materials invotvLM in the -constructing, p rov 4 ng, aid maintaining of barricades, signs, fences, and Lights ter ror salaries of watchmen, For the subsequent removal and disposal of"such barricades. signs, or for -any otlier ineidentals necessary for the proper protection, safety, and convenience of the pulal is during the contract period, as this work is considered to be subsidiaryF to the several items for hk;h unit or lump sum prices are reque-sted in the Proposal. 6- ,9 USE OF EXPLOSWES, DROP WEIGHT, ETC.: Shokild the Contractor elect to use explosives, drop weight. etc., in the prosecution of the work, the utmost care shall be exerci wd at all tirnes sn as not to endanger Iife or pwpeity, The Contractor shall ni)til'y. the proper representative o Cany public service corporatim 4ny company, individual, or utllil . and the Owner, not less thtin twenty-four (24) hour's in advance of the use of any activity whlc h might d mage or endanger their or his property along or adjacent to thy; work. Where the use ofexplosiws is to be permitted on, the praiect, as specified iri the Special Constraiction Doe umenis, or the use of explosives is requested, the C ontractor shall submit notice to the Engineer in writing twenty-fixur (24) hours prior to commeac ing and Fart %or[h Warar r)t'jl nMtMIT C_32 Gello41 ("ilILIiliUn' sh�1J furnish evidtnee that he has jnsurmee coverage to protect against any damages and, or inn uries arising out of such use of explosives. All elaims arising out of the use o 1'explosi ves shall be investigated and a written report made by the Con urlctor's insurers to the Eagineer-wiIhin ten ( 10) days after receipt of written notice of th,e claim to the Contractor froin either the C it;r or the claimam The City shal I p ceed to give notice tQ the CQnkractor of any such ClaiM, The use cif cxplosiv-es niay be susNridi�,il by the Engineer if any >,:omplaint is rec�!iv'�d and such use s W I not be resumed urid I the cif the complaint has been addressed. V&rhenever expi{ si es are stored, or kept, they shall N stored is a safe and secure manner and ail storage places shall be plainly marked ..DANGEROUS E XPLOSIVFS-- and shall be under the care of a compgwnt watchrmen at all tunes. All v'ehie Ies in which explaiVes aim being trarlspwed shall be pIajnIy marled us mentioned above and shall, insofar as possible, not use heavy traiiic routes. QiA10 NOOK WL-T rN EASEN1FNTS: Where the work passes over, through, or irlto private property, the Owner will provide such right-af way easement privilcgcs as the City may deem ii=c scary for the prosecution of the work. iVnv additional rights-oF wmy or work area considered necessary by the Contractor shall he provided by him at his own exlaerlse. Such additional rights -of -way or work are shall be acquired for the benefit of the City. The City shall be nadtied in %Titing ag to the rights so acquired before work begins in the affected area. The Contractor shaI I not enter upon private property for any purpose without haying previous iy obtained pen issjon from the oArvner ref such property. The Contractor will not be a]lowed to store equipment nr material (in private property unless and unti l the speci#'ied approval of the property owner has been secured in w-i iting by the Contractor and a copy furnished to the Engineer. Urtless specifical Iy provided (iih srwise. the C"ontractor ,haI1 clear afi rights-af-way or easements of abstructi(-ins which most he removed to make possible proper prosecution of the work as a part of the prvject construction operations. The Contractor shal I be responsible for the preservation of and shall use every precaution to prevent damage to al trees, shruhbery, plants, Iawris. fences, culvem, curbing, attd all other vfpes of structures or imprrivements. to all water, sewer, and gas Lines, and to al I conduits. overhead pale I roes, or appurtenances thereof; including the construction art temporary fences, and to All other public or private property along or adjacent to. the work. Jrhe Contractor snail notify the prooer representatives urov ters er occupants of public or private lands or interest in lands which might be affected by the work. Such notice shall he made -at least forty-eight (48) hours in advance of the beginning of the work- Nod cas shall be applicable to both public and private utility companies or any corporation, company, individual, or athe r, either as owrmets or occupants. whose land w- interest irl land might be atTected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from arty act, omission, neglect, or rnLsconduct i n the man tier irr meal}oil cr execution of the work, or at any time due to defective work, material. cr equipmdlit. Fi)tl Vk arlII Walvr Npartmcnl C - 33 4 r4ri0rlI(Ofld 1IL)fXi When and where any direet or indhvet injury is don to public or p6vate property on acet> nt of any act. omission, neglect, or m_isct ndact of the execution of the work; or in consequence 0r the ntItt-exeeUtiou thereof on the part of the Contactor, he sl-uffl restore or have restored at his own cost and expense such property to a condition at least equal to thatexisxing before such damage or injury was doge, by repairing, rebuilding, or otherwise replacing wid restoring as may be directed by the Owner, or he shall make gucr d such damages or Mj ury in a manner acceptable to the owaer or the property and the Engineer. All fences encounwred and rerrioYed during construction of this ptojeci shall be restored to the original condition or a better that original cnriditiori Lipon cOMPIEd01n of this pro 'iect. When wire fencing, either wire mesh car barbed wire is to be crossed, the Contractor shall set cross braced pasts on either side oI' permam:m easement before the force is cut. Should additional fence cuts be necessary. the Contractor shalI provide cross hnaced pasts provided at the permanent easernem limits, before the fence is cut„ Temporary fdnc:ing shall be -erected in place of i`cncing removed whenever the warp is not in progress and when the site is. vacated overnight, and/or at all times to prevent IiYe"stock from entering the construction area. The cost for fence removal, wmporary closures, and mp[aeernent shall be subsidiary to the vax1ous item bid in the project proposal. Therefore. no separate payment shall be al lowed for any service. associated with this work. In case o f i?ai1are on the part of the Contractor to restore such property to drake -oad such damage or injury, the Owner may, upon forty-eight (48) hours written notice tinder ard inary circumstances. and without notice when i� nuisance or hazardous Gondidon result,, pros ced to repair, rebui Id, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any moriies due or to becorne- due w the Contractor under this Contract. C6-6_ l l INDEPENDENT COI TIU TOR: it is understood and agreed by the parties hereto that the Contractor shad I perform all work and cervices hereunder as an independent contractor, and not as an officer, agent, servant or employee of the Owner. Contractor shall have exclusive control ofand the exclusive right to control the details of all the work and services performed hereunder, and all peens performing same, and shall be solely responsible for the acts and omissions of its officers, agents servants, employees, Contractors, subcontractors. I icerisees, -and invitees. The doctrine Of respondeat superior shal l net apply as between the Owner and C'onuac:tor, its officers. agents, employees, contractors and subcontractors, and nothing herein shall be construed a-; creat!ng a partnership or joint enterprise between the Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to and does hereby indemnify, ho14 harmless. and dofimd, at its own exgecnse, Owner, its officers, agents, servants and ernpioyces, from -and against any and all claims or salts for property loss or damage 4ndfor personal injury, inc[uding death, to any and all persons, of whatever kind or character, whether r l or asserted, arising out of Fort Worth %S aw Department C- 34 ti icncra3 t.'unii1tsnns or in conbection with, di rectIy° or .indirectly, the work and soMccs to be perfamned ltereLuider by Contractor. its oF"iirc:ers, agents. emplcn ees. subcontractors. l icensees or invttees, WHETHER OR NOT CAUSED. M WHOLE OR IN PAIN BV I- HE ALL F�Yr GE F+E LnIII= F TE'FNC■fE OF IT0F�YILf'-ICFR , �A ENTS.Ly iFER A �1yTS, AN �TI1��y EM 1.0 +FF FS• `_ V+ •'1'llACTO RS. SUl3C J + iCORS, R.. EN S P ES, AN IN VITEES OF THE CITY; and said Contractor does hereb} covenarnI and ague to assume all liability and responsibility of City, its offlcers, agents. servants and employees for Arne and all claims or suits For pr€nperty loss or damage and;or personal injury, including death. to any and all persons, -of wfnawgver k1ad of character, w'hether'real or ayser[ecL =ising ornt of or in connection with, directly or indirectly, the work and services to be performed hereunder by Contractor, its officers. agent-, employees, subcontractors. licensees and invitees. WNETHEIR OR NOT CAUSED, LN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE OFFICERS. AGENTS. SERVANTS. EMPLOYEES, CONTRACTORS, SITSCONTRACTORS. LICENSEES AND INV I T E ES OF THE CITE'. Contractor likewise c o vemuits and agrees to, -and does hereby indem nify and mold harmless. the City from and against any and all injaries. damage. loss or destruction to property of the City daring the performance of any (if the terms arnd Qanditionns of the Corarac1. WHETHER ARISING OUT OF OR fN CO NECTI.ON WITH CAR RE S U LTEN G FROM, FN WHO i..E OR TN FAP-T. ANY AND ALL ALLEGED ACTS OR 0NUSSIONS OF THE OFFICERS. AGENTS, SERVANTS, E210KOYEES, CONTRACTORS, SUBCONTRACTORS. S. LICENSEES 0 R TN V ITEE S OF THE OWNIER, Ln the event a written cIaiin For damages against the contractor ur subcolitTar, LOTS rcnlaiw unsettled at the time all work on the peoi; t has been completed to the satisfaction aE the Director of the Water D.epartmem as evidenced by a final inspection, Gnal paymernt to the Contractor shall not be recommended to the Director of the Water Department for a Period eF thirty- f 30) days alter the date of such linaI inspection. unless the Contractor shalI-submlt written evidence satisfactoryr to the Direaur that the cIainn has been settled and a release has h€.Fen obtained from the rIaimant involved, If the claims concerned rei ains unsettled as of the expiration of the above 30-day period. the Contractor may be deemed to be cridtled to a.semi- final pay-nnen( for wt)ri' completed, such semi -Final payment to be in the amount equal to the dollar ar n€aunt then due Jess the dollar ruitie of an y vrrittenn claims pending against the Contractor arising out of performance of such work. and such semi-final payment may he recommended by the Director. The Director shall rn)t men mine nd nhal payment to a C.'ontractor against whom such a claim for damages is outstanding For a period oFsix m6t)ths foIlov►i ng the dale of the acceptance of the work performed urnIm the Contractor submits evRden,ce to % iting sadsFactary to the Director that: A The cIaim has been wttled and a rele a has been obtained from the claimant involved, or rort �k urth W,tivr Depattmertt C- 35 { 1m ral e.oWiliomi B. Good faith efVorts have been made to sertlt such outs.tan ding claims, -and such goad faith ei'forts have failed. Ircondition (A) above is met at - anytime within the six month period, the DirceLor shnE. recommend that the Final pay€rreni to the Contractor be rnacle. If condition (B) above is met apt any- t ime within the six month period, the- Directur may recommend that final payment to the Contractor he trade_ At the expiration of the six womh period, the Dimetor may recommend that t naI payment be tnade i#' dI other ork has been performed and al I ogler obligations to the Contractor have been met to the satisfaction of the Director. The Director may. if he deems it apprvp6ate, re Fuse to accept bids on other Watcr Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed Linder a City Contact, Q6-6. 13 CONTl C'T R'S CLAI i FOR DAMAGES: Should the Contractor claim aompensa con tar any -alleged damage by reason of the acts or omissions of the Dwnrm he shall within throe clays after the actual sustairu rig oFsuch alleged damage, make a written sLate gent to the ET1gineer, setting out in detail the month succeeding that in which any such damage is c [aimed to have been sustained. the Contractor shall f Ie-wzth the Engineer an itemizi�d statement of the details and amount of such alleged damage and, upon rcq€est, shall give the Engineer access to all books cif aecoum. receipts, vouchers, h i I Is of lading, and other books or papers containing any evidence as to the ameUnt of such alleged damage. Unless such staternenrs shall be riled as here inabove requi.red. the Contractor`s claim for compensation shal l be waived. and 1v shall not be entitled to pay ment.'on account orsuch damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLICyi-I .1'E : In case it is necessary to change. move, cr alter in any manner the property of a public utility or others, the said property shaII n k i t be moved or interfered with until orders thetetrpon have been issued by the Engineer. The right is reserved to the owners 0fpabl.ic utilities to enter the gcographical limits of the Ccntraet for ihe purpose of making such changes or repairs to their property' that may be neoessairy by the performance of this contrast. C6-6.15 'rPAPORARY SEWER AN D DRAIN CONNECTIONS. When existing sewer lines have to be taken up or mmoved, the Contractor shall, at leis own expense and cast, provide and maintain temporary outlets and connections for all private or public draia1s and sewers. Uhe Contractor shall also take care ofall sews ge and drainage which will be received front these drains and sewers, and for this purpose he shall provide and maintain. fit his own cost and expense, adequate pumping facilities and temporary cutlers or diversions, The Contractor, at his own cost and expense, shall can struct such troaghs. pipes, or other structures riecessary, and be prepared at all times to dispose of drainage and Sewage received tram these wmporary connections until such times as the pennanent conneefions are built and are 1n service. The existing sewers and connee uons shal I be Kept in service Fix[ Wurtb-5,1« Ilepa ritani C- 30. c.au„eral CoOdITI4}n; and maintained udder the C:ontrtu1. exCept when spee:iEied or ordered ro be -abandoned try - the Engineer. All water. sewage, and other waste shall be. �isper rd .oF in a satisfackory rnanrter so that ao nuisance is created and so that the wc)rk under construction will be adequately prntec:ted. C'b-6, l6 ARRANGE1vt.ENT A NQ CHANGES FOR W AT E R FUR NISFIED BY THE CITY: When the Contractor desires to use City waxer in connection with any construction %vvrk. Ile steal l make complete and satisfactory nrfangernents: With the Fort Worth Cit% Water Department f6r so doing. City -water furnished to the Contractor shatI be deIivered ui the Con iractor from a connection on an existing Crity maim. All piping regLIired beyond- tKe point of delivery steal I be installed by the CoTilractor at hir, own e+cperrse. The Contractor's resportsibihIy in the use of all existing fire hydrants and, -or valves 1s detailed in Section E2-1.2 USE DF F1 RE 14Y DR -ANTS AND VALVE in these General ontrut Docutnertts. When meters Are used to rme ure the water, the charges. i f any. for water will be dt the regularly established rates. %lien meters are not used, the charges; if any, will be as prescribed by the City Ordinance, or where no ardinanc:e appI izs, pay- ment shall be made on estimates and rates established by the Director of the Fort Worth Water Department, Cr6-6.17 USE OF A SECTION OR i'C)RTION OF THE WO . Whenever. in the opinion of the Engineer, arty section or portion oftlie work or -any structure is in suitable condition, it may be put into use upon the written order ofthe Engineer, and such usage shall not be ht:Id to be in any way an acceptance: of said work or structure or any part therearor as a waiver or any- of IN: provisions or these Con Docurnews. Al L necessary repairs and removals of any section of the work so put into use. due to defective materials or workmanship, equipment, or to dericient upe:rations can the part lira the Contractor. shaII be performed by the Contrac[or at his non expepsc_ C` 6.18 CONTRA RESPONSIB ILEFY FOR THE WORSK: Until written accepwnce by the Owner as pro vi&A for in these Contract Doc urn(ents, the worts shall be antler the charge and care of the Corm -actor. and he shall talcs every riecessary precaution to prevent injury- or damage to the worts or any part Ihereur by action of the elements or fro any cause w hatsoever. wiiether. arising from the execution or non -execution of'the ,xork. The Contractor shall rebuild, rep€ti.r. restore, .anti make good at his ove-n expense all injuries or dan-tages to any portion of the work occasioned by any tit the here inabove causes_ C6-6.19 N 0 WATVER OF LEGAL RIGHTS: Inspection by the Engineer or ally order by the 0%-nor by pays ment of nicney or any payment for or acceptance of any work or any exteAsion ref time, or any possession taken by the City shall not operate as a waiver of ;arty pro visiorn of the Contract Documents. :any waiver o f an y breach or C'oturaet she l trot be held to be a waiver of arty other ur subsequent breach. Foil W1 firth Water IkWrimait - 37 f,'ClILal ,tm{IiIiPn5 The 0-%vaer reserves the right to. ccrrect an error that may be discovered in any estimate that may have been paid and to adjust the same to tweet the requirements of the Contract Documents. Cfx-6.20 PER. OVAL l.,TABILITY OF PU13LIC OFF IC"IAL.S: In carrying o ut die provisions of these Contract Doeuments W in exercising any power or authodty granted thereunder. there shall be no liability upon tyre autharixeii representatives of the Dwyer, either personally nr otherwise as they are agents and rep rese n tat i ves of the f` ity, C6.0,21 STATE SALE TALC; On a contr=t awarded by the City of Fort Worth, are organization whieh qualifies for eyv rniptioa pursuant the prof , isions oi' sticle 20.04 (H) of the Texas Limited Sales. excise, and U Tax Act, the Contractor may purchase. rent or lease all materials, suppiic�'aad equipment used or oomurwd in thte performance of this c ontract by issuing to his supplier an exemption certificate is lieu of the twx, said exemption certiFicate to comply with the State C~c3mptrvller's puling .007. Any such esernption cert1 Ficate issued by the Contractor in 1 le of tire ta% shall be subject to and slali comply with the pro vi;iom of State ComptroIler's Ruling _011. and any other pplicable State Comp troller ruIings pertaining to the Texas Limited Sales; Excise. and Use Tax Act, On a contract awarded by a de-veloperfor the construction s)f' a publicly -owned irnpT-ovement in a street right of way or ether easement which has been dedicated to the public and the City of Fort Worth, an organi tion which qualities for exemption puNu xt to the provisions of'Artiele 20.04 (14) of the Texas Limited 5Ples. Ex-eise. and Use T&x Act, the Contractor can probably be exempted In the same rn umer stated above. Limited Sale. Exciwe and Use Tax permits and information can be Owined from: Comptroller ptroller of Pub I is Accounts Sale Tax Division Austin, Texas Fort uro" waler M-PIMnlent -3. E +t conditim' SECTION C7-7 Pik OS ECUTION AND ?ROGRE SS C7-7.1 SUB1.FTT[NQl The Ccntractrir stall perform with his 0 Wn org3ttic4ti011, and with assistance vfworkman under his imrnediate superintenden ce. work of a value of nut less than fifty (50) percent of the value embraced in the contract. if the Contractor sublets any part o C the work to be d€rne udder these Cc Documents, he wi l l not under any circumstances be relieved uFthe res pon sib i I i ty on€l obligation assurned under these Cori Documents_ All transactions of the Engineer %viI l be rich the Contractor Subcontractors will N corp �iiBred only in the capacity of empioyees and workmen of'the Contractor and shall be subject to the same requirements as to chwacter and competency, The Owner w ill not recognize any su heon tractor on the work. The Contractor shall at all tinies. wlien the work is in operation, be represented either in person or by a superintendent or other dt!signated re presentat i yes. C7-7.z A SSiO SENT OF CONTRA C'T.- The Con shall not Assign, transfer. sublet, convey, or otherwise dispose of the contract or h is rights, title, or interest 1n err t. the same or any part thereorwitliout the previous consent ol: the Owner expressed by - resolution of the City Council and concurred In to Sureties. If the Contractor does. without such previous consent, assign, transfer. sublet. convey, or otherwise dispose 0 f the contract at his right, title, or interest tliereln or any hart thereof, to any person or persons. partnership, ccmprany, firm, or corporation, or does by bankruptcy., voluntary or invoIuntaryr or by assignment under [lie insolvency laws of any Mate, attempt to dispose c t' the contract may, at the option of the Gwncr be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event 0f an such revocation or annulment, any monies due or to become due under or by virtue of said contract shad be retained by the Owner as liquidated damages for the reason that it would be impractic4ble and extremely difficuIt to fix the damages. C'7-7.3 PRO SFC UT10N OF THE WORK' Prjor to begin ing any construction operation. the Cantractor shall submit to the Engineer in five or more copies. irrequested by the Frig ineer. n progress schedule pre rerabIy in chart or diagram 16Tmrn or a brief outlining in detail arid step by step manner u f p rosecuting the work and ordering materials and equipment which lie expects to follow in order to complete the project ill the scheduled time. There shaI I also he subrnitted a table of estimated amounts to be earned by the Contractor during each monthly pay estimate period. The Crontractor shall commence the work to be MFor ned tinder this eontmc:t within the time Iirnit stated in these Contract Documents and shall con€iuct the work in a conLir as manner and with sufficient equipment, mattriafs. and labor as is necessary to imure its completion within the time limit. Thy sequence requested cfail construction operations s h M I be at all tithes as specified in the Special Contract Documents. :finy deviation From such sequencing shall lie submitted to. the. Engineer for his approval, Contractor shal I not prcweed %'vith any deviation until be has received written approval rtom the Engineer. Such specification or approval by the Fod 3A ortii Vbmur D pj�nmenR [.- ;r9 {rk rl CFil1 ('11114I Ll 101 % Engineer shall not rel ieve the Cantrmcwr t'r m the ful I responsibility of the complete perfun uance or[lie Contract. The contract time may be changed only as set forth in See tiun C7-TS "Extension ofTime of CompleIIon" or this AWeemeni, ands progress schedule, steal I riot to a change in the CCnr=1 time, C7-7A LHNUATI0NS OF 0PEkATIONS, The working operations shall at all Limes be conducted by the Contractor sO as to create a rninirnum amount of inconvenience to the public_ At any time when, in the imdgment of the Engineer, the C"orr=tor has c hstruc tell or closed or i,, carrying can aperatiorls in a portion Pf a street or public right of way greater than is nec.es5aty fir the proper execution of the work, the Engineer may require the Con=ctor to fkn sh the smilon on which operations -are in progress before the work is corinmenced on the additional section or street. C7-7.5 CHARACTER OF WQKKN E" A3 M EOUfPNTF.NTT. Local labor shall be used by the ContractOr ifauailAe. The Contractor may bring in From outside the City or Fort Worth his key man and his superintendent. All other workmen, including equipment operators, may be imported only after the local suppiv is exhausted.. The Contractor shall employ only such superintendents, foremen, and workmen �hho are camful, competimt, and ful I qualified to perform the duties or tasks assigned to Cheat, and the Engineer may demand and secure the surnm pry disnti sal of any person or persons employed by the C an tractor is or about or on the work who. ire the opinion of the Owner, shall miseofrduct himself yr be- found to be incompetent, disrespectful, intemperate. diShoriest, Or otherwise objectionable or neglectful ire tht- proper performance of his or their dut]es. or who ueglects or refuses to corn pIy with or carry out the directions of the 0 wmer, and -such person or persons shall n.pt be employed again therwn without %vritten consent of the Engineer. All workmen shah have sufficient skill, ability, and exivrience to properly perform the work assigned to them and operae any equipment necessary to properly carry Out the performance of the assigned duties. The Contractor shall Furnish and maintain on the- warts all such eq-�.iipruer« as is considered to be necessary for prosecution of the work in an acccptabIc trr=er and at a satisfactory rate of pro ss. All equipment, tools, and maQhinery used for handling materials and executing any part or Lhe work shall be subjccI to the -approval of the Engineer and shall he maintained in a satisfactory, sak and efficient working condition. Equipment on any portion of the wort: shall be such that no injury to the work, workmen or adjacent property wi I result from i is lase. C7-7.6 WORK SCREQ ULE: EI apsed working days shall be doanputed starting With the first day of work completed as defined in C 1-1,23 ;'WO RKIN G DAY" or the date stipulated in the "WOM 0RDEW' for begirining work, -u&,hichever ernes first. Van Worth W 01"Dtvrrl111'31r C-40 iMnerilCvrrdhions Nothing in these Contract Documents shall be conswuecl prohibiting the Contractor from worhng can Saturday. Sundry, or Legal Holidays, providing (hal the fcillowing requirements are met, A, A request to woik oia a speci.tic Saturday. Sunday, or Legal HoIWEt� gust be made to the Engineer no Maier than the preceding Thursday, B, ,any work to he drone cm the prgject on such a speci-Fic Saturday, Sunday, ur Legal Roliday must be. in the apinion 4)f the Engineer, essential to the. timer' completion of the prajcct, The Engineer`s decision shaI I be final in response to such a request for approval to warts on a spec iflc; Saturday. Sunday. err Legal Holiday, and no extra cormpe"aticn will be allowed to the Contractor for any work performed on such specific Saturday, Sunday, or Legal Holiday. T Calendar Days shal d be deltried in C I - I.2 4 and the Contractor may %vork as he six desires. 7-7.7 TIIME OF C(.1J1IMENCEMENT AND COMPLETIO - The Contractor shall cramrnence the work irig operations widiin the time specified itt the Contract Documents and set forth in the Fork Order, Failure to do so shall b€ considered by the O%vu( as abandonment of the Contract by the Contractor and the Owner may proceed as he see% fit. The Contractor 5haII maintain a rate o F }progress such as Ail I insure that the whole work will be performed and the prein Lses cleaned up in accordance with the Contract Documents and %vi €i,in the time established in such documents and such extension of tune as may be properly authorized by the Owner. C7-7.8 EXTENSION OF TIT CONIPLETIO I: The C"ontractot's retluest for an extension of time of completion shaII be considered only when the request for such extension is submiaed in writing to the Engineer within seven days rrom and after the time alleged cause O'delay shall have occurred. Should an extension of time of completion be requested -stsch request will be APr arded to the City Council for approval. In adjusting the contract thite or completion of the work. consideration wiII be given to uaforesecable causes beyond the control of An without the rault ref negligence of the Contractor, including but not Iirnited to acts of the public enemy. acti of trite -Owner. fire. flood, tornadoes, epidemics. quaGrantine restrictions, -strikes, freight e€nbargoes, or delays of sul-c011traetors due to such causes. Wlie n the date of completion is based on a calendar day bid, .a request for extension 0f tune heeattse of inelement weather will not be 0onsidered. A rcquL�st for extension or time due to inability to obtain %uppIies and nxaterials will be cpntsidered an[y, whefi a re,v iew of the Contractor's pumhase nrder dates and uthei- pertinent data as regveswd b tote Engint-er i ndicrttes that the Contractor has made a boron le attempt to secure deliver} Fora %nrih %A.iner Depanmew C-4i {1auvrul ii ndItion!- on seWule. This shall include efforts to obWin the supplies and materials from altcmare sources in case the first s ource cannot make delivery if"satisfacto ry exeeutionand completion of the contract should reqvire work and materials in greater amuunts or quantities than those set forth in the approved Contmi Documents, then the contract time may he increases! by Change Order. C7-7.9 DELAYS; The Contractor shall receive no compensation for deIays or hindrances to the work, except when direct and unavoidable .mtra cost to the Csontractor is caused by tfce failure of the C ity to provide 'information or rmaterial, if arrv, which is to be Fuu-nishied by the City_ When such extra compensation is claimed, a wrimn stawment thereof shall be presented by the Contractor zu the Engineer and if: byhim Found correct shal I be approved imd referred by hire to the Council Far final. approval or di:ia.p.prcrval; and the action thereon by the 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 materials or necessary instruetianr for carrying on the warm. then such delay will eati Lie the Corntrae:tor to an equivalent extension of time. his application for which-shal1, however, be suhiect to the approval of the City �--OMCil; and no such extension of time shall release the Contractor or the surety on his performance bond From all obligations here -under which sW1 amain in full Farce untit the discharge of the contract. C7-7.10 TIME OF C01YtPLEZTIO : The time o F corh p [et [On is an essential clement Ut the contract. Each budder shall indicate in tKe appropriate place on the last page oFthc Praposal the number of working days or calentior days that he will require to Fully complete this contact or the time of completion i11 he specified by the City in the Pruposai sec ion aFthe Contract Documents_ The nurnb-er crf days indicated shall be a realistic estimate of the time required to complete the: work covered by the specific eontracL being bid upon, The oniount of time so stated by the successful bidden or the City will become the time of completion specified hi the Contract Dot<umems. For each calendar day that any work small remain uncompleted -after the time specified in the Contract Documents, or the increased tune granted by the Owner, or as all toMatically increawd by additional work or materials ordered -after the c(III tract is signed, the 5urri per day given in the following sr.ht:dule, unless otherwise specified in other parts of the Contract Doc umews. gill be deducted fro monies tine the Contractor, not as a penalty, but as Iiquidated damages safe.red ley the Owner_ Pert VA orth water EFcparimrmi C- 42 OcrirraI Qvntlflms AMOU T OF CONTRACT 5,0 1 1 5.001 $25,001 $50,001 1 00,001 $500,001 $2.000,fb(O and over Less than $5,000 to $157000. to5,00 Ftdf1 W Il5l''!0.L�00f0 11+'{0 to �5/y000 50 .000 to $ 1 ,000,000 to $1000.000 inclusive $35.00 inclusive $45.90 inclusive $6 .00 inclusive $t05.00 Inclusive $154.00 ineIusivc 521100 inclusive $3 15-00 inclusive $420-00 63 .00 The parties hereto understand and agree that any harm to the City causal by the Contractor's delay in completing the work hereunder in the time specified by the ContracI-Mc .menu wouId be incapable or vcry diMcuIt of accurate estimation, and that the "Amount of 1.iquidated Damages per Day", as set taut above. is a real mable forecast of just compensation dae the C ity for harm caused by any delay, C7�7,1 1 5 �-SPENS10N 3 V COLRF ORDER: The Contractor shall suspend operations on such part or parts of+the work ordered by any court, an& will no he entitled to additional compensation by virtue, cal"suer court order. Neither will he be liable to the city in the event the work is suspended by a Court Order. Neither will the Owner be liable- to tlt� Contraotor by virtue of ariv Courrt Order or action For %which the Owner is not solely responsible. 7-7.1.2 T`E,*v[?ORAR Y SUSPEN SI 0 N1 The Owner shall beve the righI to suspend the work operation wholly or in part for such period or periods of time as he may &cent necessary clue to unsuitable weather conditions or any other unfavorable conditions which in the opir�on oC the, 0 wner or Engineer cause Further prosecution of the work to be unsatisfactury or detrimental to the interest oI'the prq}eet. During tempofary suspension orwork coverr;d by this contract, for any reason. the 0 wner will make no extra payment for stand-by time of construction egctipment and/or construction crews. if it should become necessary to suspend work for an indefinite period. the Contractor shall stare all materials 1n such manuer that they will no obstruet or impede the public ri unnecessaly nor become damaged in any way. and he shall tape event precaution to prevent damage or deterioration o F Lhe work pedormed, he shill provide suitable drainage about Lhe work. and erect wmporary- structuma where necessary. Should the Contactor not able to complete a rortion of. tl;� proiect clue to causes he and the control of aad without the fault or ne6)figence cf the Contractor, as set tbrth in Paragraph C'7-7, 8 ETEN S 10N OF THE TI MF OF COMPLETlON. and should it be determined by mutciail consent of the Contractor and the Engineer that a solution to allow i:ugstructiori to proceed is not avaifable within a eessonable period of time. then the Contractor may be reimbursed for the cost of'rrmoving his egLi1pment offt.he jab and reluming the necessary equipmenL to the job when it is determined by the Engineer rat Fart Wotth WaL%.r D p►lrfikvni C.- 43 6imcra! Condid-ons construction may be resume& Such reirnhursement shall he based ora actual cost 16 the Contractor of moving the equipment anal no pro tSt will be a]Iowed. Rio reimbursemma shalI be �LIlowed it the equipment is. moved to another construction prcjecl For the City of Fart Werth. The Contractor shall not suspend w4ark without wi itten mKice from the Engineer and shall prowl with the work operations promptly when notified by the Engineer to so res Lane operations. C7-7,13 TER°wr NATION OF CONTRACT DUE TO NATIO AL. EMERGENCY. Whenever, because al' National Emergency. so declared by the Presiderit of the United States or other Iaw fuI atttho-ity, it beeGmes impassible for tine Cbatr'actor to obtain all of the necessary labor, rn a teria Is, and equipment for the prosecution of the work with reasonable continuity far a period of two months, the Contractor. shall with in seven days notify the City in writing, giving a detailed statement oI the efforts whLich have been made and iis#ing all neceswy items oflabor, mater'ia ls. and equipment not obtainable. Ir, after investigations, the Owner rinds such conditions existing and that the inability of the Contractor to proceed is not attributable itt whore or in part to the fault or neglect 0r the Contract, then if the [owner ca mot after reasonable Q:IT6rt. assist the Contractnr in procuring and making available the necessary IaboT. materials, and equipment within Lhirty days, the Contractor may request the Owner to ttmninate the contract and the Owner shall comply with the request, and the tenu:mation shall be canditioned and Erased upon a final settlement mutually acceptable to hoth the Owner and the Contractor and Final payrnent shaII be made in accordance with the terms of the agreed setttcrnen# which s€ all include, but not be limited to. the payment for al work executed, but no anticipated profits on worm which has not bcen perfotmed. C7-7.14 SUSPENS10 N OR ABANDON MENT OF THE WORK AND A NNULPc+ENT OF QQN9 RACT. The work operaaiions cra all or any portion or section of the work under contract shall be suspended immediately upon wriutan order of the Engincer or the contract may be declared cancelled by the C ity Council For any good and suffu:ient cause. The following. by way of examp€c, but riot of [imitation. may be consi&red grounds for suspension ar cancellation; A. I=allure of the Contractor to commence work operations within the tirnc speei fled in t}te Fork Order issued by the 0tenet- B . Substantial evidence that the progress of the work operations by the Contractor is insufficient to Ct}mplete the work within the specified time. t~. Faiiure nfthe Contmctor to provide and maintain s-efficient labor and equipment to properly execute the working opL-rarions. D. Substanfial evidence that thiContractaar has abandoned the work E, Substantial evidence that the Contractor has become insolvent or bankrupt, car other ise financially Lanable to casTy out the work satisfactorily. r--km-IWnr#h Wntar Qcpartmrnt is-.I.r k3dttar�lG Carewtinns F, Failure on the pert cat' the contractor to observe any req u irerh en is o F the Contract Doe urrierlts or to campiy with any orders gi uen h, the Engineer or Owner provided for in these Contract Doc unients. G Fal Ik4re of the Contrk-tor promptly t0 rit a good any defect in rnaterials or w•orkmauship. or ony defeet s oFany mature the correeiian of which has Fee directed in writing by the Engineer or the 0wller. H. Substantial evidence o f collusion for the. purpose of illega Ely procuring a contract or p etmting fraud on the City in the cansimetion of work under oDatract. A substantial indication; that the Contractor has rna& a.ti unauthorized assignment o C the contract or any funds due therefrom. for the benefit of arty creditor or for any other purpose_ 1, if the Contractor shall fur,any cause whats€r ver Dot carry on the working operation in an acceptable manner. if the Con"ctor commences legal action against lie G"ner. 4 copy oFthe suspension order or action afthe City Council shall be Served on the Contractor's Sureties. WrheR woTk is suspended For any cause or cau_ s. or when the contract is cancelled. tht< Contractor shall discontinue the work or such part thereof as the Owner shall designate, whereupon the Sureties may. at their option. assume thu Comm or that portm thereof which the, Owner has ordered the Contractor to discontinue, and may perfoiTn the Name or tray. with the written coaserit of the Owner. stjblet the work or that portion c r the work as taken over, provided however. that the Sureties shaII a treise their.option, i(at all, withintwo vveek-s alter the written notice to discontinue the work has been served upon the t7oritractor and the Sure tjes or their authorized agcn Ls. The Sureties, in such event shall assume the contractor's place in all respects, and shall be paid by the Owner for all work per Farmed by thern in accordance with the terrors of die Come Documents. All monies remaining due the Contractorat Lhe time oFthis default shall Ihereapan bec'onic Niue and payable to the Sureties as the work progresses, subject to all terms of the Comma Documents. Ln case the Sareties do not, within the hereinabuve spec it1ed time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered by the Contractor to discontinue. thert the Owner shall have the Power to complete, by contract or otherwise. its it may determine, the work heretrt descrilbod or such. part tiiereoras it riiay deem necessw--y, and the Contractor hereto agrees that the Owntj r shall have the right to take possession of an use any materials, plants. too ls. equipaienk supplies, and promty 4rany kind provided by the Corttrac:tor far the IntIp()se ofcarry ing on Ihe. work gird to procure other tools, egLdpment, materials, Iabol-, and property for the completion of the %vork. arjd to charge to the account of the Contiac;tor of Fort Worib W.Her'DePanfflMl C- 45 Lienaal iondiflirns said contract espertse for labor, materials, too]s, ectuipment. and all expenses 1nc:idental thexeto_ The expense -so charged shall be deducted by the Owner from such monies as may be due or may become dire at ariy time therertfter to the Contractor under :end by v qTue cif the Contract or any pnrt thereoL The Owner shall not be required to Obtain the lowest bid tar the work completing the contract, but the expense to be deducted small be the actua l cust ca l' the owner of sue work. In oaw such expenses smell exceed the amount which would have been payable wider the C.onwaa if the same had been completed by the Contractor, then the Contractor and his Sureties shall pay the amount orsuch excess to the City on notice #Torn the Owner 0F the excess due. Whcn any particular part of the work is being carried on by the 0-wner by contract or otherwise under the provisions of this section, the Contrac tar shall continue the remainder of 1-he work in ccri ormity with the terms oFthe Contract DoeUMent-Sin such a mariner as to not hinder cr interfere with performance of the work by the Owner. 7-7.1 > FULFiLUNIEI iT OF CONTRACT: The Contract wLU 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 ltnished and completed, the Final inspection trade by the Engineer. and the final acceptance and tonal payment made by the Owner. C7-7.16 TERMMATION FO R CON ENIENCE OF TfLE 0WNER- A, Notice cif Termiaaiion-. The performance of Lbe work under this contract may be terminated by the Owner in whole, or from time to tune in part, in accordance with this section, whenever the fawner shall determine that such t.ennittation is in the best interest of the Owner. Any such tennin.tion shall be effected by maiIing a notice ctt termination to the Contractor Vecifping the extent to which performance o F work under the contract is terminated, and the date upon which such rem ination is to became effective, receipt of the notice shall be deemed crrrtclwAvely presumed and established when the letter is placed in the United States Mail by the Cher, Furthm it shall he deemed conclusively presumed and esLab] ished that such tetnnination is made with just cause as therein stated; and no proof in any ciai>3a, demand or suit shall be required of the 0wtier regarding such discretionary action, B6 Contractor Action: After ree:eipi of a notice of ter inaatim and except as otherwise directed by the Engineer, the Cc retractor shall: 1. Swp work under the contract an the date: and to the extent specifted to the notice ot'term ination. 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 tinder the contract as is not terminated. Fern )XnTthWaer Deputolem C- 46 Gencral condidoru 3, Terminate all orders and subcontracts to the extent that [hey relate to the perform ance of work terminated by the no(ice of ierminatian. 4. Transfer title ro rite Owncr and deliver in the manner. at the firms. and to the extent, if arty. directed by the Engineer, I. The fabricau d or urn -fabric tted [tart. work in process, ccmpleied work, suppIics. and other matGrial produced as part or. or acquired in cacumection with. the performance of the work terminated by the notice ofterminatian, b. The completed, or partially completed plants, drawings. intformadon and other property which, ifthe contract had been completed, would have been requirc;d to be furnished by the Owner. ?, Complete performance of such part of the vvork as shall not have been to min;ttcd by y� the notice of terminailon. `lake such action as may be necessary, rnr as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possessions u[`the Con tractor -and in which the Owner has or rriay acquire the resl. At a time not katrr than 30 May's after the wrmination date specifi.ed in the notice 0I'tetmination, the ContracLor may submit to the Engineer a list, eertitied as to the quantity and qua] ity of any or all itenzs of termination irnventbry riot previously disposed of, exclusive of items the disposition of" which has been directed or authori2ed by the Engineer. Not later than 15 days thereafter. the Owner shall accept title to such items provided, that the list submitted shall be subject to veriIic:atian by the Engineer upon removal of the items or, if the items an-e stored. i thin 45 day,; Froth the date of submisslon of the list, and any net: sary adjustnmenis to correct the Iist, as submitted, shall be made prior to firnal settlement, Cr. Tcrmirnation QIaim. Within 60 days aFwr notice of terlltination, the on tractor shall submit his termination clans to the Enginee-r in the Font and -Vi tit the certiFication prescribed by the JErlgineer. Unless one or more exteasionts in writing Are granted by the 0%ner upon request of the C unLractor, made ir1 Writing within such 60 day period or authorized extension thereof; any an all such claims shall be conclusively deemed waived. D. Anicuntis: Subject to the provisiorn if ltern C 7-7, l6, the Contractor and Owner may agree upon the whale or any part 0f the $!7 OUnt or amounts to be paid to the Contractor by reason o f the total or partial terminatiuni of weals puns Uant hereto : provided, tlmt such agrees! amouru or amounts shall nevor exceed the total contract price as reduced by the amcunt cif payments other is� made and as Fnn Worlh Wimr77ep;lrwi- riI C- -17 Orna:11 conailioit.% I rthe,r reduced by the contract prig of work nm.terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No etznoant shall be due For lost or anticipated profits. Nothing in-C'7-7.16 hereafter, prescribing the amount to be paid to the C ontractur in the event oFrailure afthe Contractor by rr- . on of the termination of work pursuant to this section, shall be d"mod to limit, restrict, Qr other ise determine or affect the amount or arnounts which may be agreed upon to be paid to the Contractor pursuant to this pazagraph. E_ Vai lure to Agree: In the event of the failure of the Contractor and the 0-,vner to agree as provided in C'7-7.16(D) upou the whoic amount to be paid to the Con trwtor by reason cif tine termination a f work an the basis of inFormation available to it. the arnouat. 1f any. due to the Cron imctor by reason. af the term] nat ion and shall pay to the CorkiLractor the amountsdeten-nIred- No amount shall be due Co lost ar anticipated profits. F. Deductians. In arriving at the amount due the can for (under this sft ion, there shall be deducted (a) all un-Iiquidated advance or other payments on afxaunt therewfore wade to khe Contractor. applicable to the terminated portion of this contract; N an y claim w1iich the Owner ma) have: against the Contractor in connec t in n with this contract; and (c) the agreed price ior. or the proceeds of sale of, any materials, supplies. car other things kept by the Contractor or•soid, pursuant to the provisions of this clause. and not otherwise recovered by or credited Ko the Owner. G. Adjusrtment: tF the term iaahun hereunder be partial. prior in the -sett lemen cf the terminated portion of the contract, the Cbmrktor may file with the Engineer a request in writing for an equitable adj astment of the price, or price specified in the contract relating to the continued puriion orthe contract (the portion not terminated by the not lee orterminaticn), such equitable adjustment as may be agreed upon shall be rhade in such price or prices; nothing contained herein, however. shal I limit the right of the Orvntr r an d the Contractor to agree upon the -amount or amounts to be paid to the Contractor far the ramp letion of the continued portion ;)F the contract when sold contract sloes not contain an established contract Price for such continued portion_ H_ No Limitation ot` I ice: Nothing, contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.1 4 hereof entitled "Su 5pens:ioti of Abandonment of the Work and Amendment ofContract" or any other Hght which Owner may have for default or breath oFcontract by Contractor. Ci7-7.17 S AFETY METT40D AND ? KACT IC ES- The Con= Lor shall he responsible for initiating, maintaining. and sijpervisirtg all SAty precalition.$ and Programs in wnnecLion with the work avail times and shall assume all responsibilities for their en.Fvrc�ment, Vort R ayrih W.-filer Dcptrarr em C- 48 Q411t'tal CrmdW0Ms The Contractor shaI I comply with fedtwal, state, -anal local Iaws. c:rdinances. and regmIations scr as to protect person and property frOM iniun. including death, or damage in coanecdon With the work, Fmi Worlh Water Department C- 49 Guncral Cmd4lntli SECTION C84 MEASk TR<NMNT AND PAYMENT C8-�.l MFASUR SENT OF QLJ ANTI TJ:E.S: The deterrai tatinn aI- quanttLies of Work performed by the Contractor -and author ized by the Contract Documents acceptably cum pleted under the terms of the Contract Documents sell be made by the Engineer, based on rrreasurernerw made by the Engineer. These rn asurerneml will be made , ,r:ording to the Uni led States Stand,4rd Was uremetits used in corrrmon practice, and wi11 be tW- actual length. area, solid contents, numbers, and weights cf Life materials and items instal led . C8-&-2 UNIT PRICES, When in the Proposal a "Unit Price" is set forth,, the said -Unit Price' ,halI include the furnishing by the Contracwr oCall Iabur. tools, materials. machinery, equipment, appliances and appurtenances nects"Sar for the construction o t: and the completion in a manner acceptable to fire Engineer cf all work In be clone under these contiact Documents. The -Unit Mte" shall inr:iude ail permanent and tempormy protection of o verhead, surface, and underground structures. cleanup, ruiishLd, overhead expense. bimd, insurance, patent Fees. royalties, risk clue to the elements and other causes, delays. profits, injuries, damage claims, taxes, and all other items not specifically nmentioned that may be required to frilly construct each item cf the work complete in place an in a satisfactory condition of operation. 8- .3 LUMP SUM.. When in the Proposal a "Lump Sum" is set forth, the said "Lurnp Stem" sha11 represent the total cost for tiie Contractor to famish a I I labor. tools, Materials. machinery, equipment. appurtenances, and all subsidiary work necessary fur the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents ab&or Plans. F-SA SCOPE.OF PAYMEN - The O)ntrac.tor shall receive and accept the compensation, as herein provided, in bill payment for fumi s hing all labor, tools, =terials, and incidenteh for perfoming all work co nternplated and embraced under these Contract Documents, for alI loss and damage arising out of the nature arthe work or form the action of the elements, for any unfumseen defmu or obstructions which may urise or be encountered du -ring the prosecution of the work at any time be Pure its final acl-,ep ec by the Owner. (except as provided in P=6rraph C5-5.14) for all risks of whatcver desc:rigtion connected with the prosecution oI'the work, for all expense incurred by or in consequence of suspeusiwi or discontinuance of such prosecution of*the working opmtio" as herein specified. or anti € nd all infringements or patents, trademarks, copyrights, or outer legal reservations, and fqr completing the work in an acceptable manner according to the terms of the .Contract Documents. The payment cfany current or partial estimale prior to Wirral acceptance oFthe work by - the Owner shall in no ways canst.itute an acknow Iedgmen! of the acceptance of the work, materials, or equipment, not in any way prejudice or affee t the abligatioris of thi< Contractor to repair, correct. renter, or replace at his own and proper expense}, any defects ion Worth Water Npwnurit C_ 50 frrntnli Con.diSiorks or imperfections -in the construction car in the strength or quality of the Materiai used or equipment and machinery furnished in or abCUt the run struttion of the work under contract and its appurtenances, or any damage cafe or attributed to such defects, which defects, imperfecdon,.or damage shall have been di scovered can cr before the final inspection and accozpIanc:e ot` the work or during the one year guarantee period arter final acceptance. The Owner s h a I [ be the sole judge of such defects. imperfec:tio ns. or damage, and khe Contr-actor shad be liable to the Owner for fai lure it) correct the same as provided herein. C 3-8.5 PARTIAL E T[fVlATE S : L3 RETA-rNAGE. Between the I" and '' &Y. or each. month the Contractor shalI submit to the Fngine,er a statement showing an estimate of the value of the �,nrk done driring the previous monde, or estimate period under the Contract Doe aments. Not later than the I day or iht: month the Engincer shall ved(y such estimate, and IF it is Pound to be --ae ceptab le arnd the value or wofk performed since. the last partial payr�en.t Was made exceeds nine hundred dollars in amount. 90% ofsue h estimated sum will be paid to the Contractor if the total contract arnount is less than -140.000. or 95% oI'suc h estimated sum wiII be pa[d to the Contractor if the total contrail arrtOcmt is $400,000 or greater within twi' my -fire (2-5) days crier the regular estimate period. The City will have the option of preparing estimated on #:cum Furnished by the City. The, partial estirnato: may include acceptable nonperishable materials delivered to the woirk, which are to be incorporated into Lhe vwQrk as a permanent part thereof, but whic Ii at the time of the esfiniate have root been installed. (sue h payment will be allowed on a bus.is of 854o of the net invoaic:e value thereof) The Contractor shah Furnish the Engineer such xnrormation as lie may request to aid hi m as a guide in the veritic ation or the.preparation-of partial estimates. It is tinderstood that the partial estiraaw from month to month will be approximate only, and all partial monthly estimates and paymont w'iII bo: subject to correction in the estimates r6idemd following the discovery of -an error in any previous estimate, and such "timaie shall not, in any respect. be taken. as as sdmissio n arthe Owner o l' die -amount of wDrk dvntti or of its quality of sufFtcfelicy, or as an acceptance cf the worlc do = or the release of the C an tractor of any of his re'sponsibili Lies under the Contract Doe L mounts, The City re6ty es the right to withhold the paymm( ofimy monthly estimate if the ContracEor fttiIs to pertorm the work strictly in.accordance with the speNilications or provisions of this contract. C8-8.6 %TrH U10LDrNG PAYl4 ENT: Paymcat on any estimate or estimates may be held in abeyance if the performance -oF the c onstractioa operations is nol in accordance with the rt tgtpirem ents cal" the Contract. Doc unn!t!nts. C8-8.7 FINAL :ACCEPTANCE: Whenever the improvements provided for by. the Contract Doc umenm-shall have been cornpleted and al l requirements of the Contract Doe umenis smal l have been FUI ri I led on the part of the Contractor. the Contractor shall notify the Engineer in writing [hat the irnprovemeats are ready four the final inspection. File Engineer shall notify the appropriate officials of the Owner. will Within a reasonable Fw% Worlh U jtLr L L!paroltoii C- 51 (.i,:!!r2rtl {,'Mldirruris time nta a suc'h renal inspection, and if the work is satisfactory, in an acceptable cond iuorr, and his been campleted in accordance with the terms of the Contract Dn,�!umertts and all approved modifications there-cf, the Engineer will initiate the processing of the Ifinal estimate and recornmend final acceplw-Lce of the project end final payment the r-.oFas outIined in C8-8.8 below. C&8.8 F NAL PAYMENT-. Whenever all the impmvements. provided Farr by the Contract Documents and all approved modifications thereof shall have been completed and all requirements oFthe Contract Docents have beer! Fulfilled on the part of the Contractor, a final estirmate showing the value of the work will be prepared by. the Engineer as soon as the necessary measurements, computations. and checks can be rna- de. All prior -estimates upon which pr yrnent ht�s been made arr, suhjtct to necessary correction, ur revisions in the Final payment_ Thy: amoumt of the.1 naI estimate, less previous payments and anv sum that have been deducted or retained under the praevisiors of the Contract Documents. will be paid to the C ontrai;-Iur within 60 days after final acceptance by the Owner on a proper resolution .of the City Cc provided the Contractor bass- furnished to the {owner satisfactory evidence of payment as follows. prior subinEssion of the kirial estimate for pa merit, the Contractor shall execute an affidavit as Banished by the City, certifying that all persons, Flans, associations, corporations, or a Lher organizations furnishing labor anchor niterials have been paid in full, that the wage scale established by the City CcunciI in the Ciry cif Fart Worth has been paid. and that there arc no claims puiidi rg for personal injury and/or property damages. The aece<ptance by the Cont wtor of the lasw or lnal payment as aforesaid shall operate as and s h a I I release the Owner from al claims or Liahi Iities under the Cua=ct for anything done or Furnished or relating to the work under the Contract 1ocuments or any act or neglect of said City mIatirig to or connected wi tit the Contract. The making of the tinvl payment by the Owner shall not relieve the Contr ter of any guarantees or outer requirements of the Contract Documents which specifically continue thcreutler. C8-8.9 ADEQUACY OF DESIGN, It is understood that the Owner believes it has employed competent Engineers aftd designers to prepare the Contract Documents aizd al modificationq of the approved Contract Documents. It is, therefore. agreed that the 0 wrier shall be respotnsible for Lhe adequacy oflts ow ri design features. suflicietrr~y orthe C ootract Documents.. the surety of the structure. anal the practicability afthe operations of the completed project, provided the C Dntrac:[or has corriplied with the re€}uirements a f the said Contmez Docvrnerits, a]I approved modilications thereof; and additions and alterations thereto approved in writing by the Owner. The burden of. proof ofsmh compliance shall be upon the Contractor to show that. hehas eompLied with the said relctuirernents of the Contract Documents, approved rrmedirkatiom thereof, and a I I approved additions and alterations thereto. Fort Worth 14&cr Dqe rimenl C- 3i General f.`+7pdkior�s C5-8.10 G.kL. CrUAK-k TEF: Neither the final certilicute of payment nor My proviskm in ih& Contract Docunlcrits nor partial or enti re uccupanCy or use of the premises by the Ovvrier shall constitute are acceptance ol'work not done in accordance with the Contact Documents or reIIevu the Contractor of ltahility in respect to any express warranties or responsibility Cc f4111ty mated als or workmanShiP. The Contractor sh:1I rem dy any deftcts car damages itt �hc work and pay for arE% damage to other work resuIting therArom w.hick shal l appear within a period of one Year 1'mm the date of final acceptance of the work uniess a Comer period is specified and shaiI furnish a g(x)cl and sufficient maintenance Mond in the aniount of 100 percent of the amount 0Fthe -con tract which shad assWl-_ the performance 0f'thc generd guarantee as Above OULIined. The Oviner-wgll give notice of observed deFects with r senablt, promptness- CS-8 - l I S U 3 S I DIARY WORK. .any and all work specifically governed by documentary requirements Cor the project, such as conditions imposed I)y the Plans, the General Contract Documents. or the Special Contract Documents, in which no specitie item for bid has been provided for in the Proposal.. shall be considered as a subsidiary item of work, the, cost of lxich shall be included if the price hid i n the Proposal, for each bid itam, urface restoration, rock excavation, and cleats -tip -are genenal items cfwevk which fall in the category cal" subsidiary work. C8-K1? MI CELL NEOU S PLAC EIVIE IT OF LNLlTERIAL. IVIaterial may be atlocaled timer various bid itwns in the Proposal to establish w1it prices For miscellaneous placement of material. These materials shall lx: used only when directed by the E4,in"r. depeiidi on field conditiows. Payment for miscellaneous placemment of material will be made Cot only that arnoutit -of material used, measured to the nearest one - tenth unit. Payment For miscelIarieaus placemment of material shall be in accordance -with the General Contract Doctimtmts regardkss.of the actual amount teal kar the project, CS-8. f 3 I ECORD DOCU_.:.. _- i' : Contrac:tnr Ahall keep on record a copy of al l specifications. plans, addenda, modifications, shop drawings. and samples at the site, in good order and aruiclated to shoe all changes made during the construction process. These shall be delivered to the Engineer upon Completion of the work. Fort Wwth watcr'Nvp jrtnlelll C- 53 4J'!11 rsl Condilians PART Cl SUPPLEMENTARY CONDITIONS (TO PART C) A IN C 0 M RT C I bPPLEN ENTARY C()NDITFQNS T-0 PAR f C — GF..ltiE1 AL CON Di f(ONS CPE ER lL Tlit�se Supplemetxl;rr} Corldl ion; aGrtend or supplement the General Conditions al' the Contract and othter provisions L.%f I h v C'ttntra k:i Do(Li as indica[ed beluw. Provl�ions, which Jere not so anTJended or supplemented remain in twil l f6No aod afTec - CQN--TRA C T DOCLr1-vt1LNTI : In ScQIion C I-1.�'CONTR.AC"T DOC'UNT f. NTS, d, lete Para graph t"I-1 ?h SPFCIAL CON -IRACT DOC UIM F.IITS and add the feIIowing; "b, Sf'FC[AL CONTRACT DOCUMENTS' Thy S}it�cial Contract Doc tim-ent} are pre�purc-d for enc11 5prwifw prn ect as a SLippleMt! nt Lo the GentirtiI C't�rttrzWr DOCLIMC lt3 :iJ1d tFN Mk Else Following item-S; PART A - NOTICE TO BIDDFRS (Advertisement) SPECIAL INSTRUCTION TO BIDDERS VDIRTB - PROPOSAL (Bid) Nl.'WBE BID SPECIFIC' t T I.O S PAR, T C (7117. N, 1:RAL. CO0IT10-\ti t}AWI GI - IJPPI._ETVfFNTARl C Yi L)IT' 0NS PAR D - SPECIAL. CONDITIONS PART E - CECHNICAL SPFURCATION'S PEfLM USIEASEfvlENTS PART F - BO N DS AINL)INS LlRA XC E PART G - CONTRAC-T PART H - PLANiSiFIG111RES {mad be brand sepa�;xtel+ l Whae White W11it4: Ganar} Yidlo%% Green i_ireen Witte Whitc White White w1h i to D I RE CTO R 0F.T.L--#NSPQ I_ATfQN AND PEJ6_L!C' EQR? S.; DeIt: Ee patipe P..arnpph i 1.- 1 17, anii replace witli the Fbllowing. C I-1.1 7 UIILEC-TOR0FTRAINS POP, ._l,'_A_f1Utti A N Q PUBLIC WDRKS-Tlic0Meially appainted Director u C f h e Tninsport at[on and IluhIic arks Duparvment %)f th �� C'it} of FaJ't W nrth. or h is dulk authorized rapre5ctttati.va. ass isuint. or agents. 01RECTOR OF FN.0Ii�LEPUNG; Adel the fd.11gwing.iparap-faph after C I- I , I' and b�: f0m C, I - 1.k8: i ±A _QIRE TO OF FNOr-. J`krER~ ,L Ja. The aMLJ tlb, appolTucti DIFCL:tkrf L J f 11tr L}rpJsl IJa GKuI of Frigineering ol'the City cif Fort Wort4. referred to jn klie charter-,ts Rage C'it, F.n6nZer, or leis (ItJiv autharized representative az�!�ismim or agents. N' T,C t C I -1 . NC oNEER. DeleIc entire Paragraph C i I.19, and nap lace % i 1 h 111c follov,iII;- The DirecIor oI'thv Furl Worth Dcpartrtmont of Engineer, the Di vector o€- Fort Woa li Fransporf{fit ion anti PirhIic Work; Der trrrniunt. the Direu: or 15F Ilti Fort %' art -If Water Dtypartmen t, oHr their duly autlforized ass1 anti, agun is. en91.neef's. Enz�pL�ct«ri. i t r %ulaerirrtenderai, actincF within the xcL�pe or the particLtIar duties entrusted to #liem_ F. EXANINA fiQN OF CONTiLACT DOCUMENTS , ND'S TE Ur Pl�OJE T: lit'Sect jon C2- 2.3. Paragmph 2. add the t+)liowing to last semence; "ex=pt Pot changes in the site conditicjns %mjfsed bN i}jciur5 oumde of the control L)F t1w Contractor Milch ocetir after the C'untractur's inspection and prior to ins alh.itium- G, Pan C - GefieraI CundiIims, Section C2-2 [%RT RPRETAT 10 N AND PPLEfjAR-A'I"ION ()f PRO POSAL, Fitger C?-2 PI owhanges pa3ragmplis C?-2.7. C2-2_8 and C2-2.9 %Pith the foIle+�inu: C 1-2. 7- DELfVERY OF PROPOSAL'. No pvoppsail u ill ixe considered unless it is delivered, accomparfied b. its proper B id SvcUri ty. to (h0 Oun:l-rasing 1Iana,er or his re presentative at the OfReis] location and slated time set Forth in the: "N(ttice to Blddar;." I N ilia Bjdderrs s,)le rexionsihiI ity Io de fiver the proposal 'aI Itre proper tirne it) I hr= prt}pr=r puce. The inere fBet that a proposal was dispatched will not be cons idE*red. Toe Birddtr-s mist hive- the propa-gal acnoI1� deIivertA, Each proposal shall be in a scaled cr)lo u lope pIairiIV marked W i I h the word "PROPOSAL," find the fume kir descriptiori of thu prci"I wI dewipiated in the "Noticu to Bidders." The t mvelope :Iw 11 be addressed to the Purchasing INInnager, C_1t} of Fort W orth Rur£h;i;rng DNisicn. P,O_ Box 17027. i ort Worth. Vex&s ?b h133. I_ -?.S WF1'Hl]RA W INN PROPOSAL ; Prs+{3osals actuaII% FjIrd wrdi the Purchasing Manager cannot he wiihdja%wn prior to the time s t fnr +itwn irig proposals, A request tar non -consideration *(a proposal inust be mado i.n writing, addressed to Elie City Nfianagert and h{led with h I m Prior to the bore set fnr the oPei] ing of Propq§Als. ARer all pro posrtls not reqtic stt;d for non -consideration are opened kind pv.bIiclw read aloud- the proposal; fior %vh16 rton,wiisikral ion regcq% have bersn properly filed may, at the option of the Owner, be. rcttrrned wrlopened, C'2-2.9 'I'ELE RAPHIC N1001FiCAT[ON OF PROPOS,A-1-5: Anv bidder may modiN hi; proprnial by telef raphle comm i i n i ca t ion al ;iny time prior to the time set fur ape ning propels, provided such relegraphic communicterion is by the P4rrcha"41.3 �larrager prior Eo the s;iid }arc}poW ojperriag time, and provided further. that 14c City Manager is !wisFicd tkai a %ritten and di.i r withowlrawd confirinaflun of such telq", phic communWarinn L) eur the ;igmaurr oftlw- bidder wss mailed prior w the proposal opening rime. IF stlrh confirmrtion i� ri;q rei ceived Within forty-eight (48) hours a7rter the propose{ opening time, no further consideration .vill be givtm to the proposal Turf C I C 1 -2 R. MaNOR ITY WOMEN RU--%INESS F TERPRJSE COMPLIANCE, KvIle rence Parr C (GeneniI Co S"/ion C.3-i,2 EntitI ed " NUN It MTN' 8 L'SI%-E.SS ENTFRPR1SE. 1 ONEEN-0WNLD B C SINESS EIN TERPRJSE CONTPLIA N CF" shalI lit deleted iti il5i�ritireq and re1)laced wirh Elie 1-611owino- Upun reLluL SL CORtM'scto(t LlgrLeS L0 prt5�it1c to 07v ner cornplete and accuratr in form�LIiOn regar-diriv4LciUjiI work performud b} a ),IinorlLy R4iG�iri Fwe. rpri.,e IivIBF.)anil o r a Womail Business Ecite rprise i W BE ) can the con mact :ind pnyitsenI IhereFL7re. C.Lintractor rurther a. revs to P-Mllit an aLtdit and/or exam inahQn oF-any books, rcL:ords or files 1n Lis posse ion that xviII 5ubstantlate the acruai work perforsiied by as N-I13E and, ur %kLBE. Fhe rnisrepre;�7niatiott oFILac ts tabor 111Lai a riegligent misre,prescilta6on1 andr'or the commission of fraad by ilrc CLaali=lor will hr QrL)tLr%jL, for tttrmination of the woritract an for initiating action under apprtrpr61c fed ora1, it.ite or local lows or ordisone:rs.relatia- to fake rurther, any such rnisFupresk�nttrtitm (other thavi negligent rnisrepre�,entat io jI aax LUr t:�)Min issioti d( fraud will result in the Con rractor being determ ined to be irresponsihIc and barred rriim portieipat 111g in City work fbe j3 percod of t ime of nat less than tliee l31 yt�aN. I_ ('3-3_i AWAID OE CO C"T k mLaditiud it) Bead as toilows: "The 0%%ner reserves tlae tight to withhold FigaI actiori 9n the proposaIs Cor a reazionable time. Gust [o excoed the period crate for tale duratirsn 0f the Btd Security stated in the NO[iCC to Bidders ter 90 days, whiehcyier is slwrwr." C 3-3.7 I30NDS (C" CET PRDJECTS:]; Kef�rerkce Part C, GeneraI C'on.4itIons, opted November I. 198T. (City let }xrojects} make the f llotving revisions; Page- t_ 3-jss),, the paragraph a ft er pa ragraph Ci-.;.7d Other Rgrid:s �JinaId ltir reviswd to read. in order tsar a curet" to he nct;epmbJe to the Cih, tJ,e .tiur-oiv mtlsi. i l i hul(l a Lrertificate c)r itufhurity I'mP11 klre I-Iiiited States secretary sal= the treastiry to gL3alih- as a surer} on Lib Iiga1.[on s pemi1tied 0V ri!tjL1ircd +irider federal jasx, tar i have obtained reiasucan oe ror any. liability In excess ofSt00,000 From a reinsurer that rw ritjikorized and admitted as a retnsurer in the state or Fc-us $ud is the holder of u certiFicate Lif'iiraahoriry Rom the UnIietl Mates wiry etary ol'thc trea5urw to yuali t� Lu u surety on obi l igat ions pernritted or rerjnired 4rnder redtraI hL .%. Sa[isracmr} proof of all} such reinsuran4.e shal.l he provided to the City upon rugLtes1. The City. in its � o I V Lli;L'roioo, %viII Llietcrmitie the ade-quacs of the proot`required herein. 3. Pg_ C3-3(31 Paraszrsph Ca -a. t I INSU:R-�N E dtfl4tte subparagraph --a. CUM PEN SA I'10N INSI`%RANGE". Pg. �.3-.3(01. rZraLrapl1 t-=r- s. I i f Si °Ct. _ iCE del*te srLaparogra#li sz, i i i' Ali. rlislr ,7 FL].R I1-krr I UI -+ K. r SI;R_ 4CE. Change the foI1*whig portions ofC'-3.I l Insurance 1Ls sho),-t1 bcictw; INS Ll ?L% NC I-E FOR SLJRCONTRACTOR S. ,fit the cLtd ot-the Rrst paragraph oFSoc11cIrl 0-3.1 I. after-and'For vial sulwontraetors". i nsv rt the foIIo►+rna sentence- -The G eneraI C±ontrartor Fnay require a I I sttbcantrnctors to bi inz urt d and submit docaajnentad o p ensurirrrg that the requiremenLs of C M3 I I are ma For al l 3kib-f onvactors_ Fa llurc or tlu-- 0%- 'SIR to request a,equired doc u mentaid Gn Aa]I rnor consi1twe a WLiI%.L!r L I J rile irLairance regrriretnenrs ,peril fed hereiit. The Conmictor' IiahiIiIv shaEI not be limited ri1 the ;p-ec:ified ttiounts of insurance 1-equired Herein_" IN S UR.- ONCE 1,1MFrS. In S"tioa7 C-:,-I I I. after the %yard '-oucurreti�a ", add '2aggmte CON1P1= V .-IT10N t it IR.NNC:E. Acid [ [ [a kc�Ilovyitico, to Eltif end of Parargyaph C:3-3.1 la; " 4' ut'tter"x {srnpuLL, ttion �nsiarance cowering empI tiers in th* project sitar s1,a1I k ender ed. with tt u°axiver Qf ;n tra trAtion prcwidkng ri¢Iut., or reCOVei3 itt t;EWDr of the O E R." CONIMERCLAL GENERAL L1ABILIT'Y INSI;'R XNC'F. In Paragraph C3-3.I Ib, Replace the word "CornpreherLsi;.e" ..Vjth "Commen; iai" :1dd the FcAk) w111g To Para r,rall11 C3-3.1 ib- "Cert1 ri"tcL. oI- inataraiflkie ;haI I -;tnte that Ins Urance is on an -'occnrrenwu busk;.- CUrtif ICaM Shr l I I ;:iJsr, Lri,rtlait1 a ,taLtenieaur dint ncu exclusions by endorsci-nest have been glade to the Coin FFLEfL.'1:it (le (lera I Liahrlit,� Policy". coloMERCLAL 0 E N E RAL LIA#31LITY (C GL) PG- 1 - ICY Amend Paragraph C3-I.. I Ic, Addttional Liability h}- adding I;he followia g: a. Arid dtt: FbIlDwing, tD Section 6 CC) N1 TRATURAL L J A 8 I'L ITY: "Tlie C 1q-, its offwe-s, emfrloyees art+ ;ervwtt_s ~hall be endtursed as add itioTial inNured on Contractor's insurance poliL;ies, ex" ptio& e4n1)1nvi�r's liability tnsurn nce ;�ovt:rage under ton tthtct4Ir`; worker's c;ni tpumariorr iasurance policy_ Con=:tbr's lasurtince policies shaiII bq etudursed to prwi ide IImI such instarana~a4 is prirnary protectipil and am seir'- t`unded of- commer+cial coverage Mil in[ainrtl by thr ()V4-NIFR sltLiII I10L be Lai IIed wlAni to cowrifiute to loss rocoN-u W-.1 h •��iui t��� 1c�ElLx+�irag pgrLt�rttplt: -Wherr ruquired by the Con traot doc�umen is, EnvirortlrrentaI Impairment LiabiIiM Coverage musr be prov idu'd in the I i m its uf S 1,000,000 per k�ccura'ence and . 2%000.000 annuai aggregate. The Envirorim uataI ftript�irmeri11,iabiN[} tER-) mLlsiconrain coverage Cor sudden and 11(CidenV1I i:OotamIoation or piAIlltinfi, IiabiIit� for gradual tin issions; and clean -tip L:osm_ The EIL coverage sba I I itic Iude two year completed operations coverage un a pur Prci'[eel hark. A si {paeale Insurance policy ratty be iweded to fuIFiII this regLiirerneat. E IL for damages I n c ti rred In the coursc of tmrlsportin sludge shaJ I be covered trndur the i contractor's inscrrant+e pnlicy(s; I'm I(. -I f_'1-4 6- ALTC1MOBILL I L R WL LlMtTS. Reti ise Par.rgrapli C3-3.1 Id h'o that the Jrist[rwj1 L: liwil areas folJs wi- Bodik Injur% *�251i},00.0 e.acI, person B,,)diK Injur% 530i),000 ih!Orecrate Proper) Damage S100,000,a"gregrcte CL 7. 111� uC;F ()F CAR.R.I.WrE, OF T.NS UR,\NCE- ravise p:irngruph C3-3,1 1 f [ns l�► ert.ing the ri 11t-N ti�[n;_F a tar Hie fjrir mite "C)tlter than Worker`s C ounpensatior[ Insui'arice. i[t I�eu o ,peuitied Instir-ante. the Clty mak ;oosider Ediernatiye co%ei-age or 0A rr[ zfmium [treasures through insurance pools oiL riwk mtention gmups�. ['hr Cit} mltsl sppr;,%% in %�Htin.0 any'alternanve coverage." 8 I' [3 LOCAL 'T FOR INNSLA.ANCE .AND B(')N'f7rN(7p FolL Farb-grapli CI-3,I I�. delay Lmtirt' par[ r:[ph beginning "Local Agcnt For Irlstwince Bk"Iding" DEDUCTr1BLE LIMITS-. Add filie Foilmving Paragraph C 3- �,i I -t; -DEDUC^UBLE L,C I ITS; The dedneii1)Je limits or sr, If- Funded rewnIi{ul IItT11C$- on each po[iq niust-[ioI. exceed 510.000 per (%ccurren-ce un less uthem ise approviM b% the CICv INSLrkANCE CO -.%IPA N Y-; Adi d the FoII ovvin-t PRraVMph C1-3 1 1,h- - fNSUR-.V ICL C 0 M P A-N-Y' Tlie insurance L cwip-any %%iIh %�11L)in theConIralctor's inwuranre is %ritien ShilII hu anrhuri7ed to do hu!iiPess I17 thw S [ale orTexas and sha11 hmc s current A.M. fie�it R-Li iittg or"A:; rTF or eyuivalenI measure of [irutnela I streiakth anal sotciel1Cx i'( TIF[CATPX, grit! the IoIIta%%int Paragrapia C3-3.1 1-i, , -NO 1-1F'[CA I'1C1\-: DtiriTl� dlL' I[fetimeol'this contract. thaContmuor -;la411 notify the F N Q I N, EL in writing . of tins' kilo%%11 10sN 0,0cufreuce that could i#i5 c* rlL c it) a IialsiIity Chaim 111- 1.Env;uit or v.--hich �:ouId result ill a property loss. " - C -k N C E L LAT [ON. Add It lie tolIoivinL-P Paragaph C3-3.11-j; L,(-ANCE.LL,1 _ Imwimnei: sh:a[I he e tidii rgzd to pr,t� ide the {:1tr ►viIli a miruinum of tIiirtv days natica aCaricutIat1017. 11011-MnewaI and."or mate ria.l change in insuranee poIic,, icnlIN t1J' CCA.eragg . A minimum 10-da; imlice shall be acceptable in the eve[tt of non - pa 3-rucai s}r inL tirance pi-cni Turn to insuniace curtiprlitl " AL i)I C[c ] AL INSL Rj\-N . I REQU[It EIPvtENTS. ,a- The C it}-. M officers, employ ces and servatats shall be. eridorseci as an a'dditi+final insured 61 oil ( "Intrautor's instirance pi.) es exixIning employer's ItabIIlty inSurarlue ()t L raac under Con tl`actor's m,orkers' compen�La(ion in3urattee-poIic}_ 1). Certi �icaLes of instlraj I[;e ;h31l be kleI ivered t,) the C.ih ckf Fart Womb, wnIniw[ ;�dmirtistrater in 1-he r spective dup[[ririte n[ as ptc:iEietl in the grid documents, 1000 .f hrackmiorton- StrLet. Fort Worth. T\ 76107— prior to coriwt3 neemerit o r work on t1ic J3.ert C t C I --_; contracted praject, b- ,env I:riIure on part rat the Cit► to request requii-ed insurance dLwiimentotwfl sllaII nt)t eoll,,IItute a wai%:er sjrtlie in utuunLe requiremeiiB spec irred Iietein- c- Each insrrrancc: pk}Iic% shaII be endorsed to Prov1de the t� o minimum ihirt'y days norice of eance l lation. rran-renewal, andior material change: in poky terms or ciDverage. A Ten days notice Shall be auceptahIe In tha event oFrion-Pm mcnt t�f RrC!rl1iLill] - t. Insurers must he ,authorized to dQ business in the gtatf PF Texas and have.a cur. 0 iw+l. lest rat lag oCA. Vii or equivalent measure of iinancinl strength gnd solvency. r Deduvbfile Iirnifs, or selffLnded reenth-in lirnik�, on each policy must not exceed: S 10,Of) 0. 0 per occurrence unless otherwise appro,ed by nct� C iro. g. C}ther than wcirker'S cc'mpr~rr-5ation ii'-qurance. in Ileir of tPidiltonal W-wrsrlcc, City. ma} cons id t u I i cmi [ive coverage or ritik treatment measures through in;urgnve pools or risk relcnliorr groups. Thi City must approve in writing any aItcmaI ivt cuvera ge. h. Workcrs' vompwn.wion Insurance ILK) Ii4y{w) covering empto) ees employed can the prc�jec; shalI be endkirsed with a woi�,cr oFz�ubrt,gatinn providing rights ❑frecaver) in r.:1"or 1)f the City, i k: it, s, ail nor In responsible for the direct payment of in;urantcc prnnipom costs Far cc+rrrracr&'% in;rxranc:e- j- C.ontractoez; iniorunce policies sliall each be endorsed to provide that such im;uranee is prinlan proteciion and nriV -;oII=Ilia&d or cuininercisl coverage rnaintnined by C lit riball riser be cal led upon to conrributr' to lu;s r -eoc ,ix,- k. I.n the course Of Fhte project, Contractor -shall report, in a timely manner, to City's offluiallu clasignutecl uontmi# l admiriistrarar any known hiss occurrence which could give rise us rt IiahiliN claim or IIWS'.Uil or which would result in a propert} less. I. coiilructoes IiabIIity shall not be, Iirttiuwd m the specified am- ounts cif insurance m. Lpoti the rcyutw rjr C`it). Contractor shall prnvide complete ccpies L all fnsurani~ policies required by these contract documents, 10. 01Y RfvS1 ONSIBILITIES. Add the rolIo%%ing paragraph (o [lie end uI"Secticsn -3,1 1; "-CITY RESVQNSIBMTM Thp City shall Rot be respuns ihlc ror direv I pat Irferrt ref' irrsui'urri:c Prwrtrierlri wcjits I'Vr Cl ntractor s Insurnnce ` Ai l iusuranc:e porkies for t4is project cxcopt A orker-s Ct_mpensat ion sIlaII be titi riwil ��ith the {.:iry- of Fort Worth, Camp DNs-�er & Nic. Kee irlc„ and Er'eese and Nic:hctls, Inc. aistett as OdditioRat insured " Pere Cr CI-6 WAG E ft%TES _ Sutlion C3•3,13 -ofthe Gener$I Cori ditiLin s is dvIried .1tid replaced tip ith the �crl I{t�wine- fa) I'he corttractor shall comply with all requirements of Chapter ?258, Texas (.rcAkritrrlellt [:ode, Inc coding Ihu p.'1%:IT1t:6 kifnot IiVss thz�n tho rates determtiivd hk diL C'it� Counuit uNhe Cii, OC l rrrt Wortll to he Chu priLvaiIing %n1� L! r;ike, i j i accordance v. iiit C'hapwr 2258, Te.kas Government Code. Sut=h prevEdIinv wdige rates are irwIxided in t♦te!ie contact documents, (1?1 I -he contractor dIa11. for a period uF thi'ec I I-) }'ears FoIit) �&irtk the date ski' :ieepapFanee 0F(lie work., ma[nt41ii record:. that shy %% (i) t}Te nATnC artri occupat Ian dcach work cr emV1ayed h). di corirractur in t11e i!on!�truvtian of the work prow°rded for itT this contract, and ( i i) the actual per diem wags prod to eacIi +worker_ These records shaII be opera att a1r reaamable ficUrs for in�pcction 1�y th4x f'il�, The provi�ion -.of �ecikm C-1, L. Right to .audit (Rev. Y3WO2) pertain to this inspecttnn (cI The contractor t+haII iiicIii dc in it> stthonnLraic rs ar dr'ur shall oth�rvise r .quir€ a I I of its ,uheoruracrurs to co mpl1, with paragraphs 1.a)-find(Whbove, tell WiI1i c-acIi Martial pavmenI estimale. or pa,yroil period. wMchevcr is IC�ss. an ill �ILIAVit All65Pl� rlt:tt t he QLtIII r cr }a' Jta�.canjplied with the FeQLlirOMentn 0f Chnpter 2 -'58. fexas Govemmi�nI Cade. The cantrActor shal I pest ti3e Pmvailing wage rates. €n a conspicuous plrt(,e �it t1i4� site o the protect at all times. N1. NCRZASED OR DECREASED Q AN'I`1't'IES' N r# C - Geiwral CORditions. Section C-4-4 SCOVE= CIF WOR.K, Ngc C 4-4 ( I ). i'ev ise paragraph C-1-4.3 NNCREASED 0 R DECREASED . UAN''t'ITILS t, rcad its Fq1lQw5: The Owu ter renerw �i the right to ail Ur tlje cluantitit% Lsf- the + oi-k to bc; peribimt!6 or to t:xterid or diortrwn tIW iTt,pre %,CJ1tenL, at ank time �Nhest anti us i'uulid ca I}e necetisar%, and the C'oalraeti)r shaI I pvrCorm the %s,ork as ail t�re.d. inirreased or decreased at the u n i I pric"s 7; e,t;ibti;hed i11 the contract documents. -No aIlow once wi l I lie made For nny changes iii Icist or' anticipates# 1)cc) lits nor ;Intl I i u u h changes he ci,nsideivd as wai ing or in.v Iidating any ctindition F, or peovislon:; Li flee C{)urr.tcr Document, V ariadtin i in 4V ntities 0f gall iuT1',. sever pipes in depth car4goriss shal l Ixe interpreted heroin a�- appl� ing ttt the Tj 'vd'alI q U nr itits k]t Unitun scv.er pips irr e,rL-.li pipe qWc bar nol to [lift various depili categories, I I�I[TATION OF INCIQGNTAL CHARGES (R�-rdrem C4-4_�0: I'he ConIn't ora;rees that should any change in the %k.ork oC"tra rk l,: ordkn-ed, the 16110% in app€iL�able 13eccentage -qIta11 be added to Ni;trerMI and Labor Costs to rove, r-overhead and profit: 1. AI I*wanve it) the CoTTtrac;kor rur ov4�tjic .a d end pcoPi For extra work pi<lfor ,ed by t h a Contractor's ow+-n ILLerces 5€11111 nOt eXeec l C P/L (XTt I CI_7 Allo% ranee to the Contractor liar overhead and prrntit for exim %vork perrormed h.v a 5ubeonrraotor and iupervtsed by the Cantraf-tor steal l n[rt exceed 10916. C-t�ntn. ctor 31t;ttl be m1m1)uNed. liar dir�,t't I ieki Li4crhead wlnan Ghe *hairy requires an extension of the Contrul Nriod. ' oritrUjj![O�r Shfr I I T10t be Tvimbumd l'or indI mat LA z!rhead or indirect posts related to changes to thiscon mdct T E ST INFG 1 �05TS: 5cctinti 5-5-11- revise the Ili rst sent:nce I-o ruad as toliu%xs: "%V11C2re, a-� eslled Fier in the Contract DocumerLM tests of miate HaIs or aquipmenir are neoessary. wtrch rest; ill 1V tlIade Ett the expense k)fand paid For b.y the Contractor finless othemise 3p4t:I[1 ,,i[Is prk,�idcd l(rr lii IhrTechiticaI SI)voititiutiMIS. " 1'. L A W 5 l'O BE OBSERVEQ: Seel ion C6-6. 1. deletn e "nr "IIIC11 rrky he enacted later". Alie r the u r}rd -exist" add ;it, tJji� tlme xj11 thi! Cuiif-rat!l ur 1713,- tie heetejiftcr exist during the performance oC the contract." {?. 13L;1LQI N 6 11ER NITS: NragroVh C6-6-3 Inscri. I h L- FuIIkiwtiig at tho eaid ol't11e paracrraph, "C;)ntraclors are responsible I'm obwining L; o ri Q ruo i n ri f+t;rrnlltL� Fri lin the gof,Cr ling agcrlcies.. . Con trnctor shall schedule a1I code inspQctions with tale Coda inspeetion Depurinlerl( to aci rordaiiee with the permit requirements and submit cop} of updated sehedule to the Engineer wcckl% Plumbing, eltcr.rical and mechanicat huMing perm liis are issued wiliiout ch 'age. Water tinil SeWVr aces lec'� ►&ill he {said h} the Water Department, Any o I h v r permit Fees are the responsibilir} or" iic couvactor." R. E3�►kR.lt`.A1)ES. WARC+ INGS AN ft ELAGNIEN' In Paragraph C 6-6.3, replace die %vord "wA� uhman" tivherever in ,appears ;with th %%urd " Ragme-n in tltt= tint. paragraph, lines five and sic (6), replace •'take all such ocher pr"awianary measures" with " takte all reascmable ne��ssar� measures," S, CONTRACTOR'S RESPO N 5 1BILn-Y FQ R DA'4I QE C.LAL\rIS.. Delete entire Pao gTaph C6- 6.12. and replttctr witil Ille following: •C6-6.12 CON T- AC"TOR'S KBpo sisIi.rrY FOR "D&MAQE Ct-AI'VIS. CLartt'racroe cove,ran ts mid agrees to irid emntk,. the Cim' Engineer and Areltilea, and I11L lk perm«rineI at the pI'u!enit. 11te for the C.OrltracIGr's Ralf negiipen ce In nddilIon, I.he Contractor cuvenunis 4nd agree s to indent mit -, h n I d harmleS3 and dvrurid at its own expense, t h u Ow it; uffieers. agents, set'vultis. and i:mpioyees, from and against all claims or su.ils For prUpert}- lass, property damage, per5tmal in jur}'. ltic luditig deadi, arisirtg uut oC. ur alleged to arise of. the work Nrld 5e v iweL� to he 1401 F,)f111f2il k ereuiider by the C0111111-aCiar. Its officers_ a Lien ts,.errLpJovees whcontractorc, i icensee 9 or invitees, whether or not an -vaels iniury, rirsimi a or death is vennerf. in whole or in parr. by, the rrcatlikence of the 0krrter, its officers, upents, servants, or art#F to egs. Coiktru142r l ike%% Ise coven'anrs ind ngrves to jndtl mn ify and 110Id IIarmle�s Ovvfter frtarn and ;ipinm Hny apid ai l inj urit! s to the OwncCs oFk icers. age rnts, !wrvtint�., ;Ind employtws, (t)ss or destruction Qrpro rm--rty oFthe 0- ner ar;sing Form the perfornmance oFany aFthe terms acid canditiorts u( this.Con Ingct, Muhether or uni an v .sacra injurl, of dama2a is Caused, bi whole or in PWt e,I t_ 1 5 parr, by the ne ligenye for fj}f!'jed ytg�cute Uf fiXLfi OrpneP. i15 i1ffkM. ffeld5. Nen'OIZIN, Or lii the evenr the 0vner r"ccivcs a u ritten claim fi7r damages against ilie C.oirtractor or rt-i 9LL&untrwctors priori+ fIFial psi*,anent. 11n.aa pa�,rtie nt shaII nor be made uriIiI .[he i ontraL:Lor eithej- 9L1 3LI()t�t�rits to the Chti4ner iatl5�8cter4 evidenot` rhar the k!laiIrI Jia� been st'uled ,Iiid OF -1 t'UIL 3,E! fT-QTTl IIIj: j ILciprj.LuiI i rl v F.) I %. ed, or (h} pro%.ides iIie ()%% net' with a Ictier From [lie Con traetop" i IiahIIiL) insurance carrier 117;it Lhe c lairn hL)s heen refecred to the insurartctr carrier. Flee Director ma}. 1r1w deems it appr6prIare, reru.,e to accept bid-, on 431kker CiL% oFFort Werth' puhJis kwor: t'mm a Co agkiirist whq)nI ;i -Cuicn for darrages its out! tiandiria? ,is it res-UI L or WO1'k per'foi-med-under a Clr�- Can.Lruct." STATE SALES TAX t N I"te Piwagrapih C6-b.3 f STA 11 -SALES TAX in- its entimt . 1 -1,17 kr ;;0rttrac:t is iswrted Ii} an organ izalion which climIi f G0s for exer'nption pursklunt to the prtov]sion s 01' A rt: ic Ie 2OM4 � f I Ff-tlie Teals Limited Siilcs, Exeise. alId Use I-ax Act. rill equipment and matedals nor. cna-%umed h % err incorporated into di,� project ccrostrztction nfe subject to Stare Sates Fax under I louse Bill 11, enacted Aagust 15. 1991. All l such. ta_Xes shall bt incllldecl ill thc: 4,Ar xis arowints un the Prop.asal Farm- Tf1e �ucces;f it Bidder ihaII b12 reclu iced to twbmit a brzakdowrr henween c4)sts d'F labor. consuinub.le miIceri.it said outer con struc[ion csssts ancf costs 4)FinateriaJ incorporated into tIic projcQI corl;troction Pri+3r to execuLian of this c;mtract. At the time cif %Fxecutir0a pf the CantracI Dow urn urlt, Ii}- the Ci)o(nictor. rile COFI UT k:to1, shall I complete Lhe - SttiterricnL.ofikloteHa]s anti Other Chargei" wlIich rr. cew1tketi the proFcct c:tasts anticipated in the Pro,rect antra "Materials bicorporated into the Projet lr and "Ail Ott r-Charges 1-he Cunirnct shall lie a "S,�paratcd Contract-. -1.'File CitvoI'ForlWorth-wiIiksueapproprlate CerrificatesorResafcto [he Con trac:tor. All Clutnge 0rderx I the Corltrict will ;4parate cJlat'ges for mltEVriit lLs anal I'Rbor arld WWII conuun the co; nWing Ststemelit. ._For ptIrpos" 6rzi)�n01''in¢ +with Tcxt TAx:'Code. Ow that the charges Fief marcriol irlcorpormLA iwo tote project in excess ut'the rrgirnmcd gLmiitiN piLo�Jcled for lie rein w i I I l c no less than ihQ invoice prtee for such material to the (. intr;wtor.- I_' C'S-8.4 SCOPE Of PAY -ME T-- De..lehe C.8-S.4. Scolv of Pa}meal at pace C'9-8f 1 l is deletod in its rratirE try ;pnd r,e!placed �% ith the fallowing. Tlie Crrntnct'«r slukJI Ctbce'i�, e arid uticapr the comlaen�,-a[Plun a�q heMiii peovided. iii furI payment Ior I-amishirig a t I labor, woIL, Ina wrials. 411i1 Incidentals For performirlg ;all wkirk cosi[erap Iaterl and 4rmbraued under' these Cwr ;[ Doc; ululctits. ror all loss and dain age arising out of Ilie nriwe 4)f tIic w kirk or from the action of the elcmL:nts- Ftar aii% unforeseen detects or obstrtwiiarts which rna} ar-ise or be rnk2riurltered during the pr)),ww+lI ion which teat}- aNst: t)r be enCGLIntered dti -Ing tlic prosecution crf'1h4 %%ork III ziII%- tinte be- focc ii�, IinaI aeceptanec by th.c Owner. iex+ ept as pravicled in par`:ttrap h C'5-5.141 for all riskti clf wIan tev r description, uunil t�c;ted c�itf) 0ic prosecutio0 of the %ork. for all expenses incurroci h% or in consequence cat' the 5Lll pert:;i0n or c11Sk 0nti11taaIle of such pro,,cctt kni ol- the workiog operalion:s as hQrein 3pe6faed, or am and uil infringamunCi; of pslents, trstderttark;, cop}riJrts. or other It gAl t'esc rvaHons. and ror aronrplc.tirrg lh� v4ork in an a cceptab10 Matiuner according to the terms oP tite contract Doe uit; 0nts. I -lie payment of any currea[ oa' par'tiazi estirri ie prior to tht final accepinnee of the work by the 0 %%tfttr ,li:3 kl iti no %vas , L:onstitute un ackno%% k Mgrnent o I' the acr:eptnnee of the %,,ork, maLcrial�-. gar egttipmcmt_ nor in nay wa) prejudiee or aFfeart the ablimions of die Cuntmotor le repair. corrc?cr, rent: W, ear replace tit Itia aurt and inr0per r.xlkenie an} def, nets +jr Grtperfectir+ns in the construc11011 Ida' in the iirengr.h ajr gtiatliry {Pf Cher in � w r ia I used nr a• gtiipmettt or m aic I i is i ier} Furnished in a aburit the gpnstaictioal of 1-he murk mideir rrutttr8o umd it} appurum ameN, or art} dwtiagu due or aanribured to siren defects. w hIch deree=, imper «ns. or danlagei shall have. been -disoovesred on Or hCfOre the 11naal inhPe±ctkc?u find aUQuvrariveyy of the iAiork- or during the: two (2) year guaranty period of rr the final acceprance. the o%Nmer shah br± the :;o1e judge of- suelt dofeu' Ls, aniperfecdans, or damage, and the Contrac[or shall be Gable to the Owaneir ror Failure ru ►iorrect the Samar as provided here m. V, CS-8-5 PAFLUAL E`_;Tll4LkT! S AND RETMNAGE: Page 9-8 (21), .hmild be deleted in Its enhrety and replaced with the f.bllovving: Partial pay estimates stall be submirte'd by the Contractor or In aeparad by the Ckcy oil the 5th 6V and 201h day of each momh That the work i� itt }s['sr;re_ . The esl.inralta' Owl] be proceeded by the City on the: NO d[ir aNd 23th day re VeiMvel) Bfln J i:C L. will hu paid within 2-_S days following tfie eiid of tht: estimate period, lL�s the npproprr.xte re1;1im�ge as set out belt-)w. Partial pay estimates may include acceptable n[mperirsh3bl4 malawvkils delivered to th-c wwLwk place which are tax he inciarliorat+`d into th-e: work as a permaaneu[ part thrrvor, bul %%hick at [hu time tit- I.f[e pal estimate have not been ;m installed. II' such rn011:rial3 are included within a ra-- cOmaw- pay'rrtent sltall he basQA upon R5°la of the net voice value lhtreot. The C'ontrinoer xvil l fumish tfic l✓rtgkneur ii-wh information as rrray be ri asonnlaly requested to aid in the veril ication or the prLparail.1oP I)f Chr pft} "titnace- For contracts of leis than $400,000 at the rime or.t�xccutivn. rclaknage sh4.11 he tell per cent (10%). For con tructs of $4N.001) or more ar the time of ex"odork, rcta141ate sh01l he five P&k!ent (M). Contractor shn�l pi y in ;tacord Wh-h the stl�cOIStr{ae:t ragret:ment within rivr' (5) bttsines_, days after receipt: by Coritruct r of the pti}mem b} Ciry. Conlrao&,, failure to make tht; require! paa� rnenm to saboontractors tiw'iI I aauthorize the Ci(t , to uaithhoId future fraymonts from the Con iiiidI slam{[ 4nce wiLb this para�Taph is uccompIished. It is understood that the partial pay eatintal[cj will tie a ppr ximam! only, pine$ all pafrdid pay estimrzte� a.nrl payment or -same will be suh.jeer to correction in the estirttntt rendered following dIC dI5CLALL I'y L>Fthr mistake ira any previous a mimate. Partial p;lymenI by 0,�rrarr faw)r the a3tau)urrt Of %ork cira[rt or of its qulility or suf iciuncy ur uzca:pwnce of the WUrk done; Shull T10t reI6 ,sc the C oTitractor ofretty of its responsihiIities under t�eC-ontract Der, umenrs. The Ch-ti a'ese Nes tyre right to xwit111) old tIiL; pa�w7i'+ent.* a+i) partial e3tiniare iF the Can tra;:tor tail3 to pe:rrorm the work In. strict AOCOMlunce with tla� or other prop kiuns ok this �:k�fitratit PiLrECI C1-IQ W. CS-S, lil QLNER-AL 6L'.1.PAN, n'. Delete CS-8.I11, Gener-jI GLr.dr;tnt-� aI pagc (78-3�4) tsdrIetea in iis. enurcty and replaced w1th the toltow tng; Neither the kinaI certilicatr aarpaymenI nor un} prTrri;ichn in the CorlI yet 11)ournellts, nor parliatJ Car�nttre occupai]cw or use of the premises by the Owner shall ctm�iitutc ,�n accquu ! of wark riot donr u+ accorda thee cc uh the CL]tttrati Douaruenrs ur relieve the Coil trite ior oP liability In respect I % P fInw c,%pi'!sa w;irralhticc; gar r�:spothsihiIit% For fatuIK materials ti)I, tworkmnnshklx. Tht Contractor 5i]aiI reTnedl ati). dePcct, or dziIna grrs Iii tlic t%s,ric and pay ldr an,, daamage to otlti:r work or propert) resu.Iting therefrom %iihrch shaII ;iplieu r 4i rthilt a 1)eriPd 0f C�Vf) II) years from the dare u1' 1inaI acceptance of the kw urk unless a longer period k spec tFied and ,ha II furntsh a !Rood ,Ind sufficient miifnteoarice hoRd ill the arnGUIrat of 100 peM�en1. uF 111c AFn0tIt 1 L)1 the 2011tfact whikih z4iail at ,urn the 1wrformancr nfthe gene Cal cuararrt) .Is uhove oijIIInod- Th,7-0wTier tivsll give iiuiice ofobservcd defect-g-wirh reasonable promptiTess Ahy reference ttr { lit} shorur I.VrGI)d; a 'dnu: of "octant,, cb itain d 61�6u'helt. w[thin Nie specifications shad be resolved in favor 4)f tkkw ipecitications, it bring the city's.ihtenl thal the Contractur guarantee its .4 ork fur ,I period of t:► o (21 )'ears rollo;&irlg the date ofufxuptance ;r[ the project. In they Swcial 1ognit'tinns to Elldders. TPW contracts place the fall inn in litw of lit: existing paragraph ?. _ RIG H,r TO AUDIT: Part C - General Conditions. Section C 3y8 NI.EASL REIVIEltiT AND PAYNIE NT, Page C8-9 {31. add the FoI Io" ing; C&A.14 RIGHT TO UDI : a, coWracIor agrees Ihal the C-1t) Wih fl1, until the espiratim of three ( +.� years after final pay Ment t.tndt:r Eli is comract. have aeticss to Emd the right to exam the rand phulouopy any. dirEctl'. pertiaenI book. douii rrcrxt;, tsapiers $nd re[:a CdS t)f the Contractor 1rivolr�inu rrgn4netions relating to this contract. Con traulor,Igm-es than (hc C'ity;haIi hAve access dtorin-, normal %working hours to all riece%mF% Contractor faciIi(ics. end 4inII be pn)vided {t&gtjate a i I d appropriate woa'k spate to order Lo conduct audits Iii cumpIi0nce with rile pit-[visir}ns {s1' Ihis 5ectIoii. Tlhe {: in ~halt dike cunirac.Eor reaganab Ia ad�ancV notice or intended audits. h. Contractor Noher agrees to include in a I I its subcuiitm�ns hrrrer jsit] era p-ovisioti to the etfet:i that ilic ;uhcontractctr agrees Thai the City shall. until I,he expifullon of thrc�o (3) }ears allwr f1mil raymx !tit iinder the subconimct+ have access to and the right IL) e�Iatltiin; and photocopy art} direed %- pert Inenc %mole~, d0cume11rs. I)apers and r"ords of such snbconincctt}r, invoIvirig traT} actian1. tO I[Te suCI'+:Latttritc:t. aatd further. that Cih- slialI hake acre,,-, during normal working IJL kUrs I.c] al1 subcoTttrn�eiL}r roe iIities. and 5Na.lt he provided ade+uate and appropriattc %.%ork space, in order w comdIict aud11, irh L:ompIhi Tee Wi111 the pmo,i.�it3als 0rIJ1is811iele. City shun give subeontrictor ri! ;unable advance ooti, e of inIciidt!fl jaidits. I}:lo I. a L 1' 1 l e- Coii.tractor and subconrmctor a gree to phnlocopp -.ua;h dk,L:tmienri it,, rriaN, Ise ro9ue3ted b�, the Cirri Ffir C ity agrees. to rcimbajrse tht: Contructrls for the cost 1)rCopips " fi)IILxw s; 5() wpies and under - 10 centx-per pave ^- More than 50 copies - 8j gents Ibr the first pule plus riO;een cents ror esr6fi page thereaifie r Y. SCHEDUII-O.F �:QSTS: Add Ilie fel1a `ttya Lo Section Ca-8; c 8-8_ 15 scHEDui._i., CDL r5: r�oi iowa ntg the completion of a I I ►,.ork on the Project and prior to suhmiitaI of a rgt�e%i for ri a a I puynwrLL, the Con trac[or shall provide a SdherltaIe 0FCc�sIS to IC% ror apprrawal hick Ikt,3 rl I I rquiplraenr w1wrim ",trkll tuj-es, hLI CIdi110 0IeCLriwaI and H'VAC E+vstems, oworhead rind project reIaltd casts. Thee items will be rnuped into eategories using the Owner's list oNa wgory cedes whitA %viII be provided by the O wrier at the Preconstruction Can Terence. The Schedule of Custs w i I I be used h} [hay City as input to the CapitaI _assets System. and wi I not be con sidert:d in preparation 4)f Irrodifoa moots to the Cowract. Casts asscaetated with the preparation and proc essingi oFthis-xhealuIe of costs s h a I I b5 ;Lub3icliun (o the price hidE The Oantractor wviI I also pr-ovx1e. a prujected p-avmen t &chedijIe tied to the vrnject schedule and t1ie �ti edLile &f vaIuen which projects tFtar man th1l , pay, morns through the 0Rd of Llte Project_ Thu Puvment x lwduIe niu�u he ,LEbmirted along with the firs[ rcgtresI Cot payment This; inlcrrm fd011 is necessary ts) errutlgc filn4ijGlt114 L)I'the PVQject I)%' the Ciry-. ENi -D OF'$ECTFON val i., 1 (1 1-12 PART D SPECIAL CONDITIONS cm Of Firt, %k ort7 R, iaoe riiiis t TP ViItvrNu I' 111003I4tutlun PART D Si5ECUL D`vDCTION S Phis Part D - SpeOnJ Condition-, is wmpliinciirary to Rtit-1 C - (.ieneral Condilion% and Mw C1 - Supp lernentmyCond itIon g w Pert C uF the (70T11 uwE. Anything vori rained in this Pars 1)111aI Is add Itir a to any pcvv 1sion In Part C - C'rrnernl Conditions wtd part C I - Supplerrrentar% Conditions to Dart C of Ili Contract rorr to be read tt_;rather, Any curi11iet bet eev Part C - G, nera I Caridition!; and I'm CI - Supplemellrary corlditions oftht CLIOIr{aL:t and thitx Pan D, Part 0 shal1'w,onIra I. FOR: ROLLI N G HILLS 4k \ IFER TREAT),LENT P LANT FACILITIES I"PGRADE AND -10 AiCM E PANSION FILTER NO, 12 REH ABiLIT ATION WA TE R D E P-A RTM EN TPROYECTNQ.VVI-200$-3t0901 D-I GELNFERAL The circler or precedence in caw Lifc )n tlicts car d iscrep;tncic;s hem, iiert various pests orthe Con trawt Ductiments ;ttb.ject to the ruling of the Engineer shnU genera I1}, bait not nmQssari1), foI Iokv the griideIines Ilsted be [ow-. Flails Contract Documents Special Conditions The Fe Io%vin!z Spec ial Conditions ;hdII be appIIcahIc it) ih is-proji cr and Shal l goern over any run llicts % dolt the Gt!steral Con trac t Documents under the prm, is ions 51awd above. The Cmiwactor steal I b-e responsible for det�cta in th is prgject due to lattlty mritevia] s raid wLirkanan.41p. or both, For a periM.dnwo (2) years from date of tinal acct,-,ptance ofth1s project by the C'ily of -Fort Worili and %viII be requirpd to replace -at his expense an part t)r al of'this project %vhich becomes deFetlivr dUC to these Q4ust=5, Subject[ to modifications as herein contained, thu Fon Wrrrtil WDter F7r:piirnnent's General Con tract Documents rsnd GoneraI Speci.tications, +p ith latest revisiort3, are inade a part of the GoicraI (`GrltrRit Doc [I men rs Eor Ellis pi>gject, The Plans, these Spec Inl Contract DucLimt etas mild ikkk rules, re Li ula6ohs. re4Uiremenis, instruct ioi35. ilPi w in4; srr derai is reFerred.to by manufacwr vrs n;ime, or id en ti fli c a 6 on 1nclurte tKac -Q in �Lq spvv Ink., referring or iniplyirllr prodtiot control. performance. quality-, or f thou shall bc� hInd4i g upon the pontraator. Hie ;peci€`tcation rcvddrg�.aiuiz�;sluIIbectinside red 4-uopen'tiwe:IIiL:rcIt) W,%vkWk. srrmater ialcitIled Ffarb}one and Iota sho;A rt ar merltion ecl i I I I11 tiI lie tiIla]I be ac'cotnplJshL;(l L5i- hirnishcd in a titit.hlit l mflnn,�r as -though reyuixd by sll. Any C utttractar pokforrnina anti week, on Fort Worth water or. 5anitigI% sck%er facIIities must be pee-gtin IiIiUd w 11h the Water I epaitmetlI to pe6arm sttch work Iri rICC0ntltlO With POMMures d c;riberi irr the cLoTent 1=ott Woo 11 Walk r Departlttffrnt UeTlemI ST%x irication 5. wlliL�kt gt:tlt:rsil ;pctciFcxri0tl; sioaII govt�rn Ni-F i-mance caFat I such work- t��kY I}.�t�41.1I4 ��IhtIIIJri• tli�� C�-1 �{� ���'��% Cm-dFurr W,,rili RLiing Hills %VTP rIltrr N.kl 1. £Lalriabilri6lirn Bidders shall not separate. de[rach twr reIROVe Hiak portion. ! ogment rir sheets from the contract doeumrat at any time. Failure`* to laid or fully 4.wcule contract without rerainiug rantruel doeumtu[w in[act nasv ]ae IFraunds for designxriag hills as "nHit- re`wpnnsive" :and reec[iag hid s ur raiding can IracI as appropriate as determined by [lie City Enwineer. B-2 LOCATION RIND DESCRJPTION 0 FPROJECT The RoIIing Mills Wnter Treal mLrrl I'tgnr site is located rit 2500 Southe;iy Loop 820, Fcrt Worth. TX 76; 40, Tlus Con tmet con s fists L, I't.he furn kh111g t, F a I I the eriateiia1, t;qulpmen t, libor Lin si;per%isinrl ntcti;,;ii-�. r', 1r Il,r rch�ibilitat{on work :aisocitaied %witli 111e F IItcr N,io I _1 a tht- RoIIIng Hi11s Wawe r Tr tiImetit P1;tnr,e k�Ork to he performed is as. shown on die Mans and -as describ-ed lie reiii. D-3 CONTRACTOR 1v0NIP LLANCE Wl' I WORKERS CO WIFE NSATION LAW A. Definilion!;' I , Cerli4Ciitiotl ctfCe vuagi {(%. *rtIfrcate"). A wpy ofa ceoIficate bf in.mrarlL%!. a 4e:rdrik xt4 ol'anrhoril} 10 stl.r- ar}sture issued by the oommission. ora.wverap agreemr.,nt{TWCC-S 1. TWCC-82. TW-CC-S3, or T CC-S-I 1. sltn N itian sWut01-y' Wrir6tkti- Ce'tmpenSat i(xt i DI;UnfhM covUW For the feNun'-. or entily's i_�nnp1w,eta pm%,iditig �;er,ioes on u pN)jter, For the duruion of the pro.ito. Duration of die p, _ct - inchtides tht time from the l�egi�3nirtg t+t't17e work on the pyojecE uttrii the t,on(m cif.WVperson's YJ0r-k 611 the precject has beeri completed ant aeL!epted by Ili ;6wrnmen tal-entiv., Persons pru%-iding �rervictxs on the project ("suicumrractor" in 406.09(,� includes nfl persnrls or entities pertorTn in all or part of the servtL.as the contractor has undertaken to perform on the project regardtess of wheIher that person contracts-d directly with the contmetor'and re%ud less -o r %N hedier that person has eniploye ei_ This ine<ludes, without limitation, independent cantractnrs, subcantractnrs, Ieo"ilag ccMPHRies, mtuer currier, tag nerGpe:rulurs, employ-ve:sofanz gLich ontity, csrumplvyeies nfany entity ),6ich rumtshes personas to provide: services on the project, "Services" includes, without firnitation. pro iding, hauling, or doIivering cquipment or material&. or p rov id in p, tabor. trarrspdrtation. or ether services related to a project. "Services" does not include activities unre eared to the project, such as foe&beveruge veridors,.gfTkce suppky deIiVerics. artd delivery ofpcirtabit: tillers. B. The Contractor shall prov iele coverage, based un propel' reporting oi+v.�lass iiteation codes and pay roII amounts and Kling of any uove:rage agr€emenIN. %%hick meets the statutory recluiremerats k)r Texas Labor Code, Seelion -10 1.b 1 1(.4-1) or a I I ernpin, ees of the C€sn"ctar providing servtwes on the project, for the duration of the project. C, Thu Curiamci }rmiiNt provide u certifwate orcovt, we w tlia w5vcrnmentul emit .our to being %4arded rhi c:onIrri4t. D, If dw ecvuzge p-Qnod sho►vrt on the conttkt°toes eure'eznt certifrcate of covemgeri end; divirig tlio duration or the profit o, the contractor must, prior to the earl of t11e t:t)yerogt; pui0d, rile a new eerGitieate .ol to +rera t; wadi the Sovernmuntul entity showing thar do%-erage.haL� bt-en txtendt!O, P»t D ;Pct:i,iI C:7MiziiMi.Lwa D-3 1)5.4 P 11S +.'dO %I I-Irr WLUM liwinngl-tilli ��-TP I-'illVr N.e, I kChq+stuaLK1n E. The Contractor shrill Atain IVOTTI, �'Uh perm pruriding sm-it.!o on Li pro*,1, and provi* ffie 'c+tiernrlla~ntat etttiLy' cartilfe:ae %ff �(7Veraue, prior to thai perm)n I}winlling v.ork on the OE[jCCI, 5,D IIle QOr,QMI't M1rul ntit} ilt [lave ail rrlecerta.ticates ofcovera-e jilow fn gZ covorage Fc7r alI pt�r;sms pmvidin4 serviclr.'s On the proiea, and No I.oter Lbjin ,even dLivs a11vr receipt h} Ihr eontracter, tI nev4 wertiIii we ot-roverage SI dW� ng exWnsilm ufwo� eralae- It the cclvuat�e pcriLid shwa s Ia.on the iz,irv.c51 certiI Mcate of roveruge elids Jiirittg the do.ration (Tl`tfte project, T17c c n n I r; cok. r AwII retails al regllired certificates of,:overa.k-At for rhtr durationI o Hhe proj t and. for tme year rkterealter. The cortrWtbr sha11 11PHF - the govi� rnmental �hiif} i i I tiwrllinv by �ertinod inaiI & Oci'FL IIa] deIiverv, within rerl ( I U) days aR-eI' the contractor kni vm 4ir shoia Id hwr kjI0xx-n„ {}t any change that atareri;itly aFfecEs the pmvision ofwovcvage orarTy person pmvidirig servive, orl thu prnjecI- H T11e i;onLractLjr sh:l l l prisr on cak�II project sire a nrstice, in the text, form and rt anne,r prescribed by the Texas Worker's C, i rn N. mia lion Commission, Irtft. miiltg a I[ persons providing work ivies on the project that the%. are: requirWlobe ecrv5�rgd, and Staring h ow a person rria} verify coverage and report luck A' cOverar;e. The onlr;ictur,Il,iII k on(ractuaIIy require tJteh pers{NI %ith %r hcmi it conwIctzi IL} 111%K IdeSer►-iweS uT1 u prO;CCL to; I , Pries ide co-Y end gr.1)ased oil pmper reporting un tIf -1 ficatiott codes and } MlI alniounts Find thing or MI 4:.o etage !1grMT1tl ros, %ah -peh meets the Ntiaruu5r4 I'eituire niciiis f Tesas Iv;abor Code. Section l0 I ,11 I k -k 1 for :I I t of its t ITtfrkc y..,es PFDo ,-id ing ServiL:es L1rr the I,n)-sect, for Ilse dLll,iti��Il , d the prujewr: P1'1}% W EO the CrsntrtctOr, prior to dial }person hegirutinU work tin tote project, t� COO-tlkcate O cnwer-aV k` ms in; that coverage i�, beIrig. I)ro%ided for � i I I t liiiV1os,ceL; o f Ilse person pv;w id I n g ]er%-ices - Lin the project, for the duration of rht project; . Pr(;%, infe r.hC Contrrictvt, prij)IL to llte. end o r I h o cm. period, a. nem, certi rrt:rtt.e 0feovc„mp-"'how 0 4ta n141111 ()f coverage, if the covcv.4ge laeriori shim n on 111c current certi t iwatc ofcovt!rage t ihds durin�� Ilic duration oFthe proiccI, 4: (?taut froln each ather puson is it11 wham it writricts. and 1)ro3 ide to the C.untra(:tur- a.1 A certi ficate of t;ovaraga. prior to the uth�r person Wgimiirta. %York.-E r the pti)jecr; 4nd h. } A nvx4 tertil ical e kINoVic ragLe 9 h , m iri2 eN wuL,ion or calk eraLle- prier to Life erLd oftlte CL)V wage Period, it the coverage 11eriW shown on rlie cumr tit ccrtiHcaty oi'coveru;e t!ridi, during the d4I-adOJ1 Of flIV pTOjeV1. j, R eminAI require! certirit#atek or'c aVernge on filc for the duration of the protect dad for one y.ear rhMgfier. I1.wi 11 -411'N1.1j Cindljj h LTov D- J JJ :nx1,4 444E of 1'i:it 14tJ[ill R-Ahrm t Iilh %4 Tr 1111er -Na I-' µtlmkrlllieluyn Not iJ-V the gowemnien[a] entitle in wi� iiirlg by eerd Fred inaiI or persti)rraI deliver}, +k ithin Ceti (10 ) di y'; 4fter IITe person line%a or should have knov,n, ofany 0anr?e't6t inateriaJIy of xIN Sire pnnision {TI' L #o+,rr-age of and pemon providing ,erN ices on die project; and 7 Currtrai:tuatlw re Eltrire il_at:h person ►%iEli whom it coaxtrat t , ro perkbrnr as itgaIfud b. pzirdgmph� ( I )- (71. % i d I the cei-Lirivates at' cw,cr,4Ue to be p'a,ided ro the ffeMon for whDrn rhCy are prckvidinu sere ryes. By 0nitip, Eli is caniracr or providin-g or cau-ling to be prop ided a certiticitte rri'CVVerage, NIC ccrr3"ctt>r ty trPresentJnto iltr go Yern mei i to I entity tha[ n I I einployees Ott' I.fTe cunImk for w1i4? w i I I provide services QTi the prr,1ect wi11 be cnve red by worke.r's compensation cmQrngc 110r the- duration of (k project, that the uo�-erage will be based -on proper reporting o!' L;kissiE1;Uion r.1ACS and P, syroII aniotrnts..rnd the a I I i�overrge aareemerik 4w i I kriw Fi letl with the Hppropriait: iniumrtc,e carrier ur, in the case u f u sel f-iT 2aii—tA, %ith [lie comnrission's fli loon of Sell-lnsor-,itwe i-{qw latic?n. Providing raise rrr mkleAd 1ng in Corm r dote may srihject the ct,ntrmiaor to ot$minimr;iIis r. k�ritnirsal, Div it fictial ies or Either civil arti*gls. Q. T1w con rructoe.i Fai lure: to cOnTtply with.any of these provisions is a breach urcofitmct by 1.11e con traclor which entitles the govemtnenLai entity to decLdre the contract vend if'[Jle ContracIar doses not rumedy the breach wiT.hin ten days after receipt of notice oFbreach From the govemmn !ntul trntiry. the i �( Trl fkt4,r shall post a notice orT each pmject alte inA)rmiag all perws przi Iding kKiOt on the prrsject oral the} are ft-quiretll to be covered. and srating how a person may vcrity current coverage, grid report €allure to provide vovt.rage- Tb is notit;e Clues Flo( sorisr) other posting rcyturmn�ats impo d hs the Texas Worker's Com peu zut iu rL Act or other Tic as W w-kcr*s Compenwitin CorT,nrission ruleF,_ Ili iS riotioe must be printed %r[h lei trE1e In at least 30 poim bold typQ iAnd tem iro at lreAt 19 poira Iiarmal "c. and *111 he in bf)Th English and 5parTish ,ind any other langoagk ixtnmoii to the im)rk,4r ppulation. The text 14rthe n0tiCCs steal l he the fill low ;rig text, without any additinnaI wt7.rds for changes: "REt U.IRF.D WORKER'S C'OIOPENSATION COVER.A(iE The Iaw requ1res tklat C rach person workin-on this Site or providifia Service, related to th i s ponstruct ion projecl must be cove red by workers' w mpensation insurance. "l'iris includes persons providing, haul ing, or dvli�,ernnst e4ulpment or tnaterial;. or providing Jabor or irnmpurtazion or other service rehited to the pr+eject. regardless ref fhiz identity 4Tfthcir employer or status as an ernpIoyee_„ Cal l the Texas Work-oes.Compertsatimi Coilimissicn at ( 512)41 0=3 789 to receive intbrm atk�n on [he legal regisiremen t ror covtira ve, to -vcdIl v wherher vour cmplover has provided the required c:� erage, or it report ari employer's taiItirc to prq%ride L;overagc". D4 PROJECT DESIGNATION SIGNS A project sign is not mqulre� Rpr this project. 0-5 WAGE RATES The IaborclassificaIiuns;ind minimum wttsgs rotes set Fdrrh li�irciri Iizt%..4 bcer4 predetetY i1ned hythtc'CIly Council I]i= the c,it}- nF Fort Worth, Tef as, in acL Cordance with ziEntury rwgttil`einenIs, mi hcing. T# e prevaIIing.classiIicut ion s and rates rhat stall gover1i on till svork per forii-Ied by the: Con trRvtor or arty sobconIractur on I kvrirle 0f ilie prnft_x:t eoverec.l b,, thetx Con IracI DocrtinieAu- lii nu et el]t Shall less tktan the Fallowing raps he paid (sta! iitr tchi d wage rats%). Rlieti two or mare wage rate sales are Aim n and Pur t) tia'q9Lal Cl1JL1lalls,l15 AIL U-4 1i;.0-fls t 1n- of I -,)in %4orrh RAmu 1-1 Hirt %k 1 i' 1:11lea y,- I' RMIAhlirtaieukf wade rates shown in specific c kiss i ficaLions are. in con 11ict, Elie higher agpwill be iist)& D-6 (NOT USED) D-7 (NOT USED) 1 8 SG l3,STl€` UTIO S The spec i Ni7a H n ns. ror materials set out the rniniinum standard ofgtllill[y. %vhich the City bvIicti s neceswair} to procirre a ;atkfautory pro 'imi. No Substitution's will he pk�rmittecl until the Cunrrnctur hay received wriLtell Cx:rmission of the Ev!�irteer to make a sltbstiLU60F1 Ior Ilia material, w11ii h has hee11 spec iticd. Ulr` &L the whii "or egturtl". or "or apl roved equal" is used, it is understtxio that i14a material. prod lrct, or piece cif egtiiprtleiit berafiiu rlie Ilaate so nsEd is furnished, it w i I I he approvable. as dice paaigalar trade mime was LlSk id fS)r th0 pttrpeatie o t stal�lish itr ;f siaa�d�ed of quali6­trceeptaiait to [lie City, IN product of anti orher 1 ame is proposed Jbr LISC. the Lngine&—s approval tF reraf ml12t he lihtamcd heftm� the Cuntnicrvr procures the pcopoged s14b"ai€ltte. Where the term "or c(lu'tl", or --or appm%-rd Nual., �is not used in the speci-ltcatioris_ this dcrr`s not necessariIv exclude aIEernatyve Items rir lrraterial i)A' eq u Lpmenr %%hich mad aic urnpiish the inteiided purpose, lowever. the Con ti;Aclor',halI have the fuII responsibiI i6-af pro, ing tIiat the prupoVd. ;ubstiNLion is. in racy equal, and the Fngiriom 0a the represontati%E of the C UN, 3ha11 be tllc -sAc jtiilae nr the 2ccepWbility of sub�tituxians 1-he provkdos 4thiL, pub-svvior} am� related to "suhsi itut itim," shal I N appiicikble g all sections of" these specs t icadons, D-9 (RIOT USED) D-10 (NOT U FD D41 UTILITIES The Contractor shall at 1a is expense provide a I I utility iervices, including water. electricity, g is, iei Cp11knw, -etc_ as rna,� be required by him for lempur*ry FaciliIies dwu ink the �:onstntclion and testine pencil, The City wits tin ake pro vi,�i�ins for connections to Iha eximlag, utiIi1i6 provided that adequate serviw is ttv;1ilab IV ill appropr arc pnint3 Avithin i11v plani site; huiw4cr. 1hr Coiiiracr,-ir shall make a I I necessar% anaangemL!fl ruMIsh ntawrinIs. and perfornl at labor and wry ices 1'0r 4unaacctii7r�s-and meTeringr- For u;iIiN ium Wes reccivcd by txwnection s to uti1it} lines o� ned by the t.'in171n ilie plant, the C'otatlaetur W i I I be billed b%, the Cir} eael1 MoRdl. The C.1ty Wi11. pay For water Poi %C� use assuciirod %kith L.:P". d.iq.n and wstIng. uz sift#sIDEARY Wows Art} and aIi 4Aock s1seuitica111v governed b� doe umen tar� ret[uineweni& for the project, such I15 cL+nLIIJ wfl} imprk—,eil 11v platis, the Gerieral C.untract Dot; IITnentsorflw; c Special Contract Documents. in v,111cIi no specific Iran for bid teas bean provided for in the proposal, shall 11'e considered m a subsidiar% item uI- ti ark, the cost L>t` x+ liiclt shall be included 'I n tla� prlce bid in the Proposal for each laid item. Surl k;k� re-sto ittron abet cli-a1i11p Are'sgerleral items of wiirk k�,11ich 1a[I in the rntearra-�, orsuhsiditrry -.%.ore_ D-13 RIGHT 01F ACCE54 l pres>~iitafh.vs 6Fthe Txas Commkl ia -6h EnvlrongtetttaI Q uaIin (_XEQ), OCCLIPA11011aI Saftt', artid R�4Ith Add inistmiiun (0SH.A 1, and City Codc ifiiS17"iors shiII have access IL') the pv iecI wheiv, er ?anal %%Itenever it iS rra pr,=parratioll o>- progress, Ilnd thL ConiracUor slant l provide proper- Chciiilies Ior Erlich acoe '. r'jfri t 5 ti;k ijk1 k)IrPLI111%41, IV l)-3 it{.ra" aN C1Lw ,PrTaft'6,,rlli RA 14W%'A TF Fi19rr�.P I MiOrilutlluin D-L4 OSFI« STANDARDS A l l %vLirk perR)rimed utrder tli k a pm m t sh01 inept the regtl:iremmr; of the Oc LcupaLional Siiet} :grid k•Iealth Admin19rration (05HA1, it is IIle 1'C3pt)JISib iIit, L1(1.I1C Cnrlrmctor Ikx he,.!ome familiar with Lire provisions or Pegulations pubILihed b% the CASH:-.k in the Feclera[ Reg i,Ler litre! ip perR3tin all of'Thr respon�ibiIiIie" rlterewIder IL i, the Coil trat:tor'x respoiisibiIits t<i sec tltut t€ie prujeut i!s k:oListruc;red in accordance ►&ith 0SLL� re L, u I at i:on L, and to irtdeill ni6- anti save ii.�rmIcss the .Cit} t'rcun Eiji penaiues resulting mail the Um LmutoCS I3Owe to ��o €terfbmi D-(5 TINFE OF C0NIPLET10N The t'hynerclosir(.,; ttx:rt all %�t)ric ender this contract 1vi>�arrmpltmd, in total, within fnn).hVe (4 5 ) Calendar T)nps_ L.igiiidateil dairraLres w i I I be gssessed the Cnntracam for raiIum to ecxnpkeu neeessar} work to ineet t€Re 4«rn1)lct4c1f data _ It iht: e)rciit the Con trarkPr fai€s to Qnjiipietc the Pruject In tntal %Vi111in Elie tirne 5eL 1-balrt ahti,r_ the (;lk4ner may witlthold at u rate or S500 00 per Calendar lea) fls Liquidated Damages ineIuding added expenses liar engineering services, inspection, loss off-evenue. etc„ in connection with the i}roject, Octets the schedule of Lig6T&t-ad Doniaus in SiMi6i Ci&-7.If? L)fThe Gen erYj C'nnrlitia111S. Ii-tG INTERPRETATION OF PHRASES Wheru%vr the �horcl, '-Dil.cted". L.RegiiIred", '.Pt:Mined". "C)L�L,i ,ared", " Con %Wred *lecc-5 sar}!", "prescribed", or wtirds caf Iike import aru usccl on Ilie PI.ttn; or in the 5pvc-1 ficaLi,7n , it As]k bi� utt&montl that III e}' are intondcd as Specifications, it shaII hce understood that the+r are intended os in rrj'O&RriVe 0f the Owriee anci `or the Enain=, anr_I. �irnilarly, the wards- --Appro val". "AocepnblC, "Satisfactory". o{ words uFIikc imps 1. shall mean approvak. etc., by the Owner andior En.oilieer. Wherever -in ttxe Sfeci Fi atkms or rn tht: Plans rbr Lhe work -the terims or descripdQn of various qualittes relatitie to rirtisl1. worlcrnan�hip. or odier dualities of Similar k in cannot, because o1'their nature, be spuiricalIN and hrit�l'Iw described irwd. are custorrariky descrlLied in general terms. the Owrier arndh)r Ertiginecr Shull h� 1-irial judge iss w m°Etether or not the wt)rkrnanship so clew-ribed is being performed in accorlial�*e it�r the hitcrTt of the Plans and Specifications the work shall be completed in accordance with h is irtterpr;tation of Cie rrwanirta of suirh words. terms. or clauses, D-17-rERt�E.G�iA-rION I is urtdtwwd god agTeM dint 01is contract ma} be leizninated by tht: City &ithout olaliaation to the C.rlrttrst or, E.11 wholt --or ftnm tIine to tLine ut parL tiwhuricver with term irtatcon is delerm ined by Lhe City to he iri the best interums c i Y the C It, Terrnin'tion may ire eFfz- ted by deli%°ering to the C'z)ntracwr sir h is designated represenC,3ri4 a a notice of termination. speciN-ing to what exlt:nt performaFiCe of the work unikr the contract is beinu term inatetl and the cRetive date of Ierminatiot><_ _flur receipt ttNot iwtr t)C wrminai ion Centractor shrill' . Stop Nvorlc sp"itied in the notice nn the date and to the extgpt sppurfied: in the nqt ce of;err . natiDn. ?. Place no further 6rdLer or Yukon mtract gxwpt os necessary to complete work already uliderway. II.3 of C )Pn k-: r1lI Rol lmh@ I1111* 11JV I-Iltef .tis. t'- RChllNIIIILlliUl Terminate all Larder, tired contracts to the extenr that they relate ter the perfominrxei or'Elie 4N-or'k terminated V-, the 'V(�tICC L1f Term iilation, D-19 FIX kI. rNsrE uri !s Final irrgpectIoa shall be in comrormarrcl: with geiu:FaI-w:ojiditisgi iwn)-C-3-3; 18 Finul Ir)-spLxiion" L1r PART' C - GINF:R.11- C-0-%D1-110NS V-19 MAL. ACCUPTANCE .fitter txongructiorl orlc is -3atisi�aeDori ly completed, iht! %-�n�r shnII make a final inspectto t 0. rthe project. The 0%x ner +will ads Ise the CoIiImrtor if thu pr4F,jret legs been satislactori]N complOtd In ac:cordatice %ith tht± Plans and'Specllre;IHOT1S' and is;ue a twrlmvii statement of lina; acceptance in a�crrrci:�rt�� with Section C.8-8.7 FINAL ACCEI I ANC'E OF THE GERAL CC)LND1110 NNS. A fter littall acceptance, Ihe- C untractor shall pru+. ide a one -�c 4r gurimiit% in IZccai'dnnee with 5cction C 3-3,7 DOND5 and C8-#.10 GENEI .L CiUARANTY, of 111e CiLrnaral Co ridirioiis. comntcmcing the date of final acceptance. D-20 (NOT USED D-21 LSTERPRETATION OF REQUTIR E MENTS Il IT'IM' aretation; Any question as to interpreralioan of drt wiing.� :trig speciticatiuns or art-, cluesk.ron; arisNg-after examination ofpreniiscs must be referred to die Engineer.in wriIFng. NU ��t'# p`ive<tati+ali rtpr.irtsfrucrions given. vl:rboI1} by any prers(m-i wilI be considered vaIid. Lack of I,-rkderst4rlLaclt..of'undersiand ing q[Draw irt;�; alid Spec: ifiL:atien5 or NrIijre to �securc' in rormat.urn c=uemjng all conditions +vial not jtrsti[w aria claims, and extra corn p�I sation Wil I Tint be no} made sitpIv because or lac€ of such &nti kAgfg - ' D-22 HAZARDOUS ANFD TOXIC MATERLIL Inso1,Ir 21S purnII rtl d FIB Ia%V, th'E! Owner shall indemnify 11 Kd I1ciId 11arm less the Ci�ntraclbr front :end upinsr an% kind all liathil i[res.'losus, cost, duinages and expenses. arising ouI or wNe of 1W Material at Lhe O;h-krFr Site x�hlch akre nut under tht2 direct control ol'the Con tractur. irwludhig, hLa not Iimitecl to. auv avid a.11 IiabilIly rt�srtId" (?r)rrn p&r LLM131 In1IiI�- incILid iiig death. property IiatbiI4y. at an%- tikne, however caused, dve tit the prt:senct: or rolea�e kif or eNpus Li' -a, w+hL:ther to the persnn nr property injured or othemise, t+) any hazw-douN Lar toxsc }Qhstance. pow ided- hnwever, tl�rat the City IiaihiIlt� Tall lie IimR0 to that established to Article h19. Texas Revised Code and ather appIrcrthle.Stai,,: statutes;i W Cnnitituii;ina.1 proNis ons. D-23 AGE In ar.Qordance vvith the pplicy ('-PgIrL, oFthe ExeaLit iVe Branch cif Thy FodemI Gciveminent, Contrackv ccn-e9anLs that !w-!i1!vr iI Itiv Ilnr its oIfic,ca's- irrei41herc- F�gelit-, 04I111J lI Ill JIRrtkciI-ants fir §ubcontruet;)6. "hill: englagpcl in lx rf€ rrningy this r:oailr.ICIr illa11. In 00IMe tioa €N ith the cImp lo%ment. a vancemen I or dischargg u1't!mplo- ee!i cir in t:onnvelion 4xith the Ic' wi1 LOodition s or privileges of r.lieir t:ITtPloymi�Tith cliser-kniipate agnainsr persons bec4nso Qf'thcar tige Ckccpt NItt the ha-q.6 of'a bona fide omipationaI gtin IiTcation- rctiveilie nL plari or statutor% requircincnt- tvrontevictor 5111her.;owenants, dent IaL;ither it nor iks offirct:rs, members, agm(s, cin1)levees. subcontractors. program partitipnItt% or persons acting on their bxhalF. s11r1II specii}-, iri it) Iititilt iL.,ria or ad k a iti winen I s I-br empty%ces t;� x�ork on this emtram a maximum aloe limit for $+1ClI 21iTPk-'�MCI t nk111ess the spOf; ified I'Lt1I1 G4'CIFI'4.ILI5ILIIi+115 Ill. D. '1iII I.IR t.il4 11 F.qi %koi9rl RAhli, I+ilJ-."Tr' f-llor %,, 1 i RJIAJ 1111411m J'las3ntum age Iimit i; baSC;J 4rpurl Ft bona fide uccuPsrtAma] qu-Li Ficlttrt)n. retirenumI pfim 6r �t3tutO1'-V requircmen i. Contractor li,carrants it v�Ill fully comply with the puiicv and kti ilk duIendi iiidemtiit� acid hold Cite hWrm less kainst nn�, claims or aIlk� gatIon s asserted b�, third parties or iiikontncIQF-} a yr aIn;t CiN-arming cut «f Contractor-s and'or its rlbCtntraelk r .sail ged 1hilLIF 10 Ctampi} x+ ith I hw 4LIN b w rerCl�ek� p�li�} ct.Inceming arse diacrimirim ion in the pe*rmojice ;if th is agrecmera D-24 DMILBLUTY In accprdaPcc t+-ith the €1roa riL,Ions..ofthe Arneri►;.nn,. With D iso b i I i 6o Act of 199.0 ("ADA"), Contractor warrants rhar iFan%, and a]I of iLs �;uboon tm (ors wiII. not iinlawft j I I % diwrimiant:c an the basis of d.ts€tbiIity h1 t11e Pro) i'doa ❑Fservhl ion to the gencrul public. nor irk the&,,ailabiI.in, termsancUor-co nditions oI' 4+rr rloyvne-rlt I0r app1 icanLs for rmplorrtrnt wIIli, or zn•I E}Ikwees fit' CLin trattor or any or its suhcuntratt,urs CotlIr:tctt]r warmT1m it will Uty com€rly wide ADA'i pro,.ision and any other appIicoh.le FeLierai. srate.ind local Ia%%,conceming.dNab iIityand will defend, indemni1 and hold City harmless againstany L:Iaimsor atlega.tions asserted by tkird parties ar subcontmctors agaimit C ity arising mt uf' Cont =tor's and,'ur its' subcontractor'; A gtd 1 1 ilure I0 CUrnpiy w i I h rho abut ,u-refertnc4d late c(,necming di bilit�, dist:rim ination in the perfor manee t)f this agreerneni, D-23 MC.E'�01UTY AND 1JVI.lMEN BUSINESS EINTEiiPRLISES The N,I Iiiorin .irld Womtm f3Usiticn,, Rurc;r'pHsu rcyuirernents, per tfic City aI' Fort Worth Ord inun cc No. I5530. 1-Li %.e h.ek�n w.�ivO aad are not applicable for this project. D-26 BONDS. A prforr wre bond, a py ment bond_ and a maintenance- bond ekrch for one hmiJred (100%) percent of di e con waot price w i I I be rlyquireri_ Reference- C'a-3.7_ The rnaintenurice burl s h a I I be I7ur a [wo-veut perfckj. U-27 LNlSI R.UNCE Property insur•, m-L tLOCI rr t17c} e11tirt! %Voris, ii: clud i n g rnoterials not in plate at the site. to the lbII insurable ullac theri�oF, if, m-quirv-d, All risk 8uiI&r'; Jtis1c I'asuran ce shall inCILidE the interest4Ofthe Ov,ner, the Can tracwr, SubcooIraetor imd "Stih-9krbcowmcior,� in the work any{ shall include_ but riot be ItmiLed to. the perils c+f fare. liglltrlin -, 11,.rod, CLgllapso, wiridstom, hail, explosion. f-iot, civil conlLmation. smoke, aircraft. Jand V01iCIeS. vMdQIiSill R11d rn61iCioUs Mischief' The Builder's Risk Insurance shall bu endorsed to permit ircctiptrney prior tot cLimplexion o17 consimet ion and prior to &reeptaiwe h7 the Owner. A cop) of the Biiiltler's RiA Po Iiq shall lit IiIk:d witl1 1111C O'uTit r and dials include a thirty- f3Uyday notice of cunet: Ilotion ofpoIir� prop isim. D-28 (NOT USED) D-21) (NOT USED 1-he{ienerul Conditions. Sec Iign C-I 19 ENI GINEF-R cicfint�� various pttrson� who mity be de�ignared 7A the Engilteer. Vor tht: prosecution of this Contrzct. the term Engineer shoIi mean tl3e ConstruetLon Manriger•a; designated b} the Direi wr of the T--art Wordi Water DCPM1n1et1t, together c%ith members.ot"the SM, ff of the Cori strimion I1 aiwagrr'kvho arc xsoigtxed to rlre Project. Any cantacts theConzmctor may %,vLsh POO U SpgCldl (-U11%llll,`NN' L�i4 P-8 Uwd}" u6 + jt3 LPF' F ort W,irch Iiid*q I-Ilrti �VT1, I IIMF ",0 1"- RChJLFl I H;H IIY! to make %%ith a C i h personnel or canLiu Jtin g engimeers. �haII be arr-ang d rhroLLo h thv Con sIrakctiurl %Ianager The Con Lrautor shall not act uport am regmU Li or irt;trLuetions he nim reeeite From nn} Cin persori;ntxl L,r �kict,suIiing enLxlnt!ci§ nor shaII he gi;LF iimtrucrions or directiun3 1u stal:h persons with0LEL the appn)) , LlI Li ti,on,,ual of the CortstrucLinn %lana i` D-3I PROJECT SUPERLNTENDENTS I he C onrrrkci{ir 31r911 U4 p a cum pr.mni iesiden i soperlht"did rit at the pi'ojiect �ii4 rrt a l times during thke pmgresN a %vor - A resw me listing the q ua IIrictations and �,vVeriejice recur^i{ LI1.111U proposed re!i&iii sup&intendunt, js t%cII as rp-f; rences Frum similatr prgjecis s ha I I be. submitted to the 0wier, Vrior w the as zi rd o f con iraw 1, Tltcti a'eSaden t superinteaden1, 1Ffnand to he nueeptab le, shall not he re.m d except under e;ki mordinm uiri=unystances. Quah tia:atioii1; ON pi'crl)(sticd repIacerneni r,,h;il l he Lich lotted t hen a regtcest is mi)de for the replacement of the stil}triot %roden t itiid ,hall be appro-,ed by the Oii ner prior to wkk dr�jmtijn{F the Siipermtepden1. €7taring rhar cortatrut;tion uFthe pru.j ct the resi�l m superintendent shall dtmion.strate an abilik to properly e 0cute the N�ork outlirted in the conIracI dkic4mt:rit3 in rr tirrkel}- rrtnnrler arid AlaII carIsistenIi% prodtccc wuA of an acceptable gLial ity wid in accorda=e wKh the contract dQcramewq. If flic Owner shal l ha % c u rta ovable oh.jEdion to the pL�rfbrm�me 4)C the re_}ideni superintcnclwnt, the Contractor shtall repJrtce the ri s_0 :n( Liu p4rintendeni kipun writttm notice fcarn the Ci,niier The resi wr superintendtmt shall he mplric with a -,tiper intend ent accepta ale If) the Ovetie r. .0 exrensism (krtimkt wi. f bc aIluk+ed For dela.-s cau.sed by th-e reptacernent ol'a resident repr�senta0VC. D-32 (NOT U'SED) D-33 (NOT I;SED) D-34 (NOT USED D-35 SANITARY FAC11LITIES FOR W RKMEN Ai it:t lorth io the GP_neraI CondItlonN, SL:imion C 6-6A the Coriti-actor shall C vos ide all neces�ury „init{t1.� cotivenieriees roi' the use nF N%odcmen at 0w Vru ect site. TFte ConCk'rwwr ilia II aksci I}rm, ide adekivate drinkin- wwi!r IkiIities. Fhc Con tracmr-and -fi.is subcontractu m and workmen shall apt use the existing -plant ;aan taD. !Acidities, M36 PAYMENT FOR kJOBILI'LMON OR DEMOBILIZATION ATION PA1,Mcnt> li}r 111015ifiLatlt}n and,'or &r[1{ bifieatiott ma-. be appt'oved uo periodical eStlkrkates Fur the PRn'Velliagae wrxtplett'd. 1,11e payijjent t,ir mQbilizatinll ~hall fiat vw&d tlirec and ow third 0 1:3'/4j percent oFthe Iota contract amount. Demo6'ilization shall goal nnr hsklk'(l ~) the 111013ilization cost_ TON11 pu�rnerat [br mobilization end demobilization x III bey made to the Corrtrr uor when each is complete. D-37 SJE QUENCE OF CON 'S'TRC.r`CTION Priur to the start ol'any work on the project. Corilr". wi,shaII maw vyA the Etagineer and de�QIo 1 + t�nstructi rll t'I�edule and s6gueaace of6porattiou. The wristructioa schedule , hall bte %% kLh Jppropa'katc ,�;hea<iulcrig snl��ure_ D-38 (NOT USEDI 11v c.,,ndoon, dix LD-11 nsftly m L_ it% A' Fort W.lrl I l A13111ng}ii19;. % I I` Filler No t' ItChUbilibAPOIL D-39 WARRANIFY- CrRTM, ATES The Nutt uracturer.-5haII wwarrant thal all egrlrpmenI I'uraiihtM by It Iteret111di�r coin piies in all a'>~spertt3 u 1th rite de5kgn a sd sped li4.ation of Ch is cQntrract and cuntuin, rn) ciere, t ter IT»El' ri4l car WGFkmtanship. In the Cl,tMt 01 Failure of any part or parts of the egLiipmen( Liurlrig [lie r.k s.s . i I-, tar';er� icr lolij�rrw ing J inaI proiL;ct t:omplctioli. ttuc to deFects ol'design_ materials. or uorkmrxn;ltip. t.hr nJtecl d part ur isarl_�;hrrlI be repiliced pnimpiK- upon notice ba l:4e Contractor. All repilt IL!ment parts s41,11 lie Fumkhed, del kcred wind in3talled at the expense LA the i411n1u.F3eturer.. AI I w;irrantr :artillcaxtes or manufactwer's guarnntee�. For equipliteaI purchased b} the Contractor ill a]l be iL,aurd i i i the name of Ilse CiTy of Fort W Walt. D40 LIMITS OF EXTRA C.ONLPE SATION FOR DELAYS The Con trtw to r -;h a II mwci+.c no koI"petlL�aLion For delar,s or'hind.rantes to Ilie 4wtirlc, Ltmcept +when dii-ect and winavoidable exylrrj cost to the Contractor is caused 11,�, 111e faIIUre 0171he City 10 PNreide inlorrmaltion or m itri{EI. 'II1%-1 % h i c h is to be kiniished b%. the r ILy. Wheal Sapcli wxtl-a cofnpensgtion is claimed, as WrLtten wukitc. muiii thP.re!of ihnII be presented h% [lie Con 1nk2ls)r to thcF Eniltcar .Ewd if b) him t'ound correct shall be appru%,tA wld refen-ed by him Lu the City COL1n(,il 11or final a9pra vaJ or disappmva I: and Ilse acdorl 1.1teruon by tht. airy Council shall be final arld binding. Irde[ay is L tau2s�d by Wee ific aara:Iers giWet1 by lha Eneitwter to ata p work_ or b} the peflormance o1' extra work. or by the failure of the C itN- to provide matcrinl or neees&an instrucriuns fair enirrying on thr work. 11icn such delay mill entitle the.Conlraw tor to an equivalent Cxt'ension uftimt:.11is agpliCali611 for w+'11ich 5ha111 110'Vever, he subject. to the aTpproyal oFthe Clry Council. and rl►) ]uch extension of time -�#tpJ I reltrase ti7r cc)j I u-11C lur or the caret} on h is Perfimnt iiwta Bonn From all 11is obligations hereunder which shrill rrrmtritl in full force. ijntil the discharge orthe Con traact_ D-41 PROGRESS PROTOGRAPHS IL he Cant-acmr slintI ulkc photographs ur the project site prior to con statction, Ili roughout the construction Or the pepjeel, and aftr ccantplerioR of the prqjet:t. Photographs sha II be ta♦ En %v1th a qualiq digital camera %%ith dove iwk capahi111). wi1.1P lens ranging farm %%idd �"gIc to 1331nm. Photographs shall be tah-vn a[ locations designatt:d by the bngineer. The Cpriftetor ball prae ide ties (10.) photographs of I1w site Prior to construction. twurat (2G.) photograrphs diming the wt?ursir ,)F-constructi0n. ;and Icrl (10 ) plio ogmph .u.port.cez pietion of w43rk, D42 SUMNU-171'ALS 1"ht Con traactor ;I�411 Ixc reslwrlsihlc kir the aecus• C) anti coii113kwite a of ilie in Cormation con Iained in etach submittal Litid -,htal I imwre tliai the values, rnaturiatl, eq1-tipinent, or method of vwork shall be as dewribk%i in the submi=1. All subminIs must be stomped �y the Contractor, indicating thaI thv_y have. been chu�,kcd by die Contractor for compliance }tiiIh Contract Documents and appraved by the Contractor. OF cuntain ck rd icatiuns a�s required by tl;e Confrac r Doc trments' -Subin ittaIs that di otA have Ihu stAmp appIied or include the 1'equired certifications tkIII he ruttmicd Go the Cuiumctur wiLhutit 1ammessing. Tlie Contractor shall ensure that there is no ckm flict with other ski bmittt Is all notit'y the Eogine�r of each eaq,t x-wliare llle proposed L:hall ge, mix} KaFfm rlic work ofnnother Con rnic[or or Owner_ The Contractor sball ensure cool-dinWiHll Of 50hmittals nipwig Lhe related ♦;:rafts and Suba nnLraotnrs, Submittal-s wifl not be accepted From Saabuur;trimors or suppliers_ The C nntra=T-shall trssitgn a nljmhtr ka �aeh si omission provided to thtr l ngkiL� er to allow each submittal to be tracked +while pt ssirlg thnxaQh the review pros edures. r'AIY r) �pCQI,l('04dIturrs LION D- 10 0.51j)''1A i 'rt� -+l F,]tt M 11314 *niIIng 1-11Ili W f P F1t1Cr L.1 t! lkPlldhgj.j. PL1n SAmirraU 3hutl be accompan led b% the 5ubrnittaI Trnrismirml Form prop ided by the V n2ineu. A separaw form .hall he used for eacli spec itic IEern- w lass of mawria1. equipmcal- and it; rm.� ;pecitied iti separate discrete sections, eti:- 6)r wb;ch ;i �iubminai is rerluirt:d. SubTnhylb tbv �,arious ilern; sftall bt. rtlade With A sfrtgte Fi-}rm when Ehke hems taken together ccrnStituti: rt marnrtrncr.rrrer's package, or are skx ruriwtion aiI re [area that theN titu%4Id he checked as a unit_ kssignrnent gfntrrrlbers shaII # e br mqt an.i t-,ra letter- prr:lix, ;t ,XIIjCfWe rtilFnIAM L10 letter *tiM iN to Indurate resubmittals. Rt:Fer to Scefion 0130 ror detaiIM suhnxittal requirements. Applicable Preiixi s art; COS C han#`Oi�der CIQIR CO Rul=qr CTR - Certttied 14si P4 port. FIR - Equipment Cnstrtll8iiu Y Deport FO Field Order MI - �vIiseeIIanutF s SJib rnInals 9t_• - NotificatIon�i b� Coraractor ON - Operation kind NIA)wnnnce Manual PC-M - Propied Corttract Pvto fiGcations PE - PUTil)diCSI EmitvalLt fk)r Partial Payment RFI - Regriest For hi ormation PP - PrULFress Phot(jgrapjjj L IUD - ReL:Ord DMWinE SD - hop I)MWIrig S H - Schedule of Vrogvess Thu sequ{ nce numher shaI I be issued in cltrnrr+rlog ic al under FEir each t} Pe o sLibmittril_ I?esubmittats shall be roitr)wed h� a letter of the aiphabel (4) ind"tk the numbeI-tirfiines 1� iuhmitial has been sent to the Lng-inee r kor pro essing. As an example, 4 ;ubm i"al with the naTilber RDA'-) iiidic:ate5 ilia[ he -zubP111r 8l is the 2 5 d i ikern or Record Data submitwd -Comm rt i-rimen t ornutrtber-n. i5. esseritlaI a,� stil•terenI submirtaI Frye p1n tiitiereni kA,j Some 3ttbmiMIs re,,eIved do not regriirc rh8t �rry respo nse be given Ior rho rnater•r�il, Con tractar shall rrmaintain a log o1-subrnission s to Ale+w the pr4)cessing o11- ontraccor's submirtals to he manitared, Lvas +hill bt: vet W perit icaJ[% to determinw that all 9ubmIttaLi are rt:ai►rd and processed_ SLtbf tiaa I nTAin bers are to be=Cl<earl} TiuLed Oft c!=h page or shut or llle 5nbrtlitttil, In tldd-Ptiv11, *aoh 911131niunI shaII k iive 41 w riv;- re ferenced iden tifka lion iiumber rt�Iakiii to the s pec i 11:a t 1 *n thai lhw-;ubinitlal appIie~r_ The idenliiicaikin nLim ber shaII be per Seo ion 01 300 ubmittais shall be rriark-zd to sh*%& elenr[y the appal ioable sccilons of i he spec iri"Eian and sheet number OF I'arl l7 Sff--LO �. Ald 11It'III 1t It D-1 l i53 i I' ri.N t-lt} of runts 10�.11,or Rullin� l l�kt5 tl rR" Fotrtr No 12 Yt hadvluuimri D-43 RECD" DRAWLN S 4 General: During prnseutttirili cif rile work, the Con Inictur ih} i I I iitaiiitain a complere set o1Araw inp tripor1 %vhlc:h all devWions and charkges shad lie ie itbl� recsorded with actunl ►vorks done_ De► gatikartz; and changes'shalI he imurked in red an a RiII-size ;et L)f dra%vings. b_ Drli�er,,,- Re.eortl Dra%vioi halI be deIi� erect to the Eiigincer in gmar:l cofidiIion upon corn pletion and acl optance qr the wnrk and More kiqal payment jS made, k:. Requi.Lvrnents. Rc!eard D uw i u p shalI be required for all %VLIJ'k per#arnied as a -pan Lif thir. prgject. 1)44 SHOP DRAWS GS Egiiiprrtentafld matenaI covered in f'ART E- SPEC IFICATI()NS -lh311 hAV6Shop Drawings submitted. rfiv exkThig f pkmitio" clad V airltcnance %Ianui k shaI I k- rep asctl to rdeL� I r t4ficatiom �esuldng lirt,m This prcijrct, 0-45 REQUEST FOR [IYFORNLATION WhOi neces!iury, the Contractor slral l request ad -di Lienal liiF;jrmation. i larificaLion or interpretation of I he 'Contract dcscEnlients nr When I.he Contractor believes there is a c unt1 i c t betwucri canlrac:t documents ar 4�,heit tht Con trac[or believes there is u conilIct ictweark tiie dt-awittfgs and speei [+cations. he shaII ident i tk [lie con ill ict and rt:c uest t:IariticHHuvi using the Request Fbr InFbFinaCicon fRF1) f'Livni provided by the Engineer, Sulficienr irifomutiimi shall be aITached Cu permit a Wrinen mbtpomn a w11houl 5 wher informalon, Tlit: Enzinecr will log %ruh i-cgiiee 1 4 1 n d ��III review the request. II" re�.iew ki I Iiw project infon-nation requem indicate-s that a change to 111e c{rnIn" L docuincrits is requ ire. d, tier` Ent ini: cr will isstte a Proposed Con"a Modification its, descrihi id in Nijragraph D-1fi. U-46 C ONTR.Ac'roit NIODFFIC'ATFON FLF:OUEST I PROPOSED C:OiNTRAC;T MODIFICATION AL cImp iri the writract dmumcim that is requested wl I I -be initiated by the Contractor issuing a 'CLiritrutar-,, NlodiFWatiotl Regve-st or by Ettgincer issuingg a Prupt�sed Contract �lodil`icatintiq cxot fate form pro ided key rht Fn;inLer. Prcopos�ds +,ill Ise rc:kit!wed b� they.}wrier acid il'tbvndacccprable will lie 1nt:Qrporated to a trhang;e nrtler iri accordurice wirh 5ectinri C.i of the 6ENERA L CON DITION 5, or by Fit! Id Qrdet` in riccord ance %%ith Paragraph D-50 of the 5PECZAL CONDITIONS. Tht: Con trsrctor'-; Modiklcad urt Rcqur�6�slinll Fitly coam acid smte the reosoa1 the orange. u reque�qsd. stated 1n flit: request I-br ccrosideradort.. D47 RECORD DATA idenriF} and 65,66bw: the deviatlans and aswociated r�ny sayings jrj.op5I ruined to the !;ub titutiort is tQ he Record Data sha11 be submitted to provide inrormadon as to the general character. s -le znd Man Ur'1CIUMT 0 NbC EgLiipMU1I to aIIOM the OWR& 0 adtiquately Iden11N- tote ulataHak or oguIpinent ineorpnrixed gito the prrijea Record Data sIsmII tie prm,ided 6r-aII egItiptmnI and ntareriuls arc►anstruction. Rec:cxrd 1)ALFt are not regriir"I for its*ens uvhich S h(sp Drawings andlor Operal ion s and IItntttiminee malittaIs arw rt.Ftltlit%cd Hurt 1) Speti1,1 CiMidirlanILAIx D- 12 1)." 1?' 1]$ l-11�gI r.,In rcljlih R,1111nd I-hlk fArcr N15 12 Reirnliitr UM63N Rq cirrd Pam shialf be cLim plete to indicate 3;here Ilse mntkrial xvas inworrurawd into Ilie VrojecI., pvovitJr SCTI M LlfQS 01 rrruterrals anti their use, colors. r odt:I rlunthers sttd ocher inronnation ►%hieh &i)uId �Ik)%% thri r a(vi'ial Is1 E w r(q)iaced at ;s1rne kuture date. Record Data will be raceived b� the Envineer and Iuggt:d roc trlrn?jrnlrtal to the i %) IIC.' RCCLIJ.J aiita skill not be rr,iev,e ! for tiummwrrt alld no response be IllbEtie to the Conlr%Jur. D-aS i QUIPMEN'r LNSTALLATTON REPORT A "vi"on rejrort. sha I I be itrbmIrted by rile equiprnent suppiier pert) ming Ehe instal[ation check ror cqu iparenI us regiaired_ Th'i, r'eporr s I i a J I certiIv that 1) Ill cc UIpmen r rio �� beef properlN instaI Iud and itibricated. 2) is iji aixurarE� aIigorrlen1. 31 is I~ree From and rinsiue NtrOZi iinposed by cLin nectinLl piping, tgniprrienL. 4ir amhor'bob. and 4) has heen operatud urider Hill load conditions and thus it is ,ipu ating SutiF��r:toril�. D49 NOT IFWATiON BY CI~hNTR tCTOR Wrivien qntirlcation ot'die need for to56nsg, obsi;ry aE i oti kifvyork h} Engineer. intent to %-,(.wk- clur-�ide. of reuular-working hours. 0r rl» retj4rr.St 10 shuItdo%%n the wikities or make utility C01IT1eCCl;>r15 sltaII he given ro rile Engineerb.� issuanceuFa N 4 it i ficat ion By Coo tractor cin a form pro ,ided bN:, the Fnginer:r_ 0-30 ALTERATIO1Y.OF CDC TRAC'i' DOC1ErAENT Para3 vrnph C4-4,4 0Ftltc C)4eRer:4l C01Ikiiti4ktj% .,hELII be mortified as tollt ws- By Change order or F i e I d OR]( Fr, ihw 0 kvnt!r reServe5 the right. w make changes in the Contract. Dactimunis gird rn the character Ur ijUt (iIies of Ihn; work as may be nccessary or desirable to ir1;ure corn plerion in the mo,jt satisfac--tunv mainner, pro idwd .ruL2h c:hanges-are con sisEunt %% ith the ovwral I rrEtent o[` the C'ontmut D.Mujncnvs. A Meld Order is a writtwn order istwM kv the Fnaineer which authorizes.mirlov changes. or att�rations in rlre %vork Ihai sirs not im o I v u charig,e.q u� lire Crrrrteat for 7`fine or Con tmct Amount_ Nfodi ricsitions to the eon tracI can orTly be a6lthOr1ZOd by a C Mange order or Fuld [order, Sue uhartges ;Frail r{cat be con3idered 4s k,vaivirTP_ or i n %. al idat i n g am cundiliuEt Or PM%'6i011 Orrhte COTIVIlct Docutneli(s. i I-000rraMC befieves that a minor change or alttirnation authotizdd If, Fit! Id Dr&r entities h ini to an iPmcuSe in t:ontmot amount cir L:onwaijt rime, he AialI nPt priiueed %ViIli the %ork and Mia11, W ithin r 0 dfl�vs 3fier I.eee.Gvill g dte Field Order, sr� adFie the Dig.irteer in Writing *nil request iha1. ,t Cbring,t Order f� IASLied iri accordance with paragaaplt C4-4.J of'the 6anera I Conditions, P;tt t) 4PeLIJI �_-A11bIkMI d 4 134 13 IIi. W7 1".4 C I LS ui' FJll A )M1 rt:ilri11g I ailrs W111 I:1IWP 'L,_, I `- 14�±LbtrLdbiltl MY OF PMT WORTH HIGHWAY CONS'iRUC-ITT! 1PICE AILING WAGE TLATE FOR 2000 , sphal1 Raker kipliall Shm i+ 1�r Baching Plilal Wui her Carpenter ( RnLig11) -Conelvte Finishe r-l'a�i1,gi Concrete Finisher I IeIjmr Mm,inu) Concrete Finisher -Structures F 1 agger- I'urrn 13uaIdef-Sr.rlrcttires FQrM Setter -Past Inn & Curbs FonTi Sever-St.r7,retums Lahnrer-Cotntnon Laharer-U t i I i �y ,Medlranic 5erviecr Pipe k4ytr Pipe 1 yer Helper Asphalt Distributor 0pemtor AsphalI Pav ing Ntacliine f_)perutur Concrete Pa% inn Saw Crmw. Clamshekl, Backhoe, Derrick. Dfagline. Shovel C'ruue. Clamshell, Backhoe. Derrick. Drzigline. Shovel (> Truant End LDader t'_ 1 CY & less) FMT1I End Loader foyer , 1'2 C Y) MiIIing Mac hia;e (:)Pcu wr Mixa~r N,(or 3r Grader 0pem1or (Fine i:rra de } NIulur Grader Opurntor Pavemenr Narking Machine [toiler. Steel 'I h"l Plunt-Mix Pavemcriti RUIlet, Sreel Wkut:J 01hee FlatwfiM or Tarr4ping Roller. PncumariL. Self-Erapelleci Scraper I'm vel.insg Mixer Ikeintoreing Steut Sew J'ziving) Tnick Drivcr-Single Ai%1v (Ught) Tnick Drh-t:r-Turadcrn Axle Semi -Trailer Tnack Driacr-Lo%% boy: F loo t Truck Driver -Transit Mix Tnick Driver -Winch F1OL RLY RATE $r1.6 S $13,64 S1a.16 $9.70 $13_4-1 $ 71.10 S13.44 $IR,'S $9.73 $ T"64 S3,6 4 S13,?5 S10,13 $7,3� $ 6. 73 .yyiJl,U� 11 0.5 1-2CY) S10.1)o $9.94 $9,32 0,00 $1 1.0U $1"31 'fwli.7a S11.00 $13,88 $1?,12 39.02 10,00 SM} $9.00 fi l 2, 51O_54 I4.63 �5i.8c) ParL I p SPrcwl C onAttilAH LIL! D-1.1 Ui.u? eN I.. 11V-if 1-gdj'.�orlh )�1111uFu 1-1111, i4TP FdWr 'k:Lr 12 VdI.-INIIPHIt-1I CFTV OF FORT WORTH R LLDLNG & CONSTRUCTION TLC.-IDE PREVA11,ING W AG.E RATES FOR 20011 C LASMFICATION IR C 0 N D I T 10 KING 'VIEC1 U\Ni qIC AIR i.ONDIT10 X INN �IEC:HA N I C HELPER 1CMST1C CELLI NG INS TAL-LER ACOLISTICCEILI G I NSFALLER HELPER A�SF_ TO %kf RKr-R BR1CKLAYER.-STONF. MASON BItICKLAYER'STON13 N1ASON HELPER CARPENTER CARPE?tiTER HE1.Pl=R CONCRETE FrNISFlER CONCRETE, FIN ISIEER HELPER CONCRETE FORL1 BUILDER C'ONCRF.TF FORM MILDER HELPER DRY'R'Ai .L Tel Pf R DRY'WAL..L- TAPER IIELVER ELECTR.1CIAN.J0LlR NNEY'%-L-JLN ELECTR10EAN HELPER EL-,ECTR0NIC TECI IN ICIAN ELECTRONIC TECI-INICLkN HELPER FLOOR LAYER (CARPET) FLOOR I.AYF,R (RFSIE.-lENY) FLOOR LAYER H171-PER GLAZJER GLAZIER HJ-LPER INSULATOR INSULATOR FIFLPLR 14EA VY EQUIPMENT OPERA TORS CPLAN E. C L A N-15 FIEL Li BACN110E DERRICK, DRAGLINE. SHOVEL FORKLIFT OPFED 1Tf')R Ho Ulu"T, RATE $ J E1, 0 $17.21 1,10.16 S 13.9 10_18 S 13.68 $9.7,3 s 11.97 9,42 HO U LPL Y C LASSIF(CATION ItAT1E: I.ABOREJ{tDi'v1 N10 SI-8i LABORLR-5KILLFL}. $1U.35 LATI11"R $14.00 LATHER HELPER $1 I.00 1E r AL BL-1 1)[Ni6p ASSEMBLER 510.00 ME IAA E1;LDG ASSEMBLER %70 HELPER PANTER S12.93 J'.MNTER HrLPFIt SS-35 PIVEF1TTIER S17.60 PIPEFITTER HELPER $10.18 PL ASTFRER $16-00 PLASTEkER HELPER $1 I.00 PLUMBER S 16.9 E PLUNIBER H)ELVER $9-.75 REINFORCING STEEL SETTER 111) 40 Raomr S 11-87 $11,33 ROOFER HELPER S-8-33 $8.00. SIIEI=-CTVLE T ALb4'0RU.R $I•I.451 $17.46 SHELI METAL W{: RKER HELPER $9,31 S1 1.30 51fELTRLICLC FL-kNGER S1145 $12,50 SI IE_EI-R0CK HANGER 11ELPER- $9.64 $8.30 5PR_fNKLEP.SY TEI�I IN STAL1.ER 516,87 517.00 PWINKLER SYSTEM € STALLER 510.11 "B l6_00 HELPER 513.50 MLLWORKER STRUCTI-1RA1. sI1-36 $15.02 STEEL WORICE R STRUCTURAL $9.80 $1 Mo I -I EI_PElt $12-04 WELDER Ala-70 S9.411 WELDER I LELVER S 1 1.74 $11.vi Fria I)AT1t)� DR-ILI n13ER.\MR $1) nf) 1' ROSIT END LOADLk OPER-ATOR $1 1-?? ().63 TRl CK DRNER V0_31 END OF SEL:T1(-)'% I!m7 L9 �JICL1A 4'11r1'Jk1 n3 L60L! D- 155 . 0510'". �' �� Lfi � ��i �' yaa —,. (BOND NO. 8 SB 104926206 BCA PERFORIVIANCE BOND STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL LIEN BY THESE PRESENTS That we (1) Archer Western Contractors,__ Ltd. = a (2) Corporation _' of Illinois hereinafter called Principal, and (3) Travelers Casualty and. Surety Company a corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of - One Hundred Forty -Six Thousand Five Hundred Dollars & 00/100 ($� 146,500.9 Dollars in lawful money of the United States, to be paid in Port Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we hereby bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the day- of Mn,-, _, A.D., � z , a copy of which is hereto attached and made a part hereof, for the construction of: Rolling Hills Water Treatment Plant Facilities Upgrade and 40 MGD Expansion Filter No. 12 Rehabilitation designated as Project No. (s) WTR-2008-5 10001, a copy of which contract is hereby attached, referred to, and made a part hereof as fully and to the same extent as if copied at length herein, such project and construction being hereinafter referred to as the "work". NOW, THEREFORE, if the Principal shall well, truly, and faithfully perform the work in accordance with the plans, specifications, and contract documents during the original term thereof, and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and he shall satisfy all claims and demands incurred under the contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED, FURTHER that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby- stipulates and agrees that no charge, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder, or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. I { six IN WITNESS WHEREOF, this instrument is executed in wt�A counterparts each one of which shall be deemed an original, this the day of H,t , A.D., 2005- ATTEST: wj�lj' -P, 2Ags, ) — rincipal) Secretary (SEAL) John. P. Slattery Witness Wto Principal 929 W. Adams, Chicago, IL 60607 ATTEST: (SEAL) Address (Surety) Secretary a Witness as to Surety BRIAN LUCITT 5337 W. LaPalm Ct., Oak Forest, IL 60452 (Address) Archer Western Contractors, Ltd. PRINCIPAL (4) BY: Matthe Wa sh/President 2121 Avenue J, Suite 103 Arlington, TX 76006 (Address) Surety BY: (Attorn - -fact) (5) EIL EEN LUCITT 215 Shuman.Blvd.,Naperville, IL 60563 (Address) NOTE: Date of Bond must not be prior to date of Contract (1) Correct Name of Contractor (2) A Corporation, a Partnership or an inriRinr�ua� ac rhp tease ma.v �a (3) Correct name of Surety (4) If Contractor is Partnership, all Partners should execute Bond (5) A True copy of Power of Attorney shall be attached to Bond by Attorney -in -fact WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY • TRAVELER Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company ofAmerica St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In Fact No. 218690 Certificate No. 0 0 2 2 8 9 f 0-6 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Kevin P. Nagel, Eileen Lucitt, and David C. Banks of the City of Park Ridg&Crestwood/Wheaton , State of Illinois , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or periniiied in any i7mions or prWeedings allowed by law. 23rd IN WITN%YHEREOF, the Compair "ve caused this instrunwrit-to be signed and thclr corporate seals to be hereto affixed, this day of Farmington Casualty Con,pary Fidelity and Guaranty ]nsurancw Company Fidelity and Guaranty Insur4 cr Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company ASV $triE In' G k ri' 4 � ��N.._MSG .+'',� INSV9 4�14 ANa �p05W7 f�AY,lgro � n �7 �BPoRlttfp � n .ergo c�� :"` S= .n= a NAHfF0a6, • � F3M1RfF6AD, � c lFLi • 3 �: 'n o: m i896 � B C A I. Jo . CONN. n e � ems'. ✓t,5T�R7,.'e F�N�`'..." State of Connecticut City of Hartford ss. By: Georg Thompson, enior ice President 23rd May 2007 On this the day of , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St, Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to de, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal.®rnzp;)R�My Commission expires the 30th day of June, 2011, Made C. Tetreault, Notary Public 58440-5-07 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE= RED 13ORDER OF ATTORNEY IS INVALID WITHOUT THE RED This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Pau] Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1, Kori M. Johanson, the undersigned, Assistant Secretary, of Farnngton Casualty Company, Fidelity and Guaranty insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety C ompany of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Allorney cxenrtrd by s4id Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affxod the a ttli< of said Cawp>ttties this day of 20 Kori M. JohanscVAssistant Secretary pA5 G,y i $URET YlRiM ��. ,w"""'r.. SY A WPM y 6 TN �` IkSG v''o N Y F� q9 a yJ' As Na�Fh. 4J� MQ+ O V R "`^^,rulifltm 4 9 a'rp RPOR.1)E m ell, 0Ngff'-1 z _... � ; � ts�wtForm, tus�srm,� � � �g gat igJr1 N'� ti om` �rSElt �o b a'+SEAZ,%a } cokn. ao ooNrr. J4i n�� To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED I BOND NO. 8 SB 104926206 BOA I A PAYMENT BOND STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS, That we (1) Archer Western Contractors, Ltd. (2) a Corporation of Illin ,-hereinafter called Principal, and (3) TraVelers Casualty and Surety Company a corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials, for or perform labor upon the building or improvements hereinafter referred to in the penal sum of: One Hundred Forty --Six Thousand. Five Hundred Dollars & 00/100 S 146 , 500 - 00 ) Dollars in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we hereby bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the 2C cm day of Ma A.D. 2-Cb8 , a copy of which is hereto attached and made a part hereof, for the construction of: Rolling Hills Water Treatment Plant Facilities Upgrade and 40 MGD Expansion Filter No. 12 Rehabilitation designated as Project No. (s) WTR-2008-5 10001, a copy of which contract is hereby attached, referred to, and made a Part hereof as fully and to the saute claimants supplying labor and material in the prosecution of the work provided for in said Contract, as claimants are defined in said .Article 5160, and all such claimants shall have a direct right of action under the bond as provided in Article 5160 of the Revised Civil Statues. e PROVIDED FURTHER that if any legal action be filed upon this bond, venue shall lie in Tarrant 1 County, State of Texas, that said Surety, for value received, hereby stipulates and agrees that no charge, extension of time, alteration or addition to the terms extent as if copied at length herein, such project and construction being hereafter referred to as the "work". s NOW, THEREFORE, the condition of this obligation is such that, if the Principal shall promptly make a payment to all claimants as defined in Article 5 160, Revised Civil Statues of Texas, supplying r labor and materials in the prosecution of the work provided for in said Contract, then this obliZD gation t shall be null and void; otherwise it shall remain in full force and effect. THIS BOND 1S MADE AND ENTERED into solely for the protection of all of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder whose claim may be unsatisfied. r k r six IN WITNESS WHEREOF, this instrument is executed in i counterparts each one of which shall be deemed -an original, this the m day of V'[�, , A.D., 2008. ATTEST: incipal) Secretary (SEAL) John P. Slattery . _a� �_2- ... - Witness as to P ricipal 929 W. Adams, Chicago, IL 60607 M. 9two (SEAL) Address (Surety) Secretary Witness as to Surety BRIAN LUCITT 5337 W. LaPalm Ct., Oak Forest, IL 60452 ( Address) Archer Western Contractors, Ltd. PRINCIPAL (4) J BY. 4 fw) Matth w Wa WPresident 2121 Avenue J, Suite 103 Arlington, TX 76006 (Address) Surety BY: zhla � (Attomcy4n-fact) (5) EILEEN LTICITT 215 Shuman.Rlvd.,Naperville, IL 60563 (Address) NOTE: Date of Bond must not be prior to date of Contract (t) Correct Name of Contractor (2) A Corporation, a Partnership or an Irdi:rid�,M..al ac the .rase rn4�: 14p (3) Correct name of Surety (4) If Contractor is Partnership, all Partners should execute Bond (5) A True copy of Power of Attorney shall be attached to Bond by Attorney -in -fact WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELER'S .r Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In Fact No. 218690 Certificate No. 002289707 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Kevin P. Nagel, Eileen Lucitt, and David C. Banks Park RidgeJCrestwoodlWheaton Illinois of the City of ,State of ,their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their.business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permirtgA in any •4afions or pfWeedings allowed by law. IN WITN%"EREOF, the Compalfthave caused this instrun icnl to be -rigurdand thalr corporate seals to be hereto affixed, this day of Farmington Casualty Company Fidelity and Guaranty insarance Company Fidelity and Guaranty Insurnitct Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company 23rd St. Paul Guardian ]Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Cl,Su,�w tY SUitEfy JL 4:Re s4 o`*N !NSG e� u+S�yq Jp�ty npo� ,yw ws�, FL41Y,t,y� F �, n �tCdfFl0lWTfp 'a, a! <':i r`m:pOp4CNgTE:_�n _1_ i �sni �i .a CNN. n CONN. t �.SS1tI.:a State of Connecticut City of Hartford ss. By: Georg Thompson, Uorice fn;sidcnt 23rd May 2007 On this the day of , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a drily authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of tune, 2011. 'Ll"�y yIg Marie C. Tetreault, Notary Public 58440-5-07 Printed in U.S.A. WARN ING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St, Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and sea] with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company al' America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and connect copy of the Power Of Attorney oxecuted by sold Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and alisod the -�n s of said C'srlulttrnres this day of 20 Kori M. JoharrsdVAssistant Secretary GASUF �� wry y4lAE�d A� Iks '"'N'S`"„ '2 (�L 1k F ¢ Q�\;-...... .L� `J4'!: ...._V q� PJA ��G a,Cyh1W_ ty �J' '•W ���� i9�7 �PoRATro �K a z LaRVORA�f;n rc9A40R4 e'�iayE a i ,gam. '� 101ED 1982 O .�}2% _�: --- ni a nARTFORD, s FIARTF6ritk � a �yy y ti OFnItN ��� ru �Eo °7S :.Hya of To verify the authenticity of this Power of Attorney, call 1-800-421-3980 or contact us at www,travelersbaDd.com, Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER BOND No. 8 SB 104926206 BCA MAINTENANCE BOND a THE STATE OF TEXAS 3 COUNTY OF TARRANT 3 t KNOW ALL MEN BY THESE PRESENTS: That we (1) Archer WPst¢rn Contractors, Ltd, as Principal, acting herein by and through (2) Matthew Walsh its duly authorized President and Travelers Casualty.and Surety CmmT)anv a corporation organized and existing under the Iaws of the State of Connecticut , as a surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation, chartered by virtue of Constitution and laws of the State of k Texas, at Fort Worth, in Tarrant County, Texas, the sum of: one Hundred Forty --Six Thousand Five Hundred Dollars ($ 1 Gr,, q0n-n[) ), law-ful money of the United States, for the payment of which sum well and truly be made unto said City of Fort Worth and its successors, said Contractor and surety do hereby bind themselves, their heirs, executors, administrators, and assigns and successors, jointly and severally. This obligation is conditioned, however; that, WHEREAS, the Principal has entered into a certain contract with the City of Fort Worth, the Owner, dated _ -20 h'[� 7WO for the performance of the following described public work and the construction of the following described public improvements - Rolling Hills Water Treatment Plant Facilities Upgrade and 40 MGD Expansion Filter No. 12 Rehabilitation all of the same being referred to herein and in said contract as the Work and being designated as Project No.(s) WTR-2008-5 10001; and said contract, including all of the specifications, conditions and written instruments referred to therein as contract documents being hereby incorporated herein by reference for all purposes and made a part hereof, the same as if set out verbatim herein; and, 'WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during the period 2 Years after the date of the final acceptance of the work by the City, and, WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of two (2) Years ; and, WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the Water Department of the City of Fort Worth, it is necessary; and, WTIEREAS, said Contractor binds itself, upon receiving notice of the need thereof to repair or reconstruct said work as herein provided. NOW THEREFORE, if said Contractor shall keep its said agreement to maintain, repair or reconstruct said work in accordance with all the terms and conditions of said contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall remain in full force and effect, and said City shall have and recover from the said Contractor and its surety damages in the premises as prescribed by said contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. WHEREAS, all parties covenant and agree that if any legal action be filed upon this bond, venue shall lie in Tarrant County, Texas; and, I{ 6 six IN WITNNESS WHEREOF, this instrument is executed in ikobt counterparts each one of which shall be deemed an original, this the 02tw day of , A.D., 2008. ATTEST: rincipal) Secretary (SEAL) John P. Slattery Witness as to P cipal 929 W. Adams, Chicago, IL 60607 ATTEST: (SEAT.) Address (Surety) Secretary -'hik W e I j it Witness as to Surety BRIAN LUCITT 5337 W. LaPalm Ct., Oak Forest, IL 60452 (Address) Archer Western Contractors, Ltd. PRINCIPAL (4) BY: Matt ew Walsh/ resident 2121 Avenue J, Suite 103 Arlington, TX 76006 (Address) Surety BY: ,/Maxi, (Attomey-in-fact) (5) EILEEN LUCITT 215 Shuman.Blvd.,Naperville, IL 60563 (Address) NOTE: Date of Bond must not be prior to date of Contract (1) Correct Name of Contractor (2) A Corporation, }�a Partnership or an 1,"diCrid11af> aQ the .r 1a-ce mutrJ DPP ` (3) Correct name of Surety (4) If Contractor is Partnership, all Partners should execute Bond (5) A True copy of Power of Attorney shall be attached to Bond by Attorney -in -fact WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ,c ! POWER OF ATTORNEY TRAVELER" Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In Fact No. 218690 Certificate No. 002289708 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws - of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Kevin P, Nagel, Eileen Lucitt, and David C. Banks Park Ridge/Crestwoodf"eaton Illinois of the City of ,State of ,their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permltted-in any 4(jons orpuceedings allowed by law. 23rd IN WITNIM§§ VIIEREOF, the Compa2iWave caused this instrument to be Pigned.and th,'IL corporate seals to be hereto affixed, this day of Farmington Casualty ConmNany St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Cotrpany St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc, Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company GhSUq� ��tt � JLr�TJ. 441RE 6 ATµ SINS` INSI !: JP SY ANp 1,�4UWF- Y i `aF.-.......... 4y § y m� .i�gp4oaAT�;: c,l�� 198 2 O 1,7%% � % •�: > a = : n = a HAASFOR�, < tLARYrfltd, �k � i 19 jJfF State of Connecticut City of Hartford ss. By: Georg Thompson, enJ­i ce President 23rd May 2007 On this the day of , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. c 1' My Commission expires the 30th day of June, 2011. `nw.;A c . Marie C. Telrcault, Notary Public 58440-5-07 Printed in U.S.A. THIS WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St, Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine lnsurance Cgnrpany,. St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Ccoupany cir America, and United States Fidelity and Guaranty Company do hereby certify that the above and Foregoing is a true and correct copy of the Power M Aicorney 4-xertut"ti by,l04'Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and -tt*ad the 4r k of said i".nmpanies this day of 20 Kori M. JohanAssistant Secretary Gl•fiV,1j ,pN� Su>FrETy- 4YREM� Lt•N..l NS4 K INS qN� PL[Y AHO ppn SugFly� �(,ujY�i O „ `a a y9 ttip RPOR �•Y 4.' ' � 3 ii n 6VC9iAAfgIATED z 5i "'�'•n W:'tApPONATC';.�`� a +"� i ���t 9 8 2 0 � � '^ i'^ -••- . � a HFRTFOR�, + �HFRiF4R0. � g � i �•. n �E w � `V s � 197i' i957 s,1927 � ;,s,�nt.;4� ��•.s�Rx.::.�� � COHH. o gH�� q ra9s y ., R� � hi' � 'fix v.........✓a f ...............a � OFh'EW n�c `hrsw,�`u� 1s To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.(xavelersboiid.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER COIlNTRI ACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Veron's Annotated Civil Statues, Contractor Certifies that is provides worker's compensation insurance coverage for all of its employees employed on City of Fort Forth Project Number 060770510050. Archer Western. Contractors, Ltd. CONTRACT, al f6,_, By: 1 Matthew VMY President Title May 23, 2008 Date STATE OF -TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, on this day personally appeared Matthew Walsh , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of for the purpose and consideration therein expressed and in the capacity therein stated_ GIVEN UNDER MY I{AND AND SEAL OF OFFICE this 23rd of May , 2008_ e•�o�� ��j.e• �� Notary Public in and for the State ofTexas . e e s '• �q%i2 ot�Pk, ° • m o O Page I or I f� �� � r L: PART G - CONTRACT THE STATE OF TEXAS COUNTY OF TARRANT THIS CONTRACT, made and entered into M AN W f fbl by and between the City, of Fort Worth, a home -rule municipal corporation located in Tarrant County, Texas, acting through its City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed "0 WNER", and of the City of Arlington , County of Tarrant and State of Texas Party of the Second Part, hereinafter termed "CONTRACTOR". WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (Owner), said Party of the Second Part (Contractor) hereby agrees with the said Party of the First Part (Owner) to commence and complete certain work described as follows: City of Fort Worth, Texas Rolling Hills Water Treatment Plant Facilities upgrade and 40 MGD Expansion Filter No. 12 Rehabilitation Project No. WTR-2008-5 10001 and all extra work connected therewith, under the terms as stated on the Contract Documents, and at his (their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, bonds, insurance, and other accessories and services necessary to complete the said construction, in accordance with all the requirements of the Contract Documents, which include all maps, plats, blueprints and other drawings and printed or written explanatory matter; thereof, and the specifications thereof, as prepared by the Engineers employed by the Owner, each of which has been identified by the endorsement of the Contractor and the Engineers thereon, together with the Contractor's Written Proposal and the other parts of the Contract Documents hereto attached, including the Fort Worth Water Department General Contract Documents and General Specifications, all of which are made a part hereof and collectively evidence and constitute the entire contract. The Contractor hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given to him, and to Substantiallv Complete and Totally Complete same within the time stated in the Proposal. The Owner agrees to pay the Contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefore, subject to additions and deductions, as provided in the Contract Documents and all appr V,_ 0 .1 rcafOAS eof, and to make payment on account thereof as provided therein. M WIT WESS WHEREOF, the Parties to these presents have executed this Contract in quadruplicate in the year and day first above written. ATTEST: Marty Hand x, City S cretary (SEAL) ffkWd'1X ATTEST: i y-#� Joh Slattery/Secretary— Approved for Fort Worth City Water Department: S. Frank Crumb, Water Direct Approved as tg,Form and Legality: ity City of Fort Worth, Texas (Owner) Party of the First Part By: Fernando Costa Assistant City Manager— Imo, y;(�%l r Contract Authorizatioz�� Date Archer Western Contractors, Ltd. By: Matthew a1 re ident G-/ I E, A,�� Mi 1;1 1 h PA v; ir Mal City of Fort Worth Rolling Hills WIT Filter No. 13 Rehabilitation SECTION 01.010 SUMMARY OF WORK PART 1: GENERAL 1.01 SCOPE OF WORK A. This Section describes the project in general 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 Drawings prepared by CDM and ITT Leopold attached in the appendix. The Contractors shall, except as otherwise specifically stated herein or in any applicable parts of these Contract Documents, provide and pay for all labor, materials, equipment, tools, construction equipment, and other facilities and services necessary for proper execution, testing, and completion of the work. 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. 1.02 DESCRIPTION OF THE PROJECT A. The work of this project is located at Fort Worth's Rolling hills Water Treatment Plant, 2500 Southeast Loop 820 Fort Worth TX 76 t40, as shown on the Location Map on Sheet G-3 of the Drawings. B. The Rolling Hills Water Treatment Plant (RHWTP) is 200-mgd conventional plant. The plant consists of the original North Plant basins and filters (t00-mgd capacity); South Plant basins and filters (100-mgd capacity); raw water ozonation facilities (200-mgd capacity); common rapid mix basin (200-mgd capacity); common chemical storage and feed facilities; common clearwells and high service pump station; and common washwater recovery system facilities. As part of the RHWTP Facilities Upgrade and 40-MGD Expansion, Phase 3 - Plant Process Improvements Project, the existing twenty filters were retrofitted with new air/water underdrains, anthracite media, backwash troughs, piping, valves, meters and instrumentation. These improvements were completed in two stages. The South Plant filters (Nos. I 1 20) were completed in May 2004. The North Plant filters (Nos. 1 — 10) were completed in April 2005. In March 2008, the underdrain system for Filter No. 12 failed, damaging the underdrain system. The damage requires that the entire filter underdrain system and anthracite media be replaced. This project shall include, but not be limited to, the following items required for rehabilitating Filter No. 12. i UI-111 hang aid installing ,e:v filter underdram system into Filter No.l2 This ;work shall include installation of new underdrains with integral porous support plates, installation of new PVC air drop lines, and reconnecting existing PVC air drop lines that do not need replacement. Owner has removed existing damaged filter underdrain blocks, PVC air drop lines, and media, and has cleaned the concrete filter box. Furnishing and installing new anthracite media into Filter No. 12. FO10 1 o.doc 01010-1 517'08 City of Fort Worth Rollin- Hills 1NTP Filter lNo 12 Rehabilitation Cleaning and testing of filter underdrain system and media. Backwashing and disinfection will be performed by the City. 1.03 CONTRACTS A. The work of this project will be executed in one (1) lump sum contract as shown in the Proposal Form. B. The work is generally described below under CONTRACTOR'S RESPONSIBILITIES. The delineations 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. Accordingly, the Contractor shall thoroughly familiarize himself with all of the Contract Documents in order to fully understand the extent of his work and be aware of any "cross references". The Contractor fully understands, and shall fulfill, his duties and responsibilities regarding coordination and cooperation with other contractors working on the project. 1.04 WORK SEQUENCE A. The Contractor is required to determine his own method of construction and detailed work sequence, within the general terms of the Contract, so long as the restraints are observed and the overall project completion time is achieved. B. The Contractor shall serve as an overall coordinator among all Subcontractors. 1.05 CONTRACTOR'S DUTIES A. Designate required delivery date for each product in Construction Schedule. B. The Contractor shall serve as an overall coordinator among all Subcontractors. C. Handling of material and equipment at site, including uncrating, storage and security. D. Protect equipment from damage. E. Repair or replace items damaged as a result of the Contractor's operations. Install, connect and finish products. Lob CONTRACTOR'S RESPONSIBILITIES A. General Construction - Contractor. Execute, or be responsible for respective subcontractors, all work, including site, structural, process piping and equipment, instrumentation, and electrical work. Arrange for the necessary temporary water service, including the securing of any necessary permits. This service shall be metered separateiy to the Contractor as required by the Owner. Provide adequate temporary sanitary facilities. d. Secure all necessary permits, and furnish, install, maintain, and remove all temporary electric service facilities for construction purposes, and pay for all electrical energy consumed for construction purposes for all the subcontractors, including the operation of ventilating equipment, for heating of buildings, and also for testing and operating of all equipment after permanent wiring has been installed, until final acceptance by the Owner or until the Engineer Fo 1010. dog 01010-2 5r7;03 Citv of Fort Worth Rolling [-fins WIT Filter No. 12 Rehabilitation certifies Substantial Completion. The Contractor shall be responsible for determining the total temporary electrical need and shall provide it accordingly. The temporary electrical service shall meet NEC, OSHA and all other local safety codes. Provide temporary heat; make all arrangements and pay all fuel costs, supervise and maintain all heating units. b. Construct and maintain temporary access roads as required. 7. Provide and maintain Fire Fighting equipment in working order during the entire construction period. The Contractor shall keep one set of "Record Drawings" and specifications available on the job at all times. This set of documents shall be clearly marked as such and shall be used only for recording changes, elevations, and other data pertinent to the construction operation for use in preparing "As -Built" documents. All changes, etc., shall be clearly marked in red pencil. The Record Drawings shall be available for inspection by the Engineer at all times and shall be turned over to the Engineer upon written request. 1.07 COORDINATION WITH OWNER'S OPERATIONS AND EXISTING FACILITIES A. The proposed work under this Contract will connect with or into existing facilities. Many of such contact locations are particularly sensitive because of the attendant necessary down -time of existing water treatment operations, or because of the possibility of contamination of potable water, or because of the extraordinary inconvenience to the Owner's personnel and to the routine which is required in the continuous operation. Because of this sensitivity, the Contractor shall plan carefully the schedule of that portion of the work which will affect the existing facilities. Such plans and schedules shall be subject to the approval of the Owner. B. Work which requires shutdown or in any way- impedes the operations of existing facilities shall be closely coordinated with the Engineer. A minimum of 48 hours written notice shall be given to the Engineer before such approval will be granted. C. Immediately after the award of a contract for this project, the Contractor shall outline and submit a scheduled plan for installation of the work which requires interruption of operations. 1.08 CONTRACTOR'S USE OF PREMISES A. Contractor shall limit the use of the premises for his Work and for storage to allow for: Work by other contractors. 2. Owner occupancy. Public use. B. Coordinate use of premises with Owner. C. Contractor shall assume full responsibility for security of all his and his subcontractors materials and equipment stored on the site. D. If directed by the Owner, move any stored items which interfere with operations of Owner or other contractors. E. Obtain and pay for use of additional storage or work areas if needed to perform the Work. F010 10.doc 01010-3 sn; 08 City of Fort worth Rolling Hills WT'P Filter No, l? Rehabilitation F. Contractor shall submit to the Owner for approval a plain of operations, designating proposed areas of the property to be used for his operations, material storage, equipment storage, employee's parking, offices and shops. The area shall effect minimal interference with the present operations. G. Any damage to existing facilities, including contamination, which may be caused by Contractor's personnel, callers, visitors, materials or equipment, shall be repaired or corrected at the sole expense of the Contractor. H. Any fence that is damaged or removed by the Contractor shall be replaced at the Contractor's expense in like kind, and to the satisfaction of the Engineer. 1.09 OWNER OCCUPANCY A. Owner will occupy premises during performance of the work for the conduct of his/her normal operations. Coordinate all construction operations with Owner to minimize conflict and to facilitate Owner usage. PART Z: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION FO 1010.doc 01010-4 5i7108 City of Foil Worth Rolling Hills WTP Filter No. 12 Rehabilitation SECTION 01025 MEASUREMENT AND PAYMENT PART 1: GENERAL 1.01 GENERAL A. The Total Amount Bid in the Bid Form shall cover all Work required by the Contract Documents. The lump sum bid shall include all costs in connection with the proper and successful completion of the Work, including but not limited to: furnishing all materials, equipment, supplies, and appurtenances; providing all construction equipment and tools; and performing all necessary labor and supervision to fully complete the Work. All Work not specifically set forth as to the pay item or items in the Bid Form shall be considered subsidiary obligations of Contractor and all costs in connection therewith shall be included in the prices bid. 1.02 BID FORM A. The Bid Form is a part of these Contract Documents and lists each item of work for which payment will be made. No payment will be made for items other than those listed in the Bid Form. B. Required items of work and incidentals necessary for the satisfactory completion of the Project which are not specifically listed in the Bid Form, and which are not specified in this Section to be measured or to be included in one of the items listed in the Bid Form shall be considered as incidental to the work required under this contract, and all costs thereof, including Contractor's overhead costs and profit, shall be considered as included in the prices bid for the various Bid Items. The Contractor shall prepare his bid accordingly. C. Work includes furnishing all plant, labor, equipment, tools and materials, and performing all operations required to complete the work satisfactorily, in place, as specified and as indicated on the Drawings. 1.03 MEASUREMENT AND PAYMENT A. Measurement of an item of work will be by the unit indicated in the Bid Form. B. Measurement will include all necessary and incidental related work not specified to be included in any other item of work listed in the Bid Form. C. Unless otherwise stated in individual sections of the specifications or in the Bid Form no separate payment will be made for any item of work, materials, parts, equipment, supplies, or related items required to perform and complete the requirements of any section. The costs for all such items required shall be included in the Contract price bid for item of which it is a part. D. Payment w,11 be made at the Contract price per unit indirnteri in the Bid Form with total rprire of the Contract being equal to the Total Bid, as specified and as modified, by extending unit prices multiplied by quantities, as appropriate to reflect actual work included in the Project. Such price and payment shall constitute full compensation to the Contractor for furnishing all plant, labor, equipment, tools, and materials, and for performing all operations required to furnish to the Owner the entire Project, complete in place, as specified and as indicated on the Drawings. E. Measurement for payment does not signify acceptance of Work. 1--01025.doc 01025-1 5; l61os City of Fort Worth Roiling Hills WIT Filter No. 12 Rehabilitation 1.04 BID ITEMS A. FILTER NO. 12 (Item. 1) Measurement and payment of the Lump Sum Bid Form for construction of the Filter No. 12 rehabilitation work shall be full compensation for furnishing labor, materials, equipment and incidentals, except the work required in Bid Items 2 and 3, required to complete the work in its entirety as shown on the Drawings and/or as specified, including mobilization and cleanup. B. ALLOWANCE FOR FURNISHING FILTER UNDERDRAIN SYSTEM AND MEDIA (Item 2) I . Measurement and payment of the Owner selected Leopold filter underdrain system and media is for full compensation for furnishing the underdrain system and media and for providing manufacturer's services. All costs for installation, testing, and startup of the underdrain sytem, which is not specified to be the responsibility of the underdrain manufacturer, and Contractor costs associated with coordination with the underdrain supplier shall be part of Bid Item No. 1. 2. Contractor shall enter into a subcontract agreement with ITT Leopold for the Scope of Work designated for the filter underdrain system and media within the Contract Documents and as summarized in the attached May 6, 2008 proposal letter from ITT Leopold. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION Fo 1 a25.doc 01025 -2 5116/08 -. ITT Corporation TT Water & Wastewater F.B. Leopold Company 227 S. Division St. Zelienople, PA 16063 tel 724-452-6300 fax 724-453--21 22 email salesLa)fbieopold.com May 6, 2008 PROPOSAL NO.: MO8162 REVO1 TO: City of Fort Worth SUBJECT: Fort Worth, TX Rolling Hills WTP We are pleased to offer the following materials and services by ITT Water & Wastewater The F.B. Leopold Company, Inc. This quotation has been prepared using Leopold's contract number M3-4290. FILTER UNDERDRAIN SYSTEM: LEOPOLD UNIVERSALO TYPE SO UNDERDRAIN: Under this section, we propose to furnish Leopold UniversalO Type SO Underdrain of the Dual/Parallel Lateral type, manufactured from corrosion resistant, high density polyethylene for installation in one (1) filter cell. The filter cell measures 66-0" lateral run x IT-O". The total filter area is 1,122 square feet. The blocks shall be arranged end -to -end and mechanically joined with an O-ring to form continuous underdrain laterals approximately equivalent to the length of the filter cell. The joints shall be gasketed, bell and spigot type with internal alignment tabs for proper alignment, and be air and water tight. Joints shall be snap -lock type so that the blocks are joined with integral interlocking snap lugs and lug receptors for ease of assembly and installation of the laterals, and supplied with stainless steel "U" anchor rods along with (32) stainless steel all thread rods and holdown clips for extra anchorage. IMSO(INTEGRAL Y EDIA SUPPORT) -CAP: Under this section, we propose to furnish 1,122 square feet of IMSO (Integral Media Support) Cap. IMSO cap shall be made of plastic beads sintered together and molded to match the surface of the Leopold Universal Underdrain. The IMSO Cap shall be factory installed to plastic block prior to shipment. AIR HEADER PIPING HOSES: Under this section, we propose to furnish sixteen (16) double containment PVC drop legs to replace ones that may have become damaged during demolition and filter Failure. The remaining hoses shall be reused. The drop pipe hoses shall be designed to meet the intent of Chapter 290 of the TECQ regulations and will connect to the existing air header and new filter underdrain block. Page 2 of 7 �Y I T T Included with the air header hoses are the required type 316 adjustable stainless steel band hose clamps. FILTER NIEDIA: One (1) filter cell, 1,122 square feet 4,675 cubic feet FILTER ANTHRACITE — 48" Depth plus 2" skimming allowance Effective Size: 1.20 min to 1.30 mm Uniformity coefficient: 1.40 117Tons SUBMITTAL: Materials meet and/or exceed American Water Works Association Standard B 100-96 for Filtering Material. ,Samples and/or test reports detailing the physical and chemical characteristics of the filtering material will be provided for review and approval prior to release for shipment. PACKAGING AND PLACEMENT EQUIPMENT: Material will be packaged in semi -bulk containers, "Super Bags," with lifting sleeves and bottom discharge spout, containing approximately 2,000 to 4,000 pounds per sack. QUANTITIES: Quantities indicated above are F.B. Leopold Company's best calculations of the quantity requirements. Any additional loss of material due to storage or handling is not covered by this proposal. DELIVERY: All sales are F.O.B. factory with full truck freight allowed to jobsite. The transportation carrier's initial weight shall govern settlement. With delivery of the media to the initial carrier, properly consigned as per your instructions, our responsibility ceases. If same is mis-delivered, confiscated, contents lost or damaged en route, your recourse is against the carrier. We do not agree to replace media or accept deduction for loss or damage. NI A NLTACTURER'S SERVICES: The services of a qualified Leopold technical representative to instruct the Contractor's personnel about the proper installation technique and testing of the equipment will be provided for a period of six (6) days (8 hr/day) on site plus four (4) days travel time to and from the job -site in two (2) trips. Additional services may be obtained at the current prevailing rate plus living and travel expenses. Page 3 of 7 V ITT PRICING: Pricing is for shipments on or before August 1, 2008. We do not include any applicable taxes. MANUFACTURING LEADTIME: Please consult our factory for manufacturing lead-times. SUMMARY: We propose to furnish the above described material for a total selling price of $105,000.00, f.o.b. factory with full truck freight allowed to the jobsite. This price is firm for sixty (60) days, based on shipment of all material by August 1, 2008. Equipment shipped and invoiced after this date shall be escalated at the rate of one and one-half percent (1-ll2%) per month. For further information pertaining to the equipment contained in this proposal, please contact our area representative, who is: Treatment Equipment Co., Inc. 6220 Campbell Rd. Suite 101 Dallas, TX 75248 Phone: 972-931-1116 Fax: 972-931-0103 Attention: Bruce Smith Respectfully, ITT Corporation Water & Wastewater FB Leopold Company Mike Wild Regional Manager, Leopold Attachment: Terms of Quotation Page 4of7 M08162UVOI Fort Worth, TX Rolling Hills, WTP F. B. LEOPOLD COMPANY TERMS and CONDITIONS DEFINITIONS Wherever used in these terms and conditions, the following terms have the meanings indicated which are applicable to both the singular and plural thereof Buyer. - Seller: F. B. Leopold Company Purchase Order: Buyer's initial offer to purchase equipment from Supplier dated and identified by the following reference number THE FOLLOWING TERMS AND CONDITIONS are an integral part of the offer by F. B. Leopold Company to sell the equipment described in Proposal Number M08162 dated 4-8-08. A. CONTRACT SPECIFICATION: Supplier will be bound by the technical and general portion of the documents that form a part of the prime contract only to the extent that they are applicable to the supply and delivery of the material, equipment and workmanship under the Contract. B. TERMS OF PAYMENT: Net cash within thirty (30) days after date of invoice, subject to the approval by SELLER'S Credit Department. Interest in the amount of one and one-half percent (1-1/2%) per month will be added to all invoices not paid within thirty (30) days of the date of the invoice. C. PRICES AND ESCALATION: Prices are based on shipment of all equipment and goods no later than 365 days after Purchase Order Date; if shipment is delayed beyond that date through no fault of SELLER, prices shall be increased at a rate of one and one-half percent (1-1/2%) per month on all equipment shipped and invoiced after that date. D. TAXES: Sale price does not include any local, state or federal taxes, permit charges or other fees. The BUYER shall pay any taxes, charges or fees that may apply. E. GENERAL WARRANTY (OTHER THAN MEDIA): SELLER, for the period of twenty-seven (27) months from date of shipment or twenty-four (24) months from the date of acceptance, whichever occurs first, warrants its products to be tree from defects in workmanship and material under norrnal use and service and when used for the purpose and under conditions which F.B. Leopold Company recommends that its products be used. NO LIABILITY IS ASSUMED BY THE SELLER UNDER ANY CIRCUMSTANCES FOR LABOR, MATERIAL OR OTHER COSTS ASSOCIATED WITH THE REMOVAL, REPLACEMENT OR REPAIR OF DEFECTIVE EQUIPMENT OR REINSTALLATION OF REPLACEMENT EQUIPMENT, UNLESS PREVIOUSLY APPROVED IN WRITING BY AN AUTHORIZED EMPLOYEE OF THE SELLER. BUYER must notify F.B. Leopold Company Page 5 of 7 ITT immediately upon discovery. The SELLER shall have the right to inspect said product and BUYER shall, if requested, return the defective product to the SELLER with transportation prepaid. Freight charges in connection with the foregoing remedies are the responsibility of the BUYER. FILTER MEDIA WARRANTY (if applicable): SELLER warrants that its filter media products will meet the standards established by the latest edition of AWWA (American Water Works Association) 13100. SELLER shall be responsible for verifying that the filter media meets or exceeds the AWWA 8100 Standard at the point of sale. Testing shall be by an independent laboratory, which regularly performs testing of filter media. BUYER shall notify F.B. Leopold Company immediately upon discovery of any defective product. The SELLER shall have the right to inspect said product and BUYER shall, if requested, return the defective product to the SELLER with transportation prepaid. NO LIABILITY IS ASSUMED BY THE SELLER UNDER ANY CIRCUMSTANCES FOR LABOR, MATERIAL OR OTHER COSTS ASSOCIATED WITH THE REMOVAL OR REPLACEMENT OF MEDIA UNLESS PREVIOUSLY APPROVED IN WRITING BY AN AUTHORIZED EMPLOYEE OF THE SELLER. THE ABOVE WARRANTIES ARE IN LIEU OF ALL OTHER WARRANTIES EXPRESSED OR IMPLIED, INCLUDING MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. F. LIMITATION OF LIABILITY. F. B. Leopold Company shall not be liable for indirect, special, incidental or consequential damages or penalties and does not assume any liability of BUYER or others, or to others, for injuries to persons or property resulting from the alleged failure of F. B. Leopold Company products. G..DELfVERY: SELLER will use reasonable diligence to comply with BUYER'S requested shipping and delivery dates and to obtain similar commitments from the SELLER'S subcontractors and suppliers. SELLER shall not be liable for any loss, damage, expense, or charge of any kind resulting from delays in shipment, delivery, or installation. Without limitation to the foregoing, under no circumstances shall SELLER be liable for any failure or delay in shipment, delivery, or installation resulting from any cause beyond SELLER'S control, including, but not limited to, provisions of law or governmental regulations; accident, explosion, fire, windstorm, flood or other casualty; strike, lockout, or other labor difficulty; riot, war, insurrection, shortage or inability to secure labor, or other services, raw materials, production or transportation facilities, or for delays or failures by third parties to provide supplies, components, services, parts, or equipment required by SELLER to complete the contract. All shipping dates provided at any time by the SELLER are approximate and SELLER shall not be liable in any way for failure to ship in accordance with any shipping dates furnished by SELLER. H. FREIGHT: Domestic Shipments-EgUipment and goods are quoted "FOB Pace of Shipment, freight allowed to first destination". BUYER shall be responsible for filing claims with the carrier for loss or damage of equipment and goods in transit. SELLER reserves the right to select the method of shipment, routing and carrier for all equipment and goods sold freight allowed. Additional transportation cost due to requested routing, method of shipment or other instructions will be added to the price and paid by BUYER. International Shipments - Freight terms are as follows: Page 6 of 7 CIP — Carnage, insurance paid to port of destination designated by the BUYER. SELLER shall be responsible for filing claims with the carrier for loss or damage of equipment and goods in transit to the port of destination designated by the BUYER. only. BUYER shall be responsible for filing claims with the carrier for loss or damage of equipment and goods in transit to final inland destination. SELLER reserves the right to select the method of shipment, routing and carrier for all equipment and goods sold freight allowed. Additional transportation cost due to requested routing, method of shipment or other instructions will be added to the price and paid by BUYER. DDU — Delivered duty unpaid to BUYER'S premises. SELLER shall be responsible for filing claims with the carrier for loss or damage of equipment and goods in transit. SELLER reserves the right to select the method of shipment, routing and carrier for all equipment and goods sold freight allowed. Additional transportation cost due to requested routing, method of shipment or other instructions will be added to the price and paid by BUYER. FOB US Port Freight onboard vessel. SELLER shall be responsible for filing claims with the carrier for loss or damage of equipment and goods in transit to US port only. BUYER shall be responsible for filing claims with the carrier for loss or damage of equipment and goods in transit from the US port and to final destination. SELLER reserves the right to select the method of shipment, routing and carrier for all equipment and goods sold freight allowed. Additional transportation cost due to requested routing, method of shipment or other instructions will be added to the price and paid by BUYER. EXW — Ex Works — BUYER is to make all freight arrangements at SELLER'S premises. I. PENALTIES: F. B. Leopold Company will accept no liquidated damage provisions or penalty provisions. J. TITLE: Title to the equipment and goods described herein shall pass at the time the goods ship from our factory or supplier. (see U.C.C. See. 2-401). However, as between BUYER and SELLER, risk of loss shall vest in the BUYER at the time the equipment and goods are put in possession of the carrier. K. MATERIALS NOT INCLUDED: This Purchase Order includes only those materials and supplies specifically mentioned in F. B. Leopold Company Proposal and it shall not be construed to include wire, conduit, grout, adhesives, mortar or other construction materials which may be necessary to install F. B. Leopold Company equipment. The equipment described in the Proposal may not meet the letter of the specifications, which this Proposal addresses. In the event that a Consulting Engineer shall determine, upon submission by F. B. Leopold Company of detailed drawings, that the submitted equipment is not acceptable, SELLER shall have the option of either; 1.) Furnishing frilly cornpliant equipment or, 2.) Withdrawal from the Contract without penalty. L. CANCELLATION: Upon cancellation by BUYER of its contract to purchase the equipment, goods and services described in this Proposal, SELLER shall be entitled to recover all direct and indirect costs incurred. Page 7 of 7 ^' ITT M. ATTORNEY'S FEE: SELLER shall be entitled to recover from BUYER all attorney's fees incurred by SELLER as a result of any breach by BUYER of its contract to purchase the equipment, goods and services described in this Proposal. OFFER AND ACCEPTANCE: This proposal is an invitation to deal and is not intended by SELLER to be an offer of sale. BUYER may offer to purchase the equipment, goods and services described in the Proposal by executing the "Offer to Purchase" below. Upon the subsequent execution of the "Acceptance" below, by an officer of the SELLER at Zelienople, Pennsylvania, this Proposal will become the entire agreement between the BUYER and the SELLER, and no previous communications or negotiations, whether oral or written, shall be of any effect. THERE ARE NO COVENANTS OR AGREEMENTS, INDUCEMENTS, GUARANTEES, WARRANTIES, ADDITIONS OR CONSIDERATIONS OTHER THAN AS SET FORTH SPECIFICALLY HEREIN. The parties intend to be legally bound hereby upon the execution of this instrument as a contract. The laws of the Commonwealth of Pennsylvania shall govern this transaction. In the event BUYER issues its own purchase order based on this Proposal, the terms and conditions contained herein shall be deemed to be incorporated in said purchase order or contract, unless exception is taken by specified references thereto. AGREEMENT TO PURCHASE: BUYER agrees to purchase the equipment and services herein in accordance with the terms and conditions set forth above. (BUYER) I0-rd ACCEPTANCE: SELLER hereby accepts BUYER'S offer to purchase. F. B. LEOPOLD COMPANY :' 20 , 20 City of Fort Worth Rolling Hills WTP Filter No. 13 Rehabilitation SECTION 0l 170 SPECIAL PROVISIONS PART l: GENERAL 1.01 GENERAL OBLIGATIONS OF THE CONTRACTOR A. General obligations of the Contractor shall be as set forth in the Contract Documents. Unless special payment is specifically provided in the payment paragraphs of the specifications, all incidental work and expense in connection with the completion of work under the contract will be considered a subsidiary obligation of the Contractor, and all such costs shall be included in the appropriate items in the Sid Form in connection with which the costs are incurred. 1.02 SITE INVESTIGATION A. The Contractor shall satisfy himself as to the conditions existing within the project area, the type of equipment required to perform the work, the character, quality and quantity of the subsurface materials to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, as well as from information presented by the Drawings and Specifications. Any failure of the Contractor to acquaint himself with the available information will not relieve him from the responsibility for estimating properly the difficulty or cost of successfully performing the work. The Owner assumes no responsibility for any conclusions or interpretation made by the Contractor on the basis of the information made available by the Owner. L03 COORDINATION WITH CITY AGENCIES A. The Contractor shall supply the Fort Worth Police Department, Fire Department, and Water Department with the following information: A list of streets and intersections where work will be in progress to be supplied at intervals as required by the Engineer. Areas where approved detours are in effect. Immediate notification of any gas, water, or sewer main breaks. B. The Contractor will be required to reimburse the City for the actual cost of the services of Water Department Personnel required by him during other than regular working hours. L04 SERVICES OF MANUFACTURERS' REPRESENTATIVE AND OPERATION MANUALS A. Bid prices for equipment shall include the cost of competent representative of the manufacturers of all equipment to supervise the installation, adjustment, and testing of the equipment and to instruct the Owner's operating personnel in operation and maintenance. B. Se, the deta.jed ec:fications for 3d�itinnai rni6PrmPnrg for fiFrnic}iino me services of p a_.r _......._ manufacturer's representatives. C. A certificate from the manufacturer stating that the installation of the equipment is satisfactory, that the unit has been satisfactorily tested, is ready for operation, that the operating personnel have been suitably instructed in the operation, lubrication, and care of the unit shall be submitted. D. The existing Operation and Maintenance manual shall be updated for any modifications performed as part of this project. 1701 170.doc 01 t 70- l 517r08 City or Fort Worth Rolling Hills WTP Filter vo. 12 Rehabilitation 1.05 SHIPMENT AND DELIVERY OF EQUIPMENT A. Equipment shall not be shipped until approved by the Engineer. The intent of this requirement is to reduce site storage time prior to installation and/or operation. Under no circumstances shall equipment be delivered to the site more than one month prior to anticipated installation without written authorization from the Engineer. B. During shipment and delivery, the following procedures shall apply: All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay between time of shipment and installation, including any prolonged period at the site. 2. Factory assembled parts and components shall not be disassembled for shipment unless permission is received in writing from the Engineer. �. Finished surfaces of all exposed parts shall be properly protected against adverse conditions that may prevail from time of shipment until ready for operation. 4. All finished surfaces of all exposed flanges shall be protected by wooden blank flanges, stoutly built, and securely bolted. 5. Finished iron and steel surfaces not painted shall be protected against rust and corrosion. After hydrostatic or other tests, all entrapped water shall be drained, and care taken to prevent the entrance of water during shipment, storage, and handling. 7. Each box or package shall be legibly marked to show its net weight and contents. 8. Demurrage, or other charges resulting from failure to famish these items shall be absorbed by the Contractor. 9. The Contractor shall make suitable provision for the handling and delivery of all equipment and material at the site. 1.06 STORAGE AND HANDLING OF EQUIPMENT ON SITE A. Special attention shall be given to the storage and handling of equipment on site. As a minimum, the procedure outlined below shall be followed: All equipment having moving parts such as gears, electric motors, etc., and/or instruments shall be stored in a temperature and humidity controlled building approved by the Engineer, until such time as the equipment is to be installed. All equipment shall be stored fully lubricated with oil, grease, etc., unless otherwise instructed by the manufacturer. Nolan'---'— :re: S Storage :nStrfSrrinnc shall be rarafiiily glTttiiad by the ("nntrach r and rPvtPwed with the Engineer by him. These instructions shall be carefully followed and a written record of this kept by the Contractor. d. Moving parts shall be rotated a minimum of once weekly to ensure proper lubrication and to avoid metal -to -metal "welding". Upon installation of the equipment, the Contractor shall start the equipment, at least half load, once weekly for an adequate period of time to ensure that the equipment does not deteriorate from lack of use. FOo 170.doc 01170-2 s 7-os City of Fort Worth Rolling Hills WTP Filter No. 12 Rehabilitation 5. Lubricants shall be changed upon completion of installation and as frequently as required thereafter during the period between installation and acceptance. New lubricants shall be put into the equipment at the time of substantial completion. 6. Prior to acceptance of the equipment, the Contractor shall have the manufacturer inspect the equipment to certify that its condition has not been detrimentally affected by the long storage period. Such certification by the manufacturer shall be deemed to mean that the equipment is judged by the manufacturer to be in a condition equal to that of equipment that has been shipped, installed, tested and accepted in a minimum time period. As such, the manufacturer will guaranty the equipment equally in both instances. If such a certification is not given, the equipment will be judged to be defective. It shall be removed and replaced at the Contractor's expense. 1.07 OPERATION OF EXISTING PLANT A. The existing water treatment plant shall remain in service during construction activities. The plant shall not be shut down during the construction period except for the times specified. The Contractor shall provide proper coordination of all activities to ensure that the existing plant remains in service throughout the construction period. The Contractor shall also provide the Owner's personnel reasonable access throughout the existing plant for operation and maintenance. I.08 WEATHER PROTECTION A. [n the event of inclement weather, the Contractor shall protect the Work and materials from damage or injury from the weather. If, in the opinion of the Engineer, any portion of the Work or materials has been damaged by reason of failure on the part of the Contractor to so protect the Work, such Work and materials shall be removed and replaced with new materials and Work to the satisfaction of the Engineer. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION F01 170.doc 0 l 170-3 51 03 Citv of Fort Worth Rolling Hills wrP Filter No 12 Rehahihtation SECTION 01500 TEMPORARY FACILITIES PART l: GENERAL 1.01 TEMPORARY OFFICES A. It is not anticipated that temporary offices will be needed by the Contractor. However, if temporary offices are needed, they shall be established on the job site where approved or directed by the Engineer, adequately furnished, and maintained in a clean, orderly condition by the Contractor_ Instructions received there from the Engineer shall be considered as delivered to the Contractor. B. The Contractor shall supply all fuel for heating and pay all electric bills. 1.02 TEMPORARY LIGHT AND POWER A. Owner shall make available temporary power for Contractor. 1.03 TEMPORARY WATER A. The Contractor shall provide all temporary piping and appurtenances required, providing temporary water for construction purposes. Temporary piping and appurtenances shall be removed upon approval of equipment being tested. Water for construction, testing and disinfection will be furnished by Owner at no cost to Contractor. Contractor shall be responsible for all piping and equipment necessary for getting water to its intended use. Coordinate use of water with Owner's plant personnel. 1.04 TEMPORARY SANITARY FACILITIES A. Provide self-contained, single -occupant toilet units of the chemical, aerated recirculation, or combustion type, properly vented and fully enclosed in a fiberglass or other approved non -absorbent shell. 1.05 FIRE EXTINGUISHERS A. Provide portable UL-rated, Class A fire extinguishers for temporary offices and similar spaces. In other locations, provide portable UL-rated Class ABC dry chemical extinguishers or a com- bination of NFPA recommended Classes for the exposure. Comply with NFPA l0 and 241 for classification, extinguishing agent and size required by location and class of fire exposure. 1.06 LAYOUT OF TEMPORARY FACILITIES A. Before starting the work, the Contractor shall submit to the Engineer his requirements for space for temporary structures and storage of materials. Where onsite space for temporary facilities is ttrntted, the allocation, of th.- available space wti! be made by the Engineer. 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. For the allocated space, the Contractor shall submit to the Engineer for approval, his proposed plan and layout for all temporary offices, sanitary facilities, temporary construction roads, storage buildings, storage yards, temporary water service and distribution, temporary power service and distribution, and temporary telephone service. Fo 1500 doc 01500-1 5j'7m8 City of Fort Worth Rolling Hills WTP Filter No. 12 Rehabilitation 1.07 STORAGE BUILDINGS A_ The Contractor shall erect, or provide as approved, temporary storage buildings of the various sizes as required for the protection of mechanical and electrical equipment and materials 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, and as directed by the Engineer, the temporary storage buildings shall be dismantled, removed from the site, and remain the property of the Contractor. B. Combustible materials (paints, solvents, fuels, etc.) shall be stored in a well -ventilated building removed from other buildings. 1.08 STORAGE YARDS A. 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. 1.09 CONTRACTOR'S WORK AREA A. The Contractor shall limit his operations and storage of equipment and materials to the areas designated and as directed by the Engineer. 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 on street areas. Re 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 public properties free from accumulations of waste, debris, and rubbish caused by construction operations. Contractor shall provide weekly street cleaning and monthly wet street brooming. E. Cleaning and disposal operations shall comply with local ordinances and antipollution laws. Do not burn or bury rubbish and waste materials on the project site. Do not dispose of volatile wastes such as mineral spirits, oil, chemicals, or paint thinner in storm or sanitary drains. Do not dispose of wastes into streams or waterways. Wet down dry materials and rubbish to allay dust and prevent blowing dust. G. Provide approved containers for collection and disposal of waste materials, debris, and rubbish and make arrangements for appropriate periodic emptying of the containers. F01500.doc 0 l S 00-2 517,08 City of Fort worth Rolling Hills WTP Filter No. P Rehabilitation t.10 TEMPORARY ACCESS ROADS AND PARKING SPACE A. The Contractor shall construct temporary construction access roads and detours as are required to execute the work. The roads shall meet with the approval of the Engineer, and be maintained in good condition until no longer needed; at which time the temporary roads shall be removed and the area left in a condition satisfactory to the Engineer. 1.11 PROTECTION OF THE FINISHED CONSTRUCTION A. The Contractor shall assume the responsibility for the protection of all finished construction and shall repair and restore any and all damage to finished work to its original or better state. B. Where responsibility can be determined, the cost for replacement or repair of damaged work shall be charged to the party responsible. If responsibility cannot be fixed, the cost shall be borne by the Contractor. C. Wheeling of any loads over finished floors, either with or without plank protection, shall not be permitted in anything except rubber -tired wheelbarrows, buggies, trucks, or dollies. This applies to all finished floors and to all exposed concrete floors as well as those covered with composition tile or other applied surfacing, and shall apply to all trades. D. Where structural concrete is also the finished surface, care shall be taken to avoid marking or damaging those surfaces. t.12 REMOVAL OF TEMPORARY FACILITIES AND UTILITIES A. At such time or times any temporary construction facilities and utilities are no longer required for the work, the Contractor shall notify the Engineer of his intent and schedule for removal of the temporary facilities and utilities, and obtain the Engineer's approval before removing the same. As approved, the Contractor shall disconnect and/or dismantle the temporary facilities and utilities and remove them from the site as his property. Leave the site in such condition as specified, as directed by the Engineer, and/or as shown on the Plans. B. In unfinished areas, the condition of 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. L 13 PAYMENT A. The work specified in this Section shall be considered incidental and payment will be included as part of the appropriate lump sum or unit prices stated in the Proposal. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) Fo I �OO.doc 01500-3 5/7.08 City of Fort Worth Rolling Hills WIT Filter Nfo. 13 Rehabilitation SECTION 0I600 DELIVERY, STORAGE AND HANDLING PARTL GENERAL LO t SCOPE OF WORK A_ This Section specifies the general requirements for the delivery, handling, storage and protection Forall items required in the construction of the work. Specific requirements, if any, are specified with the related item. B. Contractor shall schedule deliveries within the guidelines set Forth by the City to meet plant securiy requirements. 1.02 TRANSPORTATION AND DELIVERY A. Transport and handle items in accordance with manufacturer's instructions. B. Schedule delivery to reduce long term on -site storage prior to installation and/or operation. Under no circumstances shall equipment be delivered to the site more than one month prior to installation without written authorization from the Engineer. C. Coordinate delivery with installation to ensure minimum holding time for items that are hazardous, flammable, easily damaged or sensitive to deterioration. D. Deliver products to the site in manufacturer's original sealed containers or other packing systems, complete with instructions for handling, storing, unpacking, protecting and installing. E. All items delivered to the site shall be unloaded and placed in a manner which will not hamper the Contractor's normal construction operation or those of subcontractors and other contractors and will not interfere with the flow of necessary traffic. F. Provide necessary equipment and personnel to unload all items delivered to the site. G. Promptly inspect shipment to assure that products comply with requirements, quantities are correct, and items are undamaged. For items furnished by others (i.e., Owner, other Contractors), perform inspection in the presence of the Engineer. Notify Engineer verbally, and in writing, of any problems. 1.01) STORAGE AND PROTECTION A. Store and protect products in accordance with the manufacturer's instructions, with seals and labels intact and legible. Storage instruction shall be studied by the Contractor and reviewed with the Engineer by him/her. Instruction shall be carefully followed and a written record of this kept by the Contractor. Arrange storage to permit access for inspection. B. Store loose granular materials on solid Flat surfaces in a well -drained area. Prevent mixing with foreign matter. F01600 doe O I600-t VT,os City of Fort Worth Rolling Hills W'TP Filter No. 12 Rehabilitation C. Cement and lime shall be stored under a roof and off the ground and shall be kept completely dry at all times. All structural, miscellaneous and reinforcing steel shall be stored off the ground or otherwise to prevent accumulations of dirt or grease, and in a position to prevent accumulations of standing water and to minimize rusting. Beams shalt be stored with the webs vertical. Precast concrete shall be handled and stored in a manner to prevent accumulations of dirt, standing water, staining, chipping or cracking. Brick, block and similar masonry products shall be handled and stored in a manner to reduce breakage, cracking and spalling to a minimum. D. All mechanical and electrical equipment and instruments subject to corrosive damage by the atmosphere if stored outdoors (even though covered by canvas) shall be stored in a weathertight building to prevent injury. The building may be a temporary structure on the site or elsewhere, but it must be satisfactory to the Engineer. Building shall be provided with adequate ventilation to prevent condensation. Maintain temperature and humidity within range required by manufacturer. All equipment shall be stored fully lubricated with oil, grease and other lubricants unless otherwise instructed by the manufacturer. All space heaters in equipment shall be energized during construction. Moving parts shall be rotated a minimum of once weekly to insure proper lubrication and to avoid metal -to -metal "welding". Upon installation of the equipment, the Contractor shall start the equipment, at least half -load, once weekly for an adequate period of time to ensure that the equipment does not deteriorate from lack of use. Lubricants shall be changed upon completion of installation and as frequently as required thereafter during the period between installation and acceptance. New lubricants shall be put into the equipment at the time of acceptance. 4. Prior to acceptance of the equipment, the Contractor shall have the manufacturer inspect the equipment and certify that its condition has not been detrimentally affected by the long storage period. Such certifications by the manufacturer shall be deemed to mean that the equipment is judged by the manufacturer to be in a condition equal to that of equipment that has been shipped, installed, tested and accepted in a minimum time period. As such, the manufacturer will guaranty the equipment equally in both instances. If such a certification is not given, the equipment shall be judged to be defective. It shall be removed and replaced at the Contractor's expense. PART 2: PRODUCTS (NOT USED) PART'): EXECUTION (NOT USED) END OF SECTION Fo l 600,doc 01600-2 ,nToa City of Fort worth Rolling Hills WTP Filter No. l_' Rehabilitation SECTION 01610 MATERIAL AND EQUIPMENT PART I: GENERAL 1.01 ACCEPTANCE OF NLATERIALS AND EQUIPMENT A. Only new materials and equipment shall be incorporated in the Work, except for Owner furnished equipment and materials listed on the Drawings. Materials and equipment furnished by the Contractor shall be subject to the inspection and approval of the Owner. No material shall be delivered to the Work without prior approval of the Owner. B. Material and equipment incorporated into the Work shall: 1. Be new or listed on the Drawings as Owner furnished, in current production, and conforming to applicable specifications and standards. 2. Comply with size, make, type and quality specified, or as specifically approved in writing by the Engineer. C. Manufacture like parts of duplicate units to standard sizes and gages, to be interchangeable. D. Two or more items of the same kind shall be identical, by the same manufacturer. E. Products and equipment shall be suitable for service conditions. F. Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. G. Do not use material or equipment for any purpose other than that for which it is designed or is specified. H. The materials and equipment used on the Work shall correspond to the approved samples or other submitted data. 1.02 REUSE AND REPLACEMENT OF EXISTING MLNTERIALS AND EQUIPMENT A. Except as specifically indicated or specified, materials and equipment removed from any existing structure shall not be used in the completed Work. B. For the pieces of equipment to be reused in the work: I. Use special care in removal, handling, storage and reinstallation, to assure proper function in the completed Work. 2. Arrange for transportation, storage and handling of products which require off -site storage, restoration or renovation. Pay all costs for such work. F01610 01610-1 s,Tros City of Fort Worth Roiling Fliils wTP Filter No. I? Rehabilitation 1.03 TRANSPORTATION AND HANDLING A. Arrange deliveries of products and equipment in accord with construction schedules, coordinate to avoid convict with work and conditions at the site. B. Deliver products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact and legible. C. Pipe and other materials delivered to the job shall be unloadedand placed in a manner which will not hamper the normal operation of the existing plant or interfere with the flow of necessary traffic. D. Immediately on delivery, inspect shipments to assure compliance with requirements of Contract Documents and approved submittals, and that products are properly protected and undamaged. I.04 INSPECTION AND TESTING FOR ACCEPTANCE A. Furnish all materials or specimens for testing and all labor and facilities for inspection of equipment and materials. B. Furnish suitable evidence that the materials proposed to be incorporated into the Work are in accordance with the Specifications. Mill tests for reinforcing steel and cement will be acceptable if it is definite that the test sheets apply to the material being furnished. Manufacturer's or supplier's test results will be acceptable for such items as pipe, valves, hydrants when it is definite that the material being furnished is in accordance with the manufacturer's or supplier's specifications to which the test results apply. Should the Contractor fail to provide the above information, the Owner shall have the right to require tests to be made by the Owner's laboratory to obtain the information and the cost therefor shall be borne by the Contractor. The Owner may have further inspection and tests made by the laboratory- or may make tests himself, to ensure that the Contractor is complying with the Specifications. C. Details for testing equipment and materials are found in the individual Sections of these Specifications. D. if the Owner requires, either prior to beginning or during the progress of the Work, the Contractor shall submit samples or materials for such special tests as may be necessary to demonstrate that they comply with the Specifications. Such samples shall be furnished, stored, packed, and shipped as directed at the Contractor's expense. Except as otherwise noted, the Owner will make arrangements for and pay for the tests. E. Delay of approval resulting from the Contractor's failure to submit samples or data promptly shall not be used as a basis of a claim against the Owner or Engineer. 1.05 STORAGE AND PROTECTION OF EQUIPMENT AND MATERIALS ON SITE A. Materials and equipment to be incorporated in the Work shall be handled and stored by the manufacturer, fabricator, supplier and Contractor before, during, and after shipment in a manner to prevent warping, twisting, bending, breaking, chipping, rusting, and any injury, theft or damage of any kind whatsoever to the material or equipment. B. Special attention shall be given to the storage and handling of equipment on site. Equipment storage will be approved by the Owner. As a minimum, the procedure outlined below shall be followed: Fo 161a 01 b 10-2 5i7i08 City ofFort Worth Rollin- Rills WTP Filter No_ 12 Rehabilitation Equipment shall be shipped as late as possible to assure its availability when required by the Contractor's schedule. The intent of this requirement is to reduce on -site storage time prior to installation and operation. Under no circumstances shall equipment be delivered to the site more than one month prior to installation without prior written authorization from the Owner. Equipment shall not be shipped until the Contractor has received an approved submittal from the Owner. 2_ Equipment having moving parts such as gears, electric motors, and instruments shall be stored in a temperature and humidity controlled building approved by the Owner, until such time as the equipment is to be installed. All space heaters in equipment shall be energized during construction. Equipment shall be stored fully lubricated with oil or grease, unless otherwise instructed by the manufacturer. 4. Manufacturer's storage instructions shall be carefully studied by the Contractor and reviewed with the Owner. These instructions shall be carefully followed and a written record shall be kept by the Contractor. Moving parts shall be rotated a minimum of once weekly to insure proper lubrication and to avoid metal -to -metal "welding". Upon installation of the equipment, the Contractor shall start the equipment, at least half load, once weekly for an adequate period of time to ensure that the equipment does not deteriorate from lack of use. 6. Lubricants shall be changed upon completion of installation and as frequently as required thereafter during the period between installation and acceptance. New lubricants shall be put into equipment at the time of substantial completion. 7. Prior to acceptance of the equipment, the Contractor shall have the manufacturer inspect the equipment and certify in writing to the Owner that its condition has not been detrimentally affected by the long storage period. Such certification by the manufacturer shall be deemed to mean that the equipment is judged by the manufacturer to be in a condition equal to that of equipment that has been shipped, installed, tested and accepted in a minimum time period. As such, the manufacturer will guarantee the equipment equally in both instances. If such a certification is not given, the equipment shall be judged to be defective. It shall be removed and replaced at the Contractors expense. C. Store materials in accordance with manufacturer's instructions, with seats and labels intact and legible. Store products subject to damage by the elements in weathertight enclosures. Maintain temperature and humidity within the ranges required by manufacturer's instructions. D. Exterior Storage: Store fabricated products and equipment above the ground, on blocking or skids, to prevent soiling or staining. Cover products which are subject to deterioration with impervious sheet coverings; provide adequate ventilation to avoid condensation. Store loose granular materials in a well -drained area on solid surfaces to prevent mixing with foreign matter. r01610 016 l 0-3 sn-os Cin- of Fort Worth Rolling Hills WTP Filter No. 12 Rehabilitation Cement and time shall be stored under a roof and off the ground and shall be kept completely dry. Structural, miscellaneous, and reinforcing steel shall be stored off the ground or otherwise to prevent accumulations of dirt or grease, and in a position to prevent accumulations of standing water and to avoid rusting. Bcams shall be stored with the webs vertical. Precast concrete shall be handled and stored in a manner to prevent accumulations of dirt, standing water, staining, chipping or cracking. Brick, block and similar masonry products shall be handled and stored in a manner to prevent breakage, chipping, cracking, and spalling. E. Mechanical equipment subject to corrosive damage by the atmosphere if stored outdoors (even though covered) shall be stored in a building to prevent injury. The building may be a temporary structure on the Site or elsewhere, but it shall be satisfactory to the Owner. F. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored materials and equipment to assure that they are maintained under specified conditions, and free from damage or deterioration. G. Protection After Installation: Provide substantial coverings as necessary to protect installed materials and equipment from damage from traffic and subsequent construction operations. Remove when no longer needed. H. Off -Site Storage: Contractor may store materials and equipment off -site with Owner's approval. Rejection of Materials and Equipment: Materials and equipment which, in the opinion of the Owner, have become so damaged as to be unfit for the use intended or specified shall be promptly removed from the site of the Work. The Contractor shall receive no compensation for the damaged material or its removal. 2. Damaged material and equipment shall be replaced at the Contractor's expense. 1.06 INSTALLATION STANDARDS A. Handle, store and install equipment in accordance with the manufacturer's drawings and recommendations. 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. Maintain one set of complete instructions at the ;ob site durino- installation and until completion. C. Handle, install, connect, clean, condition and adjust products in strict accord with such instructions and in conformity with specified requirements. Do not omit any preparatory step or installation procedure unless specifically modified or exempted by Contract Documents. 1. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with Owner for further instructions. Fot6lo 01610-4 5,7r08 City of Fort Worth Rolling Hills WIT ]Miter No. 12 Rehabilitation Do not proceed with work without clear instructions. D. New equipment and existing equipment to be relocated shall be carefully aligned on the new foundations after their sole plates have been properly shimmed to true alignment at the anchor bolts. The anchor bolts shall be set in place and the nuts tightened against the shims. After the foundation alignments have been approved by the Owner, the bed plates or wing feet of the equipment shall be securely bolted in place. The alignment of equipment shall be further checked after securing to the foundations, and after confirmation of alignments, the sole plates shall be finally grouted in place. E. Provide wedges, shims, filling pieces, keys, packing, red or white lead, grout, or other materials necessary to properly align, level, and secure apparatus in place. Parts intended to be plumb or level shall be proven exactly so. Grinding necessary to bring parts to proper bearing after erection shall be done. F. Special care shall be taken to ensure proper alignment of sluice gates, operating mechanisms, stems, stem guides, and accessories. Care shall be taken to avoid warping the gate frames and to maintain tolerances between seating faces. Gates, stems, and operators shall be plumbed, shimmed and accurately aligned. G. Provide openings, channels, and chases, and install anchor bolts and other items to be embedded in concrete, as required to complete the Work under this Contract and do all cutting and patching as required. H. Furnish sleeves, inserts, hangers, and anchor bolts, required for the execution of the electrical, HVAC, and plumbing work specified and shown on the Drawings. In no case shall beams, lintels, or other structural members be cut without the approval of the Owner. 1.07 SUBSTITUTIONS AND PRODUCT OPTIONS A. Substitutions will not be allowed for this project. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION Fo 1610 01610-5 5i7;08 City of Fort Worth Rolling Hills WTP Filter No. 12 Rehabilitation SECTION 01700 CONTRACT CLOSEOUT PART L GENERAL 1.01 SCOPE OF WORK A. This Section outlines the procedure to be followed in closing out the Contract. 1.02 FINAL CLEANING A. At the completion of work and immediately prior to final inspection, cleaning of the entire project shall be accomplished according to the following provisions: 1. The Contractor shall thoroughly clean, sweep, wash, and polish all work and equipment provided under the Contract, including finishes. The cleaning shall leave the structures and site in a complete and finished condition to the satisfaction of the Engineer. 2. All Subcontractors shall similarly perform, at the same time, an equivalent thorough cleaning of all work and equipment provided under their contracts. 3. The Contractor shall remove all temporary structures and all debris, including all dirt, sand, gravel, rubbish and waste material. See Section 01500, Temporary Facilities. 4. Should the Contractor not remove rubbish or debris, or not clean the buildings and site as specified above, the Owner reserves the right to have the cleaning done at the expense of the Contractor. B. Use only cleaning materials recommended by manufacturer of surface to be cleaned. C. Use cleaning materials only on surfaces recommended by cleaning material manufacturers. D. In preparation for project completion or occupancy, conduct final inspection of sight -exposed interior and exterior surfaces, and of concealed spaces. E. Remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materials from sight -exposed interior and exterior finished surfaces. Polish surfaces so designated to shine finish. F. Repair, patch, and touch up marred surfaces to specified finish, to match adjacent surfaces. { y'actE„n,-clean all interior snaces, impacted by construction. Broom clean paved surfaces; rake clean other surfaces of grounds. H. Handle 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. F01700.doc 01700-1 5iTf% City oP Dort worth Rolling €{ills WTP Filter No. 12 Rehabilitation 1.04 FINAL INSPECTION A. After final cleaning and restoration and upon written notice from the Contractor that the work is completed, the Engineer will make a preliminary inspection with the Owner and the Contractor present. Upon completion of this preliminary inspection, the Engineer will notify the Contractor, in writing, of any particulars in which this inspection reveals that the work is defective or incomplete- B. Upon receiving written notice from the Engineer, the Contractor shall immediately undertake the work required to remedy deficiencies and complete the work to the satisfaction of the Engineer. C. When the Contractor has corrected or completed the items as listed in the Engineer's written notice, he shall inform the Engineer, in writing, that the required work has been completed. Upon receipt of this notice, the Engineer, in the presence of the Owner and the Contractor, will make his heal inspection of the project. D. Should the Engineer Find all work satisfactory at the time of his inspection, the Contractor will be allowed to make application for final payment. Should the Engineer still find deficiencies in the work, the Engineer will inform the Contractor of the deficiencies and will deny the Contractors request for final payment until such time as the Contractor has satisfactorily completed the required work. 1.05 FINAL SUBMITTALS A. No application for final payment will be accepted until all submittals have been made and approved by the Engineer, including, but not limited to, the following: Final shop drawings. 2. Project Record Documents 3. All Operation and Maintenance Manuals. 4. All Manufacturers' Certificates of Proper Installation. 5. All construction photographs, including those of the completed project. 6. Certificate that all outstanding debts are paid and that there are no liens on the project. 1.06 GUARANTEES, BONDS, AND AFFIDAVITS A. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses, and affidavits required for work or equipment as specified are satisfactorily filed with the Engineer. 1.0 7 R F.T .FPS. SF. OF T.TF.NS OR C_ t,AIMIS A. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the Owner as required by the General Conditions. 1.08 FINAL PAYMENT A. Final payment will be made to the Contractor in accordance with the Agreement. FO1700 doc 01700-2 3008 0 i City of Fort Worth Rolling Hills WTP Filter No_ L Rehabilitation PART2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION FOt700.aoL; 01700-3 517,08 City of Fort Worth Rolling [tills WTP Filter No. 12 Rehabilitation SECTION 0 17 10 CLEANING PART[: GENERAL 1.0 t REQUIREMENTS INCLUDED A. Execute cleaning, during progress of the Work, and at completion of the Work. 1.02 RELATED REQUIREMENTS A. Each Specification Section: Cleaning for specific products or work. 1.03 DISPOSAL REQUIREMENTS A. Conduct cleaning and disposal operations to comply with codes, ordinances, regulations, and anti -pollution laws. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION 3.01 DURING CONSTRUCTION A. Execute daily cleaning to keep the Work, the site and adjacent properties free from accumulations of waste materials, rubbish and windblown debris, resulting from construction operations. B. Provide on -site containers for the collection of waste materials, debris and rubbish. All waste materials including containers, food debris and other miscellaneous materials must be disposed of daily in on -site containers. C. Remove waste materials, debris and rubbish from the site periodically and dispose of at legal disposal areas away from the site. D. Provide weekly cleaning of plant roadways. 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. Employ skilled workmen for final cleaning. F01710.doc 017 10-1 517r08 City oP Fen Worth Rolling Hills WTP Filter No 12 Rehabilitation B. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels, and other foreign materials from sight -exposed interior and exterior surfaces. C. Broom clean exterior paved surfaces; rake clean other surfaces of the grounds. D. Prior to final completion, or Owner occupancy, Contractor shall conduct an inspection of sight -exposed interior and exterior surfaces, and all work areas, to verify that the entire Work is clean. END OF SECTION F01 7 10.doc 0 t 7 t 0-2 sfroa City of Fort Worth Rolling Hills WTP Filter tio_ 12 Rehabilitation SECTION 01720 PROJECT RECORD DOCUMENTS PART 1: GENERAL 1.01 REQUIREMENTS INCLUDED A. Maintain at the site, for the Owner's use, one record copy of: 1. Drawings. 2. Specifications. 3. Addenda_ d. Change Orders and other Modifications to the Contract. 5. Engineer's Field Orders or written instructions. 6. Approved Shop Drawings, Working Drawings and Samples. 7. Field Test records. 8. Construction photographs. 9. RFIs 10. Submittal Logs 1.02 RELATED REQUIREMENTS A. Section 01300: Submittals. 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples in Contractor's field office apart from documents used for construction. I . Provide files and racks for storage of documents. 2. Provide locked cabinet or secure storage space for storage of samples. B. File documents and samples in accordance with CSI/CSC format. C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. D. Make documents and samples available at all times for inspection by the Engineer. Fo 172o.do; 01720-1 sn,as City of Fort worth Rollin- Hills WIT Filter Vo. 12 Rehabilitation E. As a prerequisite for monthly progress payments, the Contractor is to exhibit the currently updated "record documents" for review by the Engineer and the Owner. I.04 MARKING DEVICES A. Provide felt tip marking pens for recording information in the color code designated by the Engineer. 1.05 RECORDING A. Label each document "PROJECT RECORD" in neat large printed letters. B. Record information concurrently with construction progress. I . Do not conceal any work until required information is recorded. C. Drawings - Legibly mark to record actual construction: l . All underground piping with elevations and dimensions. Changes to piping location. Horizontal and vertical locations of pipe fittings, underground utilities and appurtenances, referenced to permanent surface improvements. Actual installed pipe material, class, etc. 2. Field changes of dimension and detail. 3. Changes made by Field Order or by Change Order. 4. Details not on original contract drawings. 5. Equipment relocations and piping. D. Specifications and Addenda - Legibly mark each Section to record: l . Manufacturer, trade name, catalog number, and Supplier of each Product and item of equipment actually installed. 2. Changes made by Field Order or by Change Order. 1.06 SUBMITTAL A. At every six month interval a copy of the up to date Record Drawings shall be provided to the Engineer, At Contract close-out, deliver Record Documents to the Engineer for the Owner. B. Accompany submittal with transmittal letter in duplicate, containing: 1. Date. 2. Project title and number. 3. Contractors name and address. 4. Title and number of each Record Document. Fo 1720 dog: 01720-2 5M08 Citv of Fort Worth Rolling Hills W"FP Filter No. 12 Rehabilitation Signature of Contractor or his authorized representative. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION F0I 720.doc 0 1720-3 5i7108 City of Fort worth Rollin.- Hills wTP Filter No. 12 Rehabilitation SECTION 01740 WARRANTIES AND BONDS PART 1: GENERAL 1.01 REQUIREMENTS INCLUDED A. Compile specified warranties and bonds, in accordance with the General Conditions. B. Co -execute submittals when so specified. C. Review submittals to verify compliance with Contract Documents. D. Submit to the Engineer for review and transmittal to Owner. 1.02 RELATED REQUIREMENTS A. Instructions to Bidders: Bid Bonds. B. Conditions of the Contract: Performance Bond and Payment Bond. C. Agreement. D. Section 0 l 700: Contract Closeout. E. Special Conditions: Maintenance Bond. 1.03 SUBMITTAL REQUIREMENTS A. Assemble warranties, bonds and service and maintenance contracts, executed by each of the respective ' manufacturers, suppliers, and subcontractors. B. Number of original signed copies required: Two each. C. Table of Contents: Neatly typed, in orderly sequence. Provide complete information for each item. l . Product or work item. 2. Firm, with name of principal, address and telephone number. 3, Scope. 4. Date of beginning of warranty, bond or service and maintenance contract. 5. Duration of warranty, bond or service maintenance contract. 6. Provide information for Owner's personnel: a. Proper procedure in case of failure. Fn l 740.doL: 01740-1 snips City of Fort Worth Rotting [-tills W'TP Filter No. 12 Rehabilitation b. Instances which might affect the validity of warranty or bond. 7. Contractor, name of responsible principal, address and telephone number. 1.04 FORMS OF SUBMITTALS A. Prepare in duplicate packets. B. Format: Size 8 1/2 inches x 1 1 inches, punch sheets for standard 3-post binder. a. Fold larger sheets to fit into binders. 2_ Cover: Identify each packet with typed or printed title "WARRANTIES AND BONDS". List: a. Title of Project. b. Name of Contractor. C. Binders: Commercial quality, three -post binder, with durable and cleanable plastic covers and maximum post width oft inches. 1.05 WARRANTY SUBMITTAL REQUIREMENTS A. For all major pieces of equipment, submit a warranty from the equipment manufacturer. The manufacturer's warranty period shall be concurrent with the Contractor's for two (2) years, unless otherwise specified, commencing at the time of final acceptance by the Owner. B. The Contractor shall be responsible for obtaining certificates for equipment warranty for all major equipment specified under Divisions l L, 13, 14, 15 and 16 and which has a 1 HP motor or which lists for more than $1,000. The Engineer reserves the right to request warranties for equipment not classified as major. The Contractor shall still warrant equipment not considered to be "major" in the Contractor's one-year warranty period even though certificates of warranty may not be required. C. For certain pieces of equipment, the Owner may require a warranty of more than one year. The requirement for a warranty of more than one year shall be specified in individual sections of the Specifications. PART 2: PRODUCTS (NOT USED) PART'): EXECUTION (NOT USED) END OF SECTION Fa 1 740.doc 01740-2 5n,08 City of Fort Worth Rolling Hills WTP Filter No. 12 Rehabilitation 6101119HERMI FILTER UNDERDRACN SYSTEM PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, material, equipment and incidentals required to install, test and ready for operation a complete air/water underdrain system for one existing filter (Filter No. 12) as shown on the Drawings and as specified herein. The work shall include, but is not limited to, the following: Refinish and modify the existing filter box slab as needed for proper installation of the new underdrain. 2. Furnish and install the underdrain system. 3. Furnish and install the sixteen (16) new air scour distribution tubes (drop pipes) and reconnect existing distribution tubes to the new underdrain system. 4. Performance test the new underdrains. B. The filter underdrain system shall include all items and materials within the filter box, above the filter box base slab and below the media, and within the gullet. This includes all underdrain appurtenances required for the complete air/water backwash underdrain system as shown on the Drawings and as specified herein. C. The air piping and associated connections to the new air/water underdrains within the filter boxes shall be designed by the underdrain manufacturer to allow air distribution control. D. The Contractor and underdrain manufacturer shall have sole responsibility for the performance of the underdrain system, especially with respect to headlosses and uniform distribution of air and water. All additions and/or modifications needed to meet the requirements of this Specification shall have been allowed for in the original bid, and therefore, Owner and Engineer will not accept or recommend any request for additional compensation or time due to the need for any such changes. E. All components which come in contact with the process water or chemicals to be added to process water shall have obtained or applied for ANSUNSF 61 certification. l.?2 RELATED WORK A. Filter media is specified in Section 13226. B. Warranty and Bonds are specified in Section 01740 F U221 _doc 13221-1 05107!08 City of Fort Worth Rolling l [ills WTP Filter No. 12 Rehabilitation 1.03 SYSTEM DESCRIPTION A. The underdrain system is intended to allow for the uniform collection of filtered water and uniform distribution of backwash water and air over the total area of the filter floor. The backwash system will allow for the simultaneous use of air and water, at all the rates indicated in Paragraph 1.07. B. The filter underdrain system shall consist of a self-contained dual -lateral plastic block underdrain system with an artificial media support cap and air distribution tubes. The filter underdrain system shall be the "Universal Type S" underdrain as manufactured by ITT Leopold, Zelienople, PA. 1.04 QUALITY ASSURANCE A. The filter underdrain system shall be designed and furnished by the manufacturer as specified in Paragraph 1.03.B. The underdrain system manufacturer shall be responsible for designing and furnishing a ready -to -install system which meets all requirements specified. The manufacturer shall furnish the Contractor with such installation details, cast -in -place items, and recommendations as are necessary to acceptably interface the filter underdrain system with the filter box, including requirements for dowels, anchorage, sealants and the like. B. Filter Media Support Mechanism Porous plates (IMS or approved equal) shall be used in lieu of support gravel. C. Manufacturer's Qualifications and Unit Responsibility The underdrain system shall be designed and furnished by a single manufacturer experienced in the design and manufacture of the filter underdrain systems specified. This provision, however, shall not be construed as relieving the Contractor of his/her overall responsibility. The underdrain system manufacturer shall be responsible for designing and furnishing a ready -to -install system that meets all flow and structural design requirements specified herein. 1.05 SUBMITTALS A. Submit to the Engineer for acceptance complete shop drawings showing details of fabrication, materials of construction, installation, and leveling data of all items furnished under this Section. B, Details submitted shall include as a minimum, head loss calculations for air, water, and combined air/water backwash; structural design calculations, including the hold-down system; installation details; hydraulic calculations; certification of compatibility of the underdrain system with the filter media specified in Section 13226; proposed testing and start-up procedures; and any other data the Engineer deems necessary to demonstrate the suitability and stability of the underdrain system and compliance with these Specifications. C. The head loss data and hydraulic calculations to be submitted shall include the full range of now conditions specified, and shall indicate pertinent physical relationships between air and water metering orifices; cross sectional flow areas for water and air during transport to the flow metering elements; relative magnitudes of entrance, transport, metering and discharge losses; and such other data as may be required by the Engineer to demonstrate that the proposed system will provide uniform flow distribution and will not exceed head loss limits. F 13221.doe 1322 l -2 05/07/09 City ofFort Worth Rolling Hills WTP Filter No. 12 Rehabilitation D. The manufacturer's design piping within the filter boxes shall be submitted, including supporting design calculations, complete bill of materials, and scale drawings of all piping, connections, supports, and other items required for a complete installation. The Contractor shall be responsible to furnish and install related pipe supports. E. Quality Control Submittals t . Certification of compatibility of the underdrain system with the filter media specified in Section 13226. 2. Shipping, storage, protection, and handling instructions. 3. Manufacturer's installation instructions. 4. Manufacturer's Certificate of Proper Installation. 5. Operation and Maintenance Manual. 1.06 MANUFACTURERS' REPRESENTATIVE DUT[ES/STARTUP/OPERATING AND MAINTENANCE INSTRUCTIONS A. The underdrain system to be furnished shall be installed, aligned, and tested under the supervision of installation specialists, factory trained by the manufacturer, as a condition precedent to final acceptance of the work. The Contractor shall furnish the Engineer with the manufacturer's certification stating that the system has been properly installed, aligned and tested, and meets all requirements for satisfactory performance under the conditions specified. Nothing in this provision, however, shall be construed as relieving the Contractor of his overall responsibility for this portion of the work. B. A manufacturer's representative who has complete knowledge of proper installation and operation of the filter underdrain and air scour distribution system shall be provided for on -site services at all times during underdrain installation and testing of the underdrains. Manufacturer shall coordinate with Contractor and estimate the number of trips and days required to provide the specified on -site services. C. A qualified representative of the structural grout manufacturer shall be on -site for the grout placement. 1.07 PERFO[CM.ANCE AND DESIGN REQUIREMENTS A. General The filter underdrain system shall he designed for unifonn collection of filtered water and uniform distribution of backwash water and/or air. The system shall be designed to avoid localized areas of excessive flow, which may cause mounding, lateral displacement, or other deleterious disturbances in filter media. The system shall not cause any loss of filter media during backwashing. 3. The variation in backwash water distribution shall be not greater than plus or minus 5-percent across the filter. F 13221.Ac 13221-3 05/07/08 City of Fort Worth Rolling hills WTP Filter No. 12 Rehabilitation 4. The variation in the backwash air distribution shall not be greater than plus or minus 10- percent across the filter. 5. Tests, as outlined in paragraph 3.02 below, shall reveal no evidence of maldistribution or disturbance of filter media in excess of the limits specified. B. Operating Requirements. The underdrain system For each filter shall be designed for the following operating conditions: Description Number of filters Dimensions of filter: - length 66'-0" - width 17'-0" Filter media, anthracite: - effective size (mm) 1.2-1.3 - depth (inches) 48 Peak filtration rate (gpm/sq.ft.) 6.52 Maximum head loss at peak filtration rate{ l} (inches) t0.0 Backwash water rates (gpm/sq.ft.): - maximum for simultaneous air and water 8 - maximum for water only 20 Maximum head loss due to backwashing with water only 48 at maximum rate(2) (inches) Backwash air rate (scfm/sq.ft.): - minimum/maximum 2/5 Maximum design air temperature (Deg F) 180 Air scour pressure available at branch to distribution 5.5 header, psig Normal backwash sequencing: 1.Air scour only: - air (scfm/sq.ft.) 3 - duration, min. l-3 2.Combined air/water backwash: - air (sefm/sq.ft.) 3 - water (gpm/sq.ft.) 8 - duration, min. 1-3 ) )Water only backwash: - water (gpm/sq.ft.) 15 - duration min. 5-1 0 tt Head loss from the underside of the media bed to the inside of the filtered water plenum. '} From the inside of the filtered water plenum to the underside of the media bed. w 13221.doc 13221-4 05107108 City of Fort Worth Rolling Hills WTP Filter No. 12 Rehabilitation PART I PRODUCTS 2.0 t GENERAL A. The material to be furnished shall meet the requirements specified below, unless more stringent requirements are specified or required by the underdrain manufacturer. Metals. All submerged metals and metals installed over the water surface, including but not limited to anchor bolts, fasteners, washers, etc. shall be Type 316 stainless steel. Fabricated members shall be low carbon Type 304L or 316L stainless steel. Piping. Fabricated air distribution tubes (drop pipes), connections, and accessories within the filter box shall be designed and supplied by the filter underdrain manufacturer. Drop piping shall be double wall PVC. Connecting pieces and accessories shall be Type 316L stainless steel. The underdrain manufacturer shall furnish the air distribution tubes to conform to TCEQ requirements for prevention of cross -connection between the settled water and filtered water zones. Plastic. All plastic used for underdrain blocks and endplates, nozzles, and prefabricated formwork panels shall be constructed of a food grade, high -density polyethylene (HDPE) suitable for use with a backwash air temperature of 1807. 4. Joint sealant shall be per manufacturer's recommended methods. Grout shall be as specified herein. 2.02 FILTER BLOCK SYSTEM A. The filter underdrain system shall be of the dual -parallel lateral type, whereby feeder and compensatory laterals are provided within a single block. The blocks shall be self-contained and shall require only nominal anchorage in the filter to resist all buoyant and dynamic forces during operation. B. The feeder laterals shall have a generous cross -sectional area as required to assure low wash water and air transport velocities. C. The flow metering elements shall consist of an arrangement of orifices properly sized and located between the feeder and compensatory laterals and between the compensatory laterals and top of the blocks. The entrance, transport and orifice losses, and the placement of the orifices shall be designed to produce uniform air and water flows throughout the entire filter cell and uniformly through the porous plates, at all specified operating conditions. The number and size of the orifices shall be uniform throughout the filter cell. The orifices shall be sized as required to Introduce necessary metering hea- losses, but shall be sn f ficiently large to prevent clogging and excessive headloss. D. The individual blocks shall be of impervious high strength, completely corrosion resistant, high - density polyethylene material with uniform smooth surfaces, and all orifices properly deburred. The blocks shall have ridges and pockets for structural rigidity and to key into surrounding grout. The block dimensions and weight shall permit ease of handling and installation. F 13221.doc l 322 1-.7 03/07l08 Citv of Fort Worth Rolling Hills WTP Filter No 12 Rehabilitation E. An air/water distribution system shall be provided to evenly distribute air/water from the center - feed, filtered water flume to the individual underdrain laterals. The distribution system, including any orifices, baffles, piping, and other necessary items, shall be designed by the underdrain manufacturer to ensure proper distribution of water to the laterals for all operating conditions specified in Paragraph L.07 B. F. The individual blocks shall be mechanically joined to form a continuous lateral run to fit into the filter. The joints shall be either single or double-gasketed, bell and spigot type with internal registers and shall be air and watertight. Joints shall be of snap -lock type so that the blocks are joined with integral interlocking snap lugs and lug receptors for ease of assembly and installation of the laterals. The joints shall be self -restraining by design. G. A porous plastic plate (cap) of approximately 1-in thickness shall be installed at the factory using Type 316 stainless steel mounting hardware, and will perform the function normally provided by the support gravel. K The plastic cap shall have a 30 percent to 50 percent void volume and shall have a maximum headloss of 8-in at a flow rate of 20 gpm/sf. The plate shall be compatible with all water treatment chemicals and shall be unaffected by solutions with a pH as low as 2.0. A continuous bead of polyurethane sealant shall be provided between the cap and block. K. Air distribution to the laterals shall be via the air scour header and distribution tubes as specified herein_ Distribution tubes and underdrain lateral connections shall be appropriately sized to facilitate equal distribution of air to each lateral. L. All air distribution tubes shall be double wall, PVC construction and shall meet all additional TCEQ regulatory requirements. M. Piping within the filtered water zone and below the top -of -wall filter elevation shall be provided with no joints. N. Distribution tubes shall extend from the existing air scour header(s) down and into the top of the feeder section of each underdrain lateral. Exact dimensional placement shall be determined by the manufacturer. 2.03 STRUCTURAL DESIGN A. The filter underdrain system, including blocks, anchorage, supports, etc., shall be designed by the underdrain manufacturer to safely withstand loadings as specified herein. Complete design calculations showing cnnformit with all specification requirements and ,tamped by a licensed professional engineer shall be submitted to the ENGINEER for review and acceptance. B. Hold-down and underdrain gullet supports shall be designed and provided to keep the underdrain system securely in place under all specified operating conditions and when subject to a continuous and/or instantaneous upward pressure of 3,250-1b/sf applied to the underside of the underdrain spanning the backwash flume. Assume no hold-down contribution is made by the media or water above the underdrain. Assume the upward pressure is applied over the entire 31.2-sf reaction area of the underdrain that spans the backwash inlet flume. F 1322 I .doc 1322 1-6 05/07/08 City of Fort worth Rolling Hills wTP Filter No. l2 Rehabilitation C. The filter underdrain system, when installed, shall be designed for a net internal loading during backwash of the greater of either 600 psf or 200 percent of maximum pressure at a backwash rate of 20 gpmisf. No credit shall be taken for the weight of water or filter media in the design calculations. D. The filter underdrain system shall also be designed to withstand a net downward loading of at least 1,400-lb/ft2 plus its own dead weight. E. Adequate safety factors shall be included in the design to account for dynamic loadings which may occur during the initiation and termination of air and/or water backwashing, or power disruption during air and/or water backwashing. F. The design shall adequately provide for all loads incurred during shipment, handling, and installation. G. Thirty-two (32) underdrain hold down angles, with anchor rods, shall be installed per manufacturer's recommendations as specified and detailed in the attached Leopold drawing (Drawing Number "I ANCHOR PROP"). H. Any design details of underdrain system including thickness, reinforcing, openings, etc., as shown on the Drawings, are approximate only. The underdrain system manufacturer shall check these details and confirm or modify the system to meet the criteria specified. However, no members shall be downsized unless it can be conclusively demonstrated that the stated sizes will not function properly. Any modifications required by the underdrain system manufacturer shall be provided by the supplier and the Contractor at no additional cost to the Owner. 2.04 NON -SHRINK GROUT A. All grout used in conjunction with underdrain installation shall be non -shrink, non-metallic grout and shall meet all requirements of this Section. Confirm with underdrain manufacturer recommendations for grout material and mix ratios prior to purchase of materials and mixing. B. Non -shrink grout shall be a pre -portioned and prepackaged cement -based mixture. it shall contain no metallic particles such as aluminum powder and no metallic aggregate such as iron filings. It shall require only the addition of potable water. Potable water for pre-soaking, mixing, and curing shall be clean and free of oils, acids, alkalis, organics, and any other deleterious matter. C. Bleeding: Non -shrink grout shall be free from the emergence of mixing water from within or the presence of water on its surface. D. Non -shrink grout shall be in accordance with ASTM C 1 t07. E. Consistency: Non -shrink grout shall remain at a minimum flowable consistency for at least 45 minutes after mixing at 45 degrees Fahrenheit to 90 degrees Fahrenheit when tested in accordance with ASTM C 230. If at a fluid consistency, it shall be verified in accordance with ASTM C 939. F. Dimensional Stability (height change): Non -shrink grout shall be in accordance with ASTM C 1107, volume -adjusting Grade B or C at 45 degrees to 90 degrees. It shall show 90 percent or greater bearing area under bases or baseplates. F 1322 l .doc 13221-7 0507/09 City of Fort worth Rolling Hills WTP Filter No 12 Rehabilitation G. Compressive Strength: Non -shrink grout shall show minimum compressive strengths at 45 degrees Fahrenheit to 90 degrees Fahrenheit in accordance with ASTM C I l07 for various periods from the time of placement, including 5,000 pounds per square inch at 28 days when tested in accordance with ASTM C 109 as modified by C 1107. H. Manufacturers: One of the following or equal: Five Star Products, Inc., Fairfield, CT: Five Star Grout. Degussa Building Systems, Shakopee MN: Masterflow 928. L&M Construction Chemicals, Inc_, Omaha, NE: CRYSTEX. Filter underdrain manufacturer shall provide all necessary grout retaining strips and materials as needed to bridge the filter underdrain flumes during grout placement and installation. During the grouting operations, a minimum of three test specimens per filter cell or per day, shall be made, whichever is greater. Three test specimens for the between block grout shall be trade in addition to the three test specimens for the floor grout. K. Prior to installation of grout, the subsurface shall be prepared by thoroughly cleaning the existing concrete surface of all foreign matter and wet down. Concrete shall be damp when the grout is poured, but shall not have excess water to dilute the grout. Upon completion of saturation of the subsurface, visible water shall be removed from the surface and an adhesive bonding agent applied. After mixing, quickly and continuously pace the grout to avoid overworking, segregation and breaking down of the initial set. Mix and place the grout according to manufacturer's recommendations. L. No concreting operations shall be performed above installed underdrain blocks unless the blocks are protected with minimum 3/4" plywood and 6-mil polysheeting. PART 3: EXECUTION 3.01 HANDLING AND INSTALLATION A. The Contractor shall handle and install the filter underdrain system in strict compliance with the manufacturer's installation drawings, instructions, and recommendations, and as specified. B. The Contractor shall provide a manufacturer's representative as specified in Paragraph 1.06 of this Section to inspect and supervise the installation and testing of the underdrain system, and all costs of such inspection and supervision shall be borne by the Contractor. C. The Contractor shall comply fully with the underdrain manufacturer's installation details and recommendations to acceptably mate the filter underdrain system with all surrounding structures, including requirements for dowels, anchorage, and the like, and the Contractor shall include all costs of such work in his bid. D. The Contractor is cautioned that all such installation details are not shown on the Contract Drawings, as they will vary according to the manufacturer's requirements. P 13221.doc 1322 1-8 05/07/08 City of Fort Worth Rolling Hills w'rp Filter No. 12 Rehabilitation I,. The Contractor shall take all necessary precautions recommended by the underdrain manufacturer, and as specified, to ensure that the underdrain system and piping connected thereto is completely clean and free of debris, dirt, or other foreign materials which could clog the underdrain system or interfere with flow. Backwash air and water piping shall be thoroughly flushed clean. Air piping shall be flushed with air only. G. All loose debris and dirt within the filter, gullet, and under -gullet flume shall be removed by brooming and vacuuming before the introduction of leveling and testing water. Care shall be taken to prevent any grout, concrete or debris, from extruding into any flow passages or ports, and any such grout, concrete or debris, shall be removed. H. To maintain cleanliness, as installation progresses, underdrain sections partially complete shall continue to be protected by using masking tape and heavy building paper or other acceptable means to maintain cleanliness. Cleanliness shall be maintained through final placement of filter media. Following installation of the anchor rods, and prior to installation of the underdrain blocks, an anchor pull test shall be performed on each anchor to ensure that it meets the specified upward pressure requirements for the underdrain system. 3.02 INSTALLATION A. The filter underdrain sections shall be set in place and grouted such that the air metering orifices are in a true and level plane within the less of plus -or -minus 1/8-inch, or the tolerance specified by the manufacturer of the filter underdrain. The filter base slab or underdrain supports shall be prepared as necessary to enable installation within the required level tolerance. The Contractor shall flood the underdrain with water to ascertain that this level tolerance is met. B. As the underdrain sections are set in place, all grouting spaces shall be completely filled and finished off smooth. Reinforcing dowels shall be placed to accurately fit in place without unnecessary bending of the dowel bars in the field. All orifice holes in the top of the blocks shall be carefully cleared of grout or other debris immediately after grouting. Reinforcing dowels shall be placed so as to accurately fit in place without unnecessary bending of the dowel bars in the field. C. Bonding compound shall be applied to the floor grout surface between each lateral. The bonding compound shall be applied by spray or long -handled brush. The bonding compound shall be Duraweld C by W.R. Grace or equal. D. Grout placement shall be in strict compliance with the manufacturer's requirements and shall allow for the mini_m__ur<> curing time. E. Prior to installation of the media, the Contractor shall vacuum clean all surfaces that might come in contact with the filtered water or backwash water. 3.03 TESTING AND CORRECTION OF DEFICIENCIES A. General: F 1322l.doc 13221-9 osio� os City of Fart Worth Rolling Fills WTP Filter No. t2 Rehabilitation i . All testing shall be performed under the supervision of the underdrain manufacturer's representative as specified in Paragraph 1.06. The Contractor shall conduct all specified tests and shall furnish all power, material, instrumentation, equipment, personnel, etc., for conducting tests as specified. All costs of such testing shall be borne by the Contractor. The costs of all work and materials to correct deficiencies revealed during testing, and the costs of retesting, shall be borne by the Contractor. 3. The Contractor shall give the Engineer 14 calendar days advance notice of the testing to enable the Engineer to witness the tests. 4. An underdrain manufacturer's representative shall inspect and supervise the complete installation of all filter underdrains. Representative shall be onsite to supervise the installation and testing as stated in PART 1. S. All test set-ups, procedures, and instrumentation shall be as required to provide data accuracy of plus or minus 2 percent. The Contractor shall submit to the Engineer three copies of full and complete test reports for all tests, describing the units tested; the type of test; test setups, procedures, and instrumentation; and test flow rates, pressures, levels, and all other data and results as required to demonstrate that all items tested meet specified requirements. B. Preliminary Distribution Tests After the installation of the underdrain system is completed, and after the concrete or grout has had sufficient curing time to permit adequate strength to develop, and prior to the placement of the filter media or media support plate, the underdrain shall be subjected to a preliminary distribution test. The filter shall be operated through its backwashing cycle using the design maximum water and air rates given in Paragraph 1.07.B. Visual inspection of the underdrain system will first be made under all modes of backwashing to demonstrate uniformity of air and water distribution. The air only mode shall be performed at 3 scfm with 6 inches of water over the underdrain system. Test flow rates shall be sustained for approximately two minutes while visual observations are made. Tests shall be extended or repeated if, in the opinion of the Engineer, additional time is needed to make observations. Head loss at the maximum backwash water rate shall be computed by taking pressure gage readings at the wastewater pipe inlet to the filter minus the static head. The Contractor shall be responsible for providing the required pressure taps. (The static head is the vertical distance from the elevation of the pressure gauge to the water level in the filter.) 3. During each test, the water surface shall present a uniformly turbulent appearance, without noticeable dead spots or boils. The Contractor shall take such measures as are necessary and as recommended by the underdrain manufacturer to correct any deficiencies revealed by these tests, and shall repeat the specified tests until such deficiencies are corrected. C. Final Distribution Tests 1. Following completion and acceptance of the preliminary distribution test and the installation of filter media per Section 13226, the filter shall be backwashed for two consecutive backwash cycles as described below. During the two backwash cycles, visual observations shall be F 13221.doc 13 221- l 0 03/07l08 City of Fort Worth Rolling Hills WTP Filter No. 12 Rehabilitation made to verify that the filter is backwashing adequately. If observations indicate an unacceptable performance, the system shall be corrected by the Contractor. If the observations indicate an acceptable filter performance the filter shall be placed in an operational mode. The filter underdrain system shall then be operated through a minimum of 5 filtration and backwash cycles to observe filter system performance prior to final distribution testing for acceptable flow uniformity. The filter performance shall be observed during the 5 filtration sequences. If performance is not acceptable, the filter shall be taken offline and examined to determine deficiencies. Contractor shall be responsible for remedy of any deficiencies prior to commencing the retest of the filter. 2. Following the completion of the 5 previous actual operational backwashes, final distribution tests shall be conducted and consist of 2 backwash cycles per filter s as follows: a. Start with initial water surface 6 inches above top of anthracite. b. Air backwash at 3 scfm/sq.ft. for 4 minutes. c. Simultaneous air and water backwash at 3 scfm/sq.ft. and 8 gpm/sq.ft. for 3 minutes. d. Water backwash at 15 gpm/sq. ft. for 4 minutes. e. Drain down slowly to initial level and repeat. At the conclusion of each test, the water level shall be lowered very slowly to the top of the filter media. The top of the media shall be inspected and shall have no areas deviating more than plus or minus 0.5 inch from the average level plane. 4. If the filter underdrain system fails to meet the above test criteria, the system shall be corrected by the Contractor and retested. All unacceptable underdrain systems shall be corrected at no cost to the Owner. E. The above backwash rates are based on a water temperature of 85°F. Actual rates to be used during testing will be adjusted based on water temperature at the time of the testing. 3.04 WATER A. Water for flushing, leveling, and testing shall be provided as noted in Section 01500. END OF SECTION F 13221.doc 13 221-11 05/07108 t CitN of Fort Worth Rolling Hills WTP Filter No. 12 Rehabilitation SECTION t3226 FILTER MEDIA PART 1: GENERAL 1.01 SCOPE OF WORT{ A. Furnish all labor, materials, equipment and incidentals required and install, complete, and ready for operation the filter media for one filter (Filter No. 12) as shown on the Drawings and as specified herein. B. All components which come in contact with the process water or chemicals to be added to process water shall have obtained or applied for ANSUNSF-61 certification. 1.02 QUALIFICATIONS A. The Contractor shall furnish the filter anthracite medium from a firm regularly engaged in supplying this type of material. The Contractor shall be prepared to document the supplier's technical competence and experience in providing the medium specified herein. All of the anthracite shall be obtained from the same supplier. 1.03 RELATED WORK A. Filter underdrain system is included in Section 13221. 1.04 SUBMITTALS A. Submit to the Engineer shop drawings of all items furnished under this Section. B. No material shalt be shipped to the site of the work until such material is approved by the Engineer in writing. C. Testing and Shop Drawings l . Provide the services of a qualified testing laboratory experienced in testing filter media materials to perform the tests specified. 2. Testing laboratory shall be approved by the Engineer/Owner. 3. The costs for testing shall be included. Owner may perform additional testing and Contractor shall permit and assist sampling as required. a. The following tests are to be reported: (1) Grain Size Analysis, complete with graph of sieve size versus percent passing. (2) Acid Solubility. (3) Apparent Specific Gravity. (-'I 3226.doc t 3226-1 05/07!08 City of Fort Worth Rolling Hills WTP Filter No 12 Rehabilitation (4) Effective Size and Uniformity Coefficient. (5) Hardness (MOH Scale). 4. Shop Drawings a. Prior to loading and shipment filter Media data sheets indicating material, unit weight, effective size, uniformity coefficient and other pertinent data specified or required to evaluate quality For each layer of material. b. Complete installation and placement procedures. c. An Affidavit of Compliance in accordance with AWWA B 100 and NSF No. 61. d. Test Results performed by the independent testing laboratory as specified. e. Evidence of Manufacturing Experience. (5 years minimum with 10 installations in satisfactory operation). f. Certification of Quality Control Program. g. Backwash, expansion, and headloss data for filter media. D. Quality Control I . Pre -Shipment Tests a. Sampling and testing to be performed in accordance with AWWA B 100, prior to shipment of materials. b. Perform tests on samples obtained directly by the approved testing laboratory in accordance with AWWA B100. c. Provide certified copies of all tests performed by laboratory. d. The cost for this testing shall be included in the cost of the media. 2. Receipt Tests a. Sampling and testing to be performed in accordance with AWWA 13100, on material delivered to the site. b. Sampling will be nerFormed by the Engineer. Samples will be shipped to the testing laboratory by the Engineer. c. The approved testing laboratory will perform the tests listed in Item 1.04.D.3.a in accordance with AWWA 13100, The cost of this testing will be included in the cost of the media. d. If the results of the Receipt Tests do not comply with the Specifications, the materials must be replaced to comply with Specifications. F 13226.doc 13 226-2 05/07/08 I Citv of Port worth Rolling Hills WTP Filter No, 12 Rehabilitation i 1 1.05 REFERENCE STANDARDS A. American Water Works Association (AWWA) L AWWA B 100 — Standard for Filtering Material 2. AWWA B300 — Hypochlorites 3. AWWA C653 — Disinfection of Water Treatment Facilities B. National Science Foundation (NSF) I . NSF Standard No. 61 - Indirect Additives, Process Media C. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. W1l�ffl1N1jt1ju1 A. Medium shall be 48 inches of anthracite. Medium shall comply with the standards of AWWA specification B-100. B. Anthracite I. Anthracite shall be a crushed anthracite coal having an effective size of 1.2 mm to 1.3 mm, a maximum uniformity coefficient of 1.4, and a specific gravity of not less than 1.4 nor greater than 1.6. The anthracite shall have a hardness of not less than 3.0 on the MOH scale. The acid solubility of the coal shall not exceed 5 percent. 2. Anthracite shall be virgin material clean and free from iron sulfides, clay, slate, dust, dirt and foreign matter of any kind as it is placed on the filters. Medium shall be free of visible extraneous material that is not easily separable (i.e. through normal backwashing and skimming) including wood fibers and plant materials. 3. Coal meeting these requirements may be purchased from ITT Leopold, Zelienople, PA. PART 3: EXECUTION 3.01 DELIVERY, STORAGE, AND HANDLING A. Packing and Shipping 1. Deliver media in new, never -before used heavy-duty woven, polypropylene, semi -bulk containers treated with UV light inhibitors, having a safety factor of at least 5: l . The containers shall have lifting sleeves for forklift use capable of supporting the entire weight of the full container, and have a bottom discharge spout. F13226.dac 13 226-3 05/0 os Cit-v of Fort Worth Rolling Hills W"rP Filter No. 12 Rehabilitation The containers shall be clearly marked including company name, complete material description, lot number, and date of production. Do not ship materials until storage and handling procedures are approved by ENGINEER. Filter media containers shall not be stored directly on the ground. 4. Pallets are required only on stock media. Transport all media on open side trucks/trailers to allow for side unloading by forklift. Material shall be properly covered or tarped. 6. Handle products in accordance with the media supplier's written instructions and in a manner to prevent damage. Exclude all dust, dirt or deleterious material. 7. Delivery of media shall be subject to construction phase sequence as described in Section 01040. Media shall not remain onsite in excess of manufacturer's recommended storage limitations. If media is furnished in two or more separate shipments, Contractor shall perform preshipping and receipt tests as described in PART 1 of this Section for each shipment. 3.02 INSTALLATION A. Anthracite shall be transported, delivered and placed in a careful manner to exclude all dust, dirt, or deleterious material and to prevent physical damage to the particles per Paragraph 3.01. B. After delivery to the site, but before placing the medium, the Engineer may take random test samples of each media and sieve analysis may be performed on each sample by a laboratory selected by the Engineer. Failure of the samples to meet the above Specifications shall be cause for rejection and the Contractor shall remove such medium from the site and provide medium meeting these Specifications. No plus tolerances shall be allowed on any uniformity coefficients. The media supplier shall provide suitable shipment and/or make allowance for any degradation or segregation during shipping, so the delivered material meets these specifications for effective size and uniformity coefficient. C_ The filter box shall be thoroughly cleaned by brooming and vacuuming before any media is placed and shall be kept clean throughout the operation. No media shall be placed until the underdrain system manufacturer has certified the system to have been installed and the preliminary distribution tests successfully completed in accordance with Section 13221 of these Specifications. D. The anthracite shall be installed in accordance with the media supplier's specific instructions and AWWA B 100, and the media supplier shall provide a representative to supervise the media installation sufficient to ensure proper compliance with the installation procedures. The anthracite shall be placed in two layers. After each layer is placed, the bed shall be backwashed in accordance with the requirements of Paragraph 3.O LE to wash out dirt and allow the stratified fines to be skimmed. E. Following placement, the media shall be backwashed successively until there is not further discoloration. This will require several separate backwashes. The media shall be water backwashed for a period of 30 minutes in order to fluidize the bed and to wash out the dirt. This will require not less than three separate backwashes followed by a slow closing of the washwater valve. Final closure of the valve from the opening that gives 10 percent expansion shall extend over not less than 30 seconds. Following the final backwash for each layer, approximately one (1) inch of Fines shall be F 13226.doc 13226-4 05i07ro8 City of Fort Worth Rolling fulls WTP Filter No. 12 Rehabilitation 0 skimmed off. Sufficient anthracite shall be initially placed in each filter to allow for the skimming of fines. F. The final depth of anthracite after washing and skimming shall be a minimum of 48 inches. The depth of media shall be check measured in place after backwashing and filtering for 1 hour. G. Remove and dispose of skimmings from site. H. The Owner will perform all backwashing. Provide Engineer with a' -day written notice prior to the First backwash in each filter bed. 3.03 DISINFECTION A. After placement of the filter media, but before the filter is placed in service, the entire depth of filter medium and underdrain system in the filter shall be disinfected. The Owner will perform the filter disinfection procedures. Upon completion of disinfection, the filter contents shall be backwashed to waste to remove all traces of the disinfectant solution and dechlorinated as required. B. Water Source l . Water for disinfection purposes will be provided by Owner per Section 01500. C. Bacteriological Sampling and Testing l . The Owner will perform all sampling for bacteriological tests and shall pay for the initial testing to be performed by Owner selected laboratory. All subsequent testing, should the initial test fail, shall be paid for by the Contractor. 3.04 ACCEPTANCE A. Performance Testing. Before final acceptance, the filter shall be tested at a backwash rate as determined by the Engineer to verify proper installation of the filter media. The Engineer will determine the number and duration of backwashing tests. 3.03 MANUFACTURER'S SERVICES A. Manufacturer's representative shall be present at the site during installation, testing, inspection and completion of manufacturer's Certificate of Proper Installation for the filter. END OF SECTION F 13226.doc 13226-5 05/07/08 �— TO ABILENE FORT WORTH PROJECT LOCATION ROLLING HILLS WTP SEE INSET LOCATION MAP TO GALLAS ---- INDEX OF DRAWINGS 1 INDEX OF DRAWINGS AND PLANT LOCATION MAPS 2 GENERAL NOTES AND LEGEND 3 OVERALL SITE PLAN ACCESS AND STORAGE 4 AREA SITE PLAN 5 FILTERS No 11 - No 20 PLAN 6 FILTER No 12 SECTIONS ME 6 RUSHING ROAD 0 m 0 ( a0 4�-�ROLe sF o R � O40 ¢ i U 1jY{7, j O� N cP�Q�y a ROLLING co HILLS WTP U p9 3 LOCATION MAP J. BAN SHANNOC� 57B97 66 Z O � a Q X m O W ¢ Z CL I- j < II^ ccQ VI L 2 _N H o Z Z O, �- �F <Q aL O O LL LLB OF- LL 3 x Z O -j LLI Q } _ z pL 07 . . � Z J J O cc P"o ECT - 30929 FILE N.-E G-FNU Sw'_ET wn I EXISTING OR FUTURE CON DITION_DESI6NATION DRAWING, SECTION. AND DETAIL TITLES r CALL OUTS FOR NEW WORK ARE VERTICAL CAPS CALL OUTS FOR EXIST 8 FUTURE 15 SLANTED LETTERING EXISTING CONDITIONS ARE SHOWN SCREENED FUTURE LINE WORK IS FUTURC 1 SHOWN IN A PHANTOM LINE I FXPANSiON I SECTION CUT SYMBOLS MA -I SECTSON NUMBER 1 MA -I SHEET WHERE SECTION IS LOCATED. IF THE SECTION IS SHOWN ON THE l� SHEET WHERE IT IS TAKEN. THE SHEET NUMBER IS REPLACED WITH A HYPHEN. DETAIL CALL OUT SYMBOLS DETAIL LETTER A8 E CZ -I CZ-2 LEADER LINE SHEET WHERE flETAIL IS LOCATED IF MULTIPLE DETAILS REFER TO THE SAME AREA DF THE DRAWING, THE BUBBLES ARE PLACED SIDE BY SIDE. SUBTITLE OR DESCRIPTION (AS REO'D) PLAN 1/4" • P-O" SUBTITLE OR DESCRIPTION (AS REO'D) ELEVATION 1/4" - 1'-0" SECTION 1 SEGrroN NUMBER 3/4" - F-0" S-6 ---SHEET WHERE SECTION CUT 15 TAKEN - DETAIL LETTER ���DETAIL 3/4" - 1'-0" HEET WHERE DETAIL IS TAKEN - SCHEMATIC I —SCHEMATIC NUMBER 3/4" ]'-0" M-6 SHEET WHERE SCHEMATIC IS TAKEN - DIAGRAM I DIAGRAM NUMBER 3/4" - 1'-0" p-6 SHEET WHERE DIAGRAM IS TAKEN - IF SECTION. DETAIL. SCHEMATIC. OR DIAGRAM IS DRAWN ON THE SAME SHEET WHERE IT IS TAKEN. THE SHEET NUMBER IS REPLACED WITH A HYPHEN. IF THE SECTION CUT APPEARS ON MULTIPLE SHEETS. THE SHEET NUMBER SHOWN INDICATES THE FIRST SHEET THE SECTION IS TAKEN FROM. ♦ ♦♦♦♦♦♦♦♦♦ ♦ NORTH ARROW_ ORIENTATION TRUE NORTH BOUNDARY AND MARKER SYMBOLS SYMRnI FEATURE E-ANDSCAPE AND DRAINAGE SYMBOLS SymaoL FEATURE CHAIN LINK FENCE GUARD RAIL � rc BUILDING art STRUCTURE FOOTPRINT'— � - • '� � LIMITS OF CLEARING AND GRUBBING — - - f — - - PROPERTY LINE (9) tin. 4" OAK TREE, SIZE 8 TYPE — -- EASEMENT LINE —R/W - - RIGHT OF WAY (A/W) TREE PROTECTION IP IRON PIPE BOUNDARY MARKER IR ® IRON ROD BOUNDARY MARKER �'EDGE OF WOODS MON CONCRETE MONUMEMT BOUNDARY MARKER DIRECTION OF FLOW FOR STOAMWATER O TP 1 TURNING POINT -----SF SF SILT FENCE ATR-3 TRIANGULATIOR POINT " $13-7 BORING QO OO a O ROCK BERM BENCHMARK aI TRAVELED WAY SYMBOLS STABILIZED CONSTRUCTION ENTRANCE G, SYMBOL FEATURE U UNIMPROVED DIRT ROAD OR GRAVELED ROAD SURFACE ELEVATION SYMBOLS PAVED ROAD SYMBOL FEATURE z L ,i o _} PAVED ROAD W/CURB 8 GUTTER 64 N o I a DEPRESSION CONTOUR s BOX CULVERT ., EXISTING INTERMEDIATE CONTOUR - 84 ���� LINE B ELEVATION DESIGNATION CULVERT, PIPE SIZES 8 TYPE II B5 EXISTMG INDEX CONTOUR 12) 36" RCA LINE 8 ELEVATION DESIGNATION � � s r 114 PROPOSED INTERMEDIATE CONTOUR J, flAN SNANNON SIGNS ' LINE 8 ELEVATION DESIGHATION_57897 _ PROPOSED INDEX CONTOUR P G LINE 8 ELEVATION OES]GNATIDN '�70NA! 85 EN n5,oz� PIPE TAG X365.7 SPOT ELEVATION 30" wBw-DI/P T T IT— JOINT DESIGNATION k EXISTING EMBANKMENT (REVERSE SYMBOLS FOR CHANNEL) Z O NOMINAL PIPE SIZE I PIPE MATERIAL — I V) a r Q Z J PROCESS FLUID ABBREVIATION X m I.LI LU DCTED IS: PROPOSED EMBANKMENT = TUj 30DIix AMETER DUCTILE IRON PIPE WITH (REVERSE SYMBOLS FOR CHANNEL( LU J PUSH ON JOINTS SCHEDULED TO TRANSPORT WASTE BACKWASH WATER. N �z z a 0 a MB-2 UNDERGROUND / OVERHEAD UTILITY SYMBOLS r €------- SEQUENTIAL SHEET NUMBER x LL SYMBOL FFA TURF Q z WEST INVT 27.35 -1 1 EAST INVT 32.50 LL. Q iNSI.1Pi INF I dRFd f'Of1F B' S5 �— _.__.. cgralrnav SEWER a MANHOLE � w G - GENERAL B - SEDIMENTATION BASINS MR-22 >- = lij C - CIVIL / SITE WORK C -FILTERS EAST INVT 32.75 CB-1 Z WEST rNVT 32.50 INVT 33.75 0 III A - ARCRITECTuRAL ❑ - CHEMICAL STORAGE AND FEED FACILITIES ----f 4 B" SD -- -� STORM DRAIN. MANHOLE 8 CATCH BASIN V J CD S - STRUCTURAL E - WASHWATER RECOVERY SYSTEM M -MECHANICAL Z -STANDARD DETAILS FL T F RE If LINE W/FIRE HYDRANT ASSEMBLY (INCLUDES VALVE) 0 H - HVAC / PLUMBING . Yi¢ . (INC E - ELECTRICAL FH I- INSTRUMENTATION E ELECTRICAL CABLE/DUCT OF OVERHEAD ELECTRIC TEL TELEPHONE - OT OVERHEAD TELEPHONE ?RaEcr Hn 30429 DEPICTED IS MECHANICAL SHEET Nu 2 OF THE SEDIMENTATLOR BASINS F;LE NAME G-LEG S SIGNAL LINE LP sr+2er Vu LIGHT POLE 77 PP G. �jGW POWER POLE W/GUY WIRE 4 N I" = 100 50 0 1 0 S a a v r � I df 20 FRONTAGE ROl.O YEL L OW FRE/GXT LOCKED 6'-0" CHAIN LINK j GATE I CONTRACTOR'S ENTRANCE L SEE NOTES I AND 2 ASAVAL T POAD e Q 0 0 0 0 rJ 4�cAaof�AYORY BUlLONO ' D 0 i n an 8vZDp BlvYf sERr✓reE Cf O 0 � MAW STATION 0 BIJ20�7JG 0 00 � 1 �( O 0 p SLUDGE DRAW -OFF !F` o �2 STATION No I PAC [ a 2 facx rr s SEQIMENTA7 V cT fncAL I� m SA SIN NO 1 o Z BURu1llG I � y ev,EDM (I Q SEDIMENT4 rFON Z BASIN No 2 111 an l i z SEDIMENTAT OPI !_ SASIN No 3 x ' o ry : EL I Daoxf- soNracrrR �= 5ErJ"iMEN7AP"I0N BASIN Afv 4 BAS:N q � k IDI OWVAG9GE 1 �1 020r✓E _ CN.aNNEL "FACP.Arich SLUDGE 9Rt1W-0F, F{i- 1 CLFAR:YF'C L CLE4RMEF No 3 'vo BflRDkVG STATION No 2 ` L DX SrA4AGE 6BUILD0Lol � ARFA � ING TRANSFORMERS v 1 1 i COINSTPUCPDNL.--_ _N. ' TRA,LERS I i � I L � i�S f 2 4 jjI t 6'-0 * CHAIN s i LINK GA TF CITY OF FORT WOR51f ROLLING HILLS WATER 72FA7 tcAIT PLANT FA00TY DRfyFy AY NOTES `j ELECTRICAL �IIIIII SfIB-SIATJCIN W� p &tCX:fASH � PUMP Cb ELECTR/CA/ .ir.AilON � SUB-5TA710PJ STORA i o �Asrr- HRTER FR.S5� ACOVER TggIER raw- No z tdflTR � VAULT 4f_r ER VAULT STOP.ACE AR SWITCHGEA.R T.?AAISFORAIERS - •tir` I � tLE-CTRfCk{. $> j BfJILDJNG No 4 7 i —1,dEiER MANHOLE No 3 7 i I WASH*ATER RECYCLE € 'PUMP 13NTiGN No I I ALL CONSTRUCTION TRAFFIC MUST BE ROUTED THROUGH THE DESIGNATED CONSTRUCTION ACCESS FROM CAMPUS DRIVE. CONTRACTOR SHALL NOT USE THE MAIN ENTRANCE TO THE PLANT. CONTRACTOR SHALL FOLLOW CITY'S SECURTfY REQU,IR£MENTS RELATED TO PLANT ENTRANCE. 2 CONTRACTOR SHALL MAINTAIN VEHICULAR ACCESS TO CONSTRUCTION OFFICES AT ALL TIMES DURING CONSTRUCTION. IF NECESSARY. TEMPORARY ROADWAY SHALL BE CONSTRUCTED IN ADDITION TO THOSE SHOWN. EXISTING ROADWAYS SHALL BE MAINTAINED THROUGHOUT CONSTRUCTION AND LEFT IN EQUAL OR BETTER CONDITION AT END OF PROJECT. 3 THE AREAS SHOWN FOR TEMPORARY FACILITIES AND CONSTRUCTION STAGING ARE POTENTIAL LOCATIONS FOR USE BY THE CONTRACTOR, OWNER W.ILL REVIEW AND CONSIDER REQUESTS FOR ADDITIONAL OR ALTERNATE AREAS IF PROPOSED BY CONTRACTOR. CONTRACTOR SHALL LOCATE CONSTRUCTION TRAILER(S) ON EXISTING FIELD OFFICE SITE ADJACENT TO PHASE 2 - CONTRACTOR FACfLFFIES, �i` h; s z 4 H N a Q J x F-_ Z( LLJ =N CLp z Lll O1, �- (f) : -w N0 f r If O u7 LL LU Ld J J Q U? J J O It P40JECY ". 30429 AXE WANE C5PPL001 SHEET No 3 r a O 'a a 0 a i X YAULT E m tz 1 E E I� o AU0 f 1 I� I FILTER No 12 FLOCCULA T fC 1 SE•JIMf.:.FV f A 12O1`t j SASir; No 3 BASINS No 3 (� Q f 1" = 30, _ VAULT tLE; TRO- Ali p, Fi'_ - S CLEAR 'M LL CLEARWE'LL E BuLDING 7-2J No 3 Na 4 z N N E VAULT a , I 4 I! it O r i it ELOCC+.rLA `:�Jt': SEDWENTATION { BASIN No4 � BMSI€hrs No 4 I I �I SLUDGE DRAPY—OFF t f J. DA57897NNON E STATION No 2A ! ! Q 10 ENG 6V E SLriDGE DRAt'I--OFF -C,u EL 675.92 (I _ STATION 2 ��' � I n VETER .44 TE? _ VAULT Na 41 VAULT t o 7 {} 7 E �v'7 Jil G i 4 f 1 LT —I t VAULT —'1—,H1�""'F2 i=h'N" n f � 4 E � F ACfL.'T.' ?Pj'1FP/AY a J X m W = HtJ I JSSySF0 4iER5 w Z ' /155—FI AND Ua..—r`2 = S (U Q !— J � z IL O I W i CY L? 673.91 W L^.X jT t? ,vE J cn I PFA Q� E Q LL Q 0- W cr J it C> J Q . . . . . . . . . .. jtz= U ? J J O I E ?Bnd ECT no 30929 EaE rvnn�e: CSPPL002 SrvEET rvo 4 3 Z G 3c.-L£ GA;E I ScDIPtENTA :nA1 SA SW ffo 4 -VA SE7 wcNTC -.rjli 2ASIPi ND 3 I � 1 I]j GALLEA.Y ACCESSWYAY r S-W-Dr I —^—_ ____ _ _ %2'_5"X5 •_D" i "-GYF9FL,)W WE35^' SH'-CS WEIR GAT£ 1 1/2" CAD,J t1 rYn1 rrrrt rrrP: :rr't I r 2^ �^12s-AYr � : 1 I 7 N11F Its �E SE Y TLED NA TER CHANIUEL r _ tiJ �/ i 1 i tl7 I - fo" LPA-SST FROM al a^ SW-Dl FILTc' !j 21 �.... i I ! r II r FILTER No t9 FILTER No 12 I I FiL,ER No 13 F ! FILTER No 12 yj FiLF=4 rVa ;t ! f I .;.L- I �i irl� nnnrIGIT rnr. inn I I j! Ii � jj SEE VOTE 2 f F!PECH F2 TER) I �3s"sTy-05 if I Ec [ j —a ]J I f GULLI:r © I /GULLET WPZL I M I 0 I I FILTER 6UL!.ET IT%P1 ! I �FRP BACKWASH TROUGH I! r (T rP 8 PER Fft TERtFRP ! [ i 4I nrr�r._ jl j I lIIi€ TRO 8HCKWAStf ITYP 8 PER J' f� !I rn n nr1,rP� €I i) LPA-ST (TYP EACH FILTER) I ! 3 1{FiOlF1Fr3 =LET 31A1L "!?) { it 3-SF-W-07 BLIND rLAm; iRYION k 1 1 -rI I t < I I ex-cS 17/ � 30' 2- CAO-SSi FILTD?E0 VIA TER GALLERY s �- iS" LPA-SST 8LfN0 Fr 4.VGZ ,• ARV 1 3D' SF'/- ITYPJ TYP7 _-- Mj { l' ; Ida I i `rooRWAr FILTERS No 11 - No 20 z ��ocR.Yar_ ti m 6 PLAN AT EL 686.00 1/8" - €'-0" 49" ;Yw.' €9 W'd' RE.QYERY BASINS NOTES I THE WORK ASSOCIATED WITH THIS PROJECT INCLUDES REHABILITATION OF FILTER No 12, LOCATED iN THE SOUTH PLANT FILTER COMPLEX. OWNER RAS REMOVED EXISTING FILTER MEDIA AND UNOERDRAINS. CONTRACTOR SHALL BE RESPONSIBLE FOR INSPECTING THE FILTER BOTTOM SLAB TO DETERIONE ELEVATIONS AND ASSOCIATED GROUT REQUIREMENTS. THE SLAB SHALL BE PREPARED AS NECESSARY FOR INSTALLATION OF THE NEW UNDERDRAINS TO ENSURE A GOOD BOND. 2 CONTRACTOR SHALL INSTALL FILTER UNDERDRAIN SYSTEM IN ACCORDANCE WITH THE SPECIFICATIONS AND PER THE MANUFACTURER'S RECOMMENDATIONS. MANUFACTURER'S DRAWINGS ARE ATTACHED TO THE BACK OF THE PLANS. 3 ANCHOR 'U' RODS TO BE INSTALLED FOR THE FLUME BLOCKS SHALL BE LOCATED TO AVOID THE EXISTING RODS THAT WERE INSTALLED FOR THE EXISTING FILTER UNOERDRAIN BLOCKS. 4 AFTER INSTALLATION OF THE ANCHOR RODS, CONTRACTOR SHALL CONDUCT A PULL. TEST TO ENSURE PROPER INSTALLATION AND STRENGTH OF ANCHORING SYSTEM, 5 CONTRACTOR SHALL REPLACE UP TD SIXTEEN PVC DROP PIPES, AS DIRECTED BY THE UNOERDRAIN MANUFACTURER. REMAINING DROP PIPES SHALL BE RECONNECTED TO THE NEW UNDERDRAINS. 6 CONTRACTOR SHALL INSTALL, TEST, AND DISINFECT ANTHRACITE MEDIA PER THE SPECIFICATIONS. 7 CONTRACTOR SHALL PERFORM WORK AROUND EXISTING AIR HEADER PIPING AND FIBERGLASS BACKWASH TROUGHS. J.: DAN SHANNON 57897 ss/OAIAL ��G ni �OZ z 0 � a Q J LI a O a d = N Z z I �� '�a 0 xL ZCIL. O U) LL IL w W Q y � LL. F � U ? J J 0 PROJECT No 30429 PILE NAME MF12PL001 SHEET Nu 5 1 I6"LPA-SST -4• PPa-sT i I rCP OF SLAB A. SET'LED I I I WA, -ER .^BV VEL i I sea.75 E "GP 9F SLA8 A:r -=�--- F it _ r 0-=L FER Se7.75D I Ttill `E E f LPA-:sriw II I I I l I ILJI I IL I 'I t 1 1 t IIF..gOM FW PITE 6AL-FRe � Ili I t"p) ' F IL TER I BULLET F+'LT=4 ;`Io .3 FILTER No 12 I `— fTYP3 I !� { I [[ I u 35- arP S :vf \ VEL �74.79 a u d 11 AIR / IVATER ' I I 48" ANTHRACITE ilTtDE77aR1J1M; f j I I j EE € MEDIUM I - E -- i.� DUAL AIR / WATER F UN€ FRDRAINS FILTER No 12 NI o SECTION 1 s I � 1/4- - I'-0" S i TROUGH '_'L 4,- 1 112, a. TUDLGx cL rt; FS" LP,7-BF'J DAN $HANNON NANORIAk. 4-5DEG SENDS 57897 ¢ -� I I I I FILTER OPERA r�,ING fss....... NG CORRVOR toLMtii E t is' LPA-SSTfW I i3 .0� T!2e 1 00 7a I CL EL 689.25 ! M SE£ No WAVWAY i f iiYTt j I I ,rj I i I FILTER OPERATAM6 FLOOR EL 687,75 EL sS7. TS TOP OF NEW i VAX Ns fE I ULLET WALL 2 2 GBS.P5 , 16 LPA-SSTIW \ E ELECTRICAL CABLE FRAY FL 685,25 I ! - I ` S'-a" r�7E_GGiRa = ��,�� CL EL o35. 75 C,`_,�,\ Y, _ I ._.�-_- � cL SBFOD I TYPICAL R'S SETTLED WATER rOP vF TROtlRx I, �c i5 Lpa-ssr z �F EL fi85 RD I CHANNEL j / EL saa.25 �€' c EL ssa 7s =L ss3 5a I o 3OTYa2M OF NEW j ~ UU.7 :YPLL --- '� - ' 1 30 BW-CS1F � a 3` CL?5-?VC �FRP &W TROUCH - i CL E- 88700, Q ~ 7S" LRA-SSE J P OF 8M< 1-k-RDP= ANTHRACITE Or X ap Js" 57w-gFl % li _ FL 58a.75 I 1 CONCRETE PIPE SUPPORT SE-L7fIIEYTATION I I Ja' 9Y xFv BASIN Na 2 36- TO/FROM I a sw-?i<F I I 2 cv i!f Fr 6 I 1 N C+ EL s7Y OB � 1 t II - - : - .,. - 1 cX,5Tl:'c ,BADE" zO cc T72o - -'FO SR, Wr, TER _ •.'ArLFRCa? • st I { Fi- TER INLET) JYf.�6' New-ery r - ..-.. - . -.-.- .•' �cRaovFD eollPtwa Et s7G - Ld Z .Da-/ O Ld GALLERY _ _ ___—____ _ w_—__ / rTrPs 3 — I �36-WBW-e - -.SPY N!!N FA.CvE - I � - E � �- ' Ld i- II I .I I I W T IMS MEDIA SUPPORT - COMBINATION AIR / « r� FLAItGE I ` ir u W U FCA GE -I �--- S" -ct I I CAP WAFER UNDERDRAIN 35- WALIj LL PIPE II '30" FW-Cs/�,- GRANULAR O -j U) -_-1�- I a l T. I I CL EL S7!.75s/- f1 _ Cl EL 571.75•/- - EACXF2L Il t 1/2" CAD-55T I f' I- 11 a . CL =1 574,25 I I r:n rya ry •crrtnN I - L-_ �� IWAS Tt CCWCRETE � ' � FF EL 668. T"/- � WASHWATER FILTER FLUME /2' CAD -SST i FL UME Di ; I 12" GATE FILTER No 12 RA7 FROM 3c08?SV ESR.33•/- I4 !C ] o SECTION J0 L G ; - WATER CONDUIT a � I V4" - C-0" g [t 1 GL eL 6fi3.25 FILE Al No 30429 FILE NAME MF125COD1 �a,4ANV4. AP 1 SNEEF va YACf,FILL 6 66,-0" I WASTE GULLET WATER DISTRIBUTION OPENINGS o I �I rl €N BOTTOM OF FLUME BLOCK tl t T I I I E I I h f I LLI i4 , I ` j 36" EFFLUEP SUPPLY PIPE U U Z �h qy NOT BY LEC LaJ -I& I _ - 0- CL ¢ z a- o I J Q J Q 4 II cs (3Lu I i (TYPICAL) I I I I o 8 Tim,, 2'-8" _ 6 EQUAL SPACES @ 46 3116" C!C = 24'-1 118" 4'-7 3116" l 3'-3 118" 6 EQUAL SPACES @ 4$ 3116" C!G = 24'-1 118" 2'-8" in 8 11116" d } H SPACING FOR TOP AND BOTTOM UNI-STRUT ANGLE 1 SPACING FOR TOP AND BOTTOM UNI-STRUT ANGLE I L ANCHOR "U" ROD ROTATE® PLAN VIEW (WALKWAYS NOT SHOWN FOR CLARITY) (1) REQUIRED AS SHOWN NOTES: 1. FILTER DESIGN BASED ON THE FOLLOWING FLOW RATES: HIGH RATE BACKWASH - 20 GPMISQ.FT. 7. DIMENSIONS AND OTHER INFORMATION PRESENTED ON THIS DRAWING REPRESENT LEOPOLD'S INTERPRETATION OF THE AIR SCOUR - 3 SCFM/SQ.FT. PROJECT REQUIREMENTS BASED UPON THE PLANS AND CONCURRENT _ Ai1V WAYFR 3 SCFk4!8 GPM PER SQ.FT —" SPECiriCA I IONS PREPARED 6'r OTHERS. LtuPOLD HAS NOT AND WILL NOT MAKE ANY SITE SURVEY AND WE EXPECT THE 2. AIR PRESSURE REQUIRED AT AIR HEADER INLET, (INCLUDES PURCHASER TO VERIFY ALL MEASUREMENTS SHOWN. PROVIDE NOTE: AIR HEADER, UNDERDRAIN, 8 STATIC HEAD OF WATER): 5.34 PSI NEW INFORMATION WHERE REQUESTED, AND ADVISE US OF ANY CONDITIONS NOT HERETOFORE DISCLOSED THAT WILL IMPACT SEE DRAWING M08162.99.2 FOR SECTIONS A -A & 3. SEE DATA SHEET TSU-PE-2 FOR MATERIAL AND INSTALLATION THE DESIGN OR OPERATION OF OUR EQUIPMENT. LEOPOLD B-B. NOTES. WILL ASSUME NO RESPONSIBILITY FOR ANY COSTS ASSOCIATED WITH EXTRA WORK NECESSITATED BY UNDISCLOSED CONDITIONS. FORT WORTH, TX, M08162 4- FOR UNDERDRAIN BILL OF MATERIALS, SEE DWG. M08162.60.1 REVISION'"'""""�"" ro 8. NEW FILTER FLOOR: ®an r. a.�caawmaa MUST BE CLEAN AND HAVE A ROUGH SURFACE 5. ALL MOUNTING BRACKETS TO BE STAINLESS STEEL, TYPE 316 (BROOM (BROOM FINISH WITH A MINIMUM 118" GROOVE) BEFORE PLACING FLOOR GROUT. UNIEVL RSAL T'YP AND ALL HARDWARE TO BE STAINLESS STEEL, TYPE 316. 9. EXISTING FILTER FLOOR: NSF UNDERDRAIN BLOCK E.M.?Ca P 2 3 UNDERDRAIN CENTER FLl1M: 5. ENGINEER AND/OR CONTRACTOR TO VERIFY ALL DIMENSIONS AT APPROVAL. CHECK FLOOR FOR ROUGHNESS. IF SURFACE IS TOO SMOOTH, THEN ALTERNATIVE REQUIREMENTS MAY BE NECESSARY. MEDIA: GRAVEL CARBON FIBERGLASS PRODUCTS 4 5 FILTER PLAN ri�j cenraato sAno ANTHRACITESTAINLESS STEEL PRODUCTS ANSUN5F 6f GARNET I _ Owiwn ar cHECKED$Y DATE scat TlBACKWASH POLD CO.) J p a a HQP£ ENPLATE TYP. AT EACH H END. 0 a PIPE SUPPORT BRACKET W1 112" x 7" LG. WEDGE TYPE ANCHOR UNITS. U-STRAP, FLAT AND LOCK WASHERS. AND HEX NUTS. (ALL STAINLESS STEEL, TYPE 316) (EXISTING) 6" SCH. 10 HEADER PIPE W! AIR DROP PIPES ON 12" CENTERS FABRICATED PIPE SUPPORT, U-STRAP, 112" x 7" LG. WEDGE TYPE ANCHOR UNITS, FLAT AND LOCK WASHERS, AND HEX NUTS. (ALL STAINLESS STEEL, TYPE 316) Q LEOPOLD PIPING STARTS AT LPA-BFV VALVE AT FLANGE CONNECTION, WITH FULL NEOPRENE GASKET AND MINLON INSULATING BOLT SLEEVES. (MATING FLANGE AND HARDWARE NOT BY LEOPOLD CO.) (EXISTING) 173 45" GROUT FILLET EXTENDING 1-2 INCHES ONTO BLOCK TYPICAL r LM.S. CAP ° MAKE-UP BLOCK MOTES: EN "BELL END" TMU-32B 1, UNISTRUT MUST MISS "RIBS" ON UNQERDRAIN BLOCKS_ 2. UNISTRUT, ALL -THREAD ROD & HARDWARE. 3. REMOVE UNISTRUT CHANNEL ALL THREAD AFTER COMPLETI GROUTING. FELL HOLE WITH GI �O F- ILIUE _pzm �O a P3300 U,., LOCATE UNISTRUT ON HIGH POINT OF FLOOR AND USE NUTS & WASHERS AS REQUIRED TO KEEP ALL UNISTRUT LEVEL. UNISTRUT TO BE GALVANIZED CARBON STEEL DETAIL "b" - MONOLITHIC GROUT a 31'-1" (t1 ") INSTALLATION SUPPORT SCALE: NONE 7 FILTER BLOCK 14 REQUIRED PER LATERAL � a SEE DETAIL "b" r"^FADED COUPLING BY LEOPOLD CO. F� BY OTHERS ELEV.:692-28' 'I I ELEV.: 689.25' 16" AIR SUPPLY PIPE TOP OF WEIR WALL ELEV.: 685,25' I !I I ICI DOUBLE CONTAINMENT DROP PIPE HOSE CLIPS W1 PVC SLEEVE WI I �114"-20 x 1 114" LG. HEX HD. MACH. SCREWS. ULTRAVIOLET INHIBITORS I I FLAT AND LOCK WASHERS, AND HEX NUTS. (EXISTING) j ALL STAINLESS STEEL, TYPE 316, I (EXISTING) I I r DROP PEPS STABILIZER ANGLES W1 318" x 3" LG. WEDGE TYPE ANCHOR UNITS, 318"-16 x 1 112" LG. FLUME BLOCK I i HEX HD. MACH. SCREWS, FLAT AND LOCK WASHERS, i AND HEX NUTS. ALL STAINLESS STEEL, TYPE 316. (EXISTING) ft6D SEE DETAIL BLOCK TO BE SET LEVEL Fo ON 314±OF FRESH GROUT USE HIGHEST FLOOR ELEV. 4 AS REFERENCE BASE. 4 I 2'-0" SECTION A -A FROM DWG. 4290.90.1 12" 12" 12" 1 318" 1 318" I.JN_S°Cap 10 518" 10 518" 10 518" 48 3116" IN I Nominal Laying LengEh 318" - 1& HEX NUT &FENDER GRADE LINE WASHER, 316 SIS - - 1jII I q$p Wj14 m JUT AND FLAT WASHER, 316 SIS8" I 8" � GROUT JOINT H_I P.S. BRIDGING OPENING ANCHOR ROD jj USE HIGHEST FLOOR ELEV, AS REFERENCE BASE ), 31655 SECTION B-B Center Flume Block EXISTING RAISED TROUGHS ELEV: 687-75' 4 4 a a TOP OF TROUGH ELEV: 684.25 a TOP OF MEDIA ELEV.: 579.86' 48" ANTHRACITE I o "v 1 4 1I I [ I I i L-1 i 1-1 1 1-1 I I 1 1 'Cl I 3 1t a } Ili a a4 d 4 *1 MAKE-UP BLOCK M M "SPIGOTEND" vs TMU-325 ANCHOR "U" ROC, (MAT'L.: 316 STN. STL.) DRILL (2) HOLES 5" MIN. DEEP IN FLOOR UTILIZING CROSS BAR AS TEMPLATE, FILL HOLES WITH A SUITABLE EPDXY SYSTEM, INSERT RODS INTO EPDXY WITH A TWISTING MOTION, ADJUST THE TOP OF CROSSBAR TO 11'"t112" ABOVE HIGHEST POINT OF FLOOR, LOCK INTO POSITION WITH TOP AND BOTTOM NUTS. EPDXY SYSTEM: "HILTI HIT RE500" OR "EPCON C6". HOLE DIAMETER AS SPECIFIED BY EPDXY MANUFACTURER. EPDXY SYSTEM NOT BY LEOPOLD CO. - _ 3I8"-16 ALL THD. i 0 0 0 O + w12 HEX NUTS iV FLAT BAR: 3116 x 2 [ I USE HIGHEST FLOOR ELEV. AS A REFERENCE BASE. i ANCHOR FtO® DETAIL SCALE: 1 112" = V-0 FORT WORTH, TX. M08162 SCALE: 1" = V-0" NSF UNDERDRAIN BLOCK I.M.SpCap MEDIA: GRAvEL CARBON FIBERGLASS PRODUCTS CerliFed to SAND ANTHRAC{TE STAINLESS STEEL PRODUCTS ANSIINSF 61 GARNET 5" (127mm) �- MIN. ROD EMBEDMENT H.I.P.S. BRIDGING 6" 6" SCH. 10 HEADER PIPE W! AIR DROP PIPES ON 12" CENTERS FABRICATED PIPE SUPPORT, U-STRAP, 112"-13 x 4 114" LG. WEDGE TYPE ANCHOR UNITS, FLAT AND LOCK WASHERS- AND HEX NUTS. (ALL STAINLESS STEEL, TYPE 316) LEOPOLD PIPING STARTS AT LPA-BFV VALVE AT FLANGE A FABRICATED PIPE SUPPORT WITH F 112"-13 x 4 1I4" LG. WEDGE TYPE ANCHOR UNITS, a ) CONNECTION. WITH FULL NEOPRENE GASKET AND MINLON 12" TYPICAL U-STRAP, FLAT AND LOCK WASHERS, o , INSULATING 801-7 SLEEVES. (MATING FLANGE RNO —� j AND HEX NUTS. n HARDWARE NOT BY LEOPOLD CO.) j (ALL STAINLESS STEEL. TYPE 316) o Q 16" SCH. 10 AIR SUPPLY PIPE DOUBLE WALL ROSE LENGTHS A /1\ A r /,� I FEM I' QTY i QTY iNNFA HOSE OOTER HOSE y O F E D { i. J 1 B j A I K f A A A f iENcrrin +re•I.od i.e++cTN Izio,I \VV ` 1 A A A A - A : 22 440 13'-2" 12'-8" _ - a° °d ❑ a°4° a0 II d jIj^i;"1iI:iaII.i,iII.li•jijIf[Il/IiII �iIij',}iiiLsi�ii'jl!I1I.jlIiIlI :lk;'�!::lli.' - ELEiIl:�Ii;;I`�i,IIl'ciliI:i!IjjI•l/ i'`;�ilI''iI':!.. -!- '.`-' - �i�'jrEI!i:iI:iisIII,i;iI:i'iIlI'iIIilIIliIl"I:ItlI;''•'l::l'''.,�:Ij.:;;. '` �= /Tsii.i:IIllIlIl:' �-4I�I'�'iIlIII�ii:ii lii: li!ljIIiIIiijIiI}}1jt �llE-.:I:i:;.Isstj' .;: ', /' 'riI�i:ia1IIiII Ii° �lII!"l,II':'!i?'.iIil�`:,:II�,l1I!I}ijIIIit;i�IIiII II.:1,'I''''':jI: t': '' -- �iIfi€1°1IIIIlI i�, ;iIjijI;;lII',I:iIlil�,I:lI�IIIillIIIIllIi[ Il':'I'.i;II',:.:'''I �..`.: I ii $I, �ifl�II,9`l`;�.;�i;!ii;;;i��II1�i.!Ijj'�'I'iI fIIi. lIllitI � iIIIl'atIijIllIjItfEl�7l'li�Ii.IlflIIl `; ';ii.11•.:: i-iI:i::,i'- !i i 0"Q --i:�Eii„-IjIIElI;fIlI;•;ii•�i;I.'I," II,III'IljiIlIlIlII�IIIlI ;:;':li''','I,' :•:! :I !I 'I,' IjIltrIl'i�jIIII.;I ll'IIIII'.;i''Il, I•I I:: l::l P:'., — — iiIlijiEi"I!:i'IIII,i�IlI,IIl,jjIi::;'lijLi.jIIIiljI{ —IIiIili i.:'lI•I ;,I,i'j' ]l: Ii ''; `-; 4'-0"Oz� :IjI:Il'IEijI;i1Ii,I;lIIlliIl'IIIjifjjljIII'IlII lj ;l l;IiiIi ''l ;l .''., •: ' - f,ipI.iIIi:iIi:lII;`:I!IIllIfljIfIIIiiIflIIi l�Il�iI;; .''',.I II Ii 12" aIl!EII �a`4 °° ; ° Un❑a -4�° or a/yTd; - � -es_❑ 6 PIPE SUPPORT d BRACKET W 1 1/2"-13 x 4 1/4" LG. WEDGE TYP E B I 2 40 3-312'-91 % ANCHOR UNITS. U-STRAP, C 2 40 13-4" 12'-10"FLAT AND LOCKWASHERS. D 2 40 1 13-12'-11"AND HEX NUTS. (ALL STAINLESS STEEL, TYPE 316 ) IF 2 40 14'_1" 13, 7"E 2 40 13-7" G 2 40 I 14'-6" 14'-p" ELEV68775 MATCH THE APPROPRIATELY MARKED HOSE jit WITH THE SIMILARLY MARKED PIPE a it DROP PIPE STABILIZER ANGLES Wl T-1 112" Al 318"-16x3"LG WEDGE TYPE ANCHOR UNITS 318"-16 x 1"LG- HEX HD. MACH. SCREWS, FLAT AND LOCK WASHERS, 3'-0" 14'-0"Q 2'-7 AND HEX NUTS. ALL STAINLESS STEEL, TYPE 316ELEV.: 685.29 DROP PIPE HOSE CLIPS W! ,l II114"-20 x 1 114"LG. HEX HD. MACH. SCREWS. o FLAT AND LOCK WASHERS, AND HEX NUTS. j ALL STAINLESS STEEL, TYPE 316. h ------- - -- --OUTER HOSE — - - ---------------�- ` -- ---------- INNERHosE - d DOUBLE CONTAINMENT a 4 PVC SLEEVE W! Qz ULTRAVIOLET INHIBITORS WASTE GULLET lI: 4 DROP PIPE HOSE CLIPS WI 114"-20 x 1 114" LG. HEX HD. MACHSCREWS, d FLAT AND LOCK WASHERS, AND HEX NUTS. STEEL. TYPE 316.ALL STAINLESS ; IIja4 Ho DROP PIPE STABILIZER ANGLES W! i-16x1"LG. 318"-16x3" LG. WEDGE TYPE ANCHOR UNITS, 318" HEX HD. MACH. SCREWS, FLAT AND LOCK WASHERS, ljV; 68925 ill iI''I I iI: I' lii iIl fill I' iIi iI' Ili', ° n E AND HEX NUTS. ALL STAINLESS STEEL, TYPE 316. a j I I• ' i ` i! I?'' " I{' li . Q I � iiljlfil l�; l.Iit ��yIIiihII il lii•i'llIl.i'Il', IaiIiI lIlll;iii 1II:I1II .;: - iit -- - lj -- ° a ° a e ii j Eji I it . li •: 4 i� {', ijl i; I' I II II I �'' Ill; Iill l ail; ,Ili it o � 1l INNER HOSE nj W iJ I OLITER HOSE O D i HOSE CLAMPQ I- (316 ST. STL.) mW 1 REQ'D.ON O I OUTER HOSE HOSE CLAMP (316 ST. STL. ) 2 REQ'D-ON INNER HOSE ENLARGED VIEW AT HOSE CONNECTION SCALE: 1 112"=T-0" Q NOTE: HOSE CLAMPS AND HARDWARE TO BE STAINLESS STEEL, TYPE 316_ VT\ i/A 11 -YII� ELEV.:674.76 a 4 4 Q 4Q FORT WORTH, TX. M3A290-L nESpuwFY� 45E4I Yo vW SYB:ECTTO NETURN VacN GEENM, ulc WITH tmbEasYaxWNc Hl9T iI Is HOim 9E RE"Ro0 WEiI. W PiF00R USEU9iREGAYOR NMw0.Y NETAWENinCboURiMFAfs,�..! LvnTENTaIc"vs NESEpvE�. POLYETHYLENE NIPPLE, HEAT WELDED IN PLACE- RFV1SIf1N UNIVERSACTYPE S� { NSUNDERDRAIIN BLOCK nU I.M.SPCap M rrIIA- c- - F'IRppnl aq z Ppnnl Sr'TS NOTES: 1_ FILTER DESIGN BASED ON THE FOLLOWING FLOW RATES: 1 P . E o. CK'A'ASH - 20 GP".'..'S^.FT_ AIR SCOUR - 3 SCFMISQ.FT. CONCURRENT AIRIWATER - 3 SCFMIB GPM PER SQ.FT 2_ AIR PRESSURE REQUIRED AT AIR HEADER INLET, (INCLUDES AIR HEADER. UNDERDRAIN, & STATIC HEAD OF WATER): 5.34 PSi 3. SEE DATA SHEET TSU-PE-2 FOR MATERIAL AND INSTALLATION NOTES. ,R UNDERDRAIN BILL OF MATERIALS. SEE DWG. 4290 60-1 5. ALL MOUNTING BRACKETS TO BE STAINLESS STEEL, TYPE 316 AND ALL HARDWARE TO BE STAINLESS STEEL, TYPE 316. 6. ENGINEER ANWOR CONTRACTOR TO VERIFY ALL DIMENSIONS AT APPROVAL. 7. DIMENSIONS AND OTHER INFORMATION PRESENTED ON THIS REPRESENT LEvPCLC �. InirCoogcTnYltlN OF THE PROJECT REQUIREMEN FS BASED UPON THE PLANS AND SPECIFICATIONS PREPARED BY OTHERS. LEOPOLD HAS NOT AND WILL NOT MAKE ANY SITE SURVEY AND WE EXPECT THE PURCHASER TO VERIFY ALL MEASUREMENTS SHOWN, PROVIDE NEW INFORMATION WHERE REQUESTED, AND ADVISE US OF ANY CONDITIONS NOT HERETOFORE DISCLOSED THAT WILL IMPACT THE DESIGN OR OPERATION OF OUR EQUIPMENT. LEOPOLD WILL ASSUME NO RESPONSIBILITY FOR ANY COSTS ASSOCIATED WITH EXTRA WORK NECESSITATED BY UNDISCLOSED CONDITIONS_ B. NEW FILTER FLOOR: MUST BE GLEAN AND HAVE A ROUGH SURFACE (BROOM FINISH WITH A MINIMUM 178" GROOVE) BEFORE PLACING FLOOR GROUT. 9. EXISTING FILTER FLOOR: CHECK FLOOR FOR ROUGHNESS. IF SURFACE IS TOO SMOOTH. THEN ALTERNATIVE REQUIREMENTS MAY BE NECESSARY. ROTATED PLAN VIEW (WALKWAYS NOT SHOWN FOR CLARITY) 19 ARRANGEMENTS REQUIRED SCALE: 318" = T-D" ANCHOR "I" ROD, (MAIL: 316 STN. STL) DRILL HOLE 5" MIN. DEEP IN FLOOR, FILL HOLE WITH A SUITABLE EPDXY SYSTEM. INSERT ROD WITH A TWISTING MOTION. INSTALL UNDERDRAIN AND GROUT BETWEEN LATERALS. POSITION HOLD DOWN ANGLE AND TIGHTEN HARDWARE. EPDXY SYSTEM: "HILTI HIT RESOD" OR EPCON C6". HOLE DIAMETER AS SPECIFIED BY EPDXY MANUFACTURER. EPDXY SYSTEM NOT BY LEOPOLD CO. HOLD DOWN ANGLE (2 112" x 2 112" x 3116" ANGLE) (316 STN. STL.) 112"-13 THREADED ROD Wl HEX NUT, FLAT AND LOCK WASHERS. (ALL 316 STN_ STL.) a -- A, EMBEDMENT a . ANC"C) 3 "I" ROD DETAIL SCALE: 1 112" UNDERDRAM BLOCK I.M.eCap MEDW GRAVEL GARBMI FIBERGLASS PRODUCTS SAND ANTwRAGITE STAINLESS STEEL PRODUCTS GARNET f18ACKWASH 'OLD GO.) UNDERDRAIN HOLD DOWN ANGLES 2112"x2112"x3116'x5LG. WI 112" HEX NUT, AND LOCK WASHER G FORT WORTH, TX REVISION UNIVERSP eiiPE 5 2 UNDERDRAIN 4 PROPOSED FILTER 5 MO®IFICATIOMS I.m.SQcap I T g Leopold oRArih 9r CN�c<.p ar pAre SCAfE pRAwI.G NU.. NIP JLG 419)OB AS NOTED I AfdC l0R PROP o0